HomeMy WebLinkAboutContract 57314CSC No. 57314
aa oa ao
STANDAI�D COI15TFtTSCTIQN SPECiP'[C�TION DOCUMENTS
Page [ of 8
sEcr�oN o0 oa �o
TABL� 0� CONTENTS
Division 00 � General Conditions
Last Revised
Op QS 10 Ma or and Council Cozx�munication 07/01/2011
00 05 1 S Addenda 07/Q 1/20I 1
00 11 13 Invitatian �o Bidders 07/19/2021
00 2I 13 Instiuctions to Bidders 08/13/2021
00 3S 13 Conflict of Interest Statement � 02/24/2020
00 41 00 Bid Foz�n 09/30/2021
00 42 43 Pro osal Foim Unit Frice 01/20/20I2
00 43 13 Bid Bond 09/11/20I7
�0 43 37 Ve�zdor Com liat�ce to State Law Nonresident Bidder 06127/2013.
00 45 11 Bidders Pre ualifications 08/13/2011
00 45 12 Pre ualiitcation Statement 09/30/2021
00 4S 13 Bidder �re ualification A licatian 081131202J.
OQ 4S 26 Contractar Corr� Iiance with Workers' Cazn er�satian Law 07/O1/z011
�0 45 40 Business E ui Goal 07/19/2021
DO 52 43 A reement 09/01/2421
00 �1 i3 Performance Bond 07/01/2011
00 61 14 Pa rnent Bond 47/01/20I1
00 61 19 Maintenance Bond 07/01/2011
00 61 25 Certificate of Insura�ee 07/01/2011
00 72 00 General Conditians 08/23/2020
�0 73 00 Su Iennenta Conditions 03/�912020
Division 01- General Re uiz�em�e�tts Last Revised
�� ll 00 Suzntna of Work 12/2Q/20I2
O1 2S 00 5ubstitution Procedures 07/01/20I 1
01 31 19 Preconstruction Meetin 08/17/20I2
01 31 ZO Praject Meetings . 07/41/20I1
Q1 32 16 Cons�i-uciion Pi•o ess Schedule 0811.3/2011
07. 32 33 Preconst�uction Video 07101/20I1
Oi 32 35 AeriallFhoto a hic Documentations 08/01/2017
O1 33 04 Submittals 12/20/2012
01 35 13 S eaial Pro'ect �'rocedures 1 212 012 0 1 2
O1 45 23 Testin and Ins ection Services 03/09/2020
O 1 50 00 Tem orai �'acilities and Controls 07/01/2� 1 I
O l 57 13 Sto�•m Water PollutiQn Pre�ention Plan 07/0I/2011
01 58 13 Tem ara P�•o'ect Si na e 07/01/2011
OI 60 OQ Product Re �zirements - 03/09/2020
01 66 00 P�•nduct Stora e and Handlin Re uirements 07/0112Q 11
01 70 00 Mabilization and Remobilization 11122l2016
O1 71 23 Cons��ctzo� Stakin and Surve 02114/20I8
O1 74 23 Cleanin 07101/20I 1
01 77 19 Closeout Re ui�•eznents 03I22/2021
Ol 78 23 O e�ation and Maintenan.ce Data • 12/20/2012
CITY OP PORT �VORTH Westside 1Yacer Treatment Flant Sackup Generators
STANDA.iLp CONSTftUCTI03�I SpECIFICAT[ON DOCiTMBNTS City Praject I�Iumber; I0341D
Revised Septetnber 30, 2021
00 QO 00
STANDARD CONSTRIIGTI�N SPBC3FiCATIpI�1 pt}CUIVCEI�iTS
Page 2 of 8
01 78 39 P�•a'ect Recorcl Docuz�nents 07/01/20I1
Teehnical $pecifications �vhich have been modiffed by the �ngineer• specif�cally %r this
Pro,�ect; ha�•d copies a�•e i�c(uded in the P�•oject's Cont�•act Docu�nents
Diviszon Ol — Gene�•al Re uirements
Ol 75 DO Startin and Adjusti� (FN1)
O l 79 00 Trair�in of O eration a��►d Maintenance Paz•sonnel
Divis�an 02 - Existin Conditions
02 4I 00 Demolition (FNI)
Date
Moc�i�ied
11/04/2021
i 1l0412021
Date
Modi�ed
11/04/2021
Divisic�n OS - Metals Date
Modified
OS 51 00 Metal Stairs and Platfornas 11f0412021
OS 52 I3 Pi e and 'I�be Railin s 11f0412021
Division 08 - Openings Date
Modi�ed
08 33 23 Overhead Cozl�tzg Doars 11130/2021.
Dir�ision 09 — Finishes Date
Modi�ed
09 96 High-PerFoimance Caatings (FN,I) I 1/04/2021
00.01
Divisia� 23 - HVAC Date
Madiixed
23 81 13 Packa ed Wail�Mown.t Ai�• Conditianin IJnits FNI 1 I1041202I
CITY Ok' FOitT WORTH �Vestside �Vater Trealment Pla�t Sackup Generators
STAN3�A�2T7 CpNSTRCJCTION SPEC]PICAT103�f 7�OCUM�?�TTS City Project NumUer; I(334 f 0
Aevised Septe�nbee 30, 2U21
Division 03 - Concrete Daie
Modif�ed
Division 2G - Electrical Date
Modified
00 oa o0
STANDARn CONSTRCJCTIOIV SPECIFICAT[ON DDCUMENTS
Page 3 nf 8
31 OS 13 �oils for Eai�hvvnrk FNI} 11/04/2021
31 05 i 6 A�•e ates for �arthwork FNI l. I/04/2021
31 11 00 Claarin and Gruhbin FNi 11l0412021
3l 23 10 Structural Exca�ation and Backtill FNI 11/04/2021
31 23 Trench Saf�ty (FNI) 11104/2D21
33.14
31 23 Trenching and Backfili (FNI} I].l04/2021
33.19
31 25 �eeciing �'or Erosion Con�rol(FIVI) 1.110�}/2021
13.13
3132 Geatextile(FNI) 11/04/2021
19.1.5
31 37 00 Roc�C Ri ra FNI 11/04/2021
31 63 29 Drilled Concrete Piers and Shafts FNI 11/04/2021
Divisioc� 33 — Utilifies
�
33 41 10 Reinforced Concrete Storm Sewer
Division 40 �-- Yraeess Cantrals
40 61 0�
40 61 95
�0 63 00
�a �s oa
40 66 33
40 67 00
40 68 60
Process Cnntrol Systems General Provisinns
Control T�oop Descriptions (GAI}
Pro a�mable Lo ic Cantralier (GAI
Communications Interface E�i tne�at GAI
�'iber Optic Data Netwnrk {GAI) _
Process Contzol Systems Control PaneIs (G�
Anplication Services Provider (GAI}
CITY OF FORT WORTH
STANBARD CONBTi�tJCTIO� SPEC3FTCA'T'COAi DOC€IMEt1TS
Revised Septemher 30, 2021
Date
Mo di� ed
11/p4/2021
Date
Modi#"�ed
11/�412021
� ��oa��aa2i
I 1/04/2021
i 1/04/242I
t t�o��z�2t
11/04/2021
� va4iaoa�
�Vestside �Vatar TYeetment Plant Backup Generators
City ProjectAiumbar: iU3h10
Di�ision 3l. - �ak�th�vork Date
Modiired
no oa o0
STANpt1RD CONST'RiJCT[ON SPECiF'ICATION DOCUME�ITS
Page 4 of 8
CI'1'X Ok' FORT �VORT�1 LVestside 1Vater'T'reatment Plant Backup Ge�erators
STANbARI] CON31'RUCTION SPECIPICATION DOCiJMENTS City Project Number. [03410
Revised 5eptember 30, 2621
DO 00 DO
STANDARD CONSTRUCTION SP�CIFICt1"I'ION DOCCME?�ITS
Page 5 of $
Tech��xcal SpeciC�cations lis�ed belo�v are included for this Pi�osect by refex•enee and can be
vietived/downloaded fro�n the City's website ai:
htt :Ilforhvarthfexas, o�/t ti�/conti�ac�orsl
or
htt s:lla s.fortworthtexas. ov/Pra'ectResourcesl
Division 02 - �xistin Conditions
n��. n� C� 1 ♦: C7+o Tlo '''
����� �
n��
02 4I 15 Pa�vin� Reznoval
Division 26 - �lec�rical
Last Re�vised
12/20/2012
12/20/2012
02/02/2016
i)ivSci�n 3l - Earth�vorlt Last Revised
31 00 00 Site Clearin 03/22/2021
�',� rr.,,,t...,�:�:�a �v...,...,+.,,,, 01/28/2013
�� ����� Q1/28/2013
.�� ��� oiizs�zo��
31 25 00 Ez�osion and Sediment Control 04/29/2021
�gg �� I2120/2012
�gg 1 2 /2 0120 1 2
nivision 03 - Concrete Last Revised
CITY OF FQRT 1VOR'fH �Vestside Water Treatment Pfant Backup Gcncrators
STAi1DAltv CONSTAYJCTION SPECIPICA'l ION DQCIlMENTS City Project Numher: 103410
Revised Sepeember 3Q, 2021
1 i
� � _ ,� - -
Ec�s��7 �.e,...�.,�...�..�.,.�_��_ ��.�f�`R�
a � _
� ,:. _' :...R... ..:�;a�
� � � �� �
� 1 -
` I liiV�Y� sawni�e�ii�i�ici _ - _ _ �
.. . _
.. , . - .. . _.
��
�R � � - . . A. �•,
��.�`�.""w'i�i'�Mi " e. .
� . _ - _- -
� -
'.0 - ` �.
� �
0
0
� �
�
�
�
. .
0
� i
�
0
�
�
�
�
�
�
'"•
e . �"ii
�
� � _ -rrrs_�rrri� _
: � �,
.�,iti,_,��� .��.....�:_.._ s�
� - -
Last Revised
9/0'1/2018
04/29/2021
�zr2ai2aia
12/20/2012
l�/L�1LVi�
rz�zo�2oiz
o�io�iaoli
a2�o6�aar3
I2/20/20l 2
04/02/2021
f 2/20/2012
07/02/2D21
0 912 0120 1 7
12/20/2D12
1 212 012 0 1 2
12/20/2012
�Z�Zo�aai2
�zizo�zoz2
�z�zoizazz
o6ii9iaa�3
�aizoi2o� 2
12�2��2� I Z
1 212 0/2 0 1 2
12/20/2012
09120I20I7
1 111 6/20 1 8
i2/2o�zo�2
12/2o/2D12
021i4/2017
12/2012Q12
Q5/06/2Q15
oa�iz3izai�
02l0612013
CITY OT� �'pRT lVO1tT�� �Vestside LVater Treatment Ptant Backup Generators
STANDARD CONSTR[TCTIDN SPECI�'ICATIqN DOCUMENTS City ProjectNu��iber: 1634[0
Revised September 3�, 2021
00 00 00
STAAII7ARI7 COIVSTRUCTION SP�CIFICATIQN �OCiI�NTS
Page G of 8
ao ou oa
STANDARD CONSTi�T]C'PION SPECII'ICAi'ION DOCUMENTS
Page 7 n€ 8
0
..
�
�
�
�
� `-
- " . . . _
�
�
�
`
. �
• ,
. �
.,�
. .
� •1
�
�
�
,:,�
.; .
,;.
.. �
• � �
.� .�
- �� A•• =
���r--=..n��:...�.�._,..�.,,........-r,
. _„
Reinfnz•ced Concrete Storm Sewer
.
�
� n �` 1 l�.�i�r��s�:r _ _ _'ii M ' _
iz�zo�z�iz
alro�iaoi�
1.2120I2012
06/19/2013
iai2a�zoiz
12izoizo�2
Q4/23/20t9
46119120l3
I2120/2D12
12/26/2012
12i20120I2
04/26/20I3
12/20/2012
12/20/2012
12120/2D12
12l20/2012
12l20/2�12
04/29/2fl21
07101/20I 1
12/2�/2012
I1/13I2015
�ia2�zoz 1
�Z�zo�aoiz
o�io�i2al i
o7�ozizaz �
izizaiza�a
rz�zo�2otz
a�ro�izo� �
CITY DP FORT �V�R"i'H 1VesEsidc 1Valer Treaiment Plafrt �3ae&up Generators
3TAN[}ARD COI�ISTAC7CTION 5PEC1P'ICAT[ON ADCUM�3+PT5 Ci€y Yrojec[ Number: 103410
Revised Sepfember 3U, 2D21
00 oa o0
STANDA1iD CONSTRIICTIOlV SP�CITICATCOIV DOCUMENTS
E'age $ af S
A�ppendix
GC-4.02 S�bsurface a�ad �'hysicai Conditions
GC-6.06.D Minority and Women Owned Business Eiiterprise Compliance
GG6.07 Wage Rates
GR-0 ] 6Q OQ Product Req�ziren�ents
ZR 9.0 I Excerpt fi-om Weaihe�proo� Enciosure Proj eet (�'�r Infornnation �nly)
ENn or s�c�ION
CITY O�' FORT 1VORTH
�Vestside 1VaterTreahnenY Plant Dackup Generators
STANDAiiD CONSTRUCTIOl�i S3'ECIFICATiON DOCFJ�I+IENTB Ciiy ProjectAiumber, 1Q34[Q
Revised Saptember 30, 2021
Ciiy of Fori Worth, Texas
�AT�. Tuesday, Fe�ruary 22, 2Q22
LOG �fAM�: 60WSG�N�CRESCENT
RE�'ERENCE N(3.: M&C 22�0129
SiJBJECT;
{ETJ and CD 3) Auti�orize Execution of a Contract with Crescent Constructors, Inc., in the Amaunt of
$12,297,4pp.pp, for the Westside Water Treattt�tent Plant �ackup Generators Prajec�, Pravide for F'raject
Cosis for at Project T'otai in the Amaunt af $�2,814,614.00, and Acfopt Attached Appropriation Ordinance in
�ffect a�'orfion of Water's Contributian to th� Fiscal Years 2022-202fi Capital [rnprovement Program
R�COMMENDATI�N:
It is reeo€nm�nded fhat the Cify Council:
1. Autharize executian of a contract with Crescent Consfructors, Inc., in the amotant af
$12,297,OOb.00, for the Westside Water Treatment Plant Backup Generators praject;
2. Adopi the aftae�ed appropriation ordina�ce increasing receipts and apprapriaiians in the Water &
Sewer Capital Prajects Fund in tf�e ar�ount of $12,814,614.D0, from available funds, for the
purpose nf funding fhe Westside Water Treatment Pl�ni Backup Generators and Emergency
f'reparation Plan for Power Generation at ihe North and �oufh Hally Wa#er ireatr�eni Plattfs
�}fOJ�C� �C1tJ/ PfOJ2G� IVO.'ID3�'IQ� allC� BffBG� � j70�1011 Of VIIatEP's coniributian fo the �'iscal Years
2022-2026 Capital Improvement F'rogram.
DISCUS510N:
The February 2fl21 deep freeze caused power failures to Eagle Mountain Water Treatrnent Plant
(�MWTP), the Westside Water Treatment Planf {WSWTP) and affected the North and South Nolly Water
Treatmenf Plants, along with power supply and freszing issues at snme pump sfatia�s. In respanse to the
powe� outages, the Water Deparfinettt implemertted a series of projects to n-tinimize t�e effects of future
Power failures andlar freezing #emperatures an Water Faci[ities. In add�tion, the State of 7exas enacted a
Eaw, 5enate Bill 3(SB3), requiring the submiftal of an �rnergency Preparedness Plan f�y Il�arch 1, 2022.
The Wes#s€de Water Treatment Plant Backup Generatars project was advertised an Qecember 2, 2Q21
anci becember 9, 2029 in the Fort Worih Sfar Telegram. On .ianuary 93, 2022 the following bids were
received:
Bidder Bid Amount Contract Tirne
Crescent Constructors, Inc. $12,297,004.00 �QQ Calendar
Days
Fort Worth Civi! Canstructors,
LLC $'f 3,568,883A0
ACME Electric Company $'E5,8S5,926.50
Irt addition to the cQnfract cos�, $271,674.�0 is required for project management and staff fime and
$2�5,940.�0 is pra�ide far project contingency.
I111ayor and Cc�unc�l Communication
li is the practice of the Wafer Department to apprapriate its CIP plan throughout the fiscal year, instead of
within the annuaE budged ardinance, as projects commence, additional funding needs are identified, and
to comply w[th bond ca�enants. The actions in this M&C will spprapriate funds in su�port of Water's
partian af fhe City nf Fnrt Wnrth's Fiscal Years 2�22-2026 Capital [mproverr�ent Pragram, as follows:
Ca�ital
�und
Name
�sao�-
W&S
Capital
Project Name
pP202Z CIP �� Authority �� ��dget Change }�� Re�ised
A ro riations IncreaselDecrease FY2022 Bud
� 03�� o�ws �er,
& Emer Prep
Plan
Tn�s �,&�
� �,s� �,�� a..a��l�� z,e� �,� � �..oa
Proj�
�und
F'unding for th� WS Generators and Emerge�cy Preparatian Plan Project 9s depicted below:
�xisting Additianal �
Func� Appropriafions Appro�riatEons Projecf Tatai
W&S Commercial
Paper -- F'und $1,32Q,325.00 $0.00 $1,320,325,00
56020
W&S Capital
Prajects — Fund $O.DO $12,814,614.00 $12,814,614.00
56002
Project Tota2 $1,320,325.OD $12,814,614.�0 $14,134,939.00
*Numbers rounded for presentation purposes.
Business Eq�ity - Crescent Constructors, Inc„ is in compliance wiih the Cify's 6usiness �quity Ordinance
by eommifting to 27 percent Business �quity participation on #f�is project. T'he City's Business �quity goal
on this {�roject is 26 percen#,
This praject is focated in the City af Far� Worfh's Extraterritorial Jurisdiction adjacent to City Counc3l
District 3.
FISCAL INFORMATlO�I 1 C�R71F'ICATION:
The Director of Finance cerfifiss that funds are currently available in the Unspecified-All Funds project
wi#hin the W&S Capital Projects Fund and �pon approval of the abave recommendatians and adop#ion of
the aftached appropriation ordinance, funds will be available in the W&S Capifal Projects Fund for the WS
Gen & Emer Prep Plan praject #o support th� approval of fhe above recommencEafion and execukion af
the contract. Priar ta any ex�enditure being incurred, #he Wafer Department has the responsibility af
verifying the a�ailability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccount Proj�ct Program ctiviiy Budgefi Reference # moun
ID ID Y�ar (CharEfield 2)
FROM
Fund Departmenf
ID
unt�Project Program
ID
ivify Budge�
Year
Reference # jAmou
Chartfield 2) �
CERTIFICATIONS:
5ubmifted for Ciiy Manager`s Office by_
Origina�ing i]epartment Heacl:
Additional Information Contaci:
Dana Burghdaff (SQ�8)
ChriS Harder {502Q)
David Townsend (8430)
ATTACHMENT5
9 . 60WSGEN-CR�SCENT funds availability,pdf {�ubl�c)
2.6DWSG�N-CRESCENT 56 02 A022(r2},doex (Pubiio)
3. 60WSGEN-Cf2ESCENT 1295.pdf (CFW Iniernaq
4. 60WSGERI-CRESCENT Compliance Memo.pdf (CFW Internal)
5. 6aWSGElV-CRESCENT MAP {WWT�),pdf (Public}
6. 60WSG�Id-CR�SCEiVT PBS CP�1 143410.pdf (Public)
7. 60WSGE�!-CF��SC�iVT SAM.pdf (C�W Interna�)
8. 60WSGEN-CRESCENT Updated FID table,xlsx (CFW lnterr�aq
a
0
�
�
49
h7
�
C]
�
�
n
�
�
�
�
y
w
a
�
00 05 ] 0 - 1
PviAYORANI} G�lJNC1L COMMLit�IICATfON (Ivi&C)
Page 1 of 1
sEcz�oN ao as �o
MAYOR AND CO[7NCIL COMMUNICATION {M&C}
END OF SECTI�N
CITY OP PORT �VORTFI iVeslside JYr+rer Ti•ent�nertt Yla»! T3ackup Geiaerato�'s
S"t'ANpARD CONSTRUCTION SPI;C:IrICA`C�tOI�3 T]OCU�1F,Af'!'S CITYYRd1GCTrVUd•IBER: 10341D
Aevised ]i3iy 1, 2Ql 1
oa0000- �
DI;SiGN PROFL:SSIONAL 5€:ALS
E'a�e 1 of 3
SF,CTION 00 00 00
DESTGN PROFESSIONAL SEALS
1SSU�D FOft I3ID 5peci�cation Sections Sealed
THE 5�AL THAT O#tIG[NALLY DIV 00
APPEARED ON TH1S DOCUM�NT DIV O1
WAS AUTHORIZEQ BY CNAR�[E DIV 02
ERWIN, P.E., TEXAS N0. 11884� DIV 09
ON NOVfMBER 15, 2021. FREESE DIV 31 {e�Ce�)t 31 G3 29)
AND NICHOLS, INC,TEXAS DIV 32
REGISTERED �NG[NEEftING fIRM DIV 33
F- 2144. AI.TERATIdN OF A
SEALED �OCUMENT WIT�iQ�JT
PROPER NOTIFiCATiON OF TH�
RESPaNSIBLE ENG[NEER 15 AiV
OFFEN5� IfNDER THE TEXAS
ENGINEERING PRACTIC� AC7.
[SSU�D FOI2 13ID Specificatio�i Sectiovs Sealec�
THE SEAL THAT ORIGINA�LY DIV 03
APP�AR�D ON �HIS DIV OS
DOCUMENT WAS AUTHORIZED 3 I 63 29
BY MAS�U� MIAN�JI, P.E.,
TEXAS NC}. �34f29 ON
NOVEMBER 15, 202�. �REESE
AND #ViCHOLS, [NC. TEXAS
REGI5TEREt7 ENGINEERING
FiRM F- 2144. ALTERATION OF
A 5EAL�D DOCl1MENT
WI�HQl1T PROPER
NOTIFICATI�N OF TH�
RESPON5IBLE ENGINEER IS AN
DFFENSE UNDER THE TEXAS
11'estside 1V.uer'Cre:�tcEtent I']ant 13acku�� Crenerito�s
City' Prc�jeCt Nuutbcr: 1�3410
�4{1000-2
DESIGN PROFESSIONf1L SEALS
Pa�;e 2 oF 3
ISSU�D FOR [3[1) SE�eciiication 5ecfions Seale[I
TFIE SEAL THAT ORIGINALLY DiV 23
APPEARED ON THI5
DOCUMENi WAS AU7HORIZ�D
BY W. A, YOUNG, P.E., TEXAS
N0, 92746 ON NOVEMBER �S,
2021. FREESE AN� NICHOLS,
iNC, TEXAS REGiSTERE�
ENGINE�RlNG FIRM �- 2144.
Al.T�fiATiON OF A SEALED
(JOCUMENT WITFiOUT PROPER
NOTIFICATkON O� THE
RESPONSlBLE ENGIN�ER IS AiV
OFFENSE UND�it THE TEXAS
ENGINEERING PRACTICE ACT.
ISSU�D I'OR B[D S�}ecific�ition Sections �e�lecl
THE SEAL iHAT QRIGINALLY DIV 26
APPEARED ON T�IIS
DOCUMENT WAS AUTHORIZED
BY MQTI AGGARWAL, P.E.,
T�XAS fVO. 45314 ON
NOVEMBER 15, 2021. GUPTA
AND ASSdCIATES, INC. T�XAS
REGISTERED ENGIN��RENG
FIRM F- 2593. ALT�RATION OF
A SEALED DOCUMENT
W17HC)UT PROP�R
N�TIFICATION OF TH�
it�SPONSIBLE ENGIN�ER IS AN
OFFENSE UN��R THE TEXAS
1Vestsi[Ic 1V�fer �I�re�Etutent i'tant 13;�ck�g� UenerFuurs
Gity Yruject �tirn€�er: ]U3d1#)
Dfl0000-3
D�S1GN PRO��'SSIONAL SEALS
t'age 3 of 3
ISSUCD I'OR BID S]�eciiicatiaci Sectiosis Scale[t
TH� S�AL THAT �RIG[NALLY DIV 40
APPEARED ON TH[S
QQCUM�NT WA5 AUTHQRI��D
BY PUNEET GUPTA, P.E., TEXAS
IVO, 115692 ON NOVEMBER
15, 2021. GUP�A AND
A5SOCIAT�S, fNC. TEXAS
REGISTER�� ENGINEER[NG
FfRM F- 2593. ALTERATiON OF
A SEALED �OCUMENi
WITHOUT PRDPER
NOTIFICATION OF THE
RESPON5EB�E ENGIiV�ER IS AN
OFFE(�SE UNp�fi ThtE TEXAS
cN�� oa� sECT�oN
�1'ests'sde 1�'ater "CrcatEncnt f'lan� Bnckup Gcner�tors
City P��o.ject Nun�bcr: lQ�410
DU (}5 1£1 - I
�IAYC3it A�fD (:Oi1NC[L COMN1lJNICA"I']{)N (A4K.C)
Page 3 ot� I
sccTroN oa os � a
MAYOR AND CQUNCIL COMMUNICATION (M&C)
CND 0[� SCCTI4N
C[7'Y OE� E�OR'1' 1V(}R'I'El !f'esl.sirle lYcuer Treulrneirll'Iun7 Hackup Ge�rei•ulnrs
S�I�AI�Ii7r11ZF) CO1VS'CRLIC7'10� 5P[;CIF[CA'I'IOV [�OClli�II:N`l S C'1T1' 1'1�OJL;'CT i1'U.i1L3ER: �03d1(1
Revised July I, 201 !
aa os ►s.at - i
ADDE�11711M i+f0. l
Ange l af 3
c�-ry o� xo��r wo�7r�
WA'�E�i [IEPARTMEIVT
Westside 'INafier Treatmen� P�an� Backup Generators
City Pro�ec� No. 1034�.0
A���NDIiM NO. 1
Addendum I�a �. issued. D�C�MB�R 23, 20Z�.
Bid R�ceipt Date: JANUA�tY 3.3, 2022
This Addendum #orms part of the Specifications and Conkract Documents and modifies ihe ori�inal
Sp�cifiicaiions and Car�tract Documer��s. Bidders shall acknowiedge rec�ipt af this Ad�endum in the
sp�ce �rovided ��low and ack�owledge r�ceipt o� the outer enveiope in yo�r k�id, Failure to
acknowledge receipt of this addend�am co�ld subject fhe bidder to disqualification,
The Specifica�ions and Contract Oacuments for City Proj�ct No. �03410 are h�reby revised by this
Addenc�um No, � as fallows:
1. TECHNICAL SPECI�ICAI'IONS;
Seciia� 4U 17 13 "invita�ion �a Ridders"
Reference F'age 1, 15� Paragrap�
Madificatio�s: Change date i�at bids �vilf be receive� to January �3, 2022,
Ins�r� the FofIawinq 5ections:
- .... . . �. -. - .. . .. . . �. .� � .�:,AtfdS�ction � � � . .. . , ..-: ..:... . . .. � .. ...
Ap�e�tdix ZR 9,�1 �xcerpt from Weath�rproo� �nclosure Prajec� {Far Informatfon �nly) (Addrri #� }
R�plac� the Foli�winq Sectic�ns;
.,. .,.. ... ., .........�.....:.... . . . .. ... ;
. .� :��':Re�iace Section `� - :. . - �- With Sec�ior�. ..=:� :��� :::�. :,�..: ;
OD �� OQ �id F'orm QO 4� 00 Bid k�roposal Wnrkbaok {Addendum #�)
00 �42 43 Proposal �orm 00 42 43 Prnpasal Forrr� (A�dendum #1)
Westside Wa#e�� Treattt�eitt Plant Backup Ge�ze�-ato€'s
City Projeot T�o. I Q3� I O
oa os �s.o � - z
Ai7DENDUM N0. 1
Page 2 0€3
2. DRAV�ltNGS:
Repiace the Followit�� Sheets:
� . �: �Replace 5heet ' . � �. With Sheet � . .. .
G-3 General Nokes �-3 General Notes (Addencl€�m #�.j
C-2 Propased Slte Pfan C-2 Froposed 5ite PEan (Addertdum t�1)
C-3 Proposed Grading & Drainage Pian C-3 Pro�osed Graciing & Drainage PEan
C-4 Proposed Access Drive &�avi�g Pfan C-4 Proposed Access briv� & Paving Plan [Addendum #ij
C-5 Pa�ing Details I G5 pa�ing i7etails 1(AddendUm #1)
C-5 Paving Details EI C-6 Paving Detafls II (Addendurn #1.)
C-7 �'aving f3etails IU C-7 Paving petails !II �Addendurn #1)
Wesfside tiVater Tre�ttmen€ Plan# Backi�p Generatars
City 1'f•ojectNo. E03410
00 OS IS.O1 - 3
AI)DENUUtvI NO, 1
['��gc 3 a I' 3
Tf�is Addendur� No. 1 forms pa�t of the Specificakions and Contract �ocuments for the above
referenced praject and modifies the original Pr�ject Manual & Contract documer�ts of same.
Ac4<nowledge your receipt of Addendum No, 1 by completing the requssted information af the follawing
locations:
(9) in the space pravided in Section 00 �41 00, Bid Form, f�age 3 of 3, and
(2) indicate in upper case lelters on the outside of your sealed bid �nveiope
`RECElVEL� AND ACKNOWLEDGED ADDENDUM NO. 9"
IncEucte a signed co�y of Add�ndum No, 1 in the sealed bid envelope at the tirne of bid submittaf,
Failure to ack<nowledge receipt o# Addendum No, 1 1�eiow could cause the subject bidder to be
cansidered "NONRESP�I�SIV�", resulting in disqualification.
Adde�dum No. 1 Christopher Harcier, P.�.
R�C�IPT Kf�O L G Director, Water De ri e t
�y: �y:
~bll � � J f
�a.- ci� , � ire res ent Tony Sho ola, P. �,
Company:_ Crescent Constructors, Inc. __ Assiskant Di��ector, Water Department
�ND OF ADD�NDUM N�. 1
VJeslsidc IVater'll•eatuienl Plai�t liacl�up Gcneralnrs
C'ily ['r�jecl �a, 103�a1U
ao ns �s.az - �
AB13ElVRUM Nd. 2
Page 1 nf 2
CITY OF FORT WU#�TH
WATEFt D�PAR3MENT
1Nestside Water Trea�ment Plant Backup Genera�tors
Ci�y Projec� No.
ADD�NdUM NO. 2
Addendum No 2 is5ued: JANUARY 6, 2022
�"his Ad�endum forms par� af the Specificatiarts and Contrac� Do�uments ar�d modifies th� origi�al
5pecif[catiar�s and Contract Dacuments. Bidders sha[I ac�cnowledge receipt of this Addendum i� the
space provided below and ackr�ow[edge recei�t on the nuter �nve[ope in your �id. �ailure ta
ac(cnawledge receipt of this addendum could subjec� the bidder to disqualification.
The Sp�cifications and Contrac[ Documents for C[ty Project No. 7.03410 are hereby revis�d by this
Addendum Na. 2 as foflows:
1. TECHMCAL. SPECIFICATIONS:
Re�lace the Followinq Sactions:
ReplaceSection ` `
26 27 13 Power Metering and Protective Relays
`Wit�t Section
26 27 �3 Power Metering and Procectiv� Relays
2. DRAWICVGS:
Repface the Fo[lawin� 5heets:
. Replace Sheet _ With Sheet
E-�15TANDARD Q�TAILS - VII �-11 SiANDAR[� D�TAILS - VI1
E-12 STAN�A{tD DETAILS -Vll� E-12 STANDARD DETAILS - Vllf
EB-1� �80V MCC-fB ON� LIlVE DIAGRAM E&�.2 �$OV MCGE6 ON� LiNE �IAGRAM
�8-14 PANELBOARD DiAGRAM �8-14 PA[�ELBOAR[� DIAGRAM
EB-19 ELECTRICAL BUIL[31NG LIGHTI[VG ANU EB-19 EL�CTRICAL BUILDINC� l.1GHTING AND
RECEPTAC�.E PLAN RECEPTACL� PLAN
Westside Water Tr�acment Plant Backap Gett�rators
Ci[y Project Na. 10341.Q
00 OS I S.Q2 - 2
AUI)kiN[�Ulvt T�O. 2
r;�gc z of z
This Adder�dum No. 2 forms part of the Specifications a�d Contract Documents for khe above
referenced project and modifies the original Project Manual & Contract docume�ts of same,
Acknowledge yo�r receipt of Addendum Na. 2 by compieting the requested information at the following
lacations:
(1) in khe space provided in Section 00 41 00, Bid Form, Page 3 of 3, anc!
(2) indicate in u�per case letters on the ouiside of your sealed bid envelape
"RECElVED AND ACKNOWL�DGED ADDENDUM NQ. 2"
Include a signed copy of Add�ndum No. 2 in #}�e sealed bid envelope at the time of bid submiftal.
Failure to acknowledge r�c�ipt of Addendum Na. 2 below could cause the subject bidcler ko be
considered "NONRES�ON51V�", resulting in disqualification.
Addendum Nn. 2
RECEIPT KNO L. G D:
By:
I3� �i tivell, Vic Y �dei
Company:_ Crescent Constructors,_Inc.
Christapher Narcier, P,E.
Qirector, Water De art ie t
. �U� ��D����
By, �
Tony Sholola, P.E.
Assistant Director, Waker Department
�ND OF ADD�NDUM NO. 2
GVcsEside 1lratcr'I'�-calmci3l f'1�3�i1 13acF;up Gcncrulors
City Pro,jccl T�fo. 103A1b
000515.63-1
ADD�NDUM Nd. 3
Page 1 of 2
CI�'Y OF FORT WORTH
WATER p�PARTM�iVT
Westside Water Treatment P1an� Backup Generators
City Project No.
App�NDE1M NO. 3
Acidendum No 3 iss�ed; JAiVUARY 11, �02z
This Addendum fprms part of the Specifications ar�d Contract Documents and rnodifies the original
Specifications and Cantract Dacume�nts. Bidders shal! acknowiedge receipt of this A�dendum in the
space provided belaw and acknowledge rec�ipt on the outer envelape in yo�r bid, �ai[ure to
acEcnowledge receipt of this addendum cou[d subject the bidder to disqualification.
The Speci�ications ar�d Contract Documents for City Project No, 10�41.� are hereby revised by this
Addendum Na. 3 as fallows:
1. TECHNtCAL SPECIFICATIONS:
lnsert the Followinc� Sections:
, , . Add Section - ,
Section 4fl 97 40 5ecurity System
Westside Water Treatment Plant Backup Generators
City Praject lYo. 103410
00 05 I 5.03 - 2
AbllENDUIvI NO. 3
P<<gc 2 of 2
This Addendum No. 3 forms part of the Specifications ancl Contract Docurnents far the above
referencec� �roject and modifies the original Project Manua! & Contract documents of same.
Acknowiecige your receipt of Add�ndiim No. 3 by compl�iing the requ�sted information at the following
locations;
{1) in the space provided in Section 00 41 00, Bid F'orm, Page 3 of 3, and
(2) indicate in upper case letters on the autside of yaur seafed bid envelope
"RECElVED AND ACKNOWLEDGED ADDENDUM NO. 3"
I�clude a signed ca�y of Addendum No. 3 in the sealed bid envelope at the time of bid submittal.
Failure to acknowtedge recei�t of Addendum No. 3 below caulc! cause ihe subject bidder to be
considered "NONR�SPONSIV�", resulting in disqualification,
Addendum No. 3
REC�IF'T CKNO D E ,
�y:
D: 1 we11, V e Presic�e»t
Cvmpany: Crescent Constructors Inc.
ChristQpher Narder, P.E..
Direcior, Water Dep rt `nt
�;
gY�...... �'>!l �/J l.] �' �J �
Tany Sholola, P.�.
Ass{stant Qirectar, Water Department
END O� ADD�NDUM N�. 3
I�IrC51SIdC Wi1lC�-'E�I'Ck111i1C[il P�ant i3ackup Genc�<�tors
C'ilyP��njeelAln. ]0341()
c�rj ns � s - �
E�a�.�z:tv��n
Page l of 1
SCCTION 00 OS i5
AI7D�ND�
Ac1de��clu��� No, l — 12/231202I
Adde��dum No. 2 — 01/�612022
Addendum i�o. 3-- 0111 112(}22
�ND O� SCCTION
CI'I'Y O[� I�OR'I' 1V(?R'CH R'estside !I'uler'1'realute�tl Pla�ii I3c�cktrp Ge�ierurors
5'I'At�DAli1a CO�fS"FEtI,IC"IION SPECIP[Cr1'I'lOi1 [3OCU�9F.11��5 CITI'PRf1JlCT,I'U�1-Ifih.�l�: 703�1111
Revised Ji�1�° l, 201 i
OQ 35 I3
CONFLICT OP ]NI'EREST AFFIDAVI7'
Page � nf 1
SECTIUN DO 3S l3
C4NFLICT OF INTEREST STATEMEN'I'
Each bidder, offeror or respondent to a Ciry of Fort Worth procurement is requii�ed to complete �
Canflict o�Iute��est Questionnaire or certify that one is current and on ��e with the City
Secretaty's O£fice pursuant to stace la�v,
Tf a nienlbe�• of the Fort WQrth Ciiy Council, any orae o�• imore of tt�e City Manager or Assistant
City M�nagers, or an agent of the City �vho exe�'cises discretian in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated wiih your company, then
a l.oc�t Gove��nine��t O�icer Co►iflicts Disclosure Statecnent {CIS) may be required.
You are urged to constilt.vith counset regarding the applicability of tliese forn�s and Local
Goveinment Code Chapter 176 to your company.
The refe�enced forms �nay be dotvnioaded fi•oEn the iinlcs provided belo�v.
htt s:/hv�vw.etiiics.statclx.l�s/data/iormslcanl7ict/CI . df
ttttps:l/�v�vw.etl�ics.st�tte.tx,us/datalfarflislconflict/CIS.qdf
i •- i
�
��
�
�
CIQ Form is on file witt� City Secretaty
CIQ Fot'm is being �ro�ided to the City Sec�'etary
CIS �'oim does uat apply
CIS Faim is on Fite with City Secretary
CIS Form is being pro�ided ta the City Secretary
BIDDER:
Crescent Co�istructors, liic� By: Da<<id C�Id��Tell
Company ase Pr' t)
2560 Technolo�� Dri��e, Ske 400 __ _ Si�natu��e:
Address
Plano, Ta. 7�07�4 Titic: Vice Presidejit
CirylState/Zip (Please Print)
�ND OF SECTIUN
CTI'Y OF FOTL7' lL'ORTH f� eslside �i'nler Trealuienl Plmrt liarkarp Ger�ernda�s
STANDAELD CONSTRUCTION SI'ECIFICATiON BOCU�IENT5 CfTY PROJECT NU,LIIiER: 103410
Revised Pebn�ary 24, 2U2Q
Unanimous Consent of Directors
in Lieu of Special Meeting of
Board of Directors of Cresceni Consirucfors, Inc.
Th� undersigne�, being all the directors of Crescent Constructars, Inc., a Texas
corporation (the "Corporation"), do hereby conser�t to �he waiver of all nvtices requir�d
for a spacial meeting vf th� Board af Directors and, pursuant to the provisions of
Section 6.2p1(�) of the T�xp,s Bus�tv�ss OR�A�v�zar�o�s Co�� ar�d the Gorporation's
meeiing of the Board o� Directors:
Efection of Officers and Authorized Duties
RESOLVED, th� following persons are electe� to the offices se# �or�h besi�e
eac� person's name to serve fnr the ensuing corporate year or un#i� iheir successors
have been du�y elected and qualified:
Name Office
Mic�aef Daigre President
David Caldwell Vice President
l.isa Hifl Secretary
�.isa Hill Treasurer
RESQLVED, the Vice President, when #he President is unavailable, is here�y
authorized io submit bids far canstruc#ion contraots and ta execute cons�ruation
cantracts, in additian ta any change orders r�latad to same, by and befween the
Corporation and any constructior� project owner.
RESOLV�D, the Secretary is hereby authorized to certify and attes# any bi� or
contrac# documen�s executed �y the President or the Vice President.
RESOLVED, the Treasurer is hereby authorized ta be a signatory on ihe
C�r�oration's bank operating acca�r�t and sign checks authorized by the Presider�t or
the Vice President.
Ra#ificatian of Past Acts
RESOLVED, the acts a�d fransac�io�s that have been �alidiy taken or made by
the offlcers of the Corparatior� sinc� the date of fhe last annuai meetir�g of #he Baard af
pirectors, or the consen# i� lieu of annual meeting, and before the date of this oonsent,
are he�eby ratified in afl respects.
Further Instructions to Officers
RESOLVED, the Secretary af ihe Corporation is di�ected to file this consent in
the minute book of th� Corpora#ion and, further, �he afficers of the Corporation are
hereby authoriz�d and directed to execute and d�liv�r a�l documents, to waive all
co�ditions, and ta do ail things necessary or helpful to carry ou# t�e purposes of the
foregoing r�solutians. A11 acts of the officers of the Corparation that are consisk�nt with
th� intenk of the above resalutions are hereby ratified and a�opted in all respects as the
acts af th� Corporation.
IN WITNESS WHEREOF, the undersigned executed this Unanimous Consent (in
Lieu of Special Meeting} af the Board of Dir�ctors effective as of tfi�e 'Ist day of
September, 2021.
Director:
�.
Michael Daigre,
?�.� �� 8 0 5 12 : 13 �>
Carpoc�tians 5cr.tiuit
�3.0.�0�: i���•;
Austin, 'fzx;:s 73711-3b4'T
H�rr•ison S�,�ol; E81'7) 3�$—Q4£1'7 �.3
��;���i� F� �Zo�er'�y'�lliams
�;, 5ecretaty of 5i•r.t?
� � ���� �'�
1,� �'t .� } �i
� '���
�:��r� a� ��� ����°�t�x� �� ���f�
���T�'i�.�`�`J� ��' :E����'��"�zC�I�
��
�'#.�.� ��.���v'"�' CO:f���'�UC �€'s 33.��, l:�f.:.
t�i�irs�; Nuniber: 840S3�b�'?
�l�':� tuid�r�s�ui, as �et:r��cy oT �`1ar�. oi Texas, lier�by ce�t�i�z�s tha# Arucie.� a�' #�sco:��oaar�an (or �ne
abav� na.�ied cc�rpora�zon l��ve b�n received in rh�s of�sce anc� have been fa�d to c:o»brrn tc� law.
Ar.cardialgly, t�e [1.�de�sigt�ed, �5 SeCret2ry of S�, and �,y viriuz o� dZe authoriiy �v��ted in i�i� Secrecazy
by !au�, hereby issaes is�is Certifi�cafe o%' Incorporation_
Iss�Gv of r�ii;; C��uSacate ox �nw�para�ion d�es r�ai asiilio� t3�e usg of a�nars�� ix► t:nis state ir1 vialaiEon
o� tnc ri;�its of �norher un.dwf �}ic £ed�ral Txade�s��. Act ox 1945, thu 1'e�s trademark la�u�, tne �:;,sszm�i
�3�siness or Frofessior,a� Naa~r�E Act, or the r.or�s�ion la,�r.
Datied: (38l�Si?U05
E�:'ect�ve: OSI 1�1'l U OS
���,`�_:-,� ��,1
�� �-� � . �
� �� �� ��
�
i' '�,�� �` f.�
��;_� � ,; j� .���,.f .
� � . r__-. �'= �� '���''
f �� �j��� ' ��
�� 1� � ,.r?6v_ � �'�.�r
n
� a
, �,` ;�`
Roger �Viiliama
Secret4z'y of Stace
Cu,�:� v:>i[ us on che intcrnsc ac hrn�://wwtiv.sos.scate.nc.usl
':''L��":: (�]::; �at_�-.�.iS;� ��ax: (Si2) ;63-5'?Q9
��[2M2I'Z� t}y: 1_��;lE �r�0llC� 1 I 1`: 7-I-:
CJoc�,��ent: 1 q0�473 S C002
�g 1'es i�5 :2: I��� Harri.son 5°t.�ck (81`7J 348-p4tJ? �. �
to t�e Fiyla;vs n$� �Yte Coi'�o��ati�>s�. '}�lle I12�71r'. and a�d� ess �� �e �ersons whc� arU t�� serv4
as �ae i7!iti..l directors are:
�Riclaael (:r. D�i�e
11{)0 G[-��.ned1 llrive
:t�icf��� cisotl, �:CLx�s "1 �0�3 l
�t�f�����.:r,ls; t:'�.
�'U�U��;
Tnw �iur�os� or pw•�ses .£'or �vhzcEi �he Ccjrpaza�ion is �r�;ariz��i shall be 30
�iz�ag� (i) ���teratiy i3t the �o�+��'uctiun, a��turauoz� u�� �epa�r of�b��i��iirins ar stru.ctt��es an
real �;statc; (ii) thw ?`�a� �s�t., b�siness, incl�dinp; �ttY rzat li�ni�et� io, the pL�rct�ase,
���provar�?�,::i, d�v�lc,�rn�t, 1�-asii��, sal� a.�d exc[ta:�ag� oi' re��l ws�at�; ar�c� (iii� in arty
l�rc�fu] pu�pose or ,��}r�o�es fhai •�� coni�rreri oa� cr3����ora�iuns e�n�dti,� tk�e la��s c�f tt-se gtdie
U�.�1'e;�as r��ct e�asY as� ri�c�ssatti oi circ�i.�c;r in ec��ection wi�z that�u�ase.
�.�'�i;I,� ��T,
�� � STFUC�lR�
7.1. Gl�:�se�o� 5hares. TR4 Cni'�1Oia$i0I1 Tndy 155L�0 #'�Ifl cla�;ses a� ��2a�es,
des�piateci 4s Class A a�ld Cla�s B, The �.urpoiation may isst:G a totai o.f St?O,U00 sk�ases.
'Z`hc autk�Uriz� nuxrioer of Cl�ss � s��es is ZSU,OQ� and �e par va1u� af each i� �1.�0.
:�.�;?e a���o'-ized ��umber o�' C3ass A s�.ares is 25U,QOs), wiii.ch sh,��:s an� •xit�an:t paY va�u�.
`!'>>e �.;1ass A sl�a�:es as�c co�trnon si�are.s. The Class ]3 shares rnust �e issued as Yullv p�id,
rfona.�essable shares_
%.2. [::�ass 3� S�ra��s. "�'��e C'iass � si�arc:s s?�all n�Y %L ias23ect zn �eric;�. "Lhc.
�:��ss �3 sn�res ��'� c1�:��graat;,ct �s �z�velve percezt� (k2%) c!�rttulaii�vE, �har�s. ��esF• s?�ates
s�aall be ��id c�un�lative divide��c�s at t�e an.E.tual rate ai t�����ve �erGen� (��%}, a.s set forth
in Y:�ra��aph '7.3 b�law, �re nonparticipa�ting as s�t �'arth i�t �aragrauf� ''1.� �elu�v, ��-e
nor.covrriible � stit for� i:ci �ar�Zgraplz r'.5 belosv, ar� c,a�lablu or i�atie�si�ble by ihe
Gor�sc�xati�n �s Get forth in Para�-eph 7.b balow, and have ghe voting nghts as 5et fQ1�lh in
�8L3P�"3a7}� 7.7 Y}4]01V.
7.3. S3iYidcnds. �'hc Glass ?; s3�archoldvrs ar� znrit�cd to recei�v� c�ividends our
o� any �iznds Zecaliy avaiiable 5:'v►� +hat �ur��ose at the a�lnu�.� :ate of tvrelv� percc:�.i (12%)
nf ilc; pa� valtiee. astd no tnore, payabie ii� cash at Y�e i.nt�i-�r�.ls �taat the �3Uard oi Dire�tors
rnay fram titn� to rime d�ter�ine, i-h� divide�d.� tiva4i accrue fi:oi�r► �a� d�te. the C}.ass }3
sr�arc;5 ar� issued and are consid�rcd tq zc��uE iron� �lay to day, tv�aet�� or not ears�ed ar
clec4s�ec�. `I'he dividenc�s wali bti payrable before any clividends ar� pasd, dcclarec�, or. sct
apart for the Class A shar�s. Fi�ally, �he dividencis axe curnuiaYk�-e so �}ias: iC ior any
Arrialcs of Incorooration for Cresceat Con.structors, inc.
g 18 05 3�:13p Harrison Stc�� (�1'71 �wa-v�u� ,
A��!'IC:X,�� C3� ��4�'CD�'C3�tA'�C�(3�d
u�
�.���C?�C'1�,���'�' �;���Si�,U��:���.�, �r��a.
�'tie �.d�rsigiec� �atueal �ersan og t?ae a"e c�f t,�r; r��y..on� (2k.) }�eu�s ox �t�oa�, is a
ci�izen of th�; 5tate o�' �c-xa�, acting a5 u`�cnrpnrZ�or Uz t! Cor�oration �nc�er �the 'J'Fxrls
�3uS1N�ss CORPo��7�bt� AC!', uid her��y ac�opcs t�ae i�7llu���in� Articies o� � 3ern-��ok�tion
zor such Cozpara.tian:
� :t�`� ���,� I.
�v�i�
'�'�.e narne oft�e Gorpora;io3i i.s CRESC��I'I' CC)�5'�`R�C�'O'RS, l.�NC.
t-L'i:T'Xi:�.,�. �X.
�li���Y�N
Th� Cozpo��aYion's pe�iad of d�a�iion is �ie�p�t-�al.
�:�t'1:I�]L� 1T�.
�'k�CN t:� �t�S. O �T� G�£
Tt�e adc�r�s af th� Corporatior�'s ��-incipz4 a�fic� is:
I1f)U G�3�nell �rive
Ric}7��sou, Texas 75�81
A�2x�CL� IV4
�:�i��'E�D t]�`�CE A�'D A�G�N'�`
The streeE atidxess of #1�e Carpo�~a�on's i�.itia; registered n�fice is 1�UU !;inclair
$ui�dinb, .5 I2 �VS�n. SSreei, �'os�t ��,'ar�h, Tex�S 76 i 02, antE �'he natn� of its u3itia] re�isiesed
age•nt at such actdress is �'oby W. Suriee.
AR"�'ICL� V.
DIR L'.`TC3�Ey
Ttie �umber of �irec.tors coz�stit�tisEg the aa�i�ial Board af Directozs is C]ne (I)-
�7ie nusa�ber r��c�irectors may �e inc���ased or dc:cre�5ed from �irne to rime by a�n�nd?ne�,t
,lrricl!� o� iiicoap4�a�ioi� for CtzS��e�cC Car:s��ctu�s, Inc. � -------1
ao i i �3
iNvrrn�r�ou ���o ����DLrts
I'age ] ol 3
S�CTION 00 11 13
INViTATION TO BIDDERS
R�C�II'T OF I3IDS
Sealed bids for the consh•uciion oF Westside Water Treaf�nent 1'lant 13��cicup Generatars City
Project Na. 103�110 ("Project"} �vili be received by the City of Fort Worth Purchasing Office utttil
1:34 P.M. CST, TI1lIt'S[�Ry, Jauuary 13, 2022 as ftu•ther described belo�v:
City of Fort Wortl�
Piu'chasi��g Di�ision
200 Texas Street
Fort Wortlf, 'Ce�as 76102
Bic�s wifl be acce�ted by: US Mail, Cour�er, Fec�Ex or hand delivery at the �idtiress above;
Bids ���ill be opeiyec� publicly ancl read aloud �t 2:00 1'M CST in khe City Council Chambers.
in lieu of delivering completed Business Equity (M/WBE) forms for the p��oject to tite P�u•chasing
Office, bidc�e3�s shall e-mail the conapleted Business Equity forms to the City Project Manager no
later tl��n 2:00 PNI at� the second City Business day after the bid opettin�; ciate, exclusive of khe
bid opening date.
GENCRAL DESCR1PT10N OF WORK
The major �vork ��ill consist of the (app�'o�in3ate) follo�v�ng: Peo��ide for the consteuction,
install�tion, start�►� services foe t�va diesel backup generators, foundatians and platforms for cach,
assaciated ducti��g atld electrical equipinent. Constr��ct and install the sla�, foundation, and
associ�ted mecl�anical �nd electrical equipment for a pre-cast electri�al btiilding hotisi�ig th►•ee
large h'ansfo�'mers.
PR�QUALIFICATION
Certain improvemenks included in this project must he perfornied by a contE-actor or designated
subcontractor �vho is gre-quaiifiecl by the City at t��e time of bici opening. Tiie proceclures �or
qualification and pre-qualific�tion are outlined in tl�e Section 3 of 00 21 13 -- INSTRUC�'IONS
7'O BIDDERS.
DOCU]VI�NT �XA1V11NATlON AND PROCURC1bIENTS
The Siddin� a�ic� Cot�track Doc��ments m�y be cxaini��ed or obtained on-line l�y visiti�ig c��c City
of Fort Worfh's Ps�rchasi�zg Division wel�site at https:l/cjocs.l�360.a��tc�cicsl:.�oj��/slia3�cs/50�11 t�a3a-
7�cb-�} l i7}-a32�-�9394�3�5�}ci2c and clicking on the lii�k to ihe ad�eY'tise<l projeet fo[ders on tEie
City's elect�'a�iic cloci�me3�t mai�a�;ement and collaboratio�s systcui site. `T�he Cont�'act Docume�tts
may bc cio�vnloaded, �ie«�eci, and prir�tecl6y interested eontractors and/or su����liers.
Physical copies of tlte Docu��ients �arill not be provided b}r the City o3� Dcsig�i E�igineer �s p�rt of
tl�e Bidding process.
�XPRESSION OF INT�RS�ST
CfCY OI POR'I' 11�O12'CfI 1Vestsidc 1Yatcr"Creatm�nt Plant Rnckup Gcnerators
5'CANUARD CONS'l�RUC7'10�I SPF.C]P[G17'lOV DOCU\9ENT Ci1�' 1'rnjec� A4urrGer: �(13d10
lte��isecl 7/i9l2021 �lddendum O1
UU ll 13
INVI7'A"!'ION ]'O BII)l)�;RS
P�i�c 2 ul'3
Tc� e«sure pote�itial bidclers aE•e kept t�p to date af any ne�� inFormatioi� pertinent to this p�•ojcet, all
intc►•ested parties are requested to e�»ail Expressio��s of Intei•est ii� this pi•ocui•emettt to the City
Project Manager aE�d the Desigil L;i�giileer. The email sljould iitclude the company's ��ame,
contact person and that itldivic[ual's eni�il �dc{ress �nd phone ttiumbe�•. All Addendl �vill be
distributed diE�ectly to ti�ose ��ho llave expressed �n interest in the ��rocure�ttet�t ai�d �vill also be
posEecl in the City ot�Fort Wortl�'s purcltasing �vel�site at http://frn�t�vorthte�as.+�nv/��tn-chasin�,/
1'REf3ID CONFCRCNCC — Web Co�ifez•e��ce
A prebid confere��ce will be helcl as clisetisseCi in Section UO 2I 13 - INSTRUCTIONS TO
[3IDDERS at tf�e fallo�vi��g clate, auc3 lii»e via a web covfet�eucing ap�Iic�tiort:
DAT�: Decembee l6, 2021
TIME: 1 D:00 �1M
InWikations wit�� tinks to the �veb co��ferei�cing applic�tion �vill be dist�'ibuted c�irectly ta those
�vllo l�ave submitted a�f Expressioi� of Ii�tecest.
PR�I3ID SIT� VISIT
A prebicl site �isil ��ill be held oRt site ak khe Westsidc W�ter Treatment Plant �t thc follo�ving date
anti time:
DAT�: I�ecembei• 16, 2021
TINI�: 2:OQ PM
Invitations to the site visit ���ill be distributecl directly lo those «fho have submikted an Expression
of Interest a�ic! requesf the site visik,
IFa prebid conference is I�eld, the presentation ai�d atty questions �nd �ns�vers providec! at the
peebid conferenee �vi11 be issued as a�t Addencium to tk�c call Far bids. [f a p�•ebict conFere«ce is not
E�ei��g held, prospective bidders can e-maii questions or comments ii� accordance with Section G
of the Instructions to Bidders reFeE•e��ced above to ihe project nianager(s) at the e-mail addresses
listed belo���. Emailcci questions �vil1 s�tffice �s "ques[ions in ���eikit�g." Ifnecess�ry, Adde�lda wrill
be issueci pursuant to the Inslructions to Bicidees.
CITY'S RICHT T4 ACC�Y"C' OK R�J�CT E3IDS
City reserves the right to ��aive irregulaeities and to accept or reject a�ly or a�l bids.
A1�VARD
City will �►�vard � contract to the Biddei• presenting Ehe lo�vest pcice, c�ualiticakio��s ancl
competencies consictered.
TNQUIIZIGS
All inc�t�iries relative to tltis procure�»cift sllould l�e addressed to the follo�ving:
Athl: D�vid To�v«seiid, City c�f Part Woi•th
Email; 1)��vicl.tu�vnsci7d(r?focl�vi�rihtexas.����v
Phc�ile: 8 l 7-392-8430 A ____
AND/OR
Attn: Charlie Erwin, Freese and Nichols, [nc.
E��iail: charlie.er�vin(ir�t�reese.com
Phone: 817-735-7212
A1)V�RTIS�NICNT DAT�S
December 2, 2021
C[TY Of �'ORT 11'OK`f'FI 11'estside 15'ater "frcatment ]'lanl 131ckup Ucnc�t3tors
S7'ANI]AIZI) CONS'[ 1ZUC I ION SPCC]P[CATION DOCU�1k;N'I Citi� f'rojerj r1'ir�i�ber: !(}3d!!!
ltevised 7/1912U21
�n � i �3
»vvrrn�r�o� �ro E3��>iat:izs
�'a�e 3 0l'3
veCel3lbel' 9, 2�21
�ND OF S�CTION
CI'I'Y Oi� I�OIZ'[' 11'�IZ'I�I! 1Uestsicic Natcr'[YeatiE�cnt Plai3t k3ack�ip Cene3�atan
S'f�1�DAR{] CONSTRUC"['I(?N 51'F:C1P[CA7'i()I�; [?OCUMBN'I' Ci�s' Pf'ajecf r1'r�niGer: 103d1(1
[tcvised 7/19/2021 .
nozi i3
INS'fkUCfIONS TO RI[)Dk?KS
{�.i}}C � U� � ��
S�:CTION Oi} 21 13
INSTRUC`i'�DNS TO BIDDEIZS
1. Defined Terms
1.1. Capitalized ter���s tiscd in these 1NSTRUCTIQNS TO BIDDERS are deFined in Sectiott
40 72 40 - GENERAL CONDITIONS.
1.2. Certain aclditional terms used in thesc 1NSTRUCT�ONS TO E3IDDERS have ti�e
i�-�eanings indicated belo��� nrhickf are applicable to hoth Ehe singul�r and plural thereof.
1.2. I. Bidder: Atty persan, firm, parknership, Cd[ll�)3i1)�, association, or corporation actir►g
ciieectfy through a duly authot'izecl represent�tive, sub��aitting a i�id For perforuii�lg
the �vork contemplated under the Contract Doci�ulents.
1.2.2. Nonresident Bidder: Any ��eeson, f�rm, part«ersl�ip, co�n�any, association, or
CO['�)OI'c�tlOri �C�LIl�T C�11'eCta}r t}u•ougli a dul}' Sllt�l01'LZeCI 1'e�)1'�SeEli&11Ve, s�►bmitting a
bid for performing tk�e «�ork cantemplatcd under tkze Conti�act Documents ��hose
pi�incipal place of 61�si��ess is not in tEfe St��te of Texas.
I.2.3. Successful �3idder: Tl�e lo�vest res��onsible and responsive Bidder to �vltoi» City
(on the basis of City's evaluation as I�ereinafter pra��ided} makes an a�vard.
2. Co�ies of I3idding Dncume��ts
2.1. Neitk�er Cit}� nor Engi�ieer shall ass�uiie any responsi�ility fo�� errors or misinterl}retatia�ls
resulting fi•om tt�e Bidders use of iiicojnplete sets af Biddit�g Dactune��ts.
2.2. City and E«gineer in makin� copies of Bidcling Doetnnents avail�ble cfo so only for the
purpose of obtaining Bids foe the Work a��d do »ot a«thorize or co�3fer a license or grant
for any other use,
3. Prequalification of Bidders (P�•ime Contr�ctors and Subcoi�tractors)
3. i. Biddcrs or their c�esig��ated subconteactors are required to be prec�ualitied for the �vorlc
types reqtiiring prec�ualification �s per Sections OQ 45 11 BIDDERS
PREQUAI.iFICATIONS and 00 45 l2 PREQUALIFTCATION STATEMENT. Fii•ms
seelci�fg �re-qualificatia«, must submit the doctu-�-►entatian identified in Section 04 �5 I l
on Section 00 �5 13 PREQUALIFICATION APPLICATION at least seveii (7)
eale�idnr d�tys ��ria�• ta Bid opening fo�• re��ie�v and, if c�ualified, acceptance. The
subcantractors listed by a Sicfder on 04 45 12 must he preqti�li�'ied for tlle app��opriate
�4�ork types. Subcontr�ctors must foflo�v the same timelines as I3idCiers fbr obt�iefing
�i•ec�uali�cation revie�v. Bidckea's or Suk�cont�•actors �vlio are not prec�ualiiied ak khe time
i�icis are o�ened and revie�ved may cause t1�e �id to be rejected.
Prequali�cation rec�uireme«t ���ork types and cfocume��tatio�i are ava�lable by accessing all
rec�Eiired files througE� the City's �vebsite at:
https:llap��s.ti�rt�vorihke��s.��ovlPro,jectllesourc�sl
3. l. l. Paving — Requirenzents dacumec�t loc�ted �t:
C[T1 OP �'ORT 1i'OR'ff i If'e.sLride JPutei� Treulirir�d Plunl Hackrrp Genercifa•s
S'TA�IDARD COi�15"CKUC i'1dN SPEC[310E1 [ IU�! 1)OCU�if:l�]T CIT}' PROJLCT e1'U�1113filt: 1�341D
IZeti�ised/Upd11ec3 rlugusl 1 �, 2U21
of121 13
[NSTRUCTEONS "CO f31f?I)L;RS
Paigc 2 uf 1�
https://a��ps.fort���o��th€e��ks.gc�v/f'rojectRcsources/ResutircesP/02`%20-
%o26Construclion%20Documents/Contractor%20Prec�u�l il Ecatio��/TP W`%2(}Pavi«g
°/n2OCO11tC�Ct01'��o�OPI'CC�Llillli lC�ltl011%20Pro�ram/PREQUA LI �ICATION%,20REQ
LIIREMENTS`%20FOR°/,20PAV�NG`Yo?OCONTRACTORS.pdf
3, I,2. Roadway and Pcdest�'ia�t Ligi�ting — Requirements docunlent locaked at:
hlt 3s:llt� > >s.fort��rortl�te��s.i7o<</Pec��eetlZesuurc�s/Resow�cesP/{}2°/a2U-
%20Construciion%ZODOClI]]le[iiS/C011lfilCtOC%20Prec�ual iFcalion/TP W%20Road«a
%20��r1d%20Pcdesirian%20Li 7htin %20Prec ��alii�catio3�%20Pro =ramISTREET%
201.IG�IT%2UPRE U11L%20R1; MNTS. ��
3.1.3. Water a«d Sa�titary Se��er— Reclui�'ements documcnt located at:
��tt �s:lla > >s.lort�vurtlite��3s.=�ovlPro�ectReso«rceslEZesource5P102%20-
��o2000[1Sil'LICtIOEI%20Documents/Co»tractor%ZOPI'eC�U�lI I I1C�itiDtl/WR�L'I'%20and%2
OSanitary%20Sewer%20Co��t��actor%20P��eqt}al ificatioif%20Pro�rant/ WSS%20p��e
c�ti� I%ZOi'CC�U I1'e[11C11IS.E]C{f
3.2. Each Bidder, unless cu��rent�y pretlu�lified, must submit to City at least seven {7)
c��Iendar d�,ys �n•ior to 13id opening, tl�e docume��tation identified in Section 04 �l5 l 1,
BII�DERS PREQU�LIT'ICATIONS.
3.2.1, Submission of �ndlor questions related to prequalification shotild be �tddressec� to
the City ctmtact as providcd in Paragraph 6. I.
3.3. Tkte City reserves tife ►•i�ht to i•ecitiii•e any pre-qt�alified conteacto�• �vE�a is ti�e apE�arent low
bidcter for a pro�eck to sub���ic sucl� adtlitional inPormatian as tl�e City, in its sole
discretio�i may require, 911CILlCIl17� �]llf IIOt I1I111f2CI t0 111�111�]O�VCC �Il(I eC]lll�]Illel7i 1'GCOI'CjS,
inform�tion a6out key l�ersonnel to Ue �ssigi�ed to the project, anc� constructio« schedule
to assist the City in evalsiati«g anct assessit�g the abiiity of the appa��cnt io�v bidder to
deli�er a quality E�rocj«ct anci successft�lly compEete projects f��r tl�e amount hid �vithin
khe sti}�ulated time ti�ai3�e. k3asect t�pon the City's assess►�ienl of tk�e sub�ititted
lllfpCll�iltfOfl, � 1'eC01171172[1C��1t10[1 ['e��3PCI117� t�l� �iW`<31'(I Of�� CO[1L1'�Cr 1V11I he lll�lC�e iO iElE
City Cot�ncil. I�ailure to s�sb���il the additional information, if rec�uested, may be �;rounds
foi• rejeeiic�g fl�e appareitt la« bidder as nc�«-res��onsive. Aff'eeteci cant�'actors will l�e
noti�ed in �vriting of � recnmme��datio�i to ti�e City Cos�ncil.
3.4. In adctitio�f to prequali�cation, additional requirements for qualiticatio« m�y be rec�uired
�vitliin various sections of the Co��fi'act Dpcume�7ts.
3.5. [NOT USI�D]
Cff�Y OE' FORT I��OIt'I�I�I fI'esi.si�le If'rrter Ti•enlme�r! 1'lun7 Llrrck�rp Gc»et�cuvrs�
S�1'ANDA]i[J C'ONS'f1ZUCTl0�1 SPECIF[CATff)N [)OCUME�l7' {,1'1'}' P1dOJECT�1'U.IIBCIt: 1(T3d10
1LevisedrUpd<ucd Augiist 13, 2021
OU2[ 13
lN5"CRt1C 1'IC)N5 'Cf3 B[E]DERS
r��4 � or i o
�1.
I;xaminatio�� oi" Biddin� a�Yd Cor�h�aet Doci�mc�its, Other Related Data, and Site
4.1. BeFo►-e submitting a�3id, eackt Bidcler:
4.1.1. Sh�ll eaa�nia�e a��d ca�•ef��lly stucly the Contract Doc�E�iients anc� otEier i�elated tlata
identifiecl i�f !he Siciding Docu���ents (includit�g "teclinical data" referred to in
Parag�•a�k� 4.2. belo��r}. Nc� i��for���ation give�� by City o�� any repr'ese�ttative o#'the
City ather tisan tl�at coi�►taineci i�1 tkte Ca��t►'�et Doc�u�le��ts snci afficially
p�•o���ufgated addenda tli�reto, sh�fl be binding upon the City.
�, f,2. Sl�otild visit tl�e site to beco»�e familiac- «ith a��d s�tisfy Bid�1e�' as to the �;ene�•al,
local a�icl site conditions tllat �ttay affect cost, pro�;�•ess, perfo��ma»ce or f�►r��isf�ing
of the Work.
4.13. Shall co��sidee feder�l, state a��ci loca[ �,a�Vs at�ci Reg��lations that may affect cost,
progress, perforE�tance o�' ftu'nisl�i�zg of tl-►e Wo►•k.
4.1.�. [NOT US�D]
4.1.5. Sliafl study all: {i} repa��ts of exploratiot�s a►fd tests af s�if�surface co�ldifio��s at or
cantigi�ous to the Site a►�d all ct�•a«<ings of physical conciik[oals rela�ing to e�isti►��;
surface or s��bsiu-face st��uct��res at tl�e Sile {exce��t U�ide�•g�•oii��ci Facilities) tl�at
laat�e �ee�� identified in t1�e Contract Doc��ments as cottEai��i��g relia�le "tecl�nical
data" and (ii} repo�•ls and d�'�«�ings of Hazat•do�is Envi�-oninental Co��clitinns, if a�i}�,
at tl�e Site tllat k�ave been icle��tified in the Coitt�'acE Dac�tttients as containi�g
reliable "tecl���ical clata."
4.1.6. is advised t�iat the Contract Dacuments on file «�it11 tl�e City SEiali canstitfite a[I af
tkie information whicl� tlte City �vill fi�rnisl�. All adc�itional info�-makion and data
tvltich tl�e City �vill s�tpp[y after prom��l�ation o� ti�e faE•��iai Contract Documents
sl�all be isstEed in ttte fa�'��� of �v�•itten adde��cia and sh�ll b�come part oi tlte Cont�•act
Daetiments just as t��attgl� stich addenda �vea'e ackually 4vritten into t1�e origiitial
Contract Doctt�ne��ts. No ir►for�t�atio�j given by tl�� Ciry otl�er kltan that co��tained in
the Cont��act Doc���t�enEs attcl officia[iy promul�ated adctenda thereto, sl�all be
bii�di�1�; ttpon tl�e City.
4.1.7. Sllotticl perform inclepencleni �-esearet�, in�esti�;atio�7s, tests, borin�s, and suely atl�er
means as rnay be ��ecessary to gain a com�3lete kno�vledge of tl�e coEtditions �rrhicf�
���ill �e e�cout�tered d��riitg the canst►'t�etioEf of tlie p�•oject. For prajects «itli
restricted �ccess, upon rec�uest, Cit�� may provid� eacl� Bidde�• aceess ta tt�e site to
coi�d�ict si►cl� examittatiot�s, i�irrestig�tions, eY�loratiot�s, tests and stt�dies as eacl�
�3icldea' dee�»s ��ecessa�y for st�b���ission of a Bid. Bidde�' n�t�st fill �Il Etoles and
clean up anci resto�'e t1�e sitc to its former conditiotzs u��on co�ttpletiot� of st�c1�
exploratioE�s, i��vestigatio��s, tests aEtci st��dies.
C[�Y OF FOR'C IVOF2�FE1 1!'esl.srde 1Pcrler Trealnrerrl Plrriit I3uekrif� Geirerufur,�
S'1'ANDf1Rl) CO�iSTRllCT[ON SI'I�CII�'ICA�I(}N DOCU\�11;N'I' C1Tf'PROJfCI'r!'U�1df3ER: 1I13d if)
Re�-isedlUpdatcd Ai�gust 13, 2021
O() 21 13
INST[ZUC"TIONS']'O E3fC7C)H[tS
1'1bc �4 01' 10
�.�. 5�1fl�� C�eteilllli7e C�le C�If�CU��leS Of t�1e WO['�C �EIE� �i�� iltt�[lE�lil�T CII'Ci][Z15i�itlCeS
��ffecti��g tEfe cost af tic�in� tlte Work, time reqiii��ed for its completion, and obtai�� all
ir�%rmation r�c���irecf ta iiiake a��ropos�l. Bidde�'s sltall rely erclusi�ely and solely
t���on theie o�vn estin�afes, i��vesti�;atio��, �'ese�rcl�, tests, exploratio��s, a��d ptl�e�' data
whicl� a�'e i�ecessaty far fu[I a�id com��lete ii�formakio�� t�E�o�t wE�ich tlie proposal is
to be �ased. It is understood tf�at the submissio�� of � proposa! or bid is p�•iina-facie
e�idence that tlie Sidde�' Itas ntac{e tlie investigafioi�s, exa���in�tio►�s and tests herein
t'equired..
�.1.9. SE�all prol��ptly ��otify City oFall co��flicts, errois, anibiguities o�' discrepa�icies i�i o��
behveen tlic Co�3tract Doeunients ancl sttck� c�tlte�• �•elated doc��«ie«ts. Tl�e Cont�•actot•
shall ��ot take advantage of at�y �;t•oss errar or omissioi� it� the Contract Docu�t�ertts,
a»tt tlie City shall �e per►nitteci to ���ake sucl� correctioats or inte�-pretations as �ttay
be deenleci necessa�y for Fiilii[Imet�t ofi tl�e i�atent of tEie Cae�tt�t�ct Documents.
�.2. Refere►ice is made to Sectioi� 00 73 00 — Su��pleit�ettta��y Co�lditio�is Fo�� identificatia�s of:
�,Z, l, those �'epoets of e��lorakio��s �lllCl t25i5 O�SLlIJ5Ll1'f�iC� C�11CII�tO1lS �li O[' COIli1�TU0i1S Y()
the site whicE� have i�ee�i i�t[Eizecl by City ia� p�'e�a�'atian oF the Cc�ntract Docu►t�ents.
Thc logs oF Soil E3orittgs, if a��y, o►s the plans are for �e���t•al in#'oi'a��atio3� o�-►ly.
Neither the City nor the E�tginee�• gi�a�•a►-�tee fhat tk�e data show�� is representative of
conciitiocfs �vlaicE� �tcttta[ly e�ist.
�.2.2. tl�ose di�a�vii�gs aF physical eonditioi�s in c�r a'elating to ��isting st�rface a«d
subsui•f�ce strttctui'es (except Und�rgi�otiaic! F�acilities} whicli �re at or c«t�ti�uo�►s to
tl�e site tl�at llave b�cn utilizec{ by City in pre���ti•�tic��� of the Cont�-act Doc�u��ents.
4.2.3. copies of sucl� re}�orts ancE dr�«ings ���ill he �n�de ��vailai�le by Gity to a��y C3idc3er
on �'equest. Tliose ��eparts and c�ra�vings may ��ot he pat�t of tk�e Cor�tr�ct
Doc��me��ts, biit tl�e "tec���►ical d�ta" cot�t�inecl therei►� upo�� ��hicl� Bidder is ettt[tlecl
to rely as ��i•c�vi�led ii1 Par�grapl� �.02. of the General Conc3itio�Is I�as been identifiecl
and cstablisE�ed i�� Paeag�•aph SC �.02 of the Sup��iementary Conclitions. Bicicfe�• is
['e5]]O1151I}�e �OP �i]y llltel'�71'�{�ti011 Ol' COIICILISl011 t{I'�1��'ll fC011] �[ly °technical cfata" or
��ly atl�ei• c9ata, itlte��pretations, Op1111C}t15 Ol' I[l�Ot'[Tlflif011.
�.2.4.Standa►•d i�Is��rance rec7��iE'ente�lts, coverages aE�d li��yits.
4.3. Tlie s��l�missio►� af a Bici ��i[1 constiti�te an incattt�'overtiE�le �-eprese��taEio�� by Bidder: {i)
tl�at I3idder h�s com��lied '�vikh eve�'y �'equire»�ecit of this P�ragra��h �, (ii) tt�at witlta«t
exeeption tkle Bid is premisecf t�po�i performin� and f��rnisltii��; the Wor[c rcc�uired by the
Cont��act Dc�cume��ts and ap��Eying tlfe specific ���ea�js, metkioc3s, tecl�niques, sequences n��
pi•ocediires of caktsk��uctio�7 (iP any) tk�at may be sl�o�t��� or i��dicated c�r e���ress[y ��equired
by the Contract Docu���ents, (iii) t[iat Bidc��r has give�a City �vritte�� notice of a!I
co�it7icts, e�•rars, a���►biguities ��td discrep�ncies in the Ccrnt►��ct Doc�ime��ts �t��ci tk�e
rvriEie�t �'esoli►tio��s tl���-eaFby City ai•e acceptable to Bidder, ��ttd �viten said co�iflicts,
etc., have �iot bee�� resc}]ved th►•ougkz the inteip�•etations by City �s desc��ibecl iil
P�r�gr���h G., �ncl (iv) Ulat tlte Co�3tract Docti���e��ts are ge«ei•ally st�f�cient ka ar�dicate
anc[ e[>�tvey «�lclersta��ding of �I1 teri»s and eonc�itions far �aerfat'tt�i€�g ��tci fiirnislling the
W ork.
CC['Y OF FO3Z"1� 11�OR'I'I [ !1'e.s�.srdc !I'rrler Trealnieill Pln�t! 16rrck�q� (ietrerruors
ST/1iVI�fl,fiDC()NS"I�IZUC"CfON 51'IiC[3�iCA'I'ION b0C'UM1'sN"1' CiTi'I'fdO.1GC'Tr1'U,t-I13ER: I03d1(3
Ite��ise�!![Ipdated Au�;usl L3, 2021
00 21 l3
[�STRIJC770NS 7�� ]3[f717i;1iS
1'egL' S U P i O
�.4. Tl�e p�•avisio��s af tl�is P�ragrapi� �, inclusive, C�O El�f ��l}��y to Asbestos, Palycl�la��ir3ated
biphenyls (PCBs), Pet��oleum, [�azaz'dous Wasle or Radioactive Material covered by
Paragt'apla �.06. of tlze Gene►•a[ Conditions, ttnless specificatiy identif�ed i�t tl�e Cantr�et
Doctu��ei�ts.
5. Av�iiability, of Lands fo�''4Vo�•I<, Ctc.
5. i. Tlze lands ��pon �vfticl� t�te Wark is to be performed, r•igi3ts-of-way and easen�ents fo►'
aecess thereto and other lan�ts desigE�ated fo�• t�se by Co�it►'actor i►� �erfo►•►-��ing tl�e Wo�-k
ai'e ide��tifie�i in tl�e Contract Dacf����ents. A1l additionai lancls and aecass tliereta
E•ec�uired for temporary eonstruction facilities, consf�'��ctian eqe►ip���ent or storage of
��iaterials a�id equipme��t to be inca����oratec� it� the �Vork �re to be ol�tained attd �aid for
by Ca�3tractar. Easenients fo�� per���a��e��t str��etttees o�• perma�te�it cl�anges in existing
facilitics a�'e to be obtained �nd p�ic� for by City e�nless other���ise pa•ovidetl in tlje
Conts�act Docu�r►ents.
5.2.Outstanc{ing ri�ht-of «ray, ease��te�tts, and/or pernzits ta be aequireci by tlie City are [isted
i�� I'aragr�tpl� SC �.O 1 of the St�ppie�nenta�'y Cattditions. �tt the event the �iecessai•y ►•i�;l�t-
of-way, e�seanents, a►zd/or �ermits a�•e not obtained, the City �-cse�ves the ri�;ht ta caticel
tl3e awhrd of contract at ar�y time before the I3icider begi�zs a��y co►-►struction work on the
pa•oject.
5.3. TE�e Biddei• sl3all be pre�ared to con�me��ce construction �vitho�it all exect�tec� �'igl�t-of-
way, easei3�ents, aitdlo�' pet'tttits, and shali s�ib�nit a sched��ie to the City of liow
canstruction 1�ill p►•oeeed in the otlier a►-e�s of tlie project th�►t do not rec�i�ire permits
and/or ease�tteatts.
6. Cnte�-��•etatia��s ancl Acldevda
6.1. All c�ueslio►�s about the meaning or inte�3t of the Bidding Doct��taettis are to be clirected to
City i�� ��vriti��g on or befa��e 2��.m., the Mond�y ��rior to tE�e Bic� opening. Quastions
recei�ed after this day may not be responcEed to. Iiiterp�•etatior�s or cla�•ifications
co�isidered �lecessar�r �y Gity i►� response to suc�� qtiestions �vill be issiied f�y Addez�cla
deliverect to all parties ��ecorded by City as l�aving received tl�e Bidding Docitn�et�ts.
Only q�►eskio►�s ans�ve►•ed �y forii»i «eitte�l A<lciet�da wil9 be bi�icking. O�'aI anti otiier
inter}�retations or clarificatiot�s ��lill be �r�ifl�otit leg�i effect.
Address c�uestions to:
City of Fot't Wo►'ti�
200 Texas Streek
�'ort Wnrt�z, TX 76IO2
Atti�: Da�rid To�vEtse€td, P.E. , Li'crter De��crl�turel�!
Elll�[�: CICI4�ICI.IPlY11SG/TL�!! fOl'r11�01'i�?7G'.t[lS.�.,r01�
Pl�one: �4I7-392-8430
6.2. Addet�d� may also be issued ta moclify El�e Biddi�ig Docu��3e��ks as cleei��ed advis�ble E�y
City.
crry or re}�z�r �vo�z���i [ 1!'estsrde li'rrlc�r Ti-eal�ue�N 1'la�t1 I3�rckty� rexerertos•s
S'I�/�NDAFtDC(}iVST[Z[1CC[ON53'1:CIFEC�1'1'IONDOC.LJ��1E�3� CfTI`PROJf:'CTA'U,!l13LiR: l03dlil
FteviscdlUp�tatci� August i3, 2U21
OQ2i 13
1NS CRUC1lON5 TO B1D[)F.IZS
P1gc 6 of lU
G.3. Adde��da or clarifications may be pc�steci via tE�e City's electronic clocument mana�ement
and coll�bor�tion syste»> at h��s:lld«cs.b3_�O.aut��clesk.comi�hac�slf�773ad9-41i)6-��'Scl-
�aUS-56�c762b6() i d, —
6,4. F1 prebid conference may be i�eld at the time �nd place inclicated in t1�e Advertise�t�enf or
INV[TATION TO BIDDERS. Represe�ltatives of City will be pE�esent to disc�►ss the
Peoject. Bic[dei•s a��e encc�uraged to atte��d and p�articipate in tlie conFerence. City ��i�l
transmit to all prospective Bidders of record s��ch �lddeitda as City consiclers necessa�y
in response to q«estions arising at fhe cotlference. Orai stateuients may not be relicd
u�on arld �vill not be binding o�� legally effective.
7. Bid Secu:•ity
7. l. Each Bid must be accoEnpanied k�y a[3id F3and i���de payable lo City i�� a�� amount of t�ve
(5} perceitt of F3idder's ►n��imt�m Bicl price, o�l tiie fo�•�» atEaehecl oi• equivalent, ESSllEii
by a surcty meetie�g the requirements of Paragi aph 5.01 of the General Ca��ditions.
7.2, The �3id Bonds �3rovidcd by a[3ic{der �vill be retained uE�til lhe conditio3�s of the Notice of
Award have been satisfied. If the Sticcessf«l [3idder f�ils to execute and �•eturn tlie
Ca�itE�act Dc�c�n��ents «it��in [ 4 days alte�� the Notice of Award conveyitl�; same, City
ntay consider �3idder to l�e in default, resci�icl the Natice of A«ard �nc� �ct on ti�e Bid
Bond. Sucll actio�i shall be City's e�clusive c�emedy in the event Bidder is deemed to
I�a�e defaulted.
8. Confir3ct Times
The number of days �vithin �vhicl�, or the dates by wl�ich, Milestoites are to Ue achieved in
�ccarda�lce iviti� the Ge�ier�l Requii•emei�ts aitcl the Work is to k�e completed �ud i•eacty foi•
Final Acceplance is set t�7rth in the Agrecment or incorporated therein by �•eference to the
�ttfack�ed I3id �`orm.
9. Liquiclated Damo-�ges
Provisioils for lic�uidateci damages �i•e sei forth i�l the Agree�uent.
[U. Substitt�te an[I "O�'-Gqu��l" Itcros
Tkfe Ca�tract, il'a�varded, ��ill be on tlie t�asis of mate�'ia[s a��ct ec�uipment descril�ed in the
[iiddin� Doct�ments wit��out cansideratio�i of passible substitute or °or-cqual" itents.
Wkzeneve�' it is i�idic�tec� or speciiied i�� the Biddiug Doc«vlents tftat a"s�►bstitute" nr "or-
eq�Eal° ite«� of mateeial or equi�nnent may be 1'�Ernisl�eci or usecl by Coi�tracto�• iE��ccept�Ule to
City, �i�}E]I1CiitlOtl �Dt" SIICIl �CGe�lte111Ce WIII IlOC IJE COI]S1CIe1'�C� �)y City uiltil after the Effective
Daie of the Agreement. Tlle procec�ure for submissioi� of a��y such application l�y Cc}i�tractor
ai�cl eo«sider��tic}�� by City is set forlh in Partt�;►'aphs G.OSA., 6.05[3, and 6.OSC. of the General
Conditioiis ai�d is supplenlented in Section 01 25 00 oFthe Gcnceal Recluirements.
11. 5u�co��tr<<ctors, Su��plie�'s an[� O#lie►'s
I l.l. I�� �ccordance �vith the City's Susiness Equily Ordinance No. 24534-I 1-2020 the
City has goals fne the participatioi� of minarity E�usiness ancElor �vome�7 b�isiness
enterprises in City contr�cts $] 00,000 0►• greater, See Section 00 45 40 for tlle
M/WBE Project Goals and additional rec��Eirements. F�jiluee to com�ly sh�l[ renclei•
the Bidder as non-►-esponsive.
Cl'I'Y OP f01�'f 11rOKTl 3 ll'esLxi�le lI �uer Ti•eutmcru Yhurl li�rckrrp GeueruPrirs
5"i'ANl)AIZD CON57�[ZL1C'7'10�1 SPEC[l'ICf1'� ]ON I)OCUVEGN"[' C17'}'f'IfO.1CiCTA'U,61IiER: I03�!]U
Kct�isuVUp�4�led August !3, 2U21
ao zi i3
INS'f[tUC"]'IDNS'CO BIDDrRS
P1ge 7 nf l(1
Btisi��ess Ec�uity ()rdii3ance No. 24534-11-2020, as a���ei�cieci, eodi�ed at:
https:llcociclib��ar�5�,_��i�71c��Lcomle��deslftwort1711��testlf�t«��7rt11_ t�IO-0-0-?2593
1 l,2. No Contractor shall be �•equired to eit�ploy any S�ibconiractor, Su}��lier, otl�er person
or organization against ��hom Contractor itas re�ison�ble objection.
12. 6id Fornt
12. l. The I3id Fo3•i» is included «ith the Bicidin� Docu���ents; additional coE�ies may Uc
obtained from the Cily.
f 2.2. All blanks on thc Bid Form must t�e co»��leted anci the Bid For�n signec� ir� ink.
Erasures or alter�tions shall be initi�fed in inlc by the person signing thc Bid Form. A
Bid price s1��li be indicated for eacl� B[d item, alternative, a�icl uciit price ike�7� lisked
tl�erein. I�� the case of option�l alternatives, the �vords "No Bid," "No Change," or
"Not Applicable° inay be e«tereci, Bidder si�all stake the prices for «�hich tk�e Biddei°
�ro�oscs to do ttie work contem�lated or fiu�nisl3 materials requirecf. All e�itries shall
be legible.
12.3. Bids by cor��o�'atio�ls s��ail be executed in die corporate na�t�e by tl}e president or a
vice-presicient or other corpor�te officer accompanied by eviclence oF authority to
sign. Tlte corporate seal st�all bc affiYed. The coeporate address and state of
incor��oration shall �e sho«�n belo�v tl�e signat�u'e.
12.4. Bids by partners�sips sk�alk be e�ecuteci in the pa�•Uiership nan�e and signed by a
partner, tivhose title m�Est appear u��der tlie signatEire accamp����ied b�r evidet�ce of
authority to si�n. The official address of die partnersk�ip sha11 be sho���n belo�v tl�e
signat►me.
12.5. Bicls by limited liai�ility contpanies shall be exec�►ted in the name of the firii� 6y a
member a��d accoiu�ai�ied by evidence of auk��ority ta sig3�. The state of forit�ation of
the firni and the official address of the tirm sljall be shown.
12.6.
12.7.
i 2.8.
12.9.
Bids by individuals shall sho��� the Bidder's ��ame anci ot�ticial address.
Bids by,joint ventl►res shall be executed by each joint venttire in the n�anner indicated
oi� the E3ic[ Form. The official adda'ess of the joint ve��tu�•e shall l�e slio��n.
All na���es shall be typed o�• printed in intc belo�v the sign�ture.
Tkte Bic� sl�all conc�in an �ckno«�ledgeme»t of receipt of �kl Acldend�, the nu�n�ers of
«rhich sl�all be filled in o�i the Bid �'orm.
12.10. Posta) and e-���ail addresses and telepho��e nu�nbei• for commimications regarding the
Bid shall be skio�vi�.
12. I 1. Evidence of autttority to coi�duct busitless as a Nonreside��t Biddcr i�� the state of
Te�as shall bc provided in accordance �viEl� Sectio�� 00 43 37 — Ve�idor Com�alia�tce
to �tate La�a� Non Resident f3idciec.
CITY OF FORT \VORT]{ 11=e.sl���r<le lf cder Trealnieir� Ylrnrt IJrackrrp Geue��crfars
S'1'A�DAR[) E"(�\STRUCT'[O�F SPLCIFICA'fION DOC'UMENT C!T}'Yl{(31L'CT,YU.1113L'R: 1�13d10
Rcviscd/Upd�u�d August I 3, 2021
002] 13
[�15TR[1CTiONS'1'O i31DC7E's[ZS
P1gc 8 c�1' 1{1
13. Submiss€on of' Bids
Bids shal) be sub���itted on th� p��escribed Bicl Form, �rovided witl� tf�e Bidc�in�; Docu�t�ents,
at tEfe time anci place i«ciicated in tl3e Acivertisen�et�t o�' [NVITATION TO BiDDERS,
adclressed to P�i�•cl�asittg Ma�tager of tlie City, a►�d sk�all be enclosecl iil aE3 opac�tic sealed
envelopa, n�aeicec� �viti� tkle City f'��oject Ni�mb�r, Pi•oject tikie, tl�e name and add�-ess oF
E3idde�•, ���id acco���panied by tkze Bid sect�►'fty and otlier �-ec�uirecl tioc�tments. lf tlie Bict is se��t
tlfrot�gll tl�e i�iail o�� otl�er cielive�y system, tl�e sealeci et��elope shall be e�lelosec3 iEt a se�arate
�nvElope witi� lhe notatiotf 'BiD ENCLE)SED" oat flte face af it.
1�#. Witiitlr;t�v�i of' Bids
1�1.1, Bids aticlressed to tkte P��rcl�asing M�nagec at�cl tiled with die P��rch�sing OF#ice n�ay
1�e �vitk�d��a�vn pE•io►• to the ti«�c set for bid ope�titt�;. A rec��iast for withdrawa! must be
����c[e i�i writi�ig and clelive�'eci to the PtErchasi�z� Office to t•eceive � ti►��e sta�»p }�riar
to tl�e o�eni��g of [3ids. A ti��lely «itl�di•���n bicl �vill be �•et�Ernec� to tha Bidder a��, if
the request is within or�e I�our of bici ope��ittg, wi[I E�ot k�e ��eaci al<zud ac�d «ill
tl�et'eaf'te�• be ret��r��ed t�nopened.
14.2. In the eve��►t a�iy Bit! Fo►• wEtiel� �� withc3r��val rec�uest E�as %een ti3i�ely filed h�s been
i���dvertently ope��ed, said Bici and a�ly reco�•d tl�ereof rrri[i st►bsec�ue��tly Ue ma►�ked
"Withde���vn" and will l�e gi�en �za t'�trthet' co��sicteratiou far tl�e awarcl aFco��te��ct.
15. O��ening af' Bids
Bids �vill be ope�ied a��d read alaud publicly. At� aE�stract of the amatints of t!}e b�se Bicls ai�c[
maj��r� alte�•iaates (if ai�yj �vill6e ►��ade ai���ilable to Biciders �fter the o��ening ot �3ic�s.
16. I3ids to Rent.�in Sribject Yt� Acce�t�nce
All Bic�s �vill rem�i�� s�►E�ject to acceptance for a���ini��fi�m of 90 days ar flte ti�tte period
speci�'iEci for Notice af A�vard and exec�ition and delivery of a con�p[ete Ag��ecme�it Uy
Successft�l Bidder. City anay, at City's solc cliscretio�3, ��elease �ny Bid �nd nullify the Bid
secu�•ity prior to that d�te.
17. Evalu�tion af I3ids 1a�c1 A�v��rd af Co�itract
17. I. City reserves the right to eeject a��y or all Bicls, i�icluding witlaoi�t limit�tioEi the ��igl�ts
to rejecE �ny of• all »o��cpaa%t'���ir��, ��onres��onsi��e, tu�bal�i�ced o�• conditio�fal Bids
<utc� to �'eject khe Bici o�any Bidder if City believes tkt�t it wati[cI nat be i�t the best
i►�tcrest af'the P�•oject to make ai� a���rcl to that Bidde�•. Cit}� E-eserves tl�e �•igl�t ta
��aive i�ffor►n�lities ��at it�valvin�; ���•ice, contract ti���e or cf�anges in tl�e Work and
a�vard �t cot3h•�ct to s�►ch Bic�der. Discrepancies bet�veen t�i� ��iultiplicaticaat of units of
Work a«c3 u��it peiees ��ill be resolved ii� favc�r o� tlte ��nit prices. Diserepancies
l�et�veen ti�c i�idicated st���� of �ny colu�i��� of tigiu�es antl the co����ect sum thcreoF �vill
be resolvEd in fa�oe of tl�e co►•eect s��m. Discrep�►�cies l�etweet� «rords ai�d figiE��es
�vill be resolvec[ in f�voE• of the �v[��'ds.
CE i�Y Oi� FOR`I' �5'E)RTFi il �.rtsicle 1Perter Trealn�e��! Pluti! f3rrckrrp GenrruPnrs
5�1'AAFDAft D C'O�f S'I�ItUC f 101�1 SP GClP [CA77[)N DOCIlMi�N7' Cl7'Y I'N�JfiCT �l'U�f ILiGtZ: I D3d l f1
Reuisec�RJ�sciated A�Egust 13, 202f
ouz� �3
[N5'fRUC�I�lONS "f0 i31[)DERS
]'age 9 of 10
17.1.1. Any or all bids �vill be �•ejected ifi City has reason to believe that collusion eYists
amoi�� the Bidders, [3idder is aii interested ��arty to a�ly litigation against City,
City or Bidde�• cn�y liave a claim against the ot{�er or be e��gaged in litigation,
Bidde�� is in arrears oi� any eYiscing contract or h�s dei'aulted on a previous
contract, Bidder I�as �erforn�ed a prior cantr�ct in an tulsafisfacto�y mai�ner, or
Biclder has t�ncompleted �vork whici� in tl�e jticigvient of ti�e City �vill �re�eilt or
iiinc�er the prampt coulpletion of aciditiona! ���ork if �w�rded.
172. I�i additio�i to Bidde►'s relevant preqtiali�cation recluiretttents, City may cansider tlie
q�ialifications and experie��ce of 5ubco«tractoes, Suppliers, a��d otk�er persons a�3d
a►-ganiz�tions proposed for tktase portions af the Work �vhe�•e ti�e icle�ltity of stici�
Subcontractors, Sup��lier5, ancl other persons ai�d arganizations must be submitted as
pravidecE in the Co�ttract Docutt�ents or u��atz the reqt�est of the City. City �iso ►ttay
ca«sider the operating costs, mainte��ance reqt�irements, �erfarm�nce data and
g�iarantees of iilajor ikems of matei•ials and equip�nent propased for incor�oratio�} in
tfie Wor�C �vllen siicl� ciata is rec�uirecl to be submitted prior to the Notice of A���ai'd.
17.3. City n�a�� co��duct sueft investigations as Ciky dee���s ilecessary to assist iki tiie
evaluation of any Bid and to establish the respot�sibility, c�ualiiications, and fin�ncial
ability of Bidders, proposed Su6contractai's, Suppliers and other perso�ls and
org�nizations to perforrn �nc{ turEyish the Work i�� accorc�ance �vith E�3e Contract
DOCLlI11Crii5 k0 Clfy's saiisfaction �vithiit the prescribec! ti�tze.
17.�. Coittractoa' sfiall �3eri'orm �vith his o��n org�nization, �vork of a ��lue not less than
35% of tktie value e�nbraced on the Contract, unless other«ise a��proved by Ehe Cit}�.
17.5. IFthe Contract is to l�e a�varded, it �irill be a�varded to lo.vest res��onsible and
responsive Bidder �Vliose eval�Eation by City i�ldicates that the a�vard ��ill be in the
Uest interests of the City.
L7.6. Pursua�tt to Texas Gn��e�•nment Code Ch�pter 2252.001, the City t�ill ��ot a�vard
co��t►•act to a Nonresicie��t Bidder ue�less the Noi�resident Bidcier's bid is lo«rer ti�an
the lowest bid s�►bmitteci by a resj�onsible Texas Bidc�er by the same a�»ount that a
Texas resicient t�idder ��rould be required to undei'bid a Noni'esic[ent Bidder to obt�in a
comparable cocitract in the state in «�i�ich the nonresictent's principal place oF
btisiness is located.
17.7. A contract is not a�vai•dcd until formal City Coimcil a�Ethoeization. If the Cantcact is
to be a�varded, City will a�vard the Conh'act �vithin 90 days after tt�e da}� of the Bid
opening unless e�tended in ���riti�3g. No oNlee act of City o�' ntk�e��s �vill constit�ite
acceptance of � Bid. Upon the cc�nt�•act a�rrard, � Notice of A�v�rd �vill be issued l�y
the Gity.
17.7. I. Tlie conh•actor is req�iii•ed to till out a��ct sign tlie Certificate of [rate�•ested
1'aa•ties I+orm 1295 and the form must be submitted to tl�e Project �1�Ianage�•
�iefore the cantx'act will Ue presented to tl�e City Couucil. Tt�e fvrm can be
obtaiifecl at Itttps:/h�������.ethics.�t��tc.t�.usld�ta/fctrn�s/12�)5112)5. �� t1f
17.8. F��h�re ar refiisal to comply witk� the rec�uirements may result in rejection of Bid.
l8. Signing of Agreen�ent
C11 Y OF POIt l' IVQR�fEi JPeslsrde IJielef• Treunuent PJun1 1Juckup Ge�rerrr�ars
5'CA�DARb C'ONS'! RUC f10?� SE'FCIFICAT[O� D(1ClJA9GNi' C17'}'PR(1.IrCT �l'(1,1fI3ER: I0.3dIO
Re�-isedrUpd;ded t�ugust 13, 2U21
0� 21 l3
Li�iS"CRlJC7�lONS `I'O BEDI)1_iZS
k':�be ]0 uf IU
!S. [. When City isseies a Natice oFA�varcl ta tl�e Successfi�l Bidd�r, it �vill �e accompat�ieci
by tlte �•ec�ui�•ed n�i��iber of i�nsigned ca��t�terpaE•ts of ti�e Project Mant�a[. Witl�itt 14
days the►�eaFtei•, Coiitractor shall si�;i� �nd cieliver tkje �•ec�tii�•ed �if�i��ber af counte��pai•ts
of tl�e Pi•oject Ma�t��al to City with tl�e rec�tiired Bonds, Certitic�tes of Insur�tnce, ancl
all otha�- rec���irecl cioci��ne��tatio��.
18.2. City shall tl�ereatte�• c�eliver one f«lfy sig�fed coi�►�te�part to Co��tractor.
END OF S�CTION
C17'Y OP i�Olt'f IV(3E2"I�I f 1!'e.sfsirle fI'u!a• Ti•euriue�rl Plasr! 13ucktrp Getieralor.s
STAN[?AR]] COI�IS'i�ItUCCl0�1 SI'I:ClF�1CA7�tC)N D()L:IJ�tI;N'f CITYPRCIJI:CT,VU�I-fI3L'li: 1!}3dIlT
IZe��iscdlU��d:de� August L3, 2U2L
\
�
�� ,d
TO; The Purchasing Manager
clo: The Purchasing Division
200 Texas Street
City of Fo�t Worth, �exas 76102
FOR:
City Praject No
UnitslSections:
CPN 103410
Water Department
1. Enter Inta Agreement
5ECTION 00 41 00
BID FORM
Westside Water Treatment Plant E3ackup Generators
0o a� o0
BI[� F4Rh9
Page '{ of 3
The undersigned Bidder proposes and agreas, if this Bid is accepted, to enter i�tto an Agreetrie�t with City in the forrri
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 tha Contraet Time in8icated in this Bid and in accordanee with the other terms and
conditions of the Confract Doeurnents,
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITA710N TO BIDDERS and
INSTRUCTIO�fS TO Blbi]ERS, including without lirnitation those dealing with the disposition of Bid 8ond.
22. Bidder is aware of al{ costs to pro�ide the required insurance, will do so pending contraet award, and will
pro�ide a valid insurance certificate meeting all requiremenis within 14 days of notificatio� of award.
2.3. Bidder certifies that this Bid is genuine and not made in the int�rest of or on behalf of any undisclosed
indi�iduai ar enti#y and is not submitted in con#ormity with any collusi�e agreement or rules of any group,
associakion, organiza#ion, or corporation.
2.4. 8idder has not directly or indirectly induced or solicited any other �idder to submit a false or sham Bid,
2.5. Bidder has not solicited or induced any individual or entiky to refrain from bidding.
2.6. Bidder has not �ngaged in corrupt, fraudulent, collusive, or coerci�e practices in competing far the Contract,
F'or the purposes of this Paragraph:
a. "corrupt �ractice" means the of#ering, giving, receiving, or solicitin� of any thi�g of value likely to
intluence the action oF a public official in the bidding process.
b. "fraudulent practice" means an intentiona! misrepresentation o# facts made (a} to influence the
bidding process to the detriment oi City (b) to establish E3id prices at artificial non-com�et'sfive
levels, or (c) to depri�e City of lhe benefits of free and open eornpetition.
c. "callusive 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-
com�etiti�e le�els.
d. "cosrcive practice" means harming or threatening to harm, d9recfly or indirectly, persans or their
CITY OF FORT WORTH Westside WTP Po�rer Geheration
STANDARD CONS7F2UC710N SPECIFICATIaiJ �OCUMEN75 GIN PRaJECT NUMB�R' iD34�0
Ftevised 9/30/2021 Addendum 09
0o a� ao
gio �o�r�
Page 2 of 3
property to inffuence #heir pa�ticipation in the bidding pracess or affect the execufion of the
Cot�tract,
3, Prequalification
The Bidder acknowledges that the Foflowin� work types must be performed ort4y by prequali6ied contractors and
subcontractors:
a, PlantlBuitding
b. Elsctrical
c.
d.
�.
f,
5�
h.
4, Tfine of Comptetio�
4.1, T�e Work wiil be complete for Final Acceptance within 600 days after the date when fhe
the Confracf Tir�'�e commences to run as provided in Paragraph 2.03 of the Ger�eral Conditioias.
a.2. �3idder accepts ihe pro�isions of the Agreerr�enE as to liquidated damages in the event of failure to camplete
fhe Work {and/or achievement of Milesionas} within the times spec'tfied in the Agreemettt.
5. Aitached to thls Bid
ihe to�lawing documents are sttached to and made a part of this Bid:
a. This E3's� Fnrm, Seetion OQ 41 DQ
b. Required Bid Bond, Sectian Ofl 43 13 issued by a surety meeting ihe requiremenis nf Paragraph
5.01 af the General Conditions.
c. Proposal Forrn, Sectivn �D 42 43
d. Vendor Corripliance to State �.aw fVon Resident Bidder, Saction 00 43 37
e. MWR� Forms (optional at time of bid)
f. Prequa�ification Statement, Sectinn 0� 45 12
g. Conflict of Interest Atfidavit, Seation 00 35 13
"It necessary, C1Q or CIS forms are to be provided d'€rectly to City Secretary
h. Any additianal docutnents that may be requirad by 5ection 12 of the Instructians to Bidders
B. Total Bid Amount
CITY OF F�RT WORTF€ Westside WTP Power Generetion
STANDARD COIVS7RUC710iJ SPECIFICATiON QQCUMENTS CI7Y PF20JECT NUMSER. 403A10
Revised 9/30/2021 Addencfum Oi
06 41 6D
BID FORPA
f'age 3 oT 3
6.�. Bidder will complete the Work in accordance with #he Cn�tract Documents for the folEawing bid amount. !n
the space provided helow, please enter the total bid amount far this project. Only this figure wiil be read
publicly by the City at the bid opening.
6.2. It is underskood and agreed by the 8idder in signing this �roposal that #he total bid amount entered below is
subject to verification andlor modification by multiplying the unit bid prices far each pay item by the
res�ecti�e estimated quantities shown in this �ropasal and then totaling all of ihe extended amounts.
6.3. Evalua#io« of AEtemate �id It�rns <us� this if applicable, otherwise defete>
7otal Base Bid <use this if applicabie, otherwise deiete
Altemat� 8id �use this if ap�licable, otherwise
Deductive Alternate<use tF�is if applicable, otherwise
Aclditive Alterr�ate <use this if applicabEe, otf�erwise
Total Bid
7. Bid SubmittaE
This 8id is s�bmitted on January 13, 2022
Respectf I submi ed
By:
ignat re
Da�id Caldwell
(printed Namej
$ � ' � 1 ! , ��� � � t� {� z �
, r_ , �
IVA
NA
NA
--$4�9�988.L��—
_ii� �' j _j�t r'�,,U(`F
by the entity named below.
Title: Vice President
Company: Crescent Constructors, Inc.
Corporate Seal:
Address: 2560 Technology Drive
Suite �400
F'lano, Tx 75077
5tate of lneorporakion: Texas
Emaii; David@crescenEconstructors.com
Phone: 972-422-0014
�,ND OF SECTEON
0
CITY OF FORT WOF27Fi Wesfside 1NTP Prnver Generalion
STANDARD COPf5TRUGTIQN SPECIFICATIOiJ DOCUhdENTS CITY PRO.lECT NUMSER', 10341Q
Revised 9l3012021 Addendum 01
i�
� _�..
��,�;
�ID PROPOSAL
Pag� 1 of S
SECTIDN OD 42 43
PROPOSAL FbFtM
UNIT PRICE BID
Bidder"s A�}plication
\Vesls'sde «'aler Tre:�tment Plant 6acku Generators CP\ ]03410
Projeet Ita�n I��fntmation Bidde�s Proposal
Bidlisl Itent Specification L'nit of $id
,�,� Deseription Sectian ro. \9easure f7uantiiy Unit Peice f3id Vah�s
1 hliohilization 01 7� Ob LS j j{y;!. ', ;- f '`�(� r-� 1; _:c '`
2 Erosion contraf 31 25 00 L5 1 t-{�� (�� ` C� U� v(;L
3 Clearing and gtubbing 31 11 00 LS 1 �'` !
c �v�`�� C�', �`' � .
4 Site resloralion and grass 31 25 13.13 SY 2500 �� �[�� U C'c. `'
r �'�'
5 Paving (road, cuiverf, driveways, markings) 3213 �3 SY 240D �U l �p, Q4-C
6 Culvert and wingwalls 33 4� 10 LF 162 .�(�(��`�"� � 1�',r,C�' '
7 Parking s�ots 3213 2p SY 375 ;'�''�� �. ��� ;
8 tirilled sha(ts for �9ectrical Building 31 63 29 VF 485 tu`'J ,}�%i
;! . . ��
9 Foundation for Electr'�cal 8uilding 03 30 QQ �A 1 ���, L�'�}
Sv,
i0 precast Electrical Bui�ding 0341 40 �A 1.. __, fx�� �'r(']'C�d ;"
'i 1 Orilled shaTls for Generator Pad 39 63 29 VF 405 �>���' ,� Z��.. LJ `�
12 Foundafian for Generator Pad 03 30 00 �A 2 /{.;; (}��` `" ��U, O�' �=
13 Meta1 platForms at Generatos D5 51 flQ S�T 2�j f(1 �` ` � U� (��'j` "
14 Packaged DX PJC Wap-packs 23 81 13 EA 3'���r �}(;�"'' `(y�, (��(
15 250p kW Generator 26 3213 EA 2 j�-5�a�=1��(70'�`' 7�� ia�C� t
16 Generator switchgear 2613 26 EA 1 1,`1-�(7�(,x,U` ,' �+L.� -,��0, OC <"'
17 Medium voltage switchgear (MSVGA, MSVGB) 2613 26 EA 2?��U �(j�l j` �,(� (xj, C%� ,,:
9 g Contol Paneis 26 29 87 EA 1�c: `(�(`jp` ' �( ), �:(�j {'
1 S Load bank connections 26 32 i 3 �A 1 l;c � �' `
l � �f� �- l �, f.x.�
2Q 10Dd KW load 6ank 26 32 93 �A 1 �jU�(}(�(j`� �(.:C��(Z�
(} (
21 Cable tray, lighting, receptacles Div 26 L5 1 IYU�OCt"j` ° l�U�(�. C
22 Site li htin 26 50 00 EA 1� f
9 9 � `� � (1C.L � � �JDr �=Y-:t �
23 Manholesfiandholes 26 05 33 EA 14 '�� `>,(�CaUr � t-IRU,OC(
24 Grounding 26 05 26 �S 1: �; (�Q(� `` (�Q, CU(J�
25 Transformers, 30D KVA 26 12 19 EA 2 �`'�" �(�,},VC1� ;'
26 lNotor Contro{ Center (tvfCC-EB) 26 2419 EA 1,�s ..; Jl1�J� �'+', (,CiY.' `
27 �/liscelfaneous equipmeni and instrumentation �iv 26, 44 LS 1 +,:: .(jp(>` '{�;�� (}1G�} "� �
28 ATS 26 38 23 EA 'k ' C�C�Y : 'r'' ,OC;�Ci ,
�. -
2g Lightning protection system 26 41 fl0 LS 1 r'.'�,;;iJC�` . �' - �1�C,t>
30 Duct bank 26 Q5 43 LS i 4'�-', aG'�( �( �'� 1 J n(^ �''� ��
31 Trench safety (quantify fil3ed in by Contractor) 31 23 33,14 LF 1850 ` ��� U`l"�
�_ _ �
32 Medium voHage cables 26 0513 LS 1' ;),L;�1G`'"� `� � IXZl .',
33 Wires and cahles 26 p5 19 l.S 1 ;,!��r'; y" {`�{ ?;`;�.if -` '
34 Misce[laneous demo4ition �2 �li DQ LS 1�' ,
ki�- '�. ,
35 Pavemenl removai 0241 'k5 SY 250 � �:: , �
36 Cons3ruction Allo�vance {As directed by the City) l.S 1 $10D,000.00 $1 Q0,000.00
B3d Summnn'
TotaY I3id
ErD Or SECTIQ\
Ctf 5' OP FORT �1'OR'F7-I
STARDAR�COVSTRtiCT10\ SPEC[F1CAT(OV DOCU\fE\TS
Retised 9;?0;'2021
�'�_ Li�1i`_, �
�5'esuid.11TP Poirer GeneroRen
C 1'fY PROJECI' \'U\f UER: 103310
Addend;un 01
00 43 93
6ID BOND
Pngs 6 of B
SECTION 00 4313
Bfn BOND
KNOW ALL BY TM�S� PRESENTS:
Thatvle, Crescent Constructars, Inc. , knovun as
°Bidder'� herein and Travelers Casualty and Surety Company of America _ a carporate surety
duiy authnrized to do businass in the State of iexas, known as "Surety' herein, are hefd and nrmiy bound unto Ihe City
�/°f Fart Worth, a municipal cnrporation created pursuanl to the laws of Texas, known as `City' herein, in the panal sum of
V five percent (S%� of Bidder's maximum bid prfce, in Eawful money of lhe United States, to be paid In Fort Worth,
Tarrant Caunty, Texas far the paymer�t of which sum well and truly to be made, we bind aurselves, our heirs, executors,
administrators, suocessors and assigns, Jointly and sevaraliy, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perfarm Waric for the follawing project
designated as Westside Water Treatmant Plank Backup Generators
0
NOW, TiiEREFORE, the wndil'ran of this o6ligation is such thst if the City shall award
lhe Cantract for Ihe foregoing project to the Rrinc�pal, and the Principai shall satisfy a1l requiremenls and conditinns
required for Ute execution of the Contract and shs[I enter into khe Contract in writing with the City in accordance with the
terms of such same, then ihis obligalion shall be and becoms null and void. i(, however, the Principal fails to execute
sach Cantract in accordance with the terms of same or fails to saGs(y all requirements and conditions required far li�e
execution of the Contract, this bond sheli become the property of !he City, without recaurse of the Rrincipal andlor
5urety, not lo exceed the penalty hereof, and shall be used to compensete C9ty for the difference balween PrincipaYs
tolal hid amount and the ne�ct selected kridda�s total bid amount.
I�ItOViDED FURTHER, ttiat if any �egal aclion be filed on this Bond, vanue shall lia in 7arrant Cnunry,
Texas or the United Sfates District Cpurt for the IVorihern district of isxas, Fort Warlt� Division.
IN WITNESS WHEREOF, the Principal and the Surery have SlGNEa and SEAIED Ihis instr�ment by
duly suthorized agents and o�cers an this the 6th day of January, 2022 ��/�,q��
,
�
r
A7r� :!l ���� ��' '� i.
Witness as to Prinapal
CITY OF FORT IMORTH
STANOA3tD CON5TftUC710N SpECIFICATIDN DOCUMENTS
Ravisvd BISOR021
PRINCIf�AL:
Crescent Consfructors, Inc.
BY;
� �+ ure
.-� ��
L � �- ��� �>> � , � ���- ��:�.�r_
Name �n Titie
Weslslde 4YfP Poveer Generadon
C17Y PROdECTlJUAIBER: t034S0
00 4313
BI� BQND
Pape 7 of8
Address: 2560 Technotogy Drive
Suite 400
Plano, TX 75074
SURETY:
Travelers Casualty and Sure# .
ompany o menca
BY: �; ,�� , ._ �`�
//. ,: .� � ��
Tinalre `
Je�frey Todd Mcl�iosh, Attorney-in-Fact
Name �nd Titie
,4ddress: One Tower Square
Hartford CT 06183
' l ;i.t� �� , ' ��
; `,+ ', _ �. ,
'" 214 570-6428
Witness as ta Surety Connie Kregel Telephane Number: � )
Attar.h Power of AEiamey (Surety) for Aftomey-in-Fact
"fVote: If signed hy an officer of the Surety Campany, there must be on fi�e a certified sxEract iram the by lav�s
shawing that lhis person has aulhority ta sign s�ch obligation. If Surety's physicaf address is di[terent from its
mailing address, both must be provided. 'fhe date cP lhe bond shafl not be prior to lhe date the Contract is
awarded,
EAfD QF SECI70N
Cnl' OF FORT WORTH We9E3ld0 WTP POW�Et GOttBradOi�
5TAN�AR4 CONSTRUC7[DN SP�CIF[CAT10N �OCUASENTS CI'FY PROJECTlVLlMBER: i03410
Ravlsed SB01�821
TEXAS - INFORMATION OR COMPLAINTS NOTICE
To obtain infarmation or make a complaint:
You may call Travelers toll-free telephone number for information or to make a complaint at:
1-800-328-2'f 89
You may con#act the Texas Deparlment of Insurance to obtain information on c�m�anies, coverages, rights, or
complaints at:
'f -800-252-3439
You may write the
Texas Department of Insurance
PO Box 'i49104
Austin, TX 7871�3-9'f04
Fax (512} 475-1771
Web: htt :/lwww.tdk.texas ov
E-mail: ConsumerProtection(a�tdi.t�xas.qo�
PREMIUM OR CL,AIM DISPUTES: Shou�d you have a dispute concerning your premiurr� or about a claim you should
contact your Agent or Travelers first. If t�e dispute is nat resolved, you may contact the Texas Department of Insurance.
ATTACH THES NOTICE TO YOUR POLICY: This notice is for in�ormation only and does not become a part ar
condition of the attached dacument.
AVISO IMPORTANTE —
INFQRMACIUN O QUEJAS - TEXAS
Usted puede 1lamar al numero de teiefono grakis de Travelers para informacian o para someter una queja al;
9 -800-328-2189
Puet�e comunicarse con el Departamento de Seguros de Texas para obtener informacibn acerca de companias,
coberturas, derechos o quejes a{:
1-800-252-3439
Puede escribir al
D�partamer�to cfe S�guros de Texas
P4 Box 149104
Austin, TX 78714-9104
Fax (512) 475-1771
Web: �ttp:llwww.tdi.texas.qov
E-maiF. ConsumerPratection(c�tcli,texas.go�
DISPUTAS 50BRE PRIMAS O RECLAMOS:
Si tiene una ciEsputa concerniente a su prima o a un reclamo, debe comunicarse c�n el Agente o Traveiers primero. Si no
se resuelve la dis�uta, puede entonces comunicarse con el departamento (TDI).
UNA EST� AVISO A SU POLIZA: Est� aviso es solo para proposito de Informacibn y no se convierte en parte o
condicion del documenio adjunto.
NTC-19D23 Ed. 05-13 Page 1 of 1
O 2093 7he Travelers Indemnity Company, All rights reserved.
TRAVELERS� J
Tra�elers Casuaity and Surety Company of America
Tra�elers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
�•���T� � :Z�1 �_� i i��:�. i � �
KNOW ALL MEN BY THESE PR�SENTS: Thai Travelers Casually and Surety Company of Am�rica, 7ravelers Casua[ly and 5ureiy Company, and 5t.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of She State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constiiute and appoinf Jeffrey 7odd Mclntosh ofPlano
Texas , their irue and Eawfu! Aliorney-in-Fact to sign, execute, seal and acknowledge ar�y and all bonds, recognizances,
condit+ona� undertakings and ot3�er wrilings obligatory in ihe nafure thereof on behal( of lhe Companies in Iheir business of guaranteeing ihe
fidelity of persons, guaranteeing the performance of caniracts and execuling or guaranteeing bonds and undertakings reguired or permitted in any
aciions or proceedings allowed i�y law.
IN WITNESS WHEREOF, the Companies have caused ihis instrument to 6e signed, and iheir corporafe seals lo t�e hereto affixed, ihis 3rd day of February,
2017.
�.
Nw�whr� 4,*4iV AN�� d��
� q ��A .� *
y��y°a) � w rw�rvorto, �' qrto�k�
w � CQ4N. s � �
r�f �.�� �`b1 . 'M+at t� *
State of Connecticut �
- -_i.� F: ;�
BY� ,.t`� .L'�''i,•-
Ciiy of Hart(ord ss. Robert L. Raney, Se�lior Vice President
qn ihis the 3rtf tEay of February, 2097, before me personally appeared Rohert L. Raney, who acknowledged himself to be Ehe Senior Vice President of
Travelers Casualty and 5ureiy Company of America, Travelers Casualty and 5urety Corr�pany, and St. Paul Fire and Marine {nsurance Company, and
Ihat he, as such, being authorized so lo do, executed Ihe foregoing instruinenl for ti�e purposes therein contained by signing an behaif of !he corporalions
by himself as a duly authorized officer.
In V1litness Whereaf, i hereunto set my hand and official seal.
My Commission expires the 30th day o[ June, 2021
o•Y+�
� �,'� rn�. e ���r
,k ��p rr Mane C. Tetreault, Noiary Pu6Eic
This Power of Atlomey is granted under and by the authority of the following resol�tions adopted by the 8oards of Directors of Travelers Casualty and
5urety Company of America, Travelers Casualty and Surety Gompany, and 5t. Peul Fire and Marine insurance Company, which resolutians are now in
full force and ef(ecl, reading as follows:
RESOLVED, ihat fhe Chairman, Ihe President, any Vice Chairman, any Execuiive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistanl Treasurer, the Carporate 5ecretary or any Assistanl 5ecratary may appoir�t Atiomeys-in-Fact and
Age�is �o act for and on benaif of the Company and may give such appointee such authority as his or her ceriificaie o{ auihority may prescr�be to sign with
the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemniiy, and oiher wriEings obligatory in the nature of a
bond, recognizance, or conditional underiaking, and any of said aNcers or the Board of Directors at any lime may remove any such appoinfee and revoke
the power given him or her, and il is
FURTH�R FtE50LVED, that the Chairman, the President, any Vice Chairman, any Execulive Vice President, any 5enior Vice Presidenl or any Vice
Presideni may delegate all or any part of ihe (oregoing authority to one or more ofiicers or employees of this Company, provided thai each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RES�LVED, ihat any bond, recognizanca, contraci o( indemnity, or wriiing obligatary in ihe naiure 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 Presideni, any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assislanf Treasurer, the Carporate Secretary or any Assistanl
Secretary and duly attested and sealed wilh the Campany's seal by a Secretary or Assistant 5ecretary; or (b) duly executecE {under seal, i( required) by
one or more Attorneys-in-Fact and Agenis pursuanf io the pawer �rescri6ed in his ar her certificaie or lheir certificaies of authorify or hy one or more
Company offcers pursuant to a writien delegation of auihority; and it is
Fl1RTHER RESOLVEd, that the signature of each of the following o�cers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Ass'rs[ant Vice President, any Secretary, any AssiSEant Secretary, and the seal of ihe Company may be affixed by tacsimife to any Power
o{Aitorney or to any certificaie relating thereto appoiniing Resident Vice Presidenis, Resident Assistant Secrelaries orAttorneys-in-Fact for purpases only
of execuling and attesting bonds and undeitakings and other writings obligatory in the nafure thereof, and any such Power of Attorn�y or certificate bearing
such facsirnile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and ceriified by such facsimile
signaiure and facsimile seal shall be �alid and binding on the Company in ihe fulure with respect to any bond or ur�derstanding fo which it is aitached.
i, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company af America, Tra�elers Casualty and 5urety
Company, and St. Paul Fir� and Marine Insurance Company, do hereby ceriity titat the above a�d foregoing is a true and correct copy of ihe Power of
Attorney executed by said Companies, which remains in full force and effect.
Dated this 6th day of January , 2022
�'°��+'+rr o"``v aM1a+ ��#t
\ 4
\ y� ��r
141q��qi� � ILC�ONro� '� � CrtJPGRA�I
��"���r'�.,.�, "�y� �Na�s ��� i*t
��� � �
Kevin E. Hughes, Assislant 5ecretary
% verify the authenticity of this Power of.4itorney, please ca11 us at 1-800-421-3B8O.
f�lease refer to the a6ove-named Attorney-in-Pact and the details of the 6pnd ta whirh the power is attached.
OD 43 37
V�NPdR CpMPI.IqNCE TO STA7E LAW
Pags B of 8
SECTION 00 43 37
VENDOR COMPLIANC� TO S�ATE LAW NON RESIDENT BIDDER
Texas Go�ernment Gode Chapter 2252 was adopted for the award of contracts to nonresident bidders. This iaw
provides E�at, in ardar #o be awarded a contract as low bidder, nonresidont bidders (out-of-state contrackors
whose corporate offices or principal place of b�siness are outsid� the State of Texas) bid projects for
construction, improvements, supplies or services in Texas af an amount lower than the lowest Texas residant
bidder by the same ainount that a Texas resident bidder would be requlred to underbid a nonresident bidder in
order to abtain a comparable contract in the Staie rvhich the nonresident's principal place of busjness is locaked.
The appropriate blanks in Section A must be filied out by all nonresident bidders in order for your bid to meet
specifications. Tne failure of nonresident bidders #o do so will automatically dEsqualify that bidder. Resident
bidders must check the box in Seciion B.
A. Nonresident bidders in the Skate of 5t��te kl�;re ��r E31ank , our principal place of business,
are required to be °r�� I 9c�rc� percent �ower than resident bidders by 5tate Law. A copy of the
statute is a[tached.
Nonresident bidders in the Siate of StatE: f lere or E31ani� , our principal place of busi�ess,
are not required to underbid resident bidders.
B. Tha principa� place of business of our company or our parent company or majority owner is
in the State of Texas. �]
BI�D�R:
Crescent Canstructnrs,
Inc.
2560 Technology Dr
Suite 400
Plano, Tx 75074
By: David Caldwell
re)
Titke; Vice President
Date: 1/13/2022
END OT SECTION
ClTY OF FORT WpftTH
5T�N�ARb CO�VSTftUCTiON SPEC FICATION DOCUMENTS
Revised 9130I202i
Westsid2 WTP Power Generalion
CITY PR�JECT IVLIMBER: 103410
004511-1
E31DDrRS PRI�QUALIE�IE'A'll[)NS
F't:gelof3
S�CTiON 00 45 11
IIIDDERS PREQUALiFICAT[ONS
1. Su€�an�a��y. All caa�h•acto�•s ac•e requirect to be preqEiali�ed b}r the Cit}� }�riar to s��b►nitting
bids. To �e e[igible to bid tE�e co►�tractor must submit Section 00 �5 12, Prec�ualific�tio��
State►�lent for the work type{s) [isted �vitl� their Bid. Any contractar or subco�ltractor �vho is
not p��eqtiali�ed for the ���o��k kype(s} listed m�ist siib�ttit Section 00 45 i 3, Bidcie��
Prequa[ificatioE� Applicatfon i►-► accordat�ce «�ith the req��iretnents belo�v.
Tl�e prec�ualitication process «ill esta6lish a bid limit based o�� a tec��nical evaluatio« ai�d
�nai�cial a��alysis of tf�e co�at�•acto�•. Tl�e infor•i��atio�� ����ist be s�Eb►ziitted seven {7} c�a}rs prior
to the daEe af tlie o�ening of bids. For example, �i COI1L1'�iC�OI' �VISllttlg i0 SLlt7i171t �}1CIS OIl
pi'ojects to be opeiied on tlie 7th of Ap►•il must file tk�e i��formation by the 31 st day of Ma►•cl�
in order to bid on tl�ese projects. I�� o��der to axpedite anci faei[itate t[�e �pprovaf of a Bidder's
Prec�tialificaEio�� A�}�lication, t1�e follo«ing m�ist accompany tlye submissio�z.
a. A complete set of audited o►• revie«�ed �a�aa�cial statea�aents.
( l) Classi�ed Bala��ce Sheet
(2) Inco���e Statet�tent
(3) 5tatement flFCash Fiows
(4) StateG��e��t of Retair�eci Eat•«ings
(5) Notes to the Financial Stateme�its, if a�7y
b. A certified copy of ti�e �rm's oig�nizatioE�al cloc�����ents {Corpor�te Charter, Artieles
of lncoiporation, Articles of Organization, Cet-ti�cate of Foz't�tatio�a, LLC
Reg�ilatio»s, Certificate of Limited Pa►•tnership Agreement}.
c. A co��apleted Bidcier Pi•ec���ali�cakios� Application.
(l} TEte �r�ll's Texas Taxpa}�er ldenti�ication Numi�er as issi�ecl b3� t��e Te��s
Cam�}troller of Public Accou��ts. To obtain a Te��s Taxpa��er ldeniificatian
�iu���ber visit tlie Te:cas Cantpt�•olle�• of PEtblic Accout�ts nnline at tlte
folla�yin� web address �v«r�v.��incioti��.state.tY.��s/ta�peei��itl and fill o��t the
a�plic�tio�� to apply for yal��• Texas tax iD.
(2} Tlye tirm's e-n�ail address a��d fax i�umbcr.
{3) Tlae fit'tt�'s DUNS �ftu»ber �s issLted by Dun & S�•adstreet, TI-�is m�mE�e�•
is used by the Cit�� for �'equirecl re}�orti��g on Federal Aid projects. Tl�e DUNS
numbe�• m�y be obtained at w«r�v.d€fb.coni.
cl. Resu►�ies �-eflecti��g the canstructio�i expea'ierace ot tfte ��'ii�ciples of tl�e firm foi• f i►•c��s
submitting their initial prec�€ialification. Tl�ese res�����es shoi�lct include the size ���d
scope of the �vark pe�•for���ed.
e. Otl�e�• informatio�3 as requcstcci by tt�e City.
2, Pr•eqtialificatiov Requireme�ts
a. Fincrucicrl S�ateme��t,s. Financial statec��e��t sub���ission ���ust he provided i��
accorda��ce �vitl� tlie foila�r�ing:
(1) The Cily req�ii►-es lhat tl�e origin�l Fina��cial St�teme��t o�� � c�rtified copy
he sui�mittec[ for consideration.
C[�CY OF FOR"i' \I'OR"FE [ 11'es3sidc 1V�ilcr Trcalntc3u f'I�utt T3ack�Ep Cecneralors
5"t'AN[)Aftl3 C(3N5'1'RUCT[ON SPIiC[i�ICE\'1'I(3N DOCUD�[I;N'I�S City Project No: 10341(3
Re��isctl .tuly 1, 2€)1 I
OU4� li -2
E31DI}I:ItS PREQ[JAL[i'fL'A'I'IL)1V5
i'age 2 01�3
b
(2} To be satisfactory, ti�e fina��ci�I stake���ents �i��tst be audited o►' reviewecl
i�y an inde�endettt, cec•ti�ed public aecountin� firm registered and in
good standi��►g in a�iy state. Ctirre�lt Texas stat�ies also rec�tiire tl�at
acco��►�tin� firms pe�'Far���iE�g �tudits ot' �'evie«s an b��sii�ess entities within
tlte State ot'"1�eY�s be p�-operly licensed or ►�egisierec3 �vith Nle T'exas State
Bo�ecl af P��blic Accotintat�cy.
(3) The �ccoui�ting ��'m sita�tld st��te in Ei�e a�►dit report or review �vhetfie��
the contracto►- is an ii�tlividtial, cocpor�tion, or li���ited li�bility com9��ny.
(4) Fi��anci�l St�te►ne�its mt�st be p�'ese«ted i�� U.S, dollat's at tlte ct�rre�7t rate
c7f excktar��;e of tk�e E3alai�ce Sl�eet date.
(5) The City will ��ot reco�nize aE�y certi�ecl �n�blic accotult�«t �ts
ind�penclent w1�o is nat, itt iact, inclepencient.
(G) The accoi�Eftant's opiiiion o►i the fi��ancial stateme►�ts of the contracting
company sliould state tlf�t the auclif ai• revie�v has been conducted in
accardaa�ce �vith �«ciiti«g stai�dards ge��crally acce�3ted i�� tk�e Ut�itecl
States of America. �I'k�is must !�e st�tect in tEfe �ecotulting ti�•nt's a��i��ia�a.
It slio�i]cE: (1) express a�� unqualified opinion, or (2} eYpress a qua[iFied
opinia►� an the statetnei�ts taken as a�vhole.
(7) The Cify rese�•ves tl�e rigl�t to i•e<�uire d ne�v statet�te��t at ai�y time.
(8) Tlie �nancial statea��et�t mi�st be prepa�-ed as of the last clay of any ���oi�tii,
��ot more tlla« otle year ofcf aEfd �ntist be an f Ee ��itf� tlie City 1 G moEitE��
thereafte�•, in acco�•cia«ce witl� Paragr��alt I.
(9) The City will c�ct���mine � cont��actoi•'s biddi�lg ca�acity fo�• the p���•poses
ot i11V�3['C�i[l� C017tCflCtS. BL(ICI117� C�1�lAClfy lS (I�tel'lllllleC� �15/ I11LtICl�)��ii1�,.T f�i�
��asitive net �vorking ca�zital (�vo�'ki�i�; ca��it��l � cu��re��t assats -- et►rrent
liabilities) i�y a facto�� of 10. On1y tk�ose state��3ents �•eflecti�f�; a��osik[ve
tfet working capit�l �ositia�i �vill �e consic�ered srttiSfackaRy 1'or
(��'eq��rtli�cation purpas�s.
(10} In the case that a bidciiiig date falls «rithi�i tf�e time a ne�v ���a��c�al
state���e��t is bei�i�; }�►•epa��ecl, the ��t'evious staten�e��t sltall be updatect �vith
��roper �erific�tio«.
Biclr(er PreqrraliJrerrtivrr ffp��lreution. A i3idcler Prec�i��lifieation A��plieatic�it mt�st be
stibmittec[ alon� ��itli auditerl oi• re�ie�ved �n�nciai st��tements by fi►-�t�s �vishi�ig to be
eli�;iE�le to bic9 0�1 all classes of co3�st��uction ancl mai�ite«a��ce ��rojects. Incoittplete
Ap�lic�tions ���ill be ��ejected.
( I) In Ulose sel�edules �vlte�'e Ei�ere is ��othi��g to re��ort, tll� IlOf�it1C}[1 OF
"Na�ie" or "N/A" sho�ild be insertecl.
{2) A minim����i of fi�e (5} referenees of rel�tted �vca�'k att�ist f�e ��ro�icieci.
(3) Submissia�� af a�� ec�ui�����ent scl�edule �vl�ich inclicates ec��Ei���a�e«t ui3der
tl�e conkrol of the Contractor ancl �vhick� is t�el�ted to t1�e type of �vorlc for
�vl�ich tl�e Co►zt�tctar is seeki��g preq�iali�catio��. "I'he scl�ecl��le nl��st
i��elurle tlte �ttan«tact��►'er, i�iodel �nc! �encral comn�on c{esceiptiot� of
eacl� E3iece of ec�uipme►�t. Ahbre�iatio��s or me�ns of desc�'il3in�;
cqi�i�mei�C otller ti�att p�'ovided above will not be �cce�tecl.
3. �li�iUility to Bid
a. Tl�e City shall be the snle jt�d�;e �s to a contractor's p►-ec�ua(ific�tion.
b. Ti�c City may reject, s►�s}Sencl, oE• t��oclify any ��req�iniific�tion Foi• failli�•e by tl�e
eontracto►• to demoi�str�te acecptable fi��ancial abiiity o�' �e�'fo�'mance.
c. Tlte City will issue �� letter as to t[�e stat��s of tl�c preqiialitication a�3�n•c�vaf.
C'i'fY 01� 1'OIiT IVOR"f'I i 1Vestsicte \Vuter Treat�Ften€ f'la��t [3ackup Ge�ierators
S7'�1i�1)AIZ[) C'C7�S'CRUC'1'1E)�l SI'C,CEI�ICA'CIOiV DOC[JMGN'i5 City Projecl Nn: 1Q34 fU
Itc��ised .�€€iy I, 20l i
(1[3 �45 1 l - 3
F31D[)I3itS I'RIiQiJf1L[I'tCA�[ [E)NS
Page 3 of 3
d. If a contractar i�as a valid ��reqt�alitication letter, the corttz'actoz' ���ill l�e eligil�le to bid
t1�e prequalified �vork ty�es until tt�e expiration date stated 'sn the letter.
CNll OF SECTION
['I�fY Ol� POIZT tVOlZ7'1 [ 1Vestside �VateE� "1'reatmei3t Pt�4nt $ac3:up Ceiacr:tiors
ST'ANl)A[ZIJ CO1��STR[1CF[E�N SPI:C[P[CA7'I(}�I DC)C[I�4EiV7�5 Cily I'rojcct \'o: 103430
Rec�ised Jtil}' l, 201 l
004512-1
PHEQUALIFICATtON STATEM�NT
Aage 1 of 1
5ECi101� 00 45 12
PREQUALIFICATION STATEME�lT
Eaeh �idder for a City procurement is required to camplete the infarmatipn below I�y
ideniifying the prequalified contractars and/or su6contractors whom they intend ta utilize for
the rnajar worEc type(s) listed.
Cantractor/Subcor�tractor Company Prequaiification
Major WorEc 7ype
Name Expiratian Date
Plant/8urlding Work
Electrica! Work
The undersigned hereby certifies that the contractors and/ar subcontractors described
in the table above are currently prequalified for the work types listed.
BIF]DER:
Company
Address
City/5tate/Zip
By:
Signature:
Title:
Dake:
EI�D OF SEC7{ON
ciry oF Fo�r wnr�rH
S�ANQARD CONSTRUCTION SPECIFfCAT14N DOCUMENTS
Revised September 3D, 2021
(Please Print)
(Please Print)
WesYside Water Treatment PfanY 8ackup Generators
ClTY PROlECT NUMBER: I034I0
004512-1
PftEQllALIFICAilO�} S7ATENiENT
Page 1 of 1
SECTION 40 �45 12
PREQUALIFICATION S7A7EMEiVT
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(sj fisted.
Contractor/Subcontractor Company Prequalification
Major Wark iype
Name Expiration Date
Alant/8urlding Work Crescent Canstructors, Inc. 1/31/2022
E'lectrica! Work TBD TBD
The uncfersigned �ereby certifies that the contractars and/or subcontractors described
in the table above are currently prequalified for the work types listed.
�17 7 �.ii
Crescent Constructors, lnc.
Campany
2564 `�echnology Rrive Ste 40a
Address
sy: Da�id Ca�dwell
( ase Pri }
5ignature:
Plano, Tx 7507�1
City/State/Zip
Title: Vice President
(Please Print)
bate: �/��/2022
�ND OF SECTION
CITY OF FORT WORTH
STANDARD CDNSTRUCTIO�f SPEqfICATION [lOCUMENTS
Revised September 30, 202J.
Westside Water Treatmerrt Afarrt 8ackup Generatars
ClTY PROl ECr NUMEiFfi: 1034Y 0
FQRTWORTH
Date of &ilance Sheet
s�cTioN ao �s i3
PREQC]ALIFICATION AP�'LICATION
Name under���ilich youn�ish to qualify
Post Office i3ox
Street Addcess {requu•eci)
Telephai�e
City
City
Fax
Mark only onc:
individual
Limitecl Pa�•t��ershEp
Gener�l Partnez•ship
Corporation
Limited Liability Co���any
Teras Taxpaye�� Id
Federal Employers I
State
State
Email
�
I��
Zip Cocie
Zip Code
DLJNS No. (if applicable)
EmaiUmail this questio►�n�tire �long �vith tinancial sEatei��enfs to the appropriate group belo«�. A separafe
sub►nittal is requirec� for �rfater/sewer, pa��ing, ancl ligliting:
l��ork Catego��y - 1V1te�- Dept - IVater/se��er 1Vork Category — TP�V P�ving IVork CateAory —'f P1V i'ed/Rd��y Lightir�s
j[�hn.k�t�a��ich[�i'I�nrt11'��rtli�lczas.�u�� _Ilicia.(iu�ci:ifritiirtn��rlhl�����s.�_��ti rlint.lb«u�'�r(!i�l�����lu�orEl3��xtiti.�n��
Forl IVorth �V�tcr Dep��rtn�e«t E��gi�ieeringamd City of� Fort 1Vorth Transportation as�ct Public City of E�ore 1Vortli "1'P11' Trans��ort�lio❑
Piscal Services C�ivisio�i 200'l�exas Si. Forl IVorksDept. 3851 Camp Botirie 11'est f31vd. Po��t \�lanagciucnt Attn: Cliiit ljoover, P.E. 5001
1Vorth, TX 7G I 02 IYorllt,'[�ex�s 7C I 1 C Atln: Alicia Garcia lames nve. Fort IVorth, 'f ;C 76l 15
"Financial Stateme�lts miist k�c mai�ed. Mark the envekope: "E ' ' � ' '- ' ' "
1Vestside W�nei� Treatmenl Planl I3acktrya Generators
City f'raject I�u: 14341(}
OD 45 13 - 2
13[DDEit I'[tCiQllAC,IE'ICA"[�[OiVAPPLICA"CIOi�i
Page 2 of R
i3LiSIlYFSS CLASSIF[CA'i�ON
The follo�vi��g sE�ould t�e cotn��ieted i�l orde►• that ��e 3�iay }�t•operly class ify yo�ic tirn�:
{Check th� i�lock{s} �vl�icf� are �pplica�le — Block 3 is to be lett b[ank if Block ( attd/o�• F31ock 2 is
checked)
� Has fe�vek� tE�a�� 100 e►�j�iayees
a��d/ar
� I-Ias [ess tl�an $6,OOQ,000.00 in a��n«al gross ��ecei�ts
OR
� Does nat ineet tl�e e�•iteria for bei�ig clesig:���ted a s���all business as proviclec[ i�� Seetiott
2006.00 [ of the Texas GoveE•�imec�t Cocie.
Tlle classificatio►� of yo���� fir�n as a small c�i• la�•ge btisiness is tfot a f�eto�• in cietei'�ttii�iia� eG�ibiliky to
�ecoEne prec��i�li�ed.
Select majo►• work categaries for�vl�icl� yc�u woiticl like to �e prequ�li#ie�d (Cify �n�,y cieem yoi� �re not
q��alified for selectecl cntegory or mny �pprove you ��t a lesser size/lengtl� and M��axirt��irti size «�ay
��ot be listed �peci#'ically uncle�• �3 snajc�r worlc categr�rY):
NIAJOR WORK CAT�GORYES
Wate�• De��;trtment
Atig�ir Boi•i�ig - 24-incll diatt�eter casing a►ul less
Augur [3oi•i�lg - Great��- t11aE-► 24-ii�ch dia�a�eteE- casii�g anci gE•eateE�
"I'unneli�ig — 3G-Ir�cl�es — CQ —it�cl�es, a��d 350 LF or less
Ttinneli►�g - 36-I�1cE�es — 60 —i�lck�es, ai�d gi•e�ter tli�t� 3S0 LF
Ttu�c�elic��; — 66" a�1c� greater, 350 LF' ���d greake��
Ttinneling — 66" a��cl greafer, 350 C,F o�• Less
C�Ehodic ['��otection
Wate�' Dists•ibutia►�, Develop�ne��t, 8-incl� �liamete�• �«ci s�naller
W�ter Dist�•ik�utian, Urban a��c� Re��ettral, $-i��cl� dia�t�eter �nd smallcr
W�ter Dist��ibution, Develop�ileE�t, 12-incll di�meEe►• ��id sE��alle►'
W�te�' Dish•ibutio�3, Url�a�7 a��cl Rene�v�l, 12-incl� dian�eter a��t� s�t�aller
W��ter Tra«smissio►i, Devela��nent, 24-i�tcltes a�td sntaller
Water Ti•a«sii3issio��, Urb��i/Re��e«ral, 2�-i��ck�es �nd sE��a[lec'
Watet' Tt'ansi�tission, DeveEop�ncnt, �Z-111CI1�5 8i3C� S1ll�1IIeC
Water Ti•ansi�iissio��, U1•b�it�/R�E7���ral, 42-i��cktes ancj stt�a[!er
Water Ti•a«si��issio►�, Develo}»�les�t, Ai) Sizes
Watez• Ta•at�smission, Urba�i/Renewal, All Sizes
�e�ver Bypass �'�������i�a�, 18-it�ei�es �iExl s�nalle�-
Se�ver E3ypass P��mpiug, 18-i«clies-36-inches
Se�ver Bypass Pt�inpii�g �2-i��ck�es �nd I����ger
CCTV, 8-i��c��es a��c! s►����ller
CCTV, l2-inc[�es a��c� sm�lEei•
CC�"V, � S-Il10E1�S �lliC� S111�IEel'
CCTV, 24-incf�es 2lI1CI SII1fl��e1'
CI'f'Y OI' I�[)It'f �VO]Z7'l[ 1Vestside 1Vatea�'i'reatt�tent Pl�i�it E3;ickup Gener�stars
S'�'�1NT]Af2I3 CONSTR�ICC�03�f S1'GC]PiCA7'fOAI DOCUML'•�I"1'S City �'ruject �u; If};�}�{}
Revis��c3 Au�;ust l3, 2021
D(} d5 13 - 3
BIUD%[t i'R�:QIJALt€'1C��"{�lO�iAPt'LIGA"C[OlV
E'a�;e 3 of R
NIAJOR WORK CATCGORIFS, CONTINU�D
CCTV, 42-ia3cl�es �nci s��ialle►•
CCTV, �8-i��ches and sEi�aller
Sewer CCPT', 12-inci�es and s�i7aller
Se��Ter CIPP, 2�-incl�es a��d smaller
Se�i�et' CIPP, 42-i►�cli�s �tiid smalle�•
Se��fer CIPF, All Sizes
Se«�er Collectio�a System, Develapment, &iE�eiaes and s�z�allec
Se�Wer Collection System, U�•ba��IRenew�[, 8-i►�ches ancl smal[er
Se�ve�• Collection Systen�, Develapn3etzt, 12-inches an�l s�naller
Se�ver Collection Systei��, Ui•bsn/Renewal, !2-i�►clies and smalte�•
5e�ver It�terceptois, Develc�p��er�t, 24-i��ches and s����ile�•
Setver Interceptois, Ur6ai�/Re��e�val, 24-ittcltes a►�d s��ialler
Se�ver Interceptois, Develop���ent, �2-inclies a��d s�na9le►•
Sett�et• It�tereeptots, Urban/Re►�e�val, 42-iiict�es a�id smalEcr
Sewer Intei•ce�tots, Development, 48-i��ches and smallet'
Se�ver i�ltercepta►s, Urbai�/Rc�iewal, 48-incl�es a�icl snlaller
Sewer I'i�e Enlarge���et�t l2-it�cl�es �t�d s►��alle►•
Se�vei' Pipe Et�iargeme►zt 24-i«cl�es at�d si��aller
Se��e�• Pipe En[argement, All Sizes
5e�ver Cleaning , 24-inches a��d snaalle�•
Se�ver Cleat�i��g , 42-incl�es anc6 s�nallei•
Se�ver Clea��'s►�g , All 5izes
Se«�er C[eanin�, 8-i►�cl�es as�cl smaller
Set��ei• Cleai�i��g, 12-incl3es aEid s�a�aller
Sewer 5ipho►�s i2-inclies ar less
Serve�' Sipho►�s 24-i��ches or less
Sewe►� Si�l�o��s 42-ii�ches or lcss
Sewer Sip��o��s All Sizes
Tl•a��sportafion Pu}�Iic Works
A5�3i]aI� PciVlll� CDIIStI't1Ct101iIR2C0[75i1'LiCtldtl {L�SS THAN 15,000 sc�ria►•e }�a�•ds}
Asplialt Pavin�; Constructio��IReco►�structio�� { I5,000 sc�tta►•e yards ai-►d GREATER)
Aspha]t Pavin� Heavy M�i��te»ance (UNDEIZ $i,000,000)
As�halt Paviug Heat7y Maicttenance ($I,000,000 and OVER)
Co►icrete Paving Co�tstruction/ReeonstnEction (LESS TNAN 15,000 sc�itare yards}"
Concrete P�vi�lg Co►�str�ictioi�/Recoi�st���ctiaz� { 15,000 sc�tiare yards and GREATER)"
Road��ay and Pedestriaia Ligfiti�ig
NOTE =`Tl�e►•e is alot a preq�ialitic�tiot� rec�i►irei�ient for iE�stallatioE� of coa�c►•ete side��ralk, ct�i•b & giEtter,
c�rive�vays, a�ld pat�el repl�ceEnent, oitly concrete ��3�i��g
E'i'['Y [)F f OF27' �VORTEI 1Vestsic(e IVa[er Treatiuent Pl.u�t 13�sckup Geueraloss
5'f'AI�![)A[ZD CONSTRUCC[ON SYE:(:ll ICAT[OA' DDCLJNIiiN'I�S City Project No: IO;ia10
Iteviseci r�ttgust 13, 2021
ooas�3-a
�ivr�t.rz ��tzt�:c��1�i,�r�cnr�c3Nt�r>��€��cn�r�o�
i'<��e � ors
List equi�»�7�►it yali cio not ot���l t�tit �vl�icE� is av�ilable by renti«�
DESCRIPTION OF �QUIPMENT NAME AND DETAII,ED ADDRESS OF OWNER
2. Hc��v ��tany yc�rs E�as you�� ot�g�nization lieen in business as a�et�ei'al cont�-actor t�nc{e�• your pE�esei�t
naine?
List p�•e�'totis biisi«ess naE��►es:
3. How n��t�y yea�•s af expec•ie��ce in
haci:
const�•�tction �vorlc has ynua' ot'g�t�jizatioc�
(a) As a Ge��eral Contractoi�: (k�} As � Stit�-Co�ltractor:
�. �Wltat pi'ajects k�as yo���� orgai�izatioi� con�pleted i�i Texas a��d else�vl�ere?
CLASS LOCATION NAME AND DETA[LED
CONTRACT OF DATE CI`�'Y�COUNTY- ADDRESS OF OFFIC[AL TO
AMOUNT' W02K COMPLETED S'CATE WHOM YOU REFER
'�Ifi•equaiiFyit�g c���ly sltaw wo��k �e►-%r���ecl si►�ce (ast statement.
S.Have you ever i=aileci to catti��lete any �vork a4varcied to yo�i?_
I f so, ��her� and «k�y?
C.Has �t�y oftice�• ar owner of yot�r arganix��tion ever vee�-► ai� aFficer c�Fa�iotl3er organizatiaE3 th�tt f��iletl to
contp[ete � co«tract?
11'so, state the ��am� of the i�ic�ivicittal, atl�et• c��•�;ai�izatia�l a►id re�sot�.
7.Has �ny office�• o�• a�v�ae�• af yo��E- organizatia►� eve�� f�tiled to complete � caEitract exee��ted i« k�islk�er
«��»e?
If so, state the i�anle oFtlie inclivicl�►al, ►i��ne of aw��er �►ncl reason.
C1"1'Y Ol� I�OR'[' �1'UIZ'I'f3 �Ves€side 1V.�ter'1'rccsUne3tt PL•in1 Backup Generata�€,
S'CANDAR[7 CONST'RIJCI'IOIV Sf'E�CII�ICA'I'€OiJ [�OCIJMEI�`CS City Project Nu; 103d10
Revisc�c3 Augtist 93, 2021
�o a� �3 -s
f31C3Di;lt NRkiE�iJALIFICA'C[ON�1Pf'LICr1TION
Page 5 of S
8. In ��t�at otlaer lit�es of b€isiness a►•e yo�� finat�cial[y inteeestec�?
9. Have you ever performed a��y ��oi•k fo�• tlie City?
If so, «�k�en ai�d to rrrhora cla you �•efer?
10. State na�r�es ac�d detailed addresses of all proc�ucers frot�� �vhom you have �urcl�ased prit�cipal
materials di�ring tlte last tliree }�ears.
NAME OF FIRM OR COMPANY D�TAILED ADDRESS
11. Give tlle �iames of any aFfiliates or relatives c�t►•�•et�tly deUc�t•�•eEl by the City. IE�cficafe yoi�r �•etationsliip
to this persan nr tirit�.
[2. Wk�ak is tlte const�•€tction experi�nce of ti►e �ri��eipal inciivid�ials in yatir o��ganizatioit?
PRESENT MAGNITUDE
POSiTION OR Y�;ARS OF AND TYPE OF 1N WHAT
NAME OF�'TCE EXPERIENCE WORK CAPACITY
13. I f a�iy awner, ofticer, clieectoe, or stockholder of ��ou►• tir�n is a�� e�����loyee of il�e City, or sha�•es tile
same ]ioi�seholci �vith a City e�aipla}�ee, please list tlie ��ame of tlje City e���ployee and ii�e relationship. Ii�
additian, list a��}� City employee who is tl�e spouse, ck�ild, or pa�-ent of an o�vt�e�', o��cer, skackhalcier, or
c�irecto�• who ciaes ��at live i�i tk�e same l�o�isel�oEci but «ri�o �'eceives care a��d assistance from ti�at perso�i as
a di�-ect result of a doc��metited ►z�edical cond'ttio��. Tllis it�cluc�es foster cl�ildreit or tk�ose refated by
adoptian ar m�rriage.
Cf�[�l` O[' I°(7R7' 11rORTE1 1Vestside 1V:derTreat��ient I'3�jn1 I3uckupGenerriors
5'I'Al�lI7r1ft1] CONSTRIIC'1'ION SE'ECIF[CA"['tOt�t !)(}CL1NE�,�'CS City E'raject No: 1€}3d10
Revisc�l Augi3st 13, 2021
(1��513-G
i;�i»>s:rz ��rtr_c�uE��.�r�cn����o�rnE�>>�.rc���rio�r
������ � �e s
CORPORATION BLOCK PARTN�RSHIP I3LOCK
If a eorpor�tion: if � p�u•tnersliip:
D�iEe of I�icor�oration State oiO��ga�liz�tiot�
Cl��rte►�IFile No. Date af arganization
P�'esident Is pa►-tc�e�-ship geneeal, limited, or �•egistered litt�ited
liabilify ��tt�'tne��ship?
Vice P►•esic�ents
File No. (if L,imitect
Pa�•tnership}
Geneeal P��rtneislOf�cers
Seceetary Limited Partners (iFap�licable)
Tre�stirer
LIMI1'Ell LlA61LITY CONIPANY BLOCK
If a c�rp�M•atiun:
stfltC Q� �I1C01'(JOI'c�f1011
D�te aCargat�ization
File No, Indi�id�taEs a�Etlto�'izecl to sig�a for P�rlt�ersltii�
Officers a�• Ma��a�et's (�vitk� titics, if �ny)
t<1KC�F3t IEII� i�m�teq pac�t[�e►�s, tf�e inciividi��ls listed in ihe blc�cks �ibove �re �x•esurt�ed to l�ave Fuli
signature �iutlior�ity for your €irm unless ot1►errvise a€lvisecl. Sl�oulci you �vish to �rant sig��atu�'e
�uthority for �ciclitio�t�[ i�t�ividu�ils, ��lease attach � ceetitied copy [�i'tl�e cot�porate ��esol��tio��,
co�'�t��•�tte n�inutes, partnee•ship �t�ree���ent, pc►rr'e►' af attorney or other leg�� dacumentF�tio�� rv}ticlt
�;r��nts tl�is airtlao�•ity.
CCfY QI� i�012'C W012T11 1Vestside 1V�iterTrcale�ien[ Plant Backup(;enerutE�rs
5"1'AN[)A[iD CONSfIiffCi'IOv Si't:Cil'[CA`l'IUN DOCUA�tEN��S C'ity ['rujcct No: 1()3d10
[2evisc�c3August 13,202]
O(��513-7
€3[L7dF..[Z PRGQ[JAL[I'[Cr17'IOI�I AE'f'[,fC�1�['iO�I
9'<�c 7 0€' 8
I �. Ec�Liipille�It
�
TOTAL
5iini{�r tyk�es of equi�n�eni t��ay be lu��ipec� together. If yott�• fir��� ltas ���ot'e tltaa� 30 E}�pes of eq��i�inent,
you may show tllese 30 ly��es ai�cl sho�v the ��emaind�r as "vaE•iotts". The City, by allowring }lo�i to si�o�v
oEily 3Q types of equip�nent, reserves tlye rigl�t to rec�uest a co�nplete, detailed list of all y��r�• eq��i��t��ent.
The eq��i�3me�3t list is �►•e��resei�tatio�� of ec���i�me��t u�icler the control of' ihe ��-m �nci �vhicl� is related tc�
ti�e ty��e af work for ���11ic1� the fir�t� is se�ki�lg qiialiticatiot�. In tl�e descriptian include, the �na��itfactut•e�•,
t�lodef, a�id ge►�e�•al co���a3�o�� desc►•iption of eael�.
BALANCE Si-�EET
ITEM QUANTITY IT�M DESCRIPTiON VALUE
f
2
3
4
S
6
7
8
9
1�
11
12
l3
14
15
if
17
18
19
20
2E
22
23
24
25
2G
27
28
29
30
Va►�ious -
TOTAL
Cl-['Y Of 1�'[)EZT �V[31Z'CE�3 l��eslside �Vater Tre.tit��ent f�l.j�u Backup Gener�itors
S`fANt�AItI� CONS"FRIJ(;I'IC}N S!'EC]FtCA'I'lON DOCUA�I[:v�[�5 Cily Yrajccl Ncr 1()3�11(1
Revisecl At��isst 13, 2D21
OOa513-S
13[DDGlZ i'REQUALlI� ECA'I' 1C3N APPLICAT[Otd
P.�,�e 8 of S
BIDDCR PREQUAI,[�'ICATION AFP'IDAViT
STATE OF
COUNTY OF
TEie ��«de►•sig��ed hereby declares tE�ak tl�e fot'e�oing 1S �i if'Ll� St�it�illetli OF fll0 fiEl�l11C1c�I COI1CIIt1011 pP �Ele
entity k�et'ei�t tirst i�a���ed, as of the cl�te f�ereic� fiest �iven; tl�at tE�is st�tet��etlt is fo�• the express p��►•pase of
i��dt�ci«g tl�e �arty to wf�oi�� it is su����ittecl to award tl�c si�bt�iitter a coi3t�•�ct; and ti��tt tlie accoutttattt wlto
pa•epa�•ed tlie balance sheet �CC011l�l�tllylEl� rI115 r�port as ��ell as any c{e��osito�-y, vendoa• oi� ar�y otliei•
ageticy l�ei•eii� na►ned is I�ereby a�tthorized to st�p��ly each party �vith any infoi•matio�i, ��vltile tl�is st��tetttei�t
is in force, necessary ta verify s�i�3 state►i�ent.
___ ,�eit�g duly s�var��, cle��oses a��d s�ys tE��t
he/slie is tije of , the �ntity
described i�� aa�d �vhic�t executec� khe foregain� sfake�nent th�t I�e/she is familiar with the books of the said
e�itity sl�o�vi�t� its financial condition; tl�at t�le fare�;oing ti�iancial statettte��t take�� f►�om the books oF the
saic� entity as of the d�tte tliereof a�ad tl�at tlta a�3sw�rs to the q��estions of tl�e foregaing E3i�ide�•
Prec�t�aliticatio�l Applicatio�� ai�e correct a�x[ t�•ue as of the d�tte c�f lhis afficiavit.
Firm Nanle:
S ig��ature:
S�vo��« to �iefo��e me tl�is
d�y oF
Notaty P�Eblic
Notary P�iblic must t►ot l�e ara officer, directo��, or stocicljoldet• or rel��ti�c thereof'.
C17'Y E3P PORT IVQIZ'I�I i �Vestside �Vatcr Treuune�tt Plcsnt f3ackup {Jciscr�durs
5`CrWDARII Ct)N51'RL1C1'ION SPGC[P[CA'CtOiV f)i}CiJ�1F,1J"[S CiEy Prujrct No: ]03d1()
Rcviseci Aug�ist 13, 2021
oo-asxe.i
[ONifiALTOR CbMP1iA�}CE WIiH WaRKE[t'S COMPENSATIOH LAW
Page ] a� 2
sECT�oN ao ax zs
CONTRACTOR COMPLIANC� WITH WORK�R'S COMPENSATION LAW
Pursuant to iexas l.abor Code Secklan 4U6,095(aj, as arnended, Conkrackor certffies that it
�rovides worker's campensation ]nsurance coverage for ail of Its etnployees employed on CIEy
PraJect No.103410, Contractor further certffies khat, pursuant to Texas �abor Co�e, Sectlon
q06,09&(bj, as amended,lt will provide to City Its suhcontractor's cert{ficates of complfance wittt
worker's com�ensation caverage,
CONiRAC70�t:
Crescenf Consfructors, Inc.
�y, David Cal�well
Campany
2560 Technology Drive, Suite 400
Acfdress
Plano, TX 7507�4
City/State/zlp
TNE STAT� Of TEXA5
CDUNTY OF 1'ARRA�fT
� � ase Prl t7
i
Signatura:
TEtle; Vice Presidenf
(please PI'fntj
BEFORE ME, the underslgned auihor[ty, on this day personally a�Opearec�
David CaldWell lcnown to me ta be the person whose name is
suE�scribed ta the faregoing instrurnent, and acknowledged to me that he/she executed the
same as the act and deecE of Crescent Constructors I Ilc. for the purposes and
conslderatlon thereln expressed and In the capacity therefn stated.
GIV�N UNO�R MY HAND ANp SEAL OF QFF'ICE #hls 1�� day of
i�l c�-� ,lr 1 , zo �a
LiSA HILL
�o�'A��''� NOTARY PUBI.IC
STATE OF T�XAS
�s��" MY COMiN. EXP. 02l2U26
1�°`�� NOTARY ID 12412939-9
CI7'Y Of� [tOE�'E' WOICfH
STANDr1RD COiJSTRUCTfON 5PL'GiPICA'f10iJ ROCU�vIQN7'S
Rcvlscd Jaily I, 201 I
��� �`�
Notary Fublic In and for the State of Texas
11'r.rla�lrle IVulcrTrcrrlme�N Ylmi1 !lrrckitlf Ge�re�v�lors
CITY I'ItOJL�Ci' NUMBL�[l; 103d 10
00 45 40 - 1
eusiness Equity c]rdinance Specifications
Page 1 of 3
s�c�ion� an 4s ao
Business Equity Specifications
[This dacurrtent is to be printed on "pink" paper rn i�s fina! form]
APPLICAT[ON OF POLICY
If the talal clolfar vaf�►e of the contract is greate�� tllar� $100,000, thei� a[3usi��ess Ec���ity goal is a���lic�tbie.
A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises
(M/WBEj.
POLICY STAT£MENT
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. Al] requirements and regulations
stated in the City's current Bus9r�ess �quity �rdinance No.2�4534-1�-20Zd (as codified:
htt s: cadelibrar .amle al.com codes ftworth [atest #tworth tx �-0-0-22593) appky ta this bid.
MBE PROJECT GOAI.S
The City's M/WB� goal on this project is 2&% of the to�a[ bid �alue of the contract.
COMPLIANCE TO BID SF'ECIFICATi0N5
On City contracts $100,�00 or more where a Susiness �quity Goal is appEi�d, nfferors are required to
corr�ply with the intent of the City's Business Equity Ordinance by meeiing ar exceeding the abo�e stated
goa€1 through one of the folfowing rnethods: 1. Business Equity subcontracting participation, 2.
Commercial useful function ser�ices perfarrr�ad by the Business Ec{uity Prime ia caunt towards the
gaal, 3. Combination of Business Equity Prime ser�ices and Business Equity subcontracting
par#icipation, 4, Business Equity loint Venture participation, 5. Good Faith �ffort documentation, or,
ar 6. Prirr�e Waiver cfocumentation.
5UBMITTAL OF REQU1R�p DOCUMENTATION
The Utilization P[ar� shal! be due at the time specified in the solicitatior�. The applicable documents rnust
be received by the P€�rchasing Di�ision, within the time allocated, in order for the entire bici ta be
considered responsive to the specifications. The atferor shall EMAIt. the Business Equity docurrientation
to the assigned City of Fort Wort� Project Manager ar Department Designee. Docurnents are to be
recei�ed nn lat�r than 2:Q0 p.m., on the second City business day after the bid opening clate, exclusive
of the bid npening date.
C[TY OI� I�OR'1� 1[JOR"I'H !['eslside l t'ufer Trecument Plcu�f B�rc•kup Ge�rei�crint•.r
S"['At��AR[7 CONS'['[tl1C"1'IO�i SF'i.CIFiCATION DOCU�iGN"CS C'!7'}•��rrn,ircrf�lu,lfliF.lt: 103�l10
K€v€sed ]ui�� U, 2021
q04526-2
CONTRACTOR CQMPLIANCE WI7H WQRKEit'S COMPENSAT]ON LAW
Page 2 of 2
En�a oF s�cTio�v
C1TY E)P' FOft"f 1VORTE I 1PeaYside 1f'�Ner Ti•er�nrzel�f Plrii�113rrckr�y Ge�rerufor.r
5'['ANC)ARI) CONS`['ItUC7'tOiV SPEC[I� fCA'1'1{3N DOCUNIGN"E�S C['i'Y E'IZOJf'sC [' NU��[BER: (D3d 10
[Zcc�is�il3tEly I, 2U11
no as ao - z
Business Equity Ordinance Specifi�ations
Page 2 of 3
Th� Offeror musfi submit one of t�e following dacumentation:
1. Utilizatian Farm, if the goal is me� or exceeded,
2. Good Faith Ef#ort Form and Utiiizatian Farrn, inciuding supporting documentation, if participation is
(ess than stated goal, nr na Business Equity participation is accomplished,
3. Prime Contractor Waiver Farm, including supporting documentation, if the Offeror wi11 perform all
subcontracting/sup�lier oppartunities,
4. Joint Venture Farm, if goal is met or exceeded with a Joint Venture.
7hese forms can be found on-line at:
Susiness Equity Utiliza�inn Form
https://a�ps.fortworthtexas.�ov/ProiectResources/ResourcesP/�0%20-
%20MWBE NEW%20Business%2�E uit %200rdinance B�siness%20E �it %20tJtilization%20Form, df
B�asiness Equity Prime Contractor Waiver Form
https://apps.fortworthtexas.�ov/PralectResources/ResaurcesP/6C3%20-
%20MWBE NEW%20Business%20E uit %2QOrc�inance Susiness%20� uit %20Prime%2QContractor%20
Waiver..�?.df
Business Equity Good Faith Effort Earm
https://apps.fortworthtexas.�ov/ProlectResources/ResourcesP/60%20-
%20MWBE NEW%20Business%2QE uit %200rdinance Business%20E uit %20Goad%20�aith%20Effort
%20Form.pd�
Busi�ess Equity 1oinL Venture Forrn
C["[�1' O�' i'OIt"1' IVOfiTk3 lf'esl.sicle 1Puter Ti•eufinent Plcri�f Bnckrrp Generulnrs
S7'A�DAKD CO�S'CEtUC77�N SPGCIP'[CA970N �OCU�1�N�1'S GYT}'PfiOJ1:C7'NU�1�J13GJt: I03�JI0
Itcvisecll�ily 19, 2021
009540-3
Business Equiry Ordirtance Specificaiions
Page 3 of 3
https://apps.f�rtworthtexas.�o�/ProjectResources/ResaurcesP/6�% 20-
%20MWBE/RiFW%2QSusiness%20Equity%200rdinance/Business%fl7flEguity%20loint%20Venture.pdf
FAILi�R� 70 COMPLY WITH i'N� CiTY'S BUSINESS EQUI�'Y ORDIiVANCE WILL R�SULT I!V TH� BID BEING
CONSIDER�D NE7N-RESONSIVE TU SP�CIFICATIONS.
�AfLURE TO SUBMIT THE REQi11RE[} BUSINESS EQUTIY DOCUMENTA7[ON WILL RESUI,T IN THE BID
BEING CONSIDERED NON-RESPONSIVE. A SECOND FAiLURE WIiL RESULT IN THE OFFEROR B�ING
D15QIJALIFIED FOR A pERIOD OF OI�E YEAR. THRE� FAiLURES IN A�IVE YEAR P�RIOD WILt RESlJI.T [N
Any Questions, Please Cnntact T�e Business Equity DiUision of the Departmen# of Di�ersity and
Inclusion at (817j 392-2674.
Department nf Diversity and Indusion
Business Equity Divisian
Email: DVif�_BEOffice.fortworth,iexas.gou
Phone: [8�.7) 392-2674
END OF SECI'ION
C17'Y pI' f=OR"[' 1VOR"CH fI'es�.sirle If'rrter• T�•eu(»reril I'l�rnl Buck;rp Gc�ierutr�rs
S'I'A�II)AKb C(3NST[titC7'1C3N SPFiCII'ICATION DOCU�IGN7'S CIT}'PIiOJGCT�1'U,11I3FR: I113410
Revised July t9, 2I121
00 52 43 - 1
Agreement
P�ge 1 ofG
SECTION QO 52 43
AGRE�M�NT
THIS AGR�EM�NT, authorized aa� 22 February, 2022 (M&C 22-0129), is made by and
bet��veen tt�e City of Fot•t Worth, a Teaas ho3ne rule �n�inicipality, �eting by and througlt its duiy
authoi•ized City Manage�•, ("City"), a�icf C��escez�t Constructors T�ic., a�itltorized ta da biisiness in
`�exas, acting by and tl��•ougi� its duly a��tliorized �•epresez�tative, ("Cont��actor"}. City ai�d
Contracto�• may jo�ntly be i�eferred to as Parties.
City and Co�at�•actar, i�� consicie�-ation of the mutt�al covenanfis ��ereinafter set fo��tl�, ag�'ee as
follo��s:
Article 1. WORK
Co��tt�actor shall complete all Wark as specified oe indicated i�� the Cont�•act DactEtnents for the
Pcoject identified hereit�.
As•ticle 2. �'ROJECT
The project for r�vhich tl�e Wark under the Contract Docu�nents may be tl�e whole ar only a part is
generally described as %ltows:
i�estside Wcrle�� Ti�eat3rtetlt Plc�flt 13crckrr� Gerreratos s
CITYPROJECT NUMBER 103410
Articic 3. CONTRACT PRYCE
City ag�•ees ta pay Cantracto�- for perfo�•���ance af tl�e Wo�-k in accnrdance witii the Conteact
Doc�����ents a�1 amo��t�t, i�� c�u�ret�t funds, oiTwelve MiIlio�� T��o Hunc{red Nine Seve��
Tl�orisaizd Dolla��s ($12, 297, 000. DO). Co�ztz•act �rice may be adjust�d by cilange o�•ders duly
ai�tl�orized by tlte Pa��ties.
Article 4. CONTRACT TIM�
4. i Finai Aec�pta�ice.
'1 he Work sliall he complete for Fitial Accepta��ce ��ithin 600 days after the date wlten the
Conti�act Time comme��ees to ������, as p��ovided in Paragrapl� 2.02 of tl�e Generai Canditians,
plus aE�y extez�sian thereof allo«�ed i�� accorda��ce ��vith A��ticle 12 of tlfe General
�onditioiis.
4.2 Liqiiidated Damages
Co��tt'acto►• recog��izes tltat tinre is of tl�e esse�rce �or completion of Milestones, if any, and
to achieve Final Accepta��ce of the Work anci City and the public v��ill sufFe�- fi�o�� loss of
use if tlze Woz•k is ��ot co���pieied witlii�i tl�e ti�ne(s) speci�ied in Pai•agraph 4.1 abave. Tl�e
Contracto�� aEso recag��izes tlae deiays, expense and diifictilties in�olved i�i provin� in a
legal p�-oceeding, ti�e actt�al loss s��ffered by t�ie City if tl�e Work is not en�npiefed o��
time. Accoi•dingly, i»siead oF �•ec�i�iring any sucl� proof, Cot�t��acior agrees that as
lic�uidated damages fai• delay (but ��ot as a penalty), Co��t��acto�• sl��ll pay City Ojre-
Tl�arrsn�rd Dolla�•s ($I, D00.00) fot• eacl� day that expi�-es after the tiine specified in
Par�grapf� �.I foi- �'inal Acceptanee E�ntil the C�ty issues the Final Letter of Accepta�ice.
C["E'Y O�' �ORT VVORTt { [i�eslside {i'nfer• Tr-eotttrei�t Pla1�t I�ackr{p Genel�ator•s
STAI�]BA12i7 CONSTRUCTIOt�! SPF.,C[I'ICA'I'ION DOCUMEN7'S CITt'PROJCC7'NU�IfBF,R 103410
Rc��ised 11/23/Z0�1
Od 52 43 - 2
Agrcemeikt
Page 2 of 6
Article 5. CONTRACT DOCUM�NTS
S.l CONTENTS:
A. The Contract D�ct�ments wl�ich co�nprise tl�e entire agree�neni bett�veet� City and
Contractor co�icei•nia�g tl�e Work consist aithe following:
I. Tlais Ag�•eeme��t.
2. Attaclzme��ts to tl�is Agreeme��t:
a. Bid Form
1 } P�'oposal Form
2} Ve��dor Compliance to State �,aw Non-Resident Bidder
3) Prequali�catia�i Stateme�t
4) �tate anci Federal docum�nts (project specifrc)
b. Cu�-rent Pi•evailing Wage Rate Tab1e
c. Insu��ai�ce ACORD Form(s)
d. Payme��t Bond
e. Performa��ee Boncl
f. Maizite��ance Bond
g. Po�ver af Attorney for the Boz�ds
If. Wo�•ker's Compea�sation Affidavit
i. MBE and/or 5BE Utilizatio�� �'arm
3. General Cojiditions.
�. Sup�lementai�f Canditioz�s.
5. Specifications specificaEly made a part of th� Contract Docu���cnts by attac�t�nent
or, if �io# attachec�, as incorpo��ated b�� reFere��ce and desc�•ibed in the Table of
Conte��ts of tt�e ProjecYs Co��t►�act Dacumei�ts.
6. Drawi�igs.
7. Addeuc�a.
8. Docu�nei�tation st�bmitted by Canh•actot• prio�� to Noiice of Award.
9. The fallowit�g ��hich may be deiivez•ed or issued after the Effective Date af the
Agrcement and, if issued, become an ij�cor�orai�d part of the Cotltt•act Docun3ents:
a. Notice to P��oceed.
b. Field Orders.
e. Cha�;ge O�•dez•s.
d. Letter af Fi�ial Accepta��ce.
Article G. �NDEMNIr�CATIQN
G.1 Contractar cove�aa�ats and agt•ees to inde�nnify, l�ald hat•mless acid ciefend, at its ow��
expe��se, #l�e city, its officei•s, serva�tts aaa[l employees, from a��d against any a�acl a[1
claims arising aut of, nr allegecl to arise out of, tl�e wo�•It a��cl services to bc �ei•former�
by tlie co��t�•actor, its officei•s, agc»ts, employees, suhcontl•acfors, licenses oe• invitees
�ncler this conti•act. Tliis ix�clemaaificatio�� provision is_spec_ificallv intea�cieci fo o��erate
and be effect'tve even if it is aile ed oe• r•oven tliat alt oa• some of t�e dania es bein
sou�lat �vere causec�, in wl�nle o�• i�� �a�•t, by a«,v act, omissio�i or ne�ligeEice of ti�e city.
This inde�nity �rovisio�� is iaitended to �nelude, witlinnt 1'r�n'rtatio��, indeinnity, for
casts, expet�ses aucl legal fees incin•e•etl �y the ci�y in defending a�ainst sucl� claims ancl
ca��ses of actio��s.
Ci'I'Y O�' PORT GVqA7'li 1!'eslside !1'aler'1'1-eatare�t! Pla�tll3ackrtp Ge�ie1•ator-s
STANbATZT7 CONSTRlJC7'ION 5f'l:C1F]CAT[C}N D(3CUA�iI;N'1"S CITPPROJL;C7'AzU,i-f731;R 10311�
Revised I {/2312021
00 52 43 - 3
Agreeme3u
Page 3 of 6
G.2 Conte•actor covenanis �nd ag�•ees to indemnify and hold harmless, at ifs own expense,
the city, its af#icers, scivants ancl em�l�yees, from and agai��st any and all lass, c�amage
or destruction of pro�e�•fy of the ciiy, a�•ising out of, o�' allegetl to arise ouf of, tl�e woi•k
and seiwiees to be �er�fo�•rneci by tt�e contractor, its offccers, age»ts, empinyees,
subco��tracfors, licensees or i»�itees unc�er ti�is cantract. Tl�is i�cle�ttnifieation
rovision is s ecificall infe�iclet� to o erate at�[I be effective even if it is alle ed or
t�rnveyf tlaat all oz• some of tl�e €lama�es i�ein� sflu�l�t wee•e c�used,_i_n wl�€�le oY• i�� na�•t,
hv any act, omission or ne�ii�ence of the city.
Article '7. MISCFLLANEOU,S
7.I Te�•ms.
Te�•ms t�sed in this Agcee�nent wh�cl� az•� defi��ed in Acticle 1 oi the Ge��eral Conditions �vill
i�ave tite meanings i�idicated in the Gene�-al Conditions.
7.2 Assignme��t of Co��t�•aci.
This Agreea�e��t, i��cludi�ag all of tlfe Co��tract Doc��ments may not be assigned by the
Contraetor ��ithoi►t t��e adva��ced eapress writte�i cnizsent of tl�e City.
7.3 Successors a��d Assigns.
City a�fct Contraetor each binds itseli, its pai�ners, st�ccessoi•s, assigE�s a�id legal
�•epreseniatives to the othec party I�e�•eto, i�a ►•espect to all covenants, ag�-eeme��ts and
obligaiio�as coa�tained rn the Cont�•aet Docnme��ts.
7.4 Sev�rabifity/No�i-Wair�er of Clai�ns.
A�iy p�•nvision or pa�•t of the Co��tract Docu►ner�Ts i�eld to b� unconstitutional, void oz•
��nenfaz•ceable by a co�u•t of compete��T j�u'isdiction shall be dee�r�ed st�•icken, and aIl
remai»ing E3ravisians sliall conti��ue to be valid and binding upon City and Contractor.
Tf�e failtii'e of City ar Conti•acto�• to it�sist u�a�� the pei•formance of any tc�-�n or pra�ision of
tl�is Agreeme��t o�• to exc�•cise any rig[ft g��a��ted l�erein s13a11 not cnnstitute a��aive�� of Cit��'s
o�' Co��tractor's respecti�e �`ight to insist upo�� appz•ap��iate perfarmai�ce or to assei-� a�iy such
rigi�t on a�iy firt��►'e nccasion.
7.5
Gove����ing La�v and Ven�te.
Tl�is Agreement, incl��di►�g all af tl�e Co3itract Documents is perfonnable in the State of
Teaas. Ve��tre shall be Tarrat�t Coi�nty, Texas, or tl�e United States District Cou��t fa►� ti�e
Nartl�ern District of Texas, Fort Wo�-il� Division.
7.G
7.7
Autl�orij� to Sign.
Co��tt�actoz� slfalf attacif evide��ce of autho��ity to sig�i Agreeme��t if sigr�ecl by sameone otller
than tl�e ciuly aut[�oriz�d siguato�y of the Coz�tractor.
Non-ap�rapriatio�l of Fu��ds.
In the evenY z�o fi��ids oi• ins��fficient f��ncls are appropi•iated by City i�� a��y �scal pe�•iod fo��
any payme��ts due h�reunder, Cit}� r�vill z�otify VentIar of sucli occurrence and tl�is
Ag�-eeijze��t shall terit�i��ate ot� tl�e last day of tlie fscal period for whicli app�-opriatioj�s �ve��e
��eceiveci �vitlio��t pen�lty o�- e�pcnse to City of aify kind wlaatsoc�er, e�ce�t as ta tl�e
portions of the payinents herein agreed upon for whicli fE�nds have been appi•op�•iateci.
CIT'Y OF FORT �VpRT'H «'estside 1 Prrler Ti�errmaeru Plarrt L3nckar� Ge�ierarors
STANi�A1ZT3 CONSTRUCT[ON SPP.CIFICA'1'ION [30CU�FNTS CIT}' PROJECTriiUhl6ER 1034I0
Ite�ised 11123/202i
ao sa a3 - a
Agreement
Page 4 of G
7.8 P�•ohibition On Co�i#racts Witli Companies Boycottiaag Isz�aei.
Contractor, u►�less a sole praprietor�, aeknowledges that in accordance witi� Chapte�• 2273 af
tl�c Te�as Gove�•��ment Cod�, if Cn3�tractor has i 0 0�• a��o►�e fi�11 time-employ�es a�id the
conh•act vaiue is $100,000 ot� more, the City is proifibited fi-om entering into a ca��tract ��viTh
a compa►�y fa�� goods or services unless tl�e contract contains a writteE� �erificatifln fi-om t11�
com�a�iy that it: (1) t�oes not t�oycott Ist�ael; anci (2) will �iot boycott Israei during tl�e ter�n
of tile contE��tct. Tl�e te�•a�is "bnycott Israel" a��d "company" si�all have the mea�ii�igs
asc�•ibed to tliose ter»�s in Sectioiz 808.001 of tl�e Texas Gove�•�finent Code. By signing this
co�►tract, Contractor certifies that Conti•acfar's signatiu•e provides �►v�•ifte�►
veri�catia:� to tl�e City that if Chapter 227I, Texas Gove��x�me�t Coc�e ap�lies,
Contracto� :(1) does not boycott Is��ael; a�xcl (2) will not boycott Israel cluring the ter��
of the conte•act.
7.9 Pz•ohibition on Boycotting En�i�gy Companies.
Contractor acknowiec�ges that in accordance with Chapte�• 2274 of the Texas Gover��ment
Code-(as added by Acts 2021, 87t1f Leg., R.S., 5.B. 13, § 2), the City is pt•ohibited fc•oin
e��te►�ing inta a contract for goods nr ser�ices ti�at Izas a value af $100,000 or more, which
will be paid wholly or partly fco�t� public fimds of the City, witi� a compai�y {rvitt� 10 a�•
�nn�•e fiill-tiine e�a�ployees) ��nless tl�e contract contains a r�vritten ve�•ification fi•om tl�e
co�n�any that it: (i} does not �oycott enecgy coznpa��ies; a�id (2) �vill ��ot boycott energy
compani�s durit�g fhe tet�tn of the co��tr�ct. TI�e ter�ns "boycott energy cotnpany" and
"coRn�any" 9�ave tlie meaning ascribed to tlfose te�•ans by Chapter 2274 oi tl�e Te�as
Goveci3ment Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, � 2). Ta tlte extea�t
Niat Cl�aptet• 2274 af t�ie Governmeni Cocle is a��plicable to this Agreeme»f, by
sigtting tEiis Agi•eeme��t, Conh•acto�• certifies t��at Contracfor's signa#u�•e pravic�es
written vcrification to tlae Cify that Covtractor: {1} does »ot baycott cnergy
companies; anc� {2) ��ii[ not boycott e��ergy co���a��ies d��ring fhe ter�n af this
Ag�•cemeut.
7.10 Prol�ibitiot� ot� Disct�imi��atiou Agai�ist Fireari�� and Ammriiiition I��d��sti•ies.
Conh•acto�� ack��a���ledges that e�:cept as otl�erwise provided by Cl�apter 2274 of t�le Texas
Governme�it Coci� (as added by Acts 2021, 87tff Leg., R.S., S.B. 19, § 1), the City is
p�•ol�ibited fi•a�a� entc�•ing i►�to a cont��act for gonds or se���ices il�at l�as a value of $i00,000
o�• �noz•e whicl� �vill be paid �vhally oc pa►•tly fi•oa�a public funds of the City, �viti� a coinpai�y
(wit�� 10 a�- more fi�il-tir��e en��loyees) unless the contract contains a rvrittez� ve�•i�cati4n
fi•atn tl�e co���pa��y that it: (1) does »ot iiave a practice, policy, guic�ance, oi• di��ective tllat
(�1SCi'1l11i11c�i2S against a firearin entit�� oz• firearn� trade association; and {2) will not
discri�ni�iate dt��'ing fhe tet•��� af tlfe contract against a fir�arm entity or fi�•ear�n trade
c�SSOC1ati01l. T�i� �0E'1115 "discriminate," "�11'e�l't11 eiltl��" allC� "firearm ifflE�O aSSOClat1017"
I�a�e tl�e mea�iing ascribed to tl�ose te►•ms by Chapter• 2274 of the T�aas Governme��t Code
{as added by Acts 2021, 87t1i Leg., R.S., S.B. i9, § 1}. To the exteaat tliat Cha�rter 2274
of #lic Govern�neni Code ss applicable to tl�is AgE•eement, Uy sig»i�€g tl�is Agreeme��f,
Co��tE•acfo�• certifies N�at Conti•actar's signatw•e ��rovides writte�t vet•i�catiou to the
City tlaat Conti•actor: (1) cloes not l�ave a pyactice, policy, g€iiclance, ar ctirective tliat
ctisci•imi»ates agai»st a i[�•ea�•�ii enti#y or fii•earm ti•ade associatio�t; and (2) �r�iil nat
ciiscriminate agaiust a iirearm entity or firearm tracle associatioa� di�ring ihe term of
this Agreeme�it.
C]'I'Y OF T'ORT WORTH [I'esfside lJ�ater 'I'rerlturenl PIau173nckup Ge�rerators
STAN�AEZb CONS'C'f2UCT[ON SPECIPICA'I'IO�I I70CUMENTS C17'}'PROJL:C7'A�Ur1I731sR 103�F1 p
Rcvised 11/23/2021
00 52 43 - 5
Agree;3acnt
1'age 5 of G
7.11 IE���nigratio�� Nationality Act.
Cont►•actor s��aii verify ti�e ide�itity a�3d e3��pioyment eligibility of its en�pioyees wl�o
perforin �voi•k ui�de�• tliis Agree�ne►�t, ia�cl�iding c��n�leting the Employment Eligibility
Ve►•ification Fo�'m (I-9). LJpon req��est by City, Co��tractor sliall p�-a�ide City with copies of
all I-� forms a��d stippo�-�i��g eEigibi[ity dncumenkaYion fo�• eacla employee who performs
wnrk rr��der tt�is Ag�•eetnent. Co��t►•acto�• sl�all adl�ere to all Feder�al and State laws as well as
establish app�•opriate procedures and co��trols so that no serviees will be pe�•fo�•med by a��y
Cnnt�•actor employee �vlfo is j�ot iegally eligiblc to pei-form such services.
CONTRACT�R SHALL INDEMNITY CITY AND HOLD CITY HARML�SS
FROM ANY P�NALTI��, LIABIL�TI�S, OR LOSSES DUE TO V��LATIONS OF
THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUBCONTI2ACTORS, AGENT�, OR LICENSE�S. City, iipon written notice to
Contracto�•, sliall have tE�e right to im�nediaYely te�•mi��ate tl�is Ag►•eemei�t for �iolations of
tltis pro�ision by Contractor.
7.I2 No Th�rd-Pai•ty Be�feficiai•ies.
This Agreement gi�es ��� �•i�hts or benefits tn anyone othe�� tl�az� tl�e City a��d tl�e Ca�itractor
and tlfere are no tt�i��d-pa�ty bez�e�ciaz•ies.
7.I3 No Cause of Actia�� Against Engineer.
Cont��acto�•, its subcont��actors and eq�►ipn�ent a��d ��ate►�ials s��ppliers on the PROJECT or their•
sua•eties, shali maintain no direct actio�� against tlie E3�gineer, its officers, em��inyees, a��d
subcontractors, fo�• any claim arisii�g out oF, i�� co��a�ection ���ith, ar resi�lti��g fi•om the
ei�gineeri��g ser�ices ��ez•foz•�ned. O�;ly tl�e City «�ill t�e the benefciary of a�ry imdei�taking by
the Engi��eer. The presence oi• duties of tl�e ���gi�feer's �aecso��nel at a const�•uctio�� site,
��l�eti�er as on-site represe�itatives or otl�er��fise, do z�ot �nake the E�igi►�eer a�• its personnel
i�� a��y �vay z�esponsible for tliose diities tl�at belong to tl}e City a�id/or tE�e City's constructinn
contractois o�• other entities, and do not relieve t(�e const��uction co3�t�•acto�•s o�• a��y other
entity af tl�eic abligations, duties, az�d I'f�5�)OI151I]II1�185, incl��ding, but ��ot limited to, a91
constrt�ctio�� methacls, ���eans, tecl�niques, sequences, a��d procedtires necessazy fo��
coardi��ating ane� compl�tii�g all portions of flie const�•uctioE� wo�•k i�� accarda��ce with ttie
Conti•act Docu�ne��ts a��d any lfeaitf� oi• safety precautians z-equi�-ec� l�y SlICI1 C0175t1'UCil0I1
wai•k. The E�igi�ieer a��d its personuel have na autho�-ity tn eaercise aEiy co�itroi o�e�• ai�y
co��st�-uction cantE•actoi• oc otltei• etffity oz• ti�eia• e���ployees iii ca��nectio�f witli tE�eir wo��k o�-
az�y I�ealti� o�� safety precautions.
C17'Y Or FORT �VORTH Jt�eslside If�aler Ti•ealsrent Plan! 13ncktrp Gelreralo�•s
STANDACtD CONS"1"E2L1C7'[ON SPECIF[CAT[ON DOCUMENTS CA7'}`PR�JF.CTA'Ur�/BER 103dI0
Revised 1i/23/2d21
aas2a�-�
Agreemcnt
Aage 6 of G
IN WITNESS WHEREDk', City and Con#ractor have each executed this Agreement to be
effective as of the ciate subsci�ibed by the City's designated Assistant City Matiagei• {"Effective
Date").
Contrac�o�,: i�,Y�eS�C�� �UY}�I�l���,''t�:��; �� � ��'C� h,
Ci of Fort Worth
By; By: 75� �cr��Gu7r�f
pana Bvrghdo(f {�r 24, 2� l0:ll COT}
�igna ure Dana Burghdaff'
Assistant City Manager
David Caldwell
(Pcin#ed Name)
Vice President
Title
2560 TechnoIogy Drive, Suite 4U0
Addz�ess
Pjano, TX 75074
CitylState/Zip
�a.�?a� 1 ao� �
Date
(Seal}
Mar 2�4, 2022
Daie
A st. �
.
. `�h'!
a� ette Gaodail, City SecreYai
M&C: � ' 0 �Q
Date: Qo� o'R
Form 1295 No.: 2022-842043
(dated 1/20/2022�
Conh'act Compliance Manager:
By signittg, I aclenowledge ihat I atn the person
i•esponsible far the monitoring ar►d adminish'ation
of this canh'ac#, incluciing ensuring a!I perfoi�nance
anc� repo��ting �'equu�ements.
v" . �vI
n3�ae. rr:.�.;F�aiuv �r,�oi�e9�.wcon
David R. Tow�isend, P.E.
�acilities Ei�gi��ee�•ing Manager
Approved as to Form and Legality:
��
p9lack {k.15r 24, �022 09:41 CDT)
Da��glas W. Black
Sr. Assistanf City Attainey
APFROVAL RB�T�NDED:
/'�,��.��� l�1��, l����R�
,. � y���-:
�G�;��„�.,�t,�� r�;�«,.�����R.,ro�;
Cliristopl�ec Harcle�', P. E. � �� ��`s° ����l�T�I�Y
Dii•ector Watac Department � �"��_ �,������6 ��
CITY Or PORT WORTH fi'eslsfrfe 1�'a1e,• Ti�enUrielr! Plan! 13ackarp Gene�•alors
STANDA�iT} CONSTRilCTION SPECIi�ICAT[pN DOCU3vi�3�1TS CIT}'PROJGCTNUIvlL3�1� 103d10
Revised 11/�312D21
00 6114 -1
Bond No.107485905
s�cr+aN oo si 1a
PAYMENT 80iVD
THE STAT� OF 7�?(pS
COUNTY OF TARRANT
§
§
§
PAYM£NT 80ND
Page 1 of A
tCHOW ALL BY 7HESf PRESEfVTS:
That we, Cresc�nt Canskructors, Inc.
known as
"Principai" herein, and Travelers Casualty and Surety Company of America a
corporate surety (sur�ties), duiy authorized to do �usiness in the State of iexas, known as
"Surety" herein (whether one ar more), are he�d and firmly bound unto the Clty af Fort Warth, a
municipaf corporation created pursuant to the laws af the State of Texas, knauvn as "Cit�'
herein, ECf th� penal sut� pf Twe{ve Millian 7wo Hundred Nineiy Seven Thousand Daflars
{$ �2,29�,aoo.00 y, lawful maney of ihe United Statas, ta be paid in Fort Worth,
Tarrant Caunty, �exas, for the paymer�t of wi�ich sum well and truly be made, we bind aurselves,
our hefrs, executors, administrators,.successors and assigns, jaintly and several{y, firmly by these
presents:
WHEREAS, Principal has entered into a certain written Contract w�th Gry, awarded the
�day of � r� c��' Y ., 20 �. w�ich Contract is hereby referred to and
made a part hereof for all purposes as if fully set forth herein, to furnis� ali materlais,
equlprnent, labor and other accessorles as defined by law, �n the prasecutEon of t�e Work as
provided for in said Contract and desVgnated as Westsltfe Water 7reatment Plant Bacicup
Generators, CITY PROJECT �fUMBER: 103410.
IVOW, iHEREFDRE, THE CONDITIOfV OF THlS QBI.EGATION is such that if Principal shall
pay all monies owing to any {ar�d allj payment band beneficiary (as defined In Chapter 2253 of
the Texas Government Code, as amended} in the �rosecution of the Worlc under the Contract,
then this ohligation shall be and becorne nuil an� void; otherwfse to remaln In ful� force and
effect,
.'
�
C1'CY OF EOR'1' WORTH Fi'eslskle Warer Ti�ealruent Plant 17ackup Generarors
STAI�QARD CONSTRUCi'ION SPECIF[CATION �OCUMENTS C1TY AROJCsCT NUMp�R: 103410
Revised July I, 20� f
�Obi14-2
i'AYMENT BONEI
Page 2 of 4
This Band fs made and executed ln compliance with the prnvisians of Chapter 2253 of
the Texas Gavernment Co�e, as amended, and a!1 liab9lities on this bond shall be determined in
accordance wich the provisions o� said statute.
C[TY QF FOR'F W�ii'CH Weslaide Water 7'ieatnisn! Plau! Sackrrp Generatas
3"fAiVDARD CONSTltIlCfION SPECI�ICATfON DpCUMEN'fS CI?`Y PR4J1sC!'NUMB�SR: 103410
Revised Ju1y 1, 281 I
OObi14-3
PAYMENT BOND
Page 3 of A
IN WITNESS WH�REOF, the Principal and Surety have each SfGNED and S�ALED this
instrument by duly authorized agents and o�cers on this the o�v� day af
F r zod� .
PRINGIPAL:
A77EST:
�l�Y� �a, ���;�_,
(Rrincipaj) Secretary Lisa HAI
J� (J,
�i . � , / ,
Witness as to PrEncipal �pu9las Wasik
SURE7Y:
A7TEST:
CITY OF FdRT WORTH
STANDAAD CON51'RUCTION SPECIFICATiON DOCUMCNTS
Rcvised July l, 2QI 1
Crescent Canstructors, Inc.
���
BY:
Signature
David Caldwell, V[ce President
Name and Title
ACI{iT'A55; 2580 Technolo �rive Suite 4D4
�lano. TX 7507b
Travelers Casualty and 5ure#y
Campany of America
BY: �� .��� � �,�,�� -�, l� �' �� . -,`�� � '�',-��,.
�t "
5ignature
Weslslde !Vuler T1•ealruen! Prai�t lJaclnip Generalors
ClTY PRDJCCT NUM88R: 10341 Q
0p6114-4
PAYMENT BON4
Fage 4 of 4
5ea Pawer of Attorney
;Su; e�yj 5ecretary
. /)
�n���
Witness as o Surery
Paige Turner
Connie Jean Kregel, Attorney=in-Fact
Name and Title
Address: One Tower Square
Hartford, CT 06183
Telephone Number; (214} 570-6000
I�ote: If signed by an officer of the Surety, there must be on f�le a certifiiad extract #rom the
bylaws shnwing that this person has authnrity to sign suc� obligatfon, If Surety's physical
address is different from its tnailing address, �oth must be pra�itfe�.
The date of the band shall not be prior to the date the Contract is awarded.
£�1D OF S�GTIi}IV
GITY OF FQRT WOItTH
STATI�ARD COi�fS'PRUCi'[QN SPEGIFfCATION DOCUMENTS
Ttevised July 1, 20i 1
H'esfslde fYarer 7Yeelnterr! Plam Back��p Gene�+orars
C1TY PROJECT NUM�ER: 103410
OO61f3-1
Bond No. 10i485905
THE STATE OF T�XA5
COUNTY OF TARRAN'�
sfc��o�v oa 6x �a
PERFORMAfilCE BOND
§
§
�
PEfiFOFiMANCE BOND
Aage L aF 4
KiVOW ALC BYTH�SE PR�SENTS:
That we, Crescent Constructors, Inc. known as
"Principai" hereir� andTravelers Casualty and Suret Gom an of America a corporate
surety(sureties, if mare than anej duly authorized to do lausiness in the 5tate of Texas, known as
"Surety" herein (whether ane ar more), are held and firmly bflund unto the City of Fort Warth, a
municipal corporatfon created pursuant to the laws of'Fexas, known as "City" herein, in the
penal sum of, Twalve Mfilion Twa Hundred Nlnety Saven Thousand Dollars
�$ �z,zs�.000.oa ),lawful maney of the United Sta#es, to be paid in Foft Worth,
Tarrant County, Texas for the payment of which sum weH and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors ar�d assigns, jointly and severaiiy,
firmly by these presents,
WHEREAS, the Principal has entered into a certain written contract with the City
awarded the �a„ day of i W��' 2{3� which Contract is hereby referred to and
ma�e a part hereaf for all purpases as if fully set forth herein, #a furnish a11 matarials,
equipment labar a�d �ther accessorEes deiined by law, in the prosecutEon of the Work, including
any Change Orders, as �rovided for in said Contract designated as Westside WaterTreatment
Plant Backup Generators, CITY PR�]ECT NUMBER; �03410.
NOW, 7HEREFORE, the canditian of this obllgation is such that if the 5ald Princ�pal shall
faithfully perform It obligations under the Contract and shall in aH respects duly and faithful�y
perform the Work, including Change Orders, under the Contract, accarding ta the plans,
s�eclfitatlons, and rontract documents therefn referred to, and as wel! during any period of
CITY OT' fOEtT WORTH
5TANI�ARD CONSTRUCT[ON SPECIPICATION DpCUMENTS
Wes/slde Waler ?�ealiit�nl Pinrit Backrip Ge�taralors e
C1TY PROJ�'CT NUMBER: 103410
;
i
Rcvised )uly l, 2011
,
006113-2
PERFORMANCE BdNA
Page 2 af 4
extensian of the Contract that may be granted on the part of the Ciiy, then this abflgation shall
be and become null and vo[d, ntherwise to remain in full force and effect.
PROVID�13 FURTIi�R, that if any legal actfon be filed on #his Bond, vene�e shall IEe in
7arrant County, 7exas or the United States Distr9ct Court for the Northern Distrtct of Texas, Fort
Worth Division.
This bond is made and executed in compliance with the provisians of Chapter 2253 of
the iexas Government Code, as amended, and all lia�llltles an this bond shall be determined in
atcardance with the pro�isions af said statue.
IN WiTiV�55 WHEREOF, the Princjpa! and the Surety ha�e 51GNED and SEALED this
instrument by �uiy a�t�arized agents and officers on this the _� day of �-�ru�
.20a�
PRINCIPAL:
BY:
Signature
,y���,�� ��� +'I�I� ��:1���� �i�
�
(PrincipaE} Secretary Lisa HIEI
�avid Caldwefl, Vice Presldenf
Name and Tltle
Address:
ATf �Sl':
CITY O�' FORT WORTff
STANDAIt� CONSTRI7CTION SPECIFICATION DOCUMEN'f'S
Revised �uly 1, 20l [
Wes�slde 1Va1er Trenlr��e��r PlQnf dacM�p Generaras
CITY PROJECT NUMBER: I 03410
!!
\ �
,\
�A- I �,� � ��,r L
WItEl@55 d5 t0 PI'IfiC�p�I DOugles Wasik
� `
� � �
J
Witness as to 5urety
Paige iurner
Ci"1'Y OF PORT WQRiH
STANqARA COTJSTRUCTIOTi SPECIF[CATiON DOCU�IEI�ETS
ltevise,� July I, 2011
006113-3
PERKORMANCE e01VD
Page 3 of 4
.�'.,o ^ rochnaiogy�I:�. s� ���R dnn
Plano, TX 75074
suRErr:
Travelers Casualty and Surety
Company of America
BY: ',�If j. I�1..1 `�(,�i'L. � 1i�;�_
— � i
5i�nature
Connie Jean Kregel, Attarney-in-Fact
Name artd Titie
Address: ,
One Tower Square
Hartfard, Ci 06183
Telephone Number:
(214) 570-6p00
Weslslde Warer7ieafnienl Plairl Baclarp Generalars
ClTYPROJ6C7'NUMBER; l034I0
ao 6s i� - a
PERFORMANGE BDND
Page 4 of 4
*Note: l# slgned �y an officar of the Surety Company, ihere must be on �le a cer�Efied extraet
from fhe by-laws showing that this persnn has authority to sign such obllgation. (f
Surery's physlcal address Gs different from its maffing a�dress, �oth must be provided.
The date of the bond shali not he prior to the date the Contract is awarded.
'
See Power of Attorney
0
(2�4) 570-6000
CITY OF FORT WORTIi
IVeslslde Wn�er 7}'eadrie�f Plaid Back��p Genemlora
STANDARDCONSTitUCT101+E SPBC1PiCA"ftOTE DOCUtviENTS CITYPROJECTNU�l�lB6R: 1f134t0
f
Revise� July i, 2011
086i19-1
Bond No.107485905
SECTION OD 6119
MAINT�NANCE BQND
MRINTENANCE 64Np
Page 1 af 4
THE 5TAiE OF TEXAS �
§ Ki�OW Al.l. BY 7HESE AR�5�NTS:
COUNTY �F TARRANT §
7hat we Crescent Constructors, fnc. #cnown as
"Principal" herein and 7ravelers Casualty and Sur�ty Company of Americ a corparate surety
(sureties, if mare than on�j duiy authorized to do business in the State of Texas, Ecnown as
"Surety" herefn (whether one ar more), ara held and firmly bound unto the Gity of Fort Worth, a
municipal corporation create� pursuant to ti�e laws of the State of Texas, lcnown as "City"
h@iell�, In t�t� SUm of Twe{v8 Million Two Hundred Nlnety Seven Thousand D011al'S
{� �2,zs�,000.00 ), lawFul money af the United States, to be pald in Fort Warth,
Tarran# Couttty, 7exas, for payment of which sum well and truly be made unto the City and its
successors, we bind nursel�es, our heirs, executors, adm�nistratars, successvrs and assigns,
�ointiy and se�erally, firmiy by these presents.
WHER�AS, the Princlpal has entered into a certain written contract with the Ciry awarded
the� day af br U Y 20*��- which Cantract is here�y
referred ta and a made part hereof for al1 purposes as if fully set forth herein, to furnisfi� all
materials, equipment labor and other acCessories as defined by iaw, In the prosecution o# the
Work, including any Work resulting fram a duly authorized Change Order {collectively herein,
the "Worl�'� as prov[ded for in said contraci and designated as Westside Water Treatment Piant
Bacicup Generators, CI'fY PROlECi iVUMBER:103410, and
WH�REAS, Rrincipal binds itself to use such rriaterials and to sa construct t�a Work in
accordance with the plans, specifications and Cantract [?ocuments that the Work is and wil�
remain free from defects in materiaks or workmans�ip for and during the perind aP twa (2} year�
after the date of Final Acceptance of the Work by the City ("Maintenance Per�od"); and
CETY (}F FORT WORTH Wes�afde �Yarer 7Yralnre»r Plan1 Baclnrp Generators
STANDARDCOTiS'iRUCT10N SPECIFICAT[�N DOCUNiENTS C17'YPROJBC7'NUMBER: 103910
Rcvised 7u1y I, 201 i
;
;
0o si is- z
MAIfVY�MANCE ODND
Page 2 of 4
WH�REAS, Principai binds itself ta repalr or reconstruct the Work in whale or in part upan
receivir�g notice from the City of the need therefor at any time wlthin the Malntenance Period.
NOW TH�R�FORE, the canditlon af this abligatiott is such that if PrinCipa! shall remedy
any defective Work, for which tiEnely notice v+ras provided by City, to a completion satisfactory
to the CEty, then this obligatlon sha11 becoms null and void; otherwise to remain i� ful[ #orce and
effect.
PiiUVI[3kD� IiOWEVER, iF Principal shafl faii so tn repair or reconstruct any tirr�eiy
noticed defective Wor�C, it is agreed that the City may cause any an� ali such defiective Work to
be repaired and/or reconstructed with al} associated costs thereof being borne by the Principal
and the Surety under this Maintenance band; and
PROViD�D F�IRTHE#i, that if any legal actior� be filed or� this Bond, venue st+all lie ir�
7arrant County, Texas or the lJn9ted States District Court for the iVorthern �istri�t af Texas, �ort
Warth Dlvision; and
I
�
PROVIDE� FUli�'HER� that this abligation shall be contlnuous in nature ar�d successive
recoveries may be had hereon for success9ve breaches,
Ck'I`Y OF FORT WQRTH
STAN�ARD CONSTR�CTIDN SPECI�[CATIOAi DdCi3M8N'i'S
Rcvised h�ky l, 2U1 l
Weslstde ff�afet• 7}'ealrr�ent Pleu! Backtrp Gertetrrtors
CITY PR0J6CT NUMB�R: 103d 1�
W6119-3
NlAlIV7ENRNCE BONQ
Page 3 of 4
IN WI7NE55 WHEREaF, t�e Princlpal and the 5urety have each SIGN�D and S�AL�b this
instrument by duiy autho�lzed agentS and officers on this the a� day flf �r U G�y
20�:,
PRiNCiPAL:
Cresoenl �onstructurs, [nC.
i��
/--�
SY:
5ignature
ATf �57:
�� �'i �v;L, ����1;t.: `
(Principalj SeereCary tisa �in
� i
\
1� i�� . V' . �. / ;
WItn85S 2S t0 PI'111G1�)eI Douglas Wasik
CI1'Y OF FORT WORTH
S'i'ANDARD CONSTRUC7'[Oh! 5PECIFICATION �OCUtNENT5
Rcvised Jufy l, 201 l
David Caldwell, Vice President
lVame and TitEe
Address;
...+ :. ��...� � •f�
Plano, 7X 75474
Wesfside N'alar7reatnrerr! Plant Backup Ge�rewlnrs
CITi' PROJECT NUM6�R: 1(13d10
aa6iis-a
MAINTENANCE 60N0
Page 4 oFa
ATiEST:
Signature
See Power of Attorney
(Suretyj Secretary
:1��� � �u
� ;
Witness� to 5urety
Paige urner
SLIRETY:
Traveiers Casualty and Surefy
Com an of America
a�r: �.'�_�il�i�-�:'�-��Clil ����`�i-`�'
Conni� Jean KregeE, Attorn� -in-Fact
Name and Titae
Address:
One Tower Square
Hartfard, C7 06183
7elephona
(214) 570-6000
Num�er:
*Note, If signed by an officer ofthe Surety Campany, there must be on flle a certified extract
from the by-laws showing that this person has authority to sign s�ch abllgation, if
5urety's physical address is different from its malling address, hoth must be pravided.
7he date of the bond shall not be prior to the date the Contract is awarded.
CiTY Or �QAT WORTH
57'ANDARC7 CQNS'iRUCT103�f SPECiFICATfON dOC[iMENTS
Raviscd luEy 1, 20l 1
Wes1slde WaterTrealu+eirl Plmu 8ack++pGe�reinlors
C17'Y PROJBCT NU14�8ER. ! 03dl0
,
,
�
TRAVELERSJ
Travefers Casualty and Surety Company of America
Tra�elers Casuaity and Surety Company
St. Pau1 Fire and Marine Insurance Campany
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRES�N75: That Travelers Ca5ualty and Surety Company of America, Travelers Casualiy and Sureiy Company, and St.
Paul Fira and Marine Insurance Company are carporaiions duly organized under the laws of ihe State of Connecticut (herein collectively called the
"Companies"), and tha[ ths Companies do hereby make, constitute and appoini Connie Jean Kregel of Plano
Texas their true and lawtul Attorney-in-Fact to sign, exeeute, seal and acknow]edge any and all bonds, recognizances,
conditional undertakings and other wailings obiigafory in ihe nature Ihereof on behalf of ihe Companies in their business of guaranteeing ihe
fidelity of persans, guaranfeeing the perFormance of coni�acts and executing or guaranteeing bonds and underEakings required or permitted in any
aclions or proceedings al[owed by law.
IN WkTNESS WHEREOF, fhe Companies have caused this instrument to be signed, antl their corporate seals ta be hereto affixed, this 3rd day of February,
2017.
��.
�r+aswuahrr J'�tY �NO �
� e ��� �
� `p
�F� � � � rca�rFOPb, R pcp9rr.a
� oa�y.��� w cor�a, a ux
r �
! � � �'(� y�bf *�a�A �f� *
Siaie of Conneclicut
Cily of Her�ford ss.
� �/. �'
By: � �:r����""r, ..
Robert L. Raney, Se or Vice President
On ihis the 3rd day of February, 2017, before me p2rsonally appeared Robert L. Raney, who acknowl�dged hirr�se4f to be the Senior Vice Presideni of
Travelers Casualiy and Surety Company of America, 7ravelers Casualty and Sureiy Company, and St. Paul Fire and Marir�e Insurance Company, and
lhat he, as such, 6eing authorized so to do, executed ihe foreqoing instrument for the purposes therein contained by signing an behalf o! the corporations
by himself as a duly aulhorized of�icer.
ln Witness Whereof, l hereunfo sei my hand and official seal.
My Cammission expires the 30th day of June, 2021
�`��,'� r� an�.� c �7�n�,�r _
* ��p ,� Marie G Tetreault, Natary Public
This Power of Aitorney is granted under and by 1he authoriiy of ihe Tollowing resolutions acEopted by the Soards oS Direciors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Su€ety Company, and Sf. Paui Fire and Marine Insurance Company, +Nnich resoluiions are now in
fuil torce and effect, reading as follows:
RE50WED, thai the Chairman, ti�e Presideni, any Vice Chairman, any Execulive Vice P►esident, any Senior Vice President, any Vice Presidenl, any
5econd Vice Presideni, the Treasurer, any Assistant Treasurer, the Corporate 5ecreiary or any Assistant Secretary may appoint Altorneys-in-Fact and
Agents to act for antl an behalf of the Company and may give such appointee such authority as his or her certificate of autt�arity may prescri6e io sign wilh
the Company's name and seal with the Company's seal bonds, r�cognizancss, contrac€s of indemnity, and other writings obligatory in the naiure of a
bontf, recognizance, or condiiional underiaking, and any of said officers or lhe Board of Directors at any time rnay reanove any such appointee and revoke
the power given him or her; and it is
FURTH£R RESOLVED, that the Chairman, Ihe Presideni, eny Vice Chairman, any Executive Vice President, any Ser�ior Vice President or any Vice
President may delegaie all or any part of the foregoing authorily io one or more officers or employees of ihis Campany, pro�ided that each such delegation
is in writing and a capy thereof is filed in ihe office of the Secretary; and it is
FURTHER RESOLV�D, that any bond, recagnizance, contract of iRdemniiy, or writing obligatory in the nature of a bond, recognizance, or conditianal
undertaking shall be valid and 6inding upon ihe Company when (a) signed 6y ihe President, any Vice Chairman, any Execuiive Vice President, any Senior
Vice President or any Vice President, any Second Vice President, Ihe Treasurer, any Assisiant Treasurer, !he Corporate Secretary or any Assistant
Secretary and dufy ailested and sealed with the Company's seal by a 5ecreiary ar Assistant 5ecretary; or (b) duly executed (under sea1, if required) 6y
one or more Aitameysan-Facl and Agenis pursuani to 13�e power prescribed in his or he� cerlificate or their certificaies af authority or by one or more
Gompany officers pursuani io a vrriiien delegation of authority; and it is
FURTHER R�SOLVED, thatlhe signaiure of each o( the following officers: President, any Execuiive Vice Presidenf, any Senior Vice President, any Vice
Presideni, any AssisEant Vice Presideni, any Secretary, any Assisiant Sacretary, and the seal o( Ihe Company may be affixed by Tacsimile to any Power
of Altorney or to any cerii{icate relating therelo appoinling ftesident Vice Presidents, Resideni Assisteni Secrefaries or Ailorneys-in-Facf for purposes only
of executing and attesting 6oncis and undertakings and other writings obligatory in the nalure thereo(, and any such Power of Attorney or cerEificate bearing
such facsimile signafure or facsimile seal shall be valid and binding upon the Company anci any s�ch power so executed and certified by such facsimile
signature and facsimile seal shail be valid and binding on the Company in the future with respect ta an_y band or understandit�g to which iE is attached.
I, Kevin �. Hughes, ihe undersigned, Assistant 5ecrelary of Travelers Casualty and Surety Company of America, Travefers Casualty and 5urety
Company, and St. Pau! F�ire and Marine Insurance Company, do hereby certify ihat the above antl foregoing is a frue and correct copy of the Power of
Atlarney execuied by said Companies, which remains in full force and effecE.
Dated ihis day of ,
�W�f �,����r a�e4`p �
� �� �
►L1rtrForq : i�urroao, �" c+�+.kn
� u
� GO`¢I�� " ` W!eN. +�� � y(JLL
�� f �
1 � `p < pN I�p
/S�- �° f • �
Kevin E. Hughes, Assistant 5ecreiary
To verify the authenticity of this Power ofAttarney, please call us ar i-80A-421-38B0.
Please refer to the a6ave-named Attarney-in-Fact and the details of ths 6ond tv which the pawer is attached.
TEXAS - INFORMATION OR COMPLAINTS NOTICE
To obtain informatian or make a complaint:
You may call Travelers toll-free telephone number for inforrr�afion or to make a complaint at:
1-800-328-2189
You may contact the 7exas Department of lnsurance ta obkain information on companies, coverages, rights, or
complaints a#:
1-80a-252-3439
You may write the
Texas Departm�nt of Insurance
PO Box 149104
Austin, 7X 78794-9104
Fax (512} 475-1771
Web: http:llwww.tdi.texas.gov
�-mail: ConsumerProteetion c(�.tdi.texas.pav
PREMIUM OR CLAIM DISPUTES: Should you ha�e a dispute concerning your premium or about a claim you should
contact your Agent or Travelers first. lf the dispufe is not resolved, you may contack the Texas Department o# Insurance.
ATTACH THIS NOTkCE TO YOUR POLICY: This notice fs for information only and does not becorr�e a part or
condition of khe atfached dacument.
AVISO IMPORTANTE -
IN�ORMACIbN O QUEJAS - TEXAS
Usted puede Ilamar al numero de t�lefono gratis de Travelers para informaci6n a para someter una queja al:
1-800-328-2189
Puede comunicarse con ei Departamento d� Seguros de l"exas para obter�er inforrnaci�n acerca de companias,
coberturas, derechos o quejes al:
1-800-252-3439
I'uede escribir a1
Departamento de Seguros de Texas
PO Box 'i49104
Austin, TX 78714-9104
Fax {512) 475-177'f
Web: nttp:l/www.tdi.texas.go�
�-mail: ConsumerProtectior�(cz�,tdi.texas.pov
DISQUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerni�nte a su prirna o a un �eclamo, debe comunicarse can e1 Agente o Travelers �rimero. Si no
se resuel�e la disputa, puede entonces comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este a�iso es sola para propostto de Informaci6n y no se convierte en parte o
candicion del documento adjunta.
NTC-19023 Ed. 05-13 Page 1 of i
O 2013 The Tra�elers Indemnity Company. All rights reserved.
00 G 1 25 - [
CEILTI�'ICA`Cfs' OP INSi1ftAAIC6
Page t of 1
s�cTzorr oa 6� zs
CERTIFICATE OF 1NSURANCE
END OF SECTION
CITY OF rOIL`C 1VORTH 6f�eslside {Pntet• Tt•eal�iaerrt Plntit Einckerp Gstrer•nto�•s
S"I'At�i[3ARD COI�FS"Ck2lJCTIOt�T 5i'EC1F[CA't'IQN �OCUMENTS C17'YI'ItQJLCTrVtIzLI81;R: l03410
Revised.Tiily I,ZUII
STANDARD GEN�RAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
errY or ro�z-r �voa�r��[
S7'ANDAR[]CO\STRUCTIO� SPI:CINIC�1�10\ I)CiCi)�11:�f�iS
[tc�°ision: R732021
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TASL� OF CONT�NTS
Page
Ac•ticle 1-- Definitio►�s and Te�•���iilology .......................................................................................................... 1
1.01 Defi�l�d Ternjs ............................................................................................................................... 1
1.02 Te�•i�1i►lology ..................................................................................................................................6
Article2 — Prelitnit�ary M�kte�•� .........................................................................................................................'�
2.01 Copies of Dociultents ....................................................................................................................7
2.02 Ca�nme�lceinent ot�Cc�ntract Time; Notice to Proceed ................................................................ 7
2.03 Sta�-ting the Wark ..........................................................................................................................8
2.Q4 Befoi•e Starting Constr��ction ........................................................................................................ S
2.45 Preconstructiotl Cat�fe�-ence .......................................................................................................... 8
2.06 Public Meeti��g .............................................................................................................................8
2.07 Initial Accepta�lce of Sclied�tles .................................................................................................... 8
Article 3— Cont�•act Docuiize��ts: I�Ite��t, At�7e�ldi��g, Re��se ............................................................................5
3.O l I��te�lt .............................................................................................................................................. $
3.02 Referei�ce Stai�d�rds ...................................................................................................................... 9
3.03 Reportiilg a►Id Resolvi�l�; Discrcp��lcies .......................................................................................9
3.04 Ai7�enc{i��g a�ld Supple�neilti��g Contract Docume��ts ................................................................. 10
3.05 Rettse of Doct�n�e�-►ts ................................................................................................................... (0
3.06 Glectronic Dat�x ............................................................................................................................ 1l
Ai•kicle �l — Avai[abiliCy oF Lands; SU�}SLkI'f�1L'e �IIlC� PIlyS1Cc3� C011CIITiOIIS� Hi�Lc`ll'CIOilS EllVli'OIlltlel�t�il
Cc���ditioi�s; Refereilce Poii�ts ........................................................................................................... 1 I
4.01 Availabilily af �,��nds .................................................................................................................. I I
4.02 S�ibsi«�f��ce a�ld Physical Coa�ditions .......................................................................................... 12
4.03 Diffcri�ig S��bsirrFace or Pllys�c�l Cc���c�itions .............................................................................12
4.04 UilC��P�COEI[lEI F&C111fieS ............................................................................................................... f3
4.05 ReFere�lce Points ......................................................................................................................... l�
4.OG Haz��rc�o��s Envic•o►�t�lei�tal Coi�ditia�� at Site .............................................................................. I4
At'tic[c 5— Boi�c3s �ti1C� IllSill'c�E7Ce ..................................................................................................................... l6
5.01 Licensec! S��reties atZd Insure��s ...................................................................................................16
5.02 Perfarn�a��ce, P�tyn�ettt, ancl Mait�tenance Bo�lds ....................................................................... 16
5,03 Ceeti�cates of I��sul•a��ce ............................................................................................................. lG
5.04 Contractoi•'s It�sur��nce ................................................................................................................18
5.05 Acce}�t���ice of Bo��cls a�id I��sura��ce; Optio�� to Repl�ce ........................................................... 19
Article � — Cot3tractoE•'s Respat�sibilities ,....,.
6.Qi Su�e�•vision ancf 5����e�•inte�ldenc
.................................................................................................19
e...............................................................................................1)
c��ry c>i�� t� aa�� ���oa•ri �
S�I'f1�iDARDCD\ST12U[`T[0\ SPICIHIC,li10V' IlQCl1N[fi�i7'S
Revision: S?3.2f321
6.02
G.03
6.0�
b.05
b.06
G.07
6.08
�. a�
6.10
6.11
(.12
6.13
b.1 �
b, IS
6.1b
6. l7
G18
6.19
b.20
6.2 i
G.22
6.23
6.24
Labo►•; Working Hours ................................................................................................... ....20
Se�•�ices, M�Cerials, and Eq��i�ment ...........................................................................................20
ProjeetSchedule ..........................................................................................................................21
S�ibslitutes and "Oi•-Equals" .......................................................................................................21
Concerning Subeontractors, St�pplie�•s, ai�d �thei-s ....................................................................24
W���e RateS ..................................................................................................................................25
Patent�'ees a�ld Royalties ...........................................................................................................26
Perinits a�ld Utilities ......................................................................... ........27
La�vs and Reg�ilations .................................................................................................................27
Taxes...........................................................................................................................................28
Use of Site and Otlie�• A�•et�s .......................................................................................................28
Reca�•d Docu���ents ......................................................................................................................29
Safetyand Protectio�l ..................................................................................................................29
SafetyRepreSentati��e ..................................................................................................................30
Haz��•d Co�i��nunication Programs .............................................................................................30
Einergencies and/or Recli�cation ...............................................................................................30
Sub�» itt� Is .. . . . . . .. .. . .. .. ... .. ... ... ..... ... .... ... ... .. . .. . .. .. . .. . .. ... .. ... .. . .. ... .. . .. . .. .. . .. ... .. . .. . .... . .. . .... . . . ... .. .. 31
Contint�ing tlle Wo�'k ...................................................................................................................32
Contractor's General Warrantyand Gu�i�•a��tee ..........................................................................32
It�demnitication .........................................................................................................................33
Delegatio�l of Professional Desi�;n Services ..............................................................................34
Rigl�t to Audit ..............................................................................................................................34
NaEidiscriinination.. . . .... . . .... . .... . . .. . ........ .......... .. . ..... ..... . .... ... ..... . .. . .... . ... ........ .... ... ... ........ ........ ... .. 35
Article 7- Othcr Wo�k �it kl�e Site ........................................................................................... .....35
...................
7.01 Related Wark at Site ...................................................................................................................35
7.02 Caordination ................................................................................................................................36
Article8- City's Responsibikities ................................................................................................................... 3G
8.O1 Con}�l�l�nicatio�ls to Coi�tractor ...................................................................................................36
�.02 F�ir��isll Data ................................................................................................................................3G
8.03 Pay When Di�e ............................................................................................................................ 36
8.04 Lands and Ec�sernents; Reports and Tcsts ...................................................................................3G
S.OS Cl�ange Orders ............................................................................................................................. 36
$.06 Inspectians, Tests, �ai�d Approvals ..............................................................................................36
8.07 Lin�itatians on City's Responsibifities .......................................................................................3'1
8.08 Undisclosed Hazat'cio��s En�Tiro��mental Condition ....................................................................37
8.09 Ca���pliance ���itll Safety Progt•atn ...............................................................................................37
Article 9- City's Obser�7at[ot�► Status During Constructioi� ........................................................................... 37
9.01 City's Project Manage� .............................................................................................................37
9.02 Visits to Site ................................................................................................................................37
9.03 Autl�or�zed Variations in Work ..................................................................................................38
9.04 Rejectii�g Defective Work ............................................................................................. ...38
9.05 Dete�•�i�i�latio��s for Work Perforiiled ..........................................................................................38
9.06 I�ecisions or� Reqt�iretilents of Contract Doct�m�nts anci Acce�tability of Work .....................38
crrs� or roii-�- �vort•r't��
s�r��r���niincoss�x�c��o� si�rc�r[c��r��� t�ocEiti�err�rs
�Ze`��siw�: 823.2oz�
Articie 10 -Cha��ges in tlle Work; C�aims; Ext��a Wot•k ................................................................................38
10.01 Autl�o�•ized Clianges it� the Work ...............................................................................................38
10.02 Utl�utk�o�'ized Cl-►anges in the Wc��•k ...........................................................................................39
10.Q3 Exec��tioi� of Cha�lge Orders .......................................................................................................39
10.04 Extra Wo�•k ..................................................................................................................................39
10.05 Noti�caiioi� to Stirety ..................................................................................................................39
10.06 Cont��act Ciai���s Proc�ss .............................................................................................................40
ArticEe 1 L� Costoftlle Wo�-lc; Aflawa��ces; U�iit Price Wo�•k; PIt��1s Qt�atltity Measure���e��t ......................4I
11.01 Cost of tlle Woi•lc ......................................................................................................................... 4i
I1.02 Ailo�va�lc�s ..................................................................................................................................43
11.03 Unit Price Wo�•k ..........................................................................................................................44
11.04 Plat�s Qt�antity Measi�ee�z�e��t ......................................................................................................45
Article l2 -- Cl�ange af Ca��t�•act P�•ice; Change o(' Co��tract Tiii�e ................................................................. 46
L2.01 Cl�ange of Coi�iract P�•ice ............................................................................................................�G
12.02 Cl�ange af'ContrictTit�le ............................................................................................................�7
I2.03 Delays ..........................................................................................................................................47
Article 13 - Tcsts and [t�s}�ections; Co�•rection, Re�l�oval or Accepta��ce af'Defectivc Wark ...................... 48
I3.01 Natice of Defects ........................................................................................................................48
13.02 Access ko Wa►•k ...........................................................................................................................48
13.03 Tests a��cl [i�spections ..................................................................................................................48
13.04 U►-►coveric�g Wc�rl< ........................................................................................................................�}9
13.05 Ciry May Stop tlie Wo�•k .............................................................................................................49
13.OG Cor�•ection o►- Remaval af� Defective Woi•Ic ................................................................................SQ
13.07 Cor�•ectio�� Pe►•ioci ........................................................................................................................50
13.08 Accepta��ce af Dcfecti�e Wock ................................................................................................... 51
13.U9 City May Carrect Defectivc Work .............................................................................................51
Article l4 - Payitaei�ts to Coi�tractor and Co�t3�letioil .................................................................................... 52
14.01 Scltedt�(e of Valttes ......................................................................................................................52
1�.02 Progress t'��y�t�ents ......................................................................................................................52
14.Q3 Caa�t�•actoE�'s W�►�•ranty of Title ...................................................................................................54
14.04 Part�al Utiliz�tioi� ........................................................................................................................55
14.05 Fina! [ns��ectioil ...........................................................................................................................55
i�.06 �'ii���l Acceptance .........................................................................................................................55
i4.07 Final Paymea�t ..............................................................................................................................56
L4.08 �'i��al Co�i�plet�oi� Delayec� and Pac•tial Retain�ge Rekease ........................................................5b
1�.09 Waiver of Claic��s ........................................................................................................................ 57
��•ticle IS -- SuspeElsion af Wark �ild Tec•a��i��t�tio�1 ........................................................................................57
IS.O� City May Sus�e��d Worl< .............................................................................................................57
15.02 City May "I'et•�t�i��ate fot� Cat�se .................................>................................................................. 58
15.03 City May Teril�i��ate Fa�• Convenic�lce .......................................................................................{0
A►•ticle 16 -Dispirte Resolutiotl ....................................................>...................................,..,..........................G1
1C.Ol M�t�iods and Procec��iR•es .............................................................................................................61
Cl"CY OF FQIZ'I' 1VOR"I'Ii
S1�r\v[�ARDCD\�STRl1CT[(}N 51'IiCII�ICr1T�0\ DOCU�-1��fiS
Reti�ision: R�Z3�2021
Article 17 — Miscellaneo�as ...............................................................................
17.01 Giving Notic� ...............................................................................
17.02 Coi13p��tatioi� ofTi��les .................................................................
[7.03 C�u���ilative Re3l�edies ..................................................................
L7.04 Survival ofObligations ................................................................
I�.OS Headings .......................................................................................
. . ......... ................... 62
.............................. C2
.............................. 62
.............................. 62
........................... . .. b3
..............................63
c��r•Y or roa�r �vorr��Ei
s��r�rrr����zvco�ti7a�lc��io�� s�eciricr�rw� n«c��n,�F��rs
Itevisio��: R232021
ao�zi�a-i
GENERAL fAND ITI01� 5
P��gc I ofG3
ARTICLE i- DEM+'iNITIONS AND T�RMINOLOGY
1.01 Defi�7ec! Ter�ar.s
A. Whei��ve�•iised iii these Ge��et•al Conditioiis or i►1 other Co��lt'act Doct�iilents, tl�e terms listed belor�v
have tl�e meaniilgs i��dicated ��hich are �r��plic�ble to botl� tlie si��guf��� �nd plticaI the�•eof, a��d
�vords denoti�lg ge��der sl�all itZcl�tde the i��asculi�le, femii�ii�e anct ��euter. Said te�-��ls ai•e ge�let•ally
capita�ir.ed o�• writte�l i�1 italics, i�ut not �Iw�ys. Wl�en used in � coi�ieYt co�lsistetlt ��€N7 tl�e
defi�lition of a listed-deli�ecl terii�, tl�e teri�� sha[I h�tve a���ea►�i�1g ��s defined belo�v whetl�ec•
capitafized or italicized or oth�r4vise. I�1 addition to terms specifcally defii�ed, te�•�a�s �vit�� initial
c�zpital let�ers i�l tlle Conteact noc�ui�e�lts i�lclude re%renees to icfet�tified a�-ticles anc( paragrap�hs,
and the titles of otlter doc��me��ts o�- forms.
l. Adcle�adc�—W�•itte�� oa• g�•apllic [I�S�I'LlI11CIli5 issued prior to tE�e opcni�lg of Bids wliick� clari#'y,
coi•rect, oi' cll�i�ge the Bidcting Requicei��ents c>t' tl�e pro�osed Cot�tract Doctultettts.
2. �gr�enre�at—The �vz•itte�� i��strut�ient wllich is evidence of ille agree�i�ent l�et�vee�� City a��ci
Cont►•actoi• cove�•i�1� tl�e Wo�-�C,
3. Applicatio�a_for� P�r��nte�7t—"I'lte #ot•zt� acceptable to City wi�ich is to be usEd by Col�traeta�'
du�•ing the course af tlle VVorlc i�� �-equestii�g p�•o�;�•ess or final payments aild r�vllich is to be
acco�i�panied E�y stEch st�����orting cioc��nl�i�tatio�l as is �-ec�ui�•ed by tlte Contract Dacui��eiits.
4. AsGc�a•rn.s—Any �����terial tl�at contair�s iilare tlia�� oi�e pe��eeEit asbestos a�xl is fi�i�ble or is
rele�sin� asbestos tibers into ti�e ai�• abc�ve cu�•rent actia�� le�els establisl�ed by tlle Unitcd States
Occupation�l S�fety a��cl He�ltli Ac{��aii�istratio�l.
5. Aivcrrcl - Autllorizatio�� by tlie City Cotuicil f'or tl�e City to enter i�lto an A�a•ee���e��t.
C. Bic1—The affe�• o�• p►•oposai of� a Bictder si�bii�itteci o�i the p�•esc�•ik�ec� fori�� setti��g fortl� tlie
prices tor the Wc�rk to be �3erfo��incd.
7. Brdcler—Tkae it�clivid�ial oi• eiitity wllo s��b�l�its a Bicl directly ka City.
8. 13icic�hag Docll111�!?ls The �iicidi�l�; ftequiremeilts �nd the p�•o��ased Co�lt�•act Documents
(ii�cl�iciii�g al1 Addeiada).
9, Bicicli�ag Reqtrirenrej�ls-�-Tlle aclveE•tisement or Invitat�o�l to E3ici, Ii�st�•uetio�is to Bidders, Bid
scct�rity of acee��table f��rm, i� �►�ty, ��nei tlte Bicl Foi•��i �vitll ai�y st����leincnts.
10. Bu.4fi1eS5 DCl}�— A�7LI5111eS5 c�ay is de�t�ed as � day that tlle City conciucts �lo�•ii�al bt�siness,
��neral[y Mo�lday tl�i•ot�gll Friday, e�cept for Fede�•�I o►• state holid�ys observed by tlle City.
I 1. C�rlei�cicrr Dcr�� - A c3�►y eoiisisting of 24 Ilotu•s ��least�reci fi�om ii�ictiiight Ca the ��ext �t�idi�ig[1t.
crr•vf�r� r�orz�r �vo�z-rE�
S"l�A�ldAR�CQ�STItUC�10V' SP8C1FICr1'I'10\ IIOCUVIL:�J'l�S
Revision: 823.2021
DO 72 00 -1
G�NERAL CON�ITION 5
P a�;e 2 of fi3
12. Clzcr��ge Order A docun�ent, �xThici� is prepa�•�d and approved l�y tl�e City, wl�ich is si�;ned
E�y Contractor aizd City and at►thorizes a►� additio��, de�etioi�, or �•evision in tlle Work or an
adjtist�nent in the Co�it�•act P�•ice o�• the Co�itrack Ti�ne, iss��ed o�� o�- after tlle Eff�ctive Date
of'the Agree���ent.
f 3. Cily-- Tlie City of Fart Wo�•tli, Texas, a ho►�e-�•ule �nu��icipal co��poratio�i, at►thorized a��cl
cl�aa•le�•ed �tiade�• tl�e Texas State Statutes, acting by its gove��►�i►�g body t1�E•o��gh its Ciry
Manager, ]�is de�ignee, oc agents a�itilorized und�r 11is beh�lf, eacl� ot' ��lhicll is rec�ui�•ed by
Cl�art�i• to perfo��t�1 speci�c duties �vith �•esponsibility fo�• fnal enforceme�lt of t[le contt•acts
invoh�ing the City af' Fort Wortl� is E�y Charter vested in tl�e City Man�ger �►nc! is the ei�tity
with wflain Co�itractor has entered into the A�;t•eet�lei�t a��c� tor ���hom the Work is to be
perfa��i��ed.
14. Ciry �1tto1•�aey� — The of�ticiaily appainted City 1�ttor�ley of the City of �"ort Wo�•tl�, Texas, o�•
f�is duly at�tl�orized �•epresentative.
I5, Cit�� Corrj�cil - T11e duly electec� ancl qtialified governing body of tl�e City of Fort Wortll,
Teras.
Ib. Cit�� lYlc��zager — Tl�e of�cially appointeci a�1d autl�o�•ized City Ma��agee of the City of Fort
Wortl�, T�xas, or }�is d��ly aut}�orized rep►•esentative.
1'7. Coj�tj�act Clcrii�t—A dei��a�xl or assertion by City or Cnnt�•actor seekii�g an adjt�stme�}t of
Contract Price or Coi�tract Time, o►• botf�, or other relief ��iti� t•espect to t��e terms of tl�c
Contract. A demand for �no�ley o►� se�•vices by a tl�ird party is not �i Contract Clai���.
18. Contr�act—The entire a�ld integrated «��•�tten cioc�a�3lent betr�vee�� tlie City and Co�ltractoi•
ca��cerning tl�e Wo�•k. The Cont�•act co��tains tile Agreement and all Contract Documei�ts and
su��ersedes priar �iegotiations, representations, or ag�•ee���ea�ts, �vl�etlae�• wriCten or oral.
19. Cf�r�tl�act Docrrj�le�ats Tk�ose ite�ns �o ctes�gi�ated in the Agree�iient. �II items listed in khe
Agr�etne��l are Conti�act Doc���i�ents. Ap�roved St�bn�itt��ls, ot]�e�• Cant��acto�• s�ib��iittals, anci
C�3e 1'��]Ot'�S allC� C�1&1V111�5 O� SE1bSLll'IaCe al1EI ���lySlCc�l COi1C�10E4I3S al'B ilOt COilil'aCf DOCillI1�I1�S.
20. Co��h�act Price Tl�e i��oneys payable by Ciry to Co�It�•ackor fo�• coi�3pletian of tlle Work in
accoi•dance �vitll tl�e Contr��ct Dacu�i�ents as stated in tlle A�-ee�nent (sl�bject to tile provisions
of Para�'apl� � 1.03 i�� tl�e case af Unit Price Work).
21. Cor�tract Tirrre-----The �lui�l�ec of days or tl�e dates stated in tl�e Agreement ta: (i) achieve
Milestones, ii' any anc! {ii) complete the Work so that it is ready far Pii�al Acce�tanee.
22. Coj7t��rrctol�---The indivic�ual or entity �vitll wl�oili City has entered i��to tile Agreei��ent.
23. Cost nf'tl7e Yi�orlr--S�e Paragraph 11.01 oi'tl�ese Gei�e►•al Conditio�is for definitia��.
cl��Y oe ror��� �t�ort'ri t
5�['ANDARDC(3\STK�ICT[(3\ SPt:C'IfIC�IT10\ DOCLJ\�ICNCS
Reti�ision: 8?3!ZOZI
tEn 7z n�j - t
GENE€tAL CO€JOITI4N S
Pa�e 3 of G3
24. Darnage Clainrs -� A dei��aud far mc�ney oe se�'vices acisittg fron� tfle Project or Site fi'oit� a
tliird party, Ciry or Conti•acto�• exc[usive of a Co�ltract Clai�i�.
25. Day or day— A cjay, uttless othe�-w�se detined, sl��l! cne�i� a C�►lendar Day.
26. Dii•ectvr of Avicrtio�� — Tl�e ofiicially appoi��ted Di�•ectoi• of tiZe Aviatiou Departmet�t of t[le
City o1' Fort Wn►•th, Texas, or l�is d�ily ap�ainted rep�•esentativc, assistant, or agents.
27. Director Of PClIICS Cll?CI CO1id111If1?lI)� Se�vice,s — Tf�e officially appointed Dicector of th� Pa�'ks
��1d Camtnu�tity Se�'vic�s Departi��ent of the City of �`ot't Wot'tll, TeYas, or [�is d�►ly appoi��tec�
�•ep�•ese��tativc, ass�stant, or age�Its.
28. Drt�ectot• of'Plcr�r�aing a�ad Develvprrte�7t — Tl�e of�ici�lly ap�ointed Directoi• o(' tf�e P1at�t�iE1g
a�x1 Deveto��il�ent Department of� the City of Fo�-t Wo�-til, Texas, at• Ilis dt�ly appoii�ted
rep��esentative, assistai�t, o�• ageiits.
29. Dii•ector� o� Ti•nrasportatioj� Prrhlic Worl�s — Tl�e afficially a�3poi��tted Director of tt�e
Tra�lspo��t�tian Pt�blic Wo��ks De�artme►�t ot' ti�e City of Fort Worth, Texas, o�• l�is ciiily
�i�poitlted representati�e, assistant, o�' a�e�lts.
30. Dir�ector� of�YYater De�al�tmer�l — Tl�e ofiicial[y a��k�ni�ited Director of tl�e W�ter• Depa��ta��eilt
of the City of Fort Wo�-th, TeYas, ar his c�t�ly ��ppointed represent�tive, assistai�t, or agents.
31. Drcnn�lrgs—T11at part c�F tl�e COI1kP�iC� DOCC1l11e11CS pi•epat•ecl t�r appi'oved by E�igi►�eer ��l�icl�
graphical�y sl�ows the scope, eateut, and ch��•aete�• of tiie Wo��k to be �erFormed l�y Cat�tractor.
Subi��ittals a�•e not Drawings as so defiiled.
32. EffcctiveDateof�tlaeAgree�rre�at---�Tf�e dake inciicateci ic� tl�e Agrccn�etlt on wE�ich it becot���s
effective, but if i�o siich date is i��dicatecl, it �l�eans the c�ate oi� wf�ich tl�e A�reement is signed
a�1d delive►•ed �y tf�e I��st af tlie h�vo parties to sign a��d delivet•.
33. E�rgilaeer=The lice��seci �rofessioi�ai e��gineer or en�i�leeri��g firn� registered ii� tl�e State of
Te�cas ��erforming professio�lal se►•vices �o�' the City.
34, E,rtr��� WOl'IC — A(�i�1�lOi1�lI work il��de i�ecess�ry by cl��til�;�s or afteratiai�s al' lhe Cotat�•�ict
Doctttnet�ts or of qt�antities or fo►• other ►•easc�ns �at' �vh[ch no p�•ices at•e provicled in tlle Coi�tract
Doct��ne��ts. Extra �voi•k sh��ll be part af tlle Work.
35. Field Order A �vritte�l o►�der issuecl hy City whic�� ��ec�uires ch�►�lges ii3 the Wor[c l���t wh[cl�
daes not involve a cha���e i�l tlZe Cat1t�•��ct Price, Contract Time, ot• the intent of tl�e Eilgineer.
Field Qrde�•s are 4�t�id fi�oE�l Fiefcl Orderl�llo�vanees i��eorporatc;d into tl�e Cont�•acC by t'u��cteci
�vo�'k typE at the ti►ne af award.
36. Frtacrl.4ce�ptcr�ace — T��e �vt•ittetl tlotice given 6y tl�e City �o tlle Cont►•ac�oE� thak tl�e Wo�•k
speci�ed i►� ti�e Contract DocLu��en�s E���s bee�l coinpicted to tlie satisFactio►� of Nic Ciry,
C'i�]'Y O[' FOR'C 1VC3R`I'I[
5TA�1Df1i2DC0\S'fltllC'f10\ SPEC[I�ICAT[()\' dDCU�E�NTS
Rcvisic�n: 823!�)21
(107200-]
GENERALCANi31TI0NS
i>�,b� a �rt3
37. Fina! I�as��ectini� —�i�sp�ctian cai•��icd o��t by tl�e City to ve�•i(y that the Cont�•actor l�as
coi��pleted the Work, and eacf� anc� evecy paR•t o�• a�pl�rter�a�ice the�-eof, fully, entirely, and i�1
coa�foa'��at�ce �vith tlle Contract Documer�ts.
38. Ge�aet�cr! Requil•e�1�e171s—Sections of Di�isian � OF flli C011II'3Ct DOCLii7lEIliS.
�9, 1YClZCII'C�011S E17V11'OJ?111LI1lClI COI?CIIt701? T�7� ��resence �� t�le SI�e O� f�S%�SLQS, �CBS,
Petrole��m, Hazardous Waste, Radiaactive M�tcrial, c�r othe►• ���aterials i�i sucl� qt�antiti�s oc
circu►�istances that �nay present �� suhstai�tial dange�� to �aez�so��s or property exposed tllereto.
�0. Hazaj�clorrs Yi�crste Hazardous «�aste is clefined as any salid �vaste listed as hazarda��s ar
po�sesses one oi• mare liazardo�is characteristics as defii�ed ii� the fede��al waste ►-egulatio�ls,
as a�nended fi•oi�� time to ti�tae.
�}[. Lativs rrnc�Regrrlations A�zyand a(1 applicable la�vs, �•uEes, regulatioi�s, o�•dina��ces, codes,
�z��d ordei•s of any and all gaveriunei�tal bod�es, agencies, autl�o�•ities, and cot��-ts �1�VIi1�
ju►•isdiction.
42, Liej�s�Cilarges, security interests, or enctunbranees �ipon P�•oject funds, reai property, o�-
persan��l �roperty.
�3. �Llcrjoi• Item-- A�l item nf rvoE•]c included in the Contract Dact��i�cnts khat l��as a total ec�st eq�aal
to nr greatet• tl�an 5% of tiie original Contract Price or $25,000 �vi�icl�e�er is less.
�4�. �1�Irlestc���e—A princip�f event speci�ed in t11e Contrac� Documents relating to an intern�ediate
Contract Tin�� prio�• to ��in�l Acceptance o�the Wo�•�C.
45. Notice of A�v�rrc� Tfie �vritten �latice [�y City to the 5t�ccesstiil Bidder statiE�g t��at t►�an
tin�ely co�n�lia�lcc by tlle Successt�il Bidder 4vitii tl�e conditio��s precede��t listecl tl�e�•ein, City
will sigri a��d c�eli�rer tl�e A�•eeme��t.
�6. Natice to Proceed A�vritte�� i�otice give�l by City to Cantt•actor iL�ing t11e date o�� �vl�icl� the
Corztract Ti�n� �vilE coil��ne�lce to run and oi1 «��jici� Co�lt�'�ctor shall st��'t tio 43erfarm the Work
s�ecitied in Cc�ntracE Documei�ts.
47. PCBs--Polycl�lo�•inated biphei�yls.
48. Pet��oleir�lr—Pet�•oleuin, inclt►ding c�•ucie oil o�• any fi•aclion tllereot which is liqt�id at stai�ciard
co��dit�ons af tei��peratu�•e aiid pressu�•e (GO de�•ecs Falu•enheit ai�d 14.'� po��nds pe�� sq��are
incl� absoiute), st�ch as oil, petroletin�, fi�el oil, oil sl�zdge, oil ►•efuse, gasaline, kerosei�e, �nd
oil mixed wit�� atiier i�ot�-Hazaz•dot►s Waste �nd crude oils.
�9. Pl�n�s — See detinitio�l oi� Dra«�ings.
L:l"l�l'Ol� E�OIZT 11'ORTE{
S1'ANDARDC'0\S'I'Itlii'TIO\ SPGCII'[CAT[�\ DE)CU4ik3I�CS
Re��is'son: R232(ll!
{1[i 72 [30 - I
GEIVERAL CONDIT(ON S
E'agc 5 c�r63
50. Project Scl��dtrle—A schedttle, prepared and maintained by Co�ttractot', in accorcla�ice 4vith
tE1e Gene�•al Rec�ui�•et��en�s, describing tile sec�i�e►1ce i���d ci�u•�►tion of tl�e �etivities cc�inprisin�;
tlle Cont�•acto�•'s pla�i to accomEs[ish tl�e Vi�ork �vitlzin tl�e Conti•�ci 'lryi���e.
51, Prnject Tk�e Wc�i'k to be perfori��ed t�nder the Contt'act DactE�nents.
52. Projec� Majzcrge�=Tlle autho�•ized �•ep�•esentative of tl�e City �vl�o �vill be assigned to the
Site.
53. Pul�lic IVIL'L1119� — AI7 c�f3llpll[7CeC� t�teetii�g conciucted by tl�e City to facilitate �ublic
participatio�l and to assist tlie �ubl�c ii� gaining an infarE��ed vie�v of the Project.
5�. R�rdio�rc�lve rLlcrtej•ial—So�lrce, s��ecial �Iuclear, or bypradtEct matei•ial as defined by tlle
Atamic Ei�et�gy Act of� l95� {42 t1SC Sectian 201 I et sec�.) as a�t�e�lded fcom ti�l�e to time.
55. Regulcrr Wol�lcing Hntns — H��irs begi����ing �►t 7:D0 a.n�. ac�cl encii���; at 6:00 �.n�., Monc�ay
tl�ru Frid�y (exc[udi��g fega! l�olfciays).
Sf. S�rnrples--Plrysical examples al� �t�atet'i�tls, eq�iipment, oi• �vorkil�aElship tllai are
��e�resent�tive of same pc�rtioii of the Work ai�d which esttiUlish tlle staiidards by �vf�ich st�cE�
�ortion of the Work wil9 be juc�gecE.
S7. Selaeclrrle of �Srr1�11rrttcrLs A scl�ec�tiic, preparec� ancl �nai�ltai��ed Uy Cantc•aetor, oi i•eq�iired
st�b���ittals and tlae tic��e �•ec�uir�mci�ts to suppo�•t scheciukect ��erfor�na��ce ot rela�ed const�•uctia��
activities.
58, Scl2ecltile ��f l�crJrre.r—A seiledt►le, pre�ai•eci anct �i�aiiltai��ec� by Cont�-aetai•, �Iloc�ti�l�; }�o�•tioE�s
c>f t11e Co��tract Price to variotiis po�•cio��s of the Work a�id i�sed as the basis fo�• �-e��ie�vi«g
COI1tPc�CCOI''S A��}]IlC�tr[0115 for Paytnent.
59. Site L�nds o►• areas indicated ir� the Cant►�act Doci�t�7ei�ts as be�ng f��rt�isl�ed by City t►pon
�vllicll the Worlc is to be �e�•fo�•med, i�lclucli►�� rigE�ts-of-tivay, permits, at�d easei�le�lts foi• access
tl�e��eto, a��d sL�cf� otl�ea• �ill1C�5 flll'l1I5�1�(� I]j� Cli� '4VIl1CIl �i'� i�E:51�118i�C� fOC �Ile i[S� O� C[�latl'i1C�01'.
ClO. SjJeCI�lCL11lOi1S That p�rt af the Co��tr��ct Docu�ilents COI151St111�T pF Wt'Itfeil k'eCIIIlPCI11CIliS �Ol'
materia[s, eq��ipme��t, systei��s, stti��daz•ds and �vork�7�a►�sl�ip �s ap���lieci ro Nic Wo�-k, a�1d certaiii
acl�iiinistrative r�c�uire�nents aE1d pi•acec�u►•al ����ittet�s a�plicable tllet•elo. Speciticatio�ls may be
speci�cally i��ade a part af tk3e Contract Docum�nts by attaeh���ent ca�•, iF ►�ot attaclled, �nay be
inco�•poratecl by �•efe�•e��ce as indicated in tlle Table of Contents (Di�isio�l 00 00 0{)) c�f each
P roject.
6i. Sir6ca«1�•acl��j•—An indivicf�iaE or entity having a direct cc�ntt'act �vith Co�ltractar a�• ��ith t��ly
othei• Subco�ltractor for tE�e perfarm��lce o�' a�at•t of t[le Work at the Site.
c�T�v or ��ort r�vori�� y i
57'AiVC3A1�DC0\SIRUCTIO\ SPECIFICATIO\' L7C}CIJMEN"l'S
Ftevision: 82320�L
ao�zoa-i
GENERAL CONOITION 5
1'a�;e fi uf G3
62. Sirbljrittcrls---�-�111 drawiizgs, c�iagr�ms, illustrations, se��edules, ai�d other data o�� ii�fo�•�nation
wl�icfi are s��ecif�cally prepaeeci or asse���6ied by or fo�� Co�1t�•acto�• a��d subinitted by Cor�tractar
to illustraie san�e pc�rtian of !he Wo�•k.
63. Sirbstcr��tiul Completio�� -- T11e stage in the progcess of ti�e Project wllen ti�e Wo�•k is
s�ifficiently co���plete in acco�•dance �vitl� the Ca�3tE•act Doclu��ents far Fi�lal Inspectio�i.
64. Sirccessfirl Bidder•--The Bidder sii�initting tl�e lor��est a�zd �nost respoi�sive Bicl to r�ll�om City
i��akes a�� �wa�•d.
CS. 5rrperi��lendej7l— The re�i•esentative of the Contractor �vl�o is available at all ti�tics and �tble
to i•eceive instr��ctions fro�n tE1e City a��d to act fo�• the Co��tcactor.
66. Strpplelrtej7laj}� Co�aditir�ias—That part af tl�e Cot�t��act Dociliner�ts «lliclj ��-►�ends or
supplei��ents tl�ese Ge�leral Conditioi�s.
b7. Supplrer—A n�an��facturer, f�bricato�•, supplie�•, ciist�,ibuto�•, ���ate�•ial���an, or vendo�� having a
direct cantE•�cC ��ith Contz•actor o�• with any Subcontractar to furnisll mater�als or ec�tiipineut
to be incorporated ii� th� Work 6y Contractor or S��bco��tractor.
68. Ur7clergroin�d Facilitres—All u��de�•g��aund pipeliz�es, conduits, clucts, cal�les, wires,
rzla�lliales, vaL�lts, tai��Cs, t��n�ie[s, or atlier such facilities a�- attachmci�ts, ar►ci ai�y ���case���ents
contai�ling sucll faciliti�s, incl��cling but i�ot Ei�nited to, tl�ose tf�at convey elect��icity, gases,
steam, liquid pet�•oEe�im p�•oducts, telephone or otller commue�ications, cable te�evisioi�,
«�tcr, �5'aSiG�i'aiel', 5t01'Ell �Vc��ei', Oiliel' ilCjlltC�S OI` C�lelliiC�i�B, or traffc oa• otl�e�• co��t�•ol systei��s.
69 U��it Pi•ice b#�orlc See Pa►•agra�l� l 1.03 of tf�ese GeneraE Conditions for definition.
�a. r�v����ej��� yv�»•Iti�ag Hotus — Hou�-s beginni►�g at 9:00 a.�1�. and �nditlg at 5:00 p.�1�., Saturday,
Sui�day ar l�gal l�oliday, as �ippt•o��eci in adva��ce by the City.
'71. x�Yo1•lc=i'he enti�•e coz�sti•uctia�� ar the va�•iatis sepa�•ateiy ide�itifiabie parts thereof rec�tiired to
be pravided u�ider the Cantract Docu�nents. Work ii�clt►des a��d is the i•esE�it of �e�•fo�•ming or
pi•ovidit�g all labo�•, sei•vices, ar�d dacumentatior► �iecessa�•y to prod�ice st�ch constrt�ction
inel�tdii�g any Cha�lge O�•der or Fielci Orcier, anci fi►rn�sl�in�, installi��g, a��d iE�coz•poz•atin� ail
m�terials and ec���i�rx�ez�t into siEcll canstrl►ctio�l, all as rec�tiired by the Coi�tract Doc�imerzts.
72. YYorlcij�g Dc�}j � A 4vo�•1ciE3g day is def��ed as a day, not i�iclud'nIg Saturdays, Sundays, o�• l�ga l
�1011ElayS �iliill0l'1ZeC� Uy tlle C1%y fOl' C�ll�i'3CT �7Ut'�30SeS, in �vt�icil �veatlier or ather coi�dikians
t�ot unc�et' t�e cantrol of tlie Contractor wiil per�nit the perfarii�ance of thc priE�ctpal unit of
��orlc und�rway for a co��ti��uo�ts pei•iod oi't�ot less than 7 hours betweei� 7�.m, and 6 p.tn.
1.a2 Te�•r�rii�oJag}�
A. TIIe ���ords anci te�•ins diset�ssed i►� Paz•a�rapl� 1.02.8 ti��•o��gh E a�•e ��oi defit�ed but, w�l�ez� usec� in
El�e Biddin� Rec�uieemencs or Cant�-act Doc��ments, have tE1e i��dicated n�ea�li�lg.
B. Ir�tentof Cer•tai�a Te1•nas nrAcljectives:
c�r� c>r r�o�z�r �v«[z�r� �
S'1`A�l[1A€2[7C0\�TRlit'TIO\ SPFCIF]CATIO\ E)OCf1n�1F?\1'ti
Revisian: 823.2(}2l
i)U 72 00 - I
GENERAL CONDITIaN S
Prge 7 01' h3
The Cont�•aet Dact�ments ii�ciude tf�e terms "as ailo�vec�," "as app�-aved," "as aE•c�e�'ed," "�s
dicectecl" or te�•���s ot� like effect o�• in�port to a��tl�orize an e�ercise of judg�nent by City. li�
add�tio��, t[1e adjectives "i-easo�lable," "s��it�ble," "aeceptable," "proper," "satisfactory," or
adjectives of' lilce e�fect or it��port are tisec� to desci•ibe an actio�� a�• dete�•���i��atio�� of �ity as to
the Work. lt is i�1te�ldec� tliat s��ck� exei•cise of professioi�al ji�dgn�cilt, action, or determinafio�l
will be solely ta ev�luate, ii� ge��e��al, the Work for compliance �vith the inFormatio�l in the
Cont�•aet Documents ancl witf� t[le desigt� cot�eept of the Project �s a fi�i�ctio��irzg w��ole as
sl�own or i��dicated in tk�e Coi�tract Docum�nts (uilless the�-e is a specific staten�e��t indicatit�g
otl�e�•4vis�).
C. DefeetTve:
Tlle �va�-d "defective," w[1en madityitt�; tl�e �vo�'ci "Wark," refers to Work tllat is
unsatisf�ctot•y, FaulCy, oe clef�cieil� ii� tllat it:
a. cfoes not coi�form to the Contract Docui��e��ts; or
b. ctaes ��c�i ��3eet tlle �•ecl��i�•ecalents of any applicable inspectioii, c•etei•ence st��nda�•d, test, or
�tpproval cef�rr�d ta i�� the Co�lt�-act Docu���ents; ot'
c, l�as l�een damaged �n•it�r to City's ��ritten acce��tancc.
D. Frrr»i.sh, Cj�stcrll, Pel,forjrl, Provicle:
l. The worcl 4GFilE'T11SI1" OL' �I3e WQCCI "�E�St'd�l" {)C' t�1� �V�!'Ci ��PCI'�O['lll" Ol' C�l{,' �VOCCi "Pl'OVl(�e" Q!'
tl�e �vot•d "S���ply," or ��ny combi��ation oc similai• dii•ective c�r us�i�;e tl�ereof, shall meati
Fi�rt�ishtng �iIIEI i[iCOC�701'T�li1�T i�� the Worl< incl��dit�g all iaecessary labor, iilatet•ials, eq��ip�l�ent,
�ncl eve�•yt[�ing necessary E� perfo�•n� flle Woric iiidica�ed, unlcss speci�ically Gmited i�� tl�e
conte�t used.
E. Unless stated otller�vise in the Contract Doc�it�lents, �vo�'ds o�' pl-►rases t1-►at k���e � 4ve11-k��oGvtt
teci�i�ical OI' CO[1Sf1'LiCi10El i►�d��sc�•y o�• trade 111ec�I7I[l� are ��secl in tl�e Co��h�act Docu�13e�1ts in
accar'd��nce �vitll sucll rccog�lized �neaning.
�uTic��c 2 - �Rc�xmxNAaY N�ATTras
2,01
2.02
Copies oJ'Docrmrer��s
City sh�il fiirnisl� to Contr�ctor one {1) OI'1�iE1�lI e�cecutecj copy and on� (1) electronic copy af the
Cai�tract Docui��ei�ts, ai�c! Fou�� (4) adclitiai�al co�ies of the D►•a4vings. Additional copies �vil[ be
fi�rnisi��d upon request at tEie cost of repraducCian.
Co�jrnre��cej�jerat of�Cc�r�lrcrct Trille; Notice to Proceed
Tl�e Coa�t�•act "Ci���e �vill comnte��ce to �•��ii on the day indicatec� i�l tlie Notice to Proceeci. A Notice ta
Proceed ►�lay be g'rve�i �lo earlier tl���� [� cl<iys t�fter the �ffecti�e Date of tlze Ag�•ee���ei1t, unless agreed
[o by b��tk� p��l•ties iE� �v�•it�ng.
c►���Y or rc»t r�vort�ri 3
5'l�r\iVi)ARDCU\STRUCT[€)\ 5I'8GF1(`ATIC1\ DOCUiV(E�i'fS
itevisioi�: WZ�/2021
oa7zoa-�
GENEi�AL CONDITION S
I'�ge 8 af G3
2.Q3 Strrl�tir�g tlae Wr�r•Ir
Co��tE�actor shali start to pei•fori�� flle Work ot� the c�ate r�l�en tlic Coz�tract Tim� coinmences to i•i«7.
Na Work shall be clone at tl�e Sace pcior to the c�ate on which the Contract Ti�ne co�l����ences to ��un.
2.04 I3efot•e St�rjYirrgCo�zstj�trcti«ta
Baseline Sc]aecfules: Subi��it i►� acco�•da�ice witli the Contract Documents, ai�d p�'ioz• to starting the
Work.
2.05 Precoj�srrrrctio» Coi7fer•e��ce
Befo�•e any Work at the �it� is sta�•ted, tlle Cai�tractnr sl�ail attend a!'reconstructio�� Conference as
specifiied in th� Contract Dacu�i�e��ts.
2..�� P11EJIlC A�IG2f11?�T
Co�ltractor may not n�obilize ai�y ec�uipme�it, materials or ►•esot�rces to the Site �l!'iDt' l0 C�llil&Ct01'
atte�zdi►i� tlie Public Meeting as sched�lled by ti�e City.
2.07 Ij7itial ��cceptat�ce orSchecJtrles
No �rogcess payi��ent shal! be i��acie ta Cantractor until accept�ble schedti�les are submitted to City i��
accorda�lce ���itl� tt�e Sclled�ile Specificatioi� as �rowid�d iE� tl�e Cantract Doc��n�ents.
ARTICL� 3— CONTRACT DOCUMENTS: INTENT, AM�NDING, REUSE
3.a1 Inrent
A. Ti�c Co►�tcact Doctunents are complen�enta�•y; what is �•ec�uired by o��e is as bi►�di��g as it rec�ui�-ed
by �� 11.
B. It is the i►ltent of tlje Cont�•act Documeilts to describe a fi�nctionally co�nplete �roject (o�� pa�-t
tllereof� to be consti�ucted in accordance �vith t11e Cont►•�ct Docui��ents. A�y labor, doc�����e�itatiai�,
services, m�ite�,ials, or ec��iipment #hat reasonably ►nay be iE�f'erred from tlae Cantract Doct��nents
or fi�om p�•evailing custo��1 0�� h'ade usage as beii�g �•equi�•ed ta produce tfie i�idicated res��Et wil( be
p��ovided «�h�tl�er o�• ��ot specifically called For, at no additioz�al cost to City.
C. Cla►�ificatioi�s anci i�lterpretations oi tl�e Co��tract Docun�ents sh�lf be is��ied by City.
D. The S�}eciticatio��s ���ay vaey in form, for�nat ai�d style. Some SJ�ecitic�tion secCioals may be �v�•i�ten
in va�•yit�� de�-ees of st�•eamlined o�• decla►�ative Styie a�id soal�e sections i��ay be t•elativeiy
na�•�•ative by compar�son. U�nissio�� af such worc�s and pl��•�ses as "tlle Cn��tractor sliall," "iE�
conforii�ity �vith," "as sho�vn," ar "as speci�ec�" are intentio��al in sh�eamlinec� sections.
O�r�itted r�Tords and ��1��•ases sliall be s��pplied by intex•ence. Sirnilat• types of ��•ovisio�ls may appea�•
ir► various �a�•ts af a sectio�� or articles �vitt��n a part cle��ending on tlae %��mat of tl�e
C' I[' Y OF P OR"1' 1VOIi'I'k �
S'CANf3nRDCf)\STRUC�ION SI'8C[i ICA'110\ DOCU�7EN"I'5
Itcvision: 8'232i1Z1
00 �� oo - i
GENERAL CONOITlON 5
t'age 9 01'63
sectioi�. Tlie Co��tracror sila[I ��at takc advat�ta�;� af any va�•iatioi� of for�t�, for►�lat o�• style in
��laking Coz�tc�act Claii��s.
E. The cz•oss refe►•e��ciilg af speciticatioi� sectio��s unde�- tile s�ibparagra��h Irteadi��g "Related
Sections i��cltEde but ai•e i�ot necessat�ily limited to:" ��nd else�vl�e�•e witlii�i each S��ecificatio��
sectiot� is provided ��s an aici ancl coilvenience to tl�e Contractor. Th� Co�lt�•acto�• shall not rely ot1
tl�e c�•ass i•eferei�ci��g pcavicled aiici shall be �•espoi�sible to coordi��ate the entire Wo��k urzc{er tlle
Contr�et Docun�e��ts and pravicle a eoi��plete Project wl�etile�� or ��ot the c�•ass refere��ci���; is
}�l•ovided ii� eacll sectio�l o�• wlletli��� or not t11e cross refei•et�cing is ca�n�lete.
3.02 I�efe1•ei7ce Sfci�adcr��cl.s•
A. Standacds, S�ecifications, Ca�3es, Laws, atid Regulatioi�s
Ref��•enee to stancia�•c�s,speci�icatioi�s, m��l�aals, or codes af'a�1y tecllnical saciety, o�•ga��ir�tic�n,
OI' ASSOCI��lOt1, o�• ta La�vs o�• Reguiations, �vlletE�e�� sucll �•efer�iice be sp�cific o�• by i����lic�itioiz,
S�3�tI� lll�all ill� St�iE1iI�11'C�, speci�catian, i��an�ial, code, o�• La�vs or Re��tlatio�ls i�l effect at tlle
tirile o� o�ea����g of Bicls (or on tl�e Ef�'ecfive Date of' ���e Ag��eemei�t ii tlici•e were �10 �3ic[s},
exce�t as i�1ay be athe�•���ise specific�lly stated i�l fik�e Coi�tract Docu��lents,
2. No �rovisio�� of any st�ch st�inc�ard, s��eci�c�tkion, tiian��a1, or code, o�• any inst�•iicti��1 oF a
Sii��plie►•, sl�al[ be el'fective to cllange tl�e d�rties a�• ►�es�onsibilities oF City, Cantracto��, or any
af tl�ei�• sukacotltracto��s, CQilSit�iifllf5, age►1ts, c�r ��l�ployees, fi•om tllose set fortll in tl�e Cantract
Doct�it�e��ts. No st�ch p�'ovisio►i or i�istt�ttctiotl shall i�e effective to assig�l to City, or a�ly af its
oF�cers, directo�•s, ►�lci��f�ei•s, parttters, employees, age►�ts, const►lt�i�ts, o�• subcotat�•acto►•s, ai�y
duty o�• aufilot•�ty to su�ei•vise or direct the �e�-focfn�nce oF tl�e Wo�•k or any cll�ty or ��utliority
ta li�idet'take res}�oi�sil�ility inconsiste��t �vitl� the �rovisions o� ti�e Coiitcact Doc�ul�ents.
3.03 RL'�7p1'tl17gC111CIRe.SOIV111�gDiscre�acr��cies
A, .�G'�JOJ'lli?� D�.SCI'L�JCII?CI�S;
Co�atraclor s Rer�ie►vofCv��t��acJ Docrri�te�7ts Be�o�•eSla�•ti»g YYo1�1�; Beic}G•e ��►�deE•taki«g eacl�
part of tf�e Wo�•k, Coi�tracto�• sliall ca�•efiilly shiciy ancf cc��npat•e tE�e Conti•act Doc�u��ents �nd
clleck and verify ��e�•tinent �igti��•es t[�e�•cin agaiE�st all ap��lic<�ble fielcl n�e��s��remei�ts �a�ct
co�lditians. Co��tr��ctor sllail pt•o��tptly �-epart i« �vriting to City a�ly co�lFlict, �rro�•, ai��bi�;uity,
oc disc►•e��ancy whick� Cont�•actor c�iscovers, or Ilas actual kt�orvledge of, and sllall obtain a
�v��itte�l iE�te�•pret�ti��1 or clai•i(icatio« fi�o��i City beFore proceectii�g witli ��ny Wo�•k af�F'ecteci
thereby.
2. CC)17C!'C1Cf01' .S �G'VlB1V Of COI1l!'pCt DOCIl111G1?IS Dlll'111g PE'l�f()1711CI17CG' Of WOl'IC: Ifr ��It'lI1�T (k1e
�}el'f01'111aI7G� C)�� i�le �OI'k, C011lC�iCi01' E1ISCQVet'S �lily COIlI�I1Cf, �1'COC, c�lllE)I�,itliy, OL' C�15C1'��)�iE1C�/
4vithie� tE�e Contract Dc�cuments, o�• l�ehveci� the Ca��tract Doct��l3e►�ts and (a) a�ly applica�le
La�v ot� Regulatia�� ,(b} any st�z�darc�, s�ecitication, inani�ai, a►� code, or (c) �»iy ii�structio�� of
any SL►pplier, tllen Conh•��ctor sl�all ��•o��i�3tly re��o�•t it to City i�i �v��iting. Co��teactor s91a11 nat
��•ocec�d witil the Work affeeted tliereby (except ii� ai� eme�•�e�1cy as �•ec�ui�•ed by Pa►•agra�h
Cfl'Y OF I�(3KT 1VOR"Ci-f
5`I�ANDARDC�\S'I'IZt;C7�10\ SPF.f;IP]C�l']�10\' DOCU��fE�]7'S
€te��isioEi: fi23Qp21
00 �2 00 - i
���v��a�. coNn �rior� s
I'age lUof G3
6.17,A) until aE� a�netldt�lent nr st�pple��lent to the Contract Docu�l�e��ts f�as been issued by
0�1� of tl�e �netl�oc3s indicated in P����a�rap113.0�.
3. Cont�•�ctoc shall i�ot be lia�le to City ior failu��e ta �•epa►•t aa�y canflict, crro►•, an�biguity, or
cliscrepancy in the Co��tract Documents imless Caz�tz•actor had actt►al knotivledge thet•eof.
B. Resnlvij�� Drscrep�rj�cies:
E:ccept as may be atilei•�vise specitically stated ii� the Contract Doc��ments, tl�e pR�ovisior�s of
the Cantraet Documents sl�all fiake precedenee in i•esolving aizy confiict, e�-c•oR•, ambigt�ity, or
d�screpancy belween the prov�s�o�is oi' tl�e C011tl'c�C� DOCUIIlellt5 a��ci the provisio�zs of any
sti►��dard, specificatior�, �nanual, oi• t11e inst��uction of any Supplier {��fl�eiher or i�ot s��ecitically
incorpo�•ated by reCerence in tlie Coi�kract Documents).
2. Ii� case of disc�•epancies, tig�lred dii��ensio��s sfiall govern o�er scaled di�nensio�ls, PEans shall
�o��e�•n o�er Specificatio�ls, S��p�leme��tary Coi�ditions sh�ll gaver�i over General Conditions
and Speci�ications, and c�uantities sho�v�� on the Plans sl�all �overn o�ver tilase slio�vn in tl�e
proposal.
3.04 �1n�e»dl�ag cr��cl Supplel��re��ting Cot�tractDoctrrrtesats
A. `T'he Co�it�•act Docu���ez�ts �nay be amendeci to provide for addicions, deletians, and revisini�s i►z
i�le WOI'� 01' �D lil�dlty ��1� �E111�5 a11C� COIidIilOT1S ti1e�•eof by a C��ar�ge Qrder.
B. T�1� E'eC�l11E'e11�eIliS Of tlle C01lil'aCt DOCL1111�11f5 l�11� �e 5lt�plelllell�eC�, �lI1C� 11ifCi0i' �Tc�C11ti017S atlC�
(�eV1c��[OT1S 111 i�1e �Oi'�C IID� 112VOiVE1�� d Cl1ai7�e iil Contr��et P��ice Oi' COil�i'aCi 7'1[Tl�, t17�� �e
atithorized, by oi�e or nlore of the iolfowing �vays:
l. A Field Ordei•;
2. City's revie�u of a�iibmittal (subject to tl�e provisions oi�ParagrapE16.18.C); o�•
3. City's �a�t�itten intcrpretation or cla��ification.
3.05 Rerrse af Doctrltte�zts
A. Cont�-acto�• and a�iy St�bco�ltracto�• or Stiipplier shall �iat:
�. f7c�V� p2' 1CC�UIt'e a�ry tftle to or o���ne�•ship eigl�ts in a�ly of tl�e Drawings, Sp�ci#icatio►�s, or
atE�er doct��nents (or co�ies o� ai�y thereofj prepa�•ed by ar bearing the se�1 of' Erigineer,
i�lcluciin� e�ectrot�ic ��iec�ia cditio►3s; or
2, reuse a�ry such Dra�vi�lgs, S��ecitications, atller doct�l��e��ts, o�• copies tlzereaf o�� e�te��sior�s ot
tl�e Project or ai�y otl�er project ���itl�out ���rittec3 consent of City aRld speci�c �vrit�en ve�•i�catio��
or ac�aptation by Ei�gineer.
crr� or ��o�t r t��o�z�� ��
STA�I[3E\]iDC(�\�$TltllC`TIOV` SPECIFICATIO\ I]OC.UYfENTS
ite��i s ion: 8732(J2I
0t172 {]U - I
GENERALCONPITIONS
P3ge l 1 nf fi3
B. Tlic prollibitians of this Paragra�k� 3.05 �vill st��•vive �t3�tl payinent, or te��t��ii�atio�� of tiie
Cant►�act. Nokhing herei►� shail p�•ecl��de Cor�tractoz• fi�om retaining copies oF tlle Co��tract
Docui��ents foi• �•eco�'cl p�iE'poses.
3.06 Electr°��taic Datc�
A. Utiless otl�e�•wvise statec[ in tiie �uppleme��t��•y Conditions, tl�e data fiirnislled by City o�� Eiigii�eet•
to Co31t�•acto�•, or by Cont�•acto�• to City o�• Engi►1eer, tk�at iiiay be i�elied upnt7 ����� iii�7ited ta the
�x�i�lted copies incl��ded i�i tiic Coi�kract Doc�En��nts (a(so k��o�v�� as liat•d co��ies} and atiler
Speci�c�ti�ns referenced anci locakecl on the Ciry's on-li��e elect�-o�lic doc�u��e►�t n�ai�ageme�it and
cc�lfabof�ation syste��� site. Fiies in electroE�ic n�edia focmat of' text, d�ta, graphics, o�• otller types
a�-e fi�rE�isl�ed c�nly �or tl�e co�lveniene� of the receivia�� party. Any concfusio�� or inform�tioa�
obtained or de►�ived k�eon� such elect��onic tiles will be atthe ti�se�•'s so[e �•�sk. Iftile�•e is �� discrcpaiicy
between tl�e eleetrojlic files ancl tl�e i�ard co�ies, tlie hai•ci copies gover��.
B. WI1�11 tra�Isfer�-iilg dacti����ents i�i etectronic media format, tlle tt•t�ilsferring }�arty �T�akes no
representations �s to [ong tern� co���patibility, �isabi[ity, oe readability af dacuments t•esuiti�l� ti•om
tl�e �►se of saft�vare appiic��tioil pacicages, a�}e�•ati��� systen�s, oi• co�ta����ter liard�vai•e c�iFFe�•i�tg Fi'oin
tl�ose l�sed by tlie ciatl's creato�•.
ARTICLC �— AVAILABILITY OF LANDS; SUi3SCI[tFAC� AND �'HYSICAL CONDITIONS,
HAZARDOUS CNViRONMENTAL CONDITIONS; R�FER�,NCE POINTS
4.O1 �Ivc�ilcrbility o�'C..ancls
A. City sl�all fiu•ni�ll ti�e Site. City sllail Eiatify Contracto�� of a►�y e��cumbr�r�ces ar �•est�•ictioi�s iiot of
geiieral �p�lication b�it speeitically relatcd to use of kl�e Site �vitl� ��liick� Coi�iracto�• ���ust conlE�ly
it� perfo�'i��i�lg the Wark, City �vill obtai�l in � tiine[y n�an�ler and ptiy for ease�nents tot• �ern�aneni
structures or peE•i��anet�t cl�anges in existiti�; facilities.
1. The City l�as obtaii�ed c>�• ailtict�ates acquisitioil of anc�/ar access to right-of��vay, a�ldfo►•
ease«lcl�ts. A��y otttst��ilditig right-of-way a��cl/or easeme��ts ��re at�ticipated ta be ��ecluieecl in
accardai�ce �vitk� tlie scliedule set fn�•tE1 iii the Sii�ple���e��t�ify COtl{�If[O11S. TI1� P1'O��CC SCllei��i�e
subil�itted by tl�e Ca��t�•�ctor ii� accorc�ance rvitli the Cont�•�ct Documents �i�tist coi�sicler a�ry
otrtstandi►�g i•i�;l�t-af-��ay, anc�lo�• ease���e�3ts.
2. "I'he City 11as or anticip�tes t�e�l�oviilg a�Ici/ot• i•eiocaiin� utilities, �atd obstt•�ictions to tl�� Sitc.
At131 OLlfSf�lIlClll7� ree�loval o�• relocatio�� oI' utilities OI' 0�]5ft'UCtI()115 IS ZI7�1C1�]i1CeCI 1[1 �iCCOI'C��lI1Ce
�vitl� tiae scliectule set fo��tll ii� tl�e S��pplen�e�ltary Co�lditioi�s. The Pi�oject Scl�ec�tile sltbi��itteci
�y tE�� COilfl'�C�Oi' lll ��cco��c�a��ce �vith tl�e Co��trac� Docume��ts ��aust consicEe�• at�y otttsta�ldi�lg
�itilities or obst�•uctio�ls to be �•e���oved, adjustecl, and/c��• reloc�ted by otl�ers.
B, U}�an re��sc�nablc �<<ritteri rec�uest, Cliy 5I78II �Lil'1115I1 COl1f1'�ICi01' 4V[CIl a cu�•rent state�nent nf recorct
ie�al titfe ar�d legal description of tlle lands u}�o�� �vl�ich the Work is to be pecFar���ed.
crrYor ro�ri� �vo�z�rE��
s��nNon�tt�c�c��srRucr�o�� sF��:ciric��a�'io� ��ocu�sr�rs
a�ti��s���,: srz��zi
oo7z�o-i
GENERA�CONDITION S
Pa,�e l2oFCr3
C. Co�it�-aetor sl�all pt•ovide fo�• hlf aclditio�la! lands a►1c! aceess thereto ti�at may be t•ec�uired fc�r
eonstruction facilities or storage of �naterials at�d equipment.
4.02 StrGsir�fcrce ajad Plty.s•ical Coj�drtrazs
A. Repar•ta� cr�zd Dratit�i�a�s: The Siipple�llenta�•y Conditioa�s idei�tify:
1, tl�ose ��e��o�•ts know►i to City oF explorations anct tests af st�bsu�•face conditioE�s at or
COIIiI�',LEOUS ta the Site; �ncl
2. tflase cir��vings kiza�vn to City of pl�y�icai canditions relating to ex�stin�; stii��face o�•
s��bs��r#aee st�•uctures at t11e Site (except Ui�cle►•gro�ind �'aci(ities).
B. Lrlr�ited Relicr��ce l�y COi1ll•��ctor oiz Tech��iccrl Dcrtcr Arrthorizecl: Cor�tractor inay ��ely upo�1 tile
accuracy of the "tecl��lical claca" co�itai��ed in SLIC�1 i'��701iS �ind dra«�i�1gs, but such �-eports and
dc•a�vin�s are not Contract Dacun�ents. Suctj "tecl�nical data" is ide��titiecl ii� ti�e SupplemenCa�•y
Conditio�ls. Contractor may not ���ake any Contract Clai�n against City, o�• any of their affice�•s,
cfirectors, i�le�nbers, part►�ers, eanployees, agents, consultants, or si�bcont�•actors �vith respect to:
l, tl�e eoi7lplete��ess of st�ch reports ai�d dra��ings far Coz�tc•actor's p�irposes, inciuding, but not
limited ta, any aspects of the ineans, �netliods, tecilnic�ues, seq«ence�, and p�•ocedures o#'
const�•uction to be employed I�y Contr�ckor, and safety ��recautions and pi•o�•a���s incident
thereto; or
2. otil�r data, interpretations, opinions, ai�d infort�aatiai� COili�lll�C� lil SIICII 1'C�?OPES Ol' S�lOWTI a2'
indicated i�1 such d�'a�vings; or
3. any Cant�•actor ii�tet•pretntiaa� of ar cot�clusion drawn fi•o�n any "tcchnical data" o�• any st�ch
otfle�• data, intei•pretations, opi�lia��s, or info�•���ation.
/�.�3 D ffLl•i�rgStrl�srrl,fcrce ��j' P�1}�S1C.'CIj C017Cj1t1()i1S
A. Nntice: If Co�itractoa• believes tt�ac at�y s�ibsurface oi• physical co�ldition tllat is ��ncovered or
i-evealec� eitlier:
f, is of such a��atitre as ta estabfish tilat a�1y "techi�ical data" a�l «fhicl� Coi�h�acto�• is entitlec! to
rely as provided in Paragraph 4.02 is �i�aterially i�l�ecurate; or
2. is of s�icl� a nat�ire as to �-equire a cl�ai�ge in khe Co��tract Doctii�nents; oc•
3. diffez�s �nateriaily ti�oi�� tilat sllo�ir�� ar it�c�ict�ced it� the Co�it�•act Doclunents; or
4. is of an u�lusl�al nat��re, anc� ciiffers �1�ate�•ially fi•o�n conciitio�ls o�•clina��ily eneo�n�tered ancf
gene��llly recognizec� as ini�erent in woE•k of tl�e cl�aracter p�•ovided for i►� tlie Ca��tract
Dacui7�ei�ts;
CCI'YOI' I�OR"C 1YC?R"€'EI
STAt�UAIZl�CO\�STRUCTION SPECIFI(`ATL(�\ DOC[J�fE:1�ITS
ttcvision: A?3,2031
00 72 0[) - I
GENERAL COND1710N S
Pasc k 3 of C3
then Co�Itracto�• silall, pcoiilptly after beco���i«g awi�t•e t��e�•eof and before fii�•tiler disturbi�ig tlie
SlII�5li1'�c�C£ Ot' �]IIySiCtil COIl{Ilf1E)115 or nez•formir�g a��y Wo�•k in co�mection tl�eee4vitl� (e�cept in at�
emez•ge��cy as rec�uired by Paz•ag►•apli 6.17.A), notify City i�l wx•iti�lg about such co�iditioi�.
B, P0.5"SIIJIG' Pf'1CG' Cli?CI T1111� AC%J1(.Sf111L1?tS
Conti•actor sllaq ��ot be entitled to ai�y adjustinei�t in tl�e Co�it�•act Price o�• Contract Ti�ne if:
1. Cor�tr�ctor kne�v of the �XISt�11C� UF Si[CIl COf1C�lEIDIl5 at tlle ti���e Contr��ctor made a fit�a 1
con�nitu�ent to City r�vitl� respect to Contract Price aizd Coiltcact Tiia�e by ihe suE�mis�ioa� of a
�3id ar becot�li�lg l3oti�ld �liidei• a�legot�ateci contr�tct; ar
2. the e�iste��ce of sucl} cc�nditia�l cc�uld reaso�lably E�ave beet� c�iscove��ed or ►•eveaIed �s a�•estElt
of die exa���inatiai� of tlle Cont►�act Documents or tl�e Site; or
3. Contractor Failed to giv� tlze �vt•itten tlotice as req��i�•ed by Parag�-a�l� �.03.A.
4.Q4 U��del�gj•oi��ad Facililies
A. S1aot�v,7 or I�aclicated� Tf�e iniarmation anc� c��ta sho4vt� o►• i�ldicateci ir� tlie Cantt•act Doct�ments
witlt respectta exEstin� Ut1de�•grot�nd Facilities at at� cottti�uo��s to tl�e Site is based on inf'or�nation
and data fii�-nis�ied to City or E���ineer by the 01V11�E'S oF s�tcf� U��de►•g�•ot�ild Facilities,
incliiding City, or by atk�ers. U��l�ss it is at(ler4vise ex�ressly pror�ided i►� tk�e St�pple►i�el�tary
Cot�ditions:
l. City ancl Engit�eei• sl�all not �e t'espons[bEc fot� tl�e acc�it'acy or cot�lpletet�ess of atay stEcli
it�fo�-n�aiio�l ar cl�tt�x p�•o�idec� by othe�•s; and
2. tl�e cast of all oF tl�e follc���ing r�ill be i►�cl��ded i�1 thc CaE�t�•act P�•ice, a�ld C��ltractor shall
have Fi�fl t�esponsibility foi•;
a. ►•eviewi��g anc� c��ecki►��; ��II siicf� informatio�l �►��d c�ata;
b. lac�►ting all U►ider�z�ati��d Faciliti�s sho���� o�• it�clicated i�� tk�e Contract Docu«lents;
c. coordination and adjt�stme��t oF tl�e WoE•Ic �vitl� tl�e owners af sucl� Ui�cEerg�•ou��d
Facilities, i��cludi�ig City, dt�ri�Ig coi�st�•uctioti; �ncl
cl. tlle safety and p►•otection ot all siich U�ldet•gro��nd Facilities anci rEpairi���; ai�y dan�age
tliereto resulti��g fi•o�n the Wark.
B. Nol Sl�ol���i� 01� I�tcTicated•
l, lf an Undecgroluld F'�►cility wl�icl� ca��f�icts ��itE1 tlle Wa�•k is uncovered or revea[ec� �t a�•
co�ltig«ous to tlie Site «l�icll was �1ot sl�ow�� oi• i��clic��ted, o�• ��ot shorvi� or indic�ted witll
reasonable accuracy in tEie Co��kract Dc�cuiilents, Contracta�- shall, �roii�ptly aftei• becoming
a���are tl��►�eof and before furtiler c��stu��bing conditia��s �ffected tE�ereby or per�ormin� ���y
crrvo�� ro�t�r �vt»t�r[�
STA�IDA[Z[�CO\5TRt1CTIDN til'GCIFICAT[0\ [70C[J�1G�'fS
Rcvision: R23n(rz�
00 �z un - �
GENERALCONCfITION S
P.�e i �4 of b3
Wc�rlc in coa�nectio�l the�•ewitll {e1ceF�t in ai1 emet•ge��cy as ��equired by Paragrapli 6.17.A),
ideiltify tiie owner o(' sucil Unciergroiind Facility and �ive notice to tl�►�t owner anci to City.
City will revier�� ti�e discove�•eci U�ldergroti�nd �'acility �nd cletermine the extent, if any, to
which a change �z�ay be ►•eq��ired in the Contract Docuinenks to a•eflect ���d c�acuineEat the
consequences of tl�e existence or locatioRi af tl�e UndergrouE�c1 Faciiity. Co�it�•actar sk�all be
i•esponsible for the safety ancl protectio�i of s�ich diseove�•ed Urzdcrg�•ound �'acality.
2. If City concltEdes tlzat a cl�ange in tl�e Cont�-�ct Dactiments is rec�t�i�•ed, a Cl�ange Orc1e�• ii�ay
be iss�ied to re�lect and doc��ment s�►ch consequei�ces.
3. Veri�cation o1' eYisting utilities, str�ictures, and servicc lines shall ii�clude notification of t�fl
i�tility co3npanies a��ainunt�m ofV 48 l�o�n�s in ad���t�ce of construction i�lcl��ding cxplo�•atary
excavatian if necessaiy.
�.OS Refet•eiace Poi�rts
A. City sl�al[ p�•ovide e�7gii�eeriizg s�irveys to establish ��efez•ei�ce points f01' COi15tl'L[CtlOtl, wi�icl� in
City's j��dgnlent are necessary to enable Contractor to proceed ���ith tlle Wo�•k. City wiil ��rovide
co��st�•��ction stakes o�• otller c�stamary ii�etliod of a��arking to establisil fii�e and grades tar road�vay
and �tility construction, centeriines ��Zd hencl�znarks fo►• bridgewo�•k. Cantracto�• st�all protect ��id
preserve the establislleci refe�•ence points ai�d property n�onu�nents, and shall ir�ake no clianges or
i•�locations. Co�iti•actar shal! repo�•t to City �vi�enever any �•eference point o�• propez•ry mo�lutnent is
lost or desCroyed or rec��iires retocation beca�ise of i�ecessary cf�anges in g�•ades o�- lacatioizs. Tl�e
City shall be responsible tor tilc re�lacen�ent Qi' 1'��OC�iEOII of �•eference poii�ts or propez•ty
ia�onu��l�i�ts not ca�•elessly or ��illiiilly d�stt�oyed by tlte Cont�•�ctot•. Tlle Coi�tractar sl�all notify
Ciry i►� advance and �vitl� sufticient tune to avoid c{elays.
B, Wl�enever, in the opinioa� af the City, a�1y ceference �oi►Zt or inon�a��lent 1-►as been carelessEy or
�irillfi�lly dest�•oyed, disi�n•bec�, ot• re�i�oved by tl�e Co�ltracto�• o�• any af l�is employees, tl�e fiiil cost
for �•eplacing sucli �o��3ts pl��s 25% �irill be c17a�•ged against tl�e Contractar, and t��e f��f! amoui�t r��iil
be dedt�cted fro�r� payment d��e tile Contractoc.
4.06 Il�rzaj•doirs Et�vij•o�7rt�entcrl Coj7drtin�a crtSrte
�. Repol�ts a��d Ul�c�t�fir2gs: Tlie Sup�Eemenk��'y Canditiat�s identify tE�ose re�orts a►�d clrawvi►��;s kno�j��l
to City relating to Hazardou� En�iroi��z�entai Coi�ditions tliat l�ave beci� identifieci at t1�e Site.
B. LinritecJ Reliance by Cont�•actor ot� Tec{���1ccrl Dat�r Arrtlaar�ized: Cantractor �l�ay rely t�}�on tiie
acc��racy of the "tecl�nical d�ita" contai��ed iii sucl� t•eports and d►-a�vings, b�it st►ch �•e��orts and
dra���in�s are nai Contract Doc�ui�ents. Such "technicaf clata" is identified in tlie �uppiementary
COTICllil0135. COiltl'�iC101' !]l�ly CIOi n�alce �t�y Contract Claim against City, or any of tl�eir of%cers,
di►•ectors, �ne�l�bers, partners, elnployees, age��ts, co�lstzttat�ts, o�� st�bcoilt��acto�°s ��1ith respcct to:
�. tll� COITI�]��t�I1�55 Of SLECII i'e�7al'[S �11C� CII'a�V111�;5 tor Cont�•��ctor's pt�r�oses, incl�iding, btist ��ot
limited to, any aspects of the me�i�s, i��ethods, tec13�1ic�ues, seq��eilces �i��d p►•ocecl��res of�
crry or� rc�s�T �voirr� �
S7'ANDAR[)COXSTRUC"I'ION SPEC1P1Cr1f[C3\ DOC[l�[FN7'S
Revision: R23,2021
O(172 00 -1
GENERAL CONDI710N S
i'age 15oiC3
CO115ffliCtfOt1 to be e�tiplayed l�y Conkr•acto�• a�id safety p�•ecautioiis and �rogran�s i�lcide�it
i�l�l'�tf); Ol'
2, c�ther data, 111t�t'�]i'�ta�lO11S, O�}i[7�0115 aIIC� 1i��01'lllc��1011 t;011��l[7�C� [[l SLlC�1 1'��Ol'fS Ol' S�lO�VII Ol'
indicated in st�ch cirawings; or
3, acly Contrac;toE� inte�•�zeetatian of or concl�ision C�Cc�W11 fl'011l c�Ely "tech�lical c�ata" or ai�y st�ch
otller dat��, interpretations, apit�ions or it7forcuatian.
C. CQil�l'�iCiOT' S�I�I�I �1ot be i•esponsible fo�• a��y Haza��do�is E��vironEnea�tal Conditio►1 t�ncovered or
►•evealed at tl�e Site whicl� �vas not sliotiv�� o�• i��dicated i�� Dra��in�;s or Speci�catio�Is or icf�ntified
in the Contract Docui��e��ts to be ��itlii�l tEie scope of tlie Wo�•Ic, Contr�actor sf��li be respc�i�sibl� for
�� Haz��rclo��s E��vi�•aa�a��ent�l Conditio�� c�•e�►tecl �vid� any materials �i•ought to tl�e Site by
Cont�•�ctor, Subco�ltractoz•s, Supplie�•s, o�• �ilyoa�e else foi• rvho�n Co��tractoi• is z•esponsible.
D. If Contractor enco��nte�•s a Haz���•clo��s EElvi�•oiunental Conditioa� or if Cont�•actor a�• ��i�yo3le fo�•
who�n Co�itractor is ►•es�o��sible ci•eates a Ha��rdot�s EllVll'Oi1117�E1t�iI C4IlCIlYl011� Contractor shal[
E��1i7�edi�tely; (i) sec��i•e o�• otlier�Gvise isol�te such conditioi�; (ii) sto�� �ll WoG•k iE� connectioii «ritla
5L1CI7 C;011C�iL10Il a��d ��� a�ly a►•e�z �tffecteci tllereby (except i�� a�� e�nergency as req�Eired by Pai•t�g�•a�l�
C.17.A}; aild {iii) notif'y City (anc� promptly thereaftec• co�ifr�n s�Ecii �iotice in writin�;). City nZay
conside�• the necessity to rett�iE� a qua�i�ed espe►•t to evaluate s�icE� coi�c�ition oc take carx•ective
actio«, if aiay,
E. Co�ltracto►� sl�all �1ot be rec�uit•ed to resum� Wor•Ic i�� COt�IleCfl011 witl� sucii co��ditio�t o�• in ��ily
af�fectedare� ua�til afterCity hasobtai��ed any rec�ui��ect pert�lits related thEreta ���d delivei•ed �vritten
�lotice to Contracta►•: (i) specifyi�lg th�t stEcll co��clitio�l ancl ai�y affected area is or ilas beei�
re��de►�ed s��ita�le For tE�e res���nptio�� oF Worlc; ar (ii) specityit�g any speci�l co��ciitio►�s uncfe►• �vl�ic 11
sucll War1c a���y be �•es�u��cd.
F. If afte�• reccipt o(' sucl� �vritte�� notice Contractor does not a�re� to res�����e sucl� Wot•k basect c�n a
reasc�»a61e beGe� it is t��isafe, or does i�ot agree ta resume sttch Work u�tde�� sucl� s�cci�l cot�ditio��s,
tl�e�� City ���ay order kk�e portion of the Wo�•k that is in thE a�•ea ��ffected t�y suc11 caE�ditio�� to be
cleleCed from tl�e Work, City ���ay liave such de�eted portio�l of the Wo�•Ic performed by City's own
('o�•ces o►� otlae�•s.
G. To tl�e,f�rl(est et:te��� pernrittecl6}1 Lcr►vs ajad Regrrlulroirs, Co��1�'ClCIOi' .slrall ij�clerrrnifj� crnd holcl
�1C7J'i]1lG',SS �ll��, �1'0T11 L717C�CIgQ!l9SICl�I C%LllIP]S, COStS, jOSSG'S, Cl11C%C'�Clf)?Clg2S �11�1C%IlC7�l11g II111 T101 ll111116'C�
tr� all_fees aiad cha��e� of�errgi�7ee1•s, arcl7itects, attr}l•jaeys, n�aclolhe�•pr�ofesS1019QIti C117CJ[lII COI11'f
OI' CIl'j)liYLlllOi? O1' Ol�?G'1' C�lSjJ1llL' 1'G>SO�IltlDil COS/,4� L'll'ISlJ9� O111 Of O1' T2%C7tlf?�T f0 C! HClZCI!'C�OIlS
E11Vll'Oi11]?G'17PClI COi1CIll10i1 C1'C'CltC'C� �)}� ClJl7l1'QC10!'O1' �J�}� 477?��0/�G' f 01 ��vl7o�rr Coj7tracto�• i.s respalasibJe.
Notl7r�ag i�a tlars Pcri•crgrapl� �. �6.G slrcrll obligate Ca�at�caetvi� to i»clei�tj�i�� crir�� ilaclivrcJtral or� e�7ti1��
.f'r��m a»cl crgai»st Jl�e e��j7seqrrences of Il�at i1��liviclrral's oj• e�atit��'s ntiE�1� j�egligel7ee,
H. The p�•ovisions of Parag��aphs �.02, 4.03, ar�d �1.Q4 do not apply to a Hazardot�s Envi�•ani�iental
Conditio�� utzcaverec� o�- �•evealed at tE�e Sit�.
crrY or rc3rt �� �vo�z�rE i
S"I'fWT)A9ZDCD\'S"1'K�IC�1{)N SI'C:( If'I(`rIT[(l\ []{)(;€]N1E1V'['S
Revision: R23.2i1�1
06 72 00 - I
GE�€ERA�.CONnlTION S
Pnge lGofG3
ARTICLE 5 — �iONDS AND INSURANC�
S.f3� Lice�asedSrrr•etiescr17dt1rstrr•ej•s
Ail bonds a�ld ii�su�•ance required by the Ca��tract Doc��ments to be p�lrcilased a�id �i�aintained by
Co��tracto�� sl�all �e abtai�led fi•o�7� surety o�� i�is�lra�lce co�1���a�lies tl�at ���e dttly lice��ser� oi• auil�o�-ized
ii1 the State of Texas to iss��e bo��ds oc ins��ra��ce policies fot• tlle li�nits and eove��ages so req�iired.
St�ci� surety ai�d insurance compa►iies sl�all also meet st�ch additional req�iii•e►alents �and qu�Eifications
�is i��ay be p�•ovided in tlle Sti�pple�l�eniary Co��ditior�s.
5.02 Perfo�varcr�7ce, PC1j�111817J, cr17d Mcrij�ter7crt�ee I3o�7cls
A. Coi�iractor shall furnish ��erf'ort�iai�ce ai�d �ay�nent bn��c{s, i�� acco�•da�lce with Texas Govecnme��t
Code Cl�apter 2253 or successo�• stat�ite, each in an an�o��nt equal lo the Contract Price as
sec�zcity far tl�e faid�fiii pccfo�•anance and pay�ne�it af all of Contractar's obligatians under tl�e
Co�it�•act Docu���ents.
B. Contracto�• shali fE�ri�ish 3i�ai�ltei�a��ce bonds in an a►naunt equal co ti�e Contract P�•ice as security
to protect the City agai�ist any def�cts in a�iy portia�� of the Work described in tl�e Contract
DocL�n�ents. Mair�te��a��ce bonds sl�ail re�nain in eFfect for h��o (2) years after t11e c�ate of Final
Acccptance by t��e City.
C. �ll bo��cis sl�all be in the for��� p�•escribed by the Contz�act Documents except as p�•ovided otl�er4vise
by La«�s o�• Regulakions, and shall }�e executed by such sureties as are nan�ed in tl�e list of
"Co���paizies Holciing Cei•ti�cates of A��thority as Accept�ble Su�•eties on Fede�•af Boi�ds and as
Acceptable Rei�isiiE-ing Co�i�pai�ies" as publisl�ed in Cire��la�• S70 (a�nended) by tlle Financial
Mana�e�nent Ser�ice, SUP£�y B�fla BT&11C�1, U.�. Depaz•ta��ent oi d�e Treast�ry. A{1 bands sigEzed by
an age�it or atto�•ney-in-fact �nt�st be accoi�par�ied by a sealed and dated �ower of �itto�•ney whiel�
shall sliar�T tl�at it is et�fectiv� on the date the agent or attorney-in-fact sigii�d eacl� t�o�ld.
D. If tl�e sti�rety or� any 6and fu�•r�ished by Contractor is declared banicrt�pt a�• beco�nes insol�fe�it ar its
i•igl�t to do busisiess is te�•�n�nated iE� tl�e State of Telas or it ceases to z�ieet tl�e rec�uirements of
Para�;ra��h 5.02.C, Contractor sl�all pro���ptly i�otify City and sl�all, �ti�ithin 30 days afte�• the event
giving rise to such 3lotificatio�i, provicie �nother bo��d a�ld st���eky, both of ���hicl� sliall co�nply ���itl�
tl�e requit'ements ot'P�ragrapl�s S.Oi ancf 5.02.C.
5.03 Certif icates af I�u�trrcrl7ce
Co�ltr�ctar si�all deliver to City, ���itll eopies to eacl� additionai ins�ired a��d loss �ayee iclei�tified i�� ti�e
Supplell�entary Cot�clitians, certificates of i��s�n�ance (otf�e�• evic�e�ace of insurance requesteci hy City or
any other aciditional ins��red) in at least the iT1iC11El111111 �ano��r3r as specified ii� tlle Su��plei��enta►y
Coi�ciitio�ls �vllicl� Cont�•acto�• is rec�uireci to purchase and mai��tai��.
1. Tlie ce�•tifscatc of it�sura�ice sllall docui��eiit tlze City, and all iclentified �iltities �iamcd i�1 tl�e
Supple�ner�tai•y Co�ic�itions as "Additional I��surec�" ol� all liability ��olicies.
Cl'fY OF FE)1tT NC3R77i
S"CnNT)ARDCOV'STROCT[0\ SPEC[FICATIO\ DOCUA�fti�l"1'S
Itevision: R'Z3.2(ill
I)D 72 DO - I
GENERAL CONpITI�N S
P.ige 17 0!' �3
2. The Cot�tractor's general liability i�lsura��cc sl�all i��cl��c[e a, "pe�• pi•oject" or "pe�• location",
endot�sement, r�vhich shal[ be ide�iti(7ed in tl�e ce�•tificate of insuraiice provided t� tE�c City.
3. The cei•tific�ite silall be signed by an agent<ttEthorized to bi�id coverage on behaff o# tl�e i��sured,
be eom�lete in �ts entii•ety, and sfio�v camplete insti�•ance carrie�• z�ames as listed i�i tlze c���•�-e�lt
A.M, Best �'rope�•ty & Casu�[ty Guide
4. Tlle ins�at•ecs for ail policies t�l��st be licensed ae�c1lor a�p►•oved to do b��si«ess in th� State of
Texas, Except foi• �varkcrs' co�npensatioi�, all lllStlt'ef'S 111LIS� I1�iV� c� E111Elllllll111 rati��� of �1-:
VII i�� tlle cu►•i•et�t A. M. Best Key Rating Gt�icle or f��ve i•c�sonably eq��iv�lei�t fii��iicial
Sil'e1lgill �11C� solvency to the satisFact�a�� of Risk Manage►nez�t. If t11e i•ating is belo�v tliat
r'eq�ai►•ed, �v►•itte�� approval af City is ret���ired,
S. All appficabl� policies shall i��cli�d� a W�ivet� af Sub�•ogatia�� (Rigl�ts of R�covery} in f�vo►•
of tf�e C�ty. In addi�ion, tl�e Contracloi• agrees Co ��vaive all rights oF st►brogation agai�ist t�lae
Ei�gi�leei• (i�' a�plieable}, ancl eael� additiot�al i��st��•eci iclentificd iil tl�e St�pple�l�etitary
Co�iditioi�s
G. Failure of tf�e City to ciema�ld sl�cl� certif�cates or otlleG• evicle�ice of fE�ll co�n��lia�ice rviill tlie
inst�ra��ce rcc�uii•ec�lents ot• faiiurc of tf�e City to identify � cieficie�icy f�•om evicience tl3at is
provided shall t7ot be eotasteited as a �vaiver o� Conteactor's obli�;ation to mai�itai�l sucl� lines
c�f ii�surat�ce covera�e.
7. [f insi�rai�ce policies �re Eaot �vritteil for s�eci�ed coverage iimits, a�1 Umbr�l�a or Excess
Liability it�sti�'ance for any cliffe�•ences is �•ecli�i�•ecf. ��cess Liability s1�a11 tol�o�v fnt•m af t��e
pt�itnaiy cove�•age.
8. Ui�less otlie�•�vis� statecl, all req�ti�•ed �nsurat�ce sllall be written on the "accurrei�ce basis". If
coverage is u►iderw►•itte�� o�� a cl�1i117S-111�1C�e b�ISIS, tE�e retraactive date slia[l be coii�cicEent �vitl�
oi• ����ior to tk�e date of tlie eifective ci�tt� of tl�e �igree«le��t �irad tlie ce�•titicate of i��s�ira��ee sllall
state tilat tlle covera�;e is cl�i�i�s-�nacle at�cl th� retroactive date. T11e insu�•aitce coverage s��a[I
be �i��iiltai�led far the du�•ation af tl�e Contract ancl far tl�ree (3) yea�-s Follo�ving Final
Acce�ta�ace ��rovicted uE�cie�• the Cot�ti•act Doct��t�e�its or fo�• the warE•��ity pei•iod, whiclaever is
[oi�ger. An at�ntta) ccrtificate of it�s�.�rance sttb���itted to tlle City sl�all evic�ence sucl�
insirratice covet•a�e.
9. Policies shtill (lave t�o erclusiaf�s by encin�'se►�lents, �vhtcl�, �teitl�eE- n��llify or at�teitd, tlle
t•ec�uicec� li��es ot' coverage, nor deci•ease tile lii��its oF sa�d coverage c�nfess st�cE� endai•sen�ents
are approvecl ii1 writing by the City. I�� the evei7� a Catltract l�as l�een bid or e�ecl�ted anc� the
�xcl��sio�ls are detertnined to be iinacce��t��i�le or tf�e City clesires addition�l ins��ranc� cove�•z�;e,
a��ci t�1e Ciry clesires the co�ltractar/e�lgi��eer to o�taiil s��cl� covera�e, tl�e cotttt'act price sllall
be adJusted by the cc�st of the pi•et�Tiilili foi• sf�cli additioilal coveeag� plus 10%.
] 0. �ny self-i�lsured retention (SIR), ica e�cess of $ZS,Q00.00, af�fecting reqt�i�•ed it�sui•ai�ce
coverage sl�all be approved by tf�e Ciry i�i re�ards to asset v�fue a��d stackhQlders' ec�uity. In
c��r� o�� rc�tz'�' n�o�zrFi
S'CAN[)A1zE�C0\STRI1CT10\' SPfiCIFICAT[0\ [SOCUNIEIV�FS
It���ision: R23fZi121
OU 72 [}0 - i
GENERALCOtJ�ITfONS
Pagc l8 nf 63
lieu of traditianal instn•a��ce, alter��ative coverage maintaincd tl�rot�gll ins�i�•ance pools or risk
z•ete�ltion gr•ou�s, �nust also be approved by City.
11. A�ly deductible in excess af $S,OOO.Oa, for any palicy tl��t does not provide cove��age nn a
first-doliar i�asis, �nust be acceptable to �nd approved by tlle City.
12. Ciry, at its sple discretio��, reser�Tes tlle �-ight to �•evie��� tl�e insu�-ance i•eq��ire�i�ez�ts and tn
n�ake �-easo��able adjusti�lei�ts to insu�'a�lce coverage's az�d th�ir 1i�l�its when deeined i�ecessary
����cf prudent by the City based u�on chai�ges in statutoiy law, cc�urt decisian or the claii��s
l�ist�►•y of the indust�y as �vell �s of tlie contracti��g party to tlle City. '1'f�e Ciry sll�ll �e requirecl
to provide prior natice of 90 c�ays, ai�d the izisti�rance ac�j��stinents shalf be incoi•pai•ated ii�to li�e
Work by Change Order.
I3. City sl�all be entitl�cl, upox� «rrittet� request �►nd �vitliot►t expei�se, to receive copies of policies
and er►darsements tilereto a��d ���ay i���ke any reaso►iable requests for d�letion or revision ar
inoditicatioi�s af particiilar palicy te�•tns, conditio►�s, �IL111i�it1011S, or exclusions necessa�y to
co�ifo►•�� tl�e poficy ancl endorse���ents to the �•eq�ii�•�ments afthe Contract. Deletions, re�isio�is,
o�• �nadi�ications sllall not be r�qui�•ed wlie�•e palicy provisior�s are e�tablished by law or
regulations binding upon eitlzer party or the underG�i-it�r otl any s�tch �aficies.
I�. Ciry shal! �lot �e �•esponsible for t11e c�irect pay���ent of ins��i•ance pi•e�a�i��m costs toi•
Corlt►-actor's instu�ance.
5.0� Ca►�tractor's Ir�srrt�a�zce
A. Worl�els Conrpe��scrtian cr�ad �jrrployers � LlClI)llllj�. C011t['c�C�01' SI7aII �3U1'CIl�Se aliC� I11alElial� SL1CIl
insu�•a��ce co�Te►•a�e �vitl� li�nits consistent with stat�rto�•y be��etits outlii�ed i►1 the Texas Workers'
Coinpensation Act (Texas Labo�• Cc�de, Ci1. �4Q6, as amea�ded), ai�d �nini�nu��i lii��its for Employers'
Liability as is a��i•opriate fo�• tile Wark being perfoz•���ed �nd as �r�ill provide �rotection fi•o�i� elai��ls
set fo�-th below whicl� �nay arise out of or �•es�iit fi-o�n Co��t�•actor's perfo�-mance of t��e Wo�•k and
Contractot''s otlter obligations �inder tile Ca�lt��act Doc�iinents, �vt�ether it is ta be pe�•foc•aned by
Contractor, �ny Subcoiz�raeto�• az• Siipplier, or by anyone c3i�•ectly or iilc�i►•ectiy ei��ployed by ai�y of
tl�ein to �e�•fc�r•m any of tf�e 1�ork, o�- t�y a��yone for �vl�ose acTs any of tlte�l� ��tay be iiab(e:
l. claims under �vorkers' co�i�pens�tion, disabiliry b�i�e�ts, and other similar e���ployee benefit
aets;
2. claii��s for daal�ages because of E�odily 111�LEI'y, occupatioa�al sick��ess or dis�ase, or c�eath of
Cont�•actor's einployees.
B. Co1lrr�rer•cic�! Genej•cr( Liafiilit}�. Coverage shall i�zclt�de blii IlQt �}� li�alited to cove��ing liability
(bociily injury or �ro�eriy da�t�age) arising tro�l�: preinises/ape�'atioi�s, i►ide�endez�t eontracrors,
pcoductslco�r�pleted o�cratior�s, perso��al inj��ry, a��d liabiiity �rnde�• an insueed cantract. I�Isurance
sllall be pravided oi� an occ�u•rei�ce basis, ���3d as co�npzrehensive as tlle cu�•t•eE1t Inst�rance Se��vices
Office (iS0) policy. Tllis ii�s�n•aizce sl�all apply as primaiy i��surance ���iti1 respect ro any ot��er
crrvor roa�• �vo[rr��
S'CA�IDARDC(3\STRUCTIOV' SPCCII�[Cfl"I�lfl\' DOCI.J�lE�1"CS
[2eaisinn: 8232(121
oa �z oo - �
GEIVERALCONQITIONS
Pagc ] 9 of fr3
i�lsurance or sell' icisurance ��rn�•ains af'to�•ded to t11e C�ty. Tl�e Cotn��teecial Gene�•al Liabilily
�oficy, silall have �lo exc[��sio�ts i]j� et10E0i'S�I71�11iS fll�ii FVOIiICI alter of ��t�llify pre�t�is�s/operatioi�s,
products/completed op�ratians, contractuai, p�rsonal ii�jt�ry, o�• �aclvertisii�� injut•y, �vllicE� a►�e
normally cont�itted witE� the policy, ux�fess tl�e City approves such exclE�sio��s in w��iting.
FOC COIlSi1'L1C�i0i1 projects tllat p�•ese��t a substa��tial co���pleted o�eratio�� e��osi�re, the City i��ay
PeC�ltll'e ti1� COt1�1't1C�OP t0 Ill�ll1f1111 C011l�l�eiei� �}}£ldt[Oi1S COV�I'ii�� �Ol' � t11i11ilT7tit27 O�ElO ��SS ti1Rt7
three (3) years follo«�i«g the cot�lp[etian of the p�•oject (if [Cleilt[f1�C� in t�1e Sup��lementacy
Co��ditioits}.
C. ArrtojaroGile Licrbility. A co�����3e�•cial E�usiness a�ito ��olicy shall provide coverage oa� "�ny a�ito",
c�efi�led as autos ow��ed, E�ired ai�d �lon-a�v��ed ancl pi'av[de indea��ijity for claii��s Fot• d�►�t�ages
bec���se bodily i��jury oi• death of any pel•son a��d oi• �coperty damage acising out of tile �vo�•I<,
tnai��tena�lce or use aF a��y mator vehicfe by tllc Coilt�'�cto��, a�1y Subeontcacto�� or 5����plier, o�- by
�nyo��e clirectly o�• indirectiy ei����loyeci by any oF tllem to pe�•fc���m a�iy of'tile Work, or by anynne
For �vf�ose ��cts any of'tlZem ��i1y be liahfe.
D. I�crrlt�oad Pr�r�tective Liabilit��. If any oF tf�e 4VOE'}C or any �va�����i►1ty wo�•Ec Es withi�� t��e liii�its af
r��ilE�oad rig�lt-of-way, tlie Co�lt�•1cto�- sliaq comply �vitl� the recl�airei��ents identiFieci in tl�e
Supple���entat•y Co��ditions.
E. Notificatr�3r� �f Policy Ccr�acellatrnl�: Cont�•acto�• shall i�n���ediately ttotify City ���oi� cai�cell�tion
o�- other loss aF i�lsttrance cove�'�gc. Contr��cto�- shali stop �vor[c �i�liil re�31<icetne��t ins�ir�nee has
been procured. There shall b� �lo time credit for ci�lys not wvc��•keci pt�rsuant to this section.
5.05 Acceptaj7ce ofBo�a�LSCli7Cllllsrrr�a��ce; O�I�on fo ReplacE�
If Ciry l�as a�ly objectioi� to the coverage aFForded by o�• otller pro�isio�ls ok the bo�lds or ins��ea��ce
reqt�ired to be ��urck�ttsec[ and nrti�ltai�led by tlle Contracto�• in �ecardance with Articfe 5 on the basis
of «on-contar�T�ance �vikh the Contract Doeu���ents, the City sl�all sa nokify t11e Contcactor ic1 writin�;
within ( 0 B��siness Days a fte�• �•eceipt oF t11e c�rti�cates (or otl�er evidence �•ec��i�sted). Co��tractc�r sl��ll
p�•ovide to tlle City sucl� �rdditional infor�natir�n i�i respect of insE�ra��ce pi•ovided as llle City �i�ay
�'easot�aMly req�iest. IE'COIiiI'aCiOt' C�00S I70� �7Ltl'CIl35e Oi' ]11�11i1�Rlll i1II O� �I1� I]OflC�S �ll1CI fl]Sltl'i1110E i'£C'�llll'eCI
by tk�e Coi�kract Doc��me�lts, tl�c City s[�al[ r►otity kkte Conti•actor in wE�iti��g of strch failti�•e p�•ic�t' to t(�e
st�ti't o� the Worlc, oi• o�'st►ck� faii��re to n�ai►�t�iE� �rior to a��y cha�ige i�� tlte rec�iii�•ed covei•��g�.
AFtTICLC 6 — CONTRACTOR'S i�.ESPONSiBILiTIES
6.01 S�tr��er►�isia�a nrad Sirpe��r►�te��cle��ce
A. C017it'�tC�01' SIIaII 511�7�1'VkSe, i��spect, ancf direct tlle Woi•Ec cc�t�ipete�lt[y ��►1d eflicie►ltly, devotii�g
sueh atteiitio�l thcreto at�ci ��pplyin� sf�cll skilfs a��cl expertise �s �l�ay be necessary to perform tl�e
Work ir� accorda�ice rvifli tE�e Coa�t�•��ct Doc�i»7e�1ts. Cox�t�•actor shal� be solely respo��sible for t�le
i��eans, �netlzods, techi�ic�ues, scc�ue��ces, iliid �]I'OC�CILIt'GS Of� C011St1'LIC�[011.
C! ['Y Of FOIt'f IVOItTH
STA�iDARUC�\STRLIC"#'H)Y SPGCIFICAI'f(1\ pOCU�EE�TS
Ite��isio�a: ft232021
ao �z oo - i
GENERAL CONd II10115
I'age 2U �:f fi3
B. At all ti�nes dt��•ing the p�•og�•ess of t�1e Wo�•k, Co��tractor sl�all assi�i a coinpetent, E��glisl�-
speaking, �upei•inteiide�lt «�ho si�ail a�ot be re�laced �vitl�o�it rvritten notice to City. Tl�e
St�peri��tei�dent �vill be Cont�•actor's �•epres�ntative at tl�e Site aild shail liave a�itho��ity to act on
E�et�alf ot Contr��ctar. All COI17111UI11Cc��1011 gi�ei� to o�• receivecl fi•om the Stiperintet�dent shall he
l�ii�ding on Co�7tracto�•.
C. Co��traelor sl�alf �iotif'y the City 24 i�ou�•s �rioi• to inoviE�g areas during tlae seqt�ence of constructiorz.
6.02 LaUor; WOl'IC11?�HO111'S
A. Contracto�• sh�li provide co�npetent, suitai�ly c��aaiifed pet•sonnel to pe�•form cc��istructio�l as
required by tl�e Contract Docu►nei�ts. Cont�•actor sllall at alf tii��es i��ai�ltair► goad discipline and
order at the S�te.
B. Except as other�vise rec�t�ired fo�• the safety or �rotection of persons or d�e Work o�• property at
tl�e Sit� oc• adjacei�t thereto, and e�cept as oti�erwise stated in kl�e Contcact Doct►m�i�ts, all Wo�•k
at tl�e Site shali be perforined cf�iring Reguiar Working Hau�•s. Co��t�•acto�• will not pe�•ii�it tfie
perfor��zance of Wor� %eyond Regt�la�• Worl�i�lg Hot�rs or for Weelcend Workii�g How•s «�it�3ot�t
City's �vritten co��sent {�vllich «�ill not be tmreasot�ably �vit}�held). Written request (by letter or
eiectronic con��n��nication) to pe�•for��l Wo�•k:
l, fo�- b�yand Re��ilar Working Hou��s request must be n�ade by noot� ai least t��o (2} B��sines�
Days prior
2. fo�• We�kend 1�arkislg Haurs request �nust be inade E�y noon of the p��ecedii�g T�ursday
3. for legaf holidays r�c�uest must be made by noo�i two Bi�siness Days p��ior ko t91e Eegal
lloliday.
6.03 S�rviees, 11�Icr�errcrls, aj7d Eqtrrprfre��t
A. Unless ntl�er�v�e s�eci�eci in tl�e Co�lti-�ict Doc�in�enks, Contractoi• sl�all pro��ide a��d assume ft�ll
responsibility t'ar all ser�ices, �i�aterials, eq«ip�nent, labo�•, tr�nspoctatio�z, COilSil'LECt[011 eC�Cll[]i11CT1I:
and ii�acl�inet•y, rools, appliances, fiiei, �o�ve��, ligi�t, l�eat, tele�ho�le, ��late�•, sanita►•y facilities,
teinpo��afy facilities, and all other facil�ties and ii�cidentais necessa�y for the pet'foi•�i�ance,
Contractor ceq�ii�•ed testing, start-tip, ai�d ca�npletion of the Work.
B. A11 mate�•ials and eq�iip�nent incorpor�ted into the Wo�•k sllall be as specitied or, iF ��at specifiec�,
shall be of good c��iality and i�e�v, e;ccept as otlle�•«�ise p�-ovided iii tl�e Contract Docu�nents. Afl
speci�l �varranties a�ld guara�ltees requi�•ed by tl�e Specif'icatio��s sllail �xpi•essiy rtn� to tile benefit
of City. If �•eq��i��ed �y Ciry, COEltI'1Ci0i' SI1�lIi ftil'I1F5I1 satisfactory evidence (incluc�ing i•e�orts o('
req«i►•ed tests} as ta tl�e satE�-ce, fci��d, ��i�d qt�ality of �iz�te�•i��s ancf equipment.
Cl1'YOF POItT �VOIZ'CE#
S'CANi�ARDCO\STRUCTIOV' S�'GC-IfiC�11�[0\ []OCUN[��If'S
R c+�'s s i c�n : 823.2{l21
oa�2�o-i
GENERAL COND1�16N 5
N�tgc 21 oF C3
6.04
C. All t��ate���als ai�d ec���i�t�let�C to be i��co�•parat�d into tE�e VVo�•k slial! be sto�•ed, a��plied, i��stalleci,
con�lected, er�cteci, protected, tised, clea��ed, a��d canc4itio►led in accord�l[ICe Wli�l 111Sti'llCtE0115 nF
tl�e a��p[icable St�p�lie�•, exce��E as other�i�ise �z�ay be provided in the Contract Doc���nents.
D. All items of sta�idarci ec�ti�ip�nent ro be inco�•porated i��to tiie Work sl�all b� tlie 1��test n�ociel at the
ti�i�e c�F bicE, l�nfess otlier�vise s�ecified.
Prof ect Scl�edtde
A. ContE•actor sk�all adhe�•e to the Project Schedula established in acco�•d�nce witli Pacagra}�i12.07
anc� th� Ge��e��al Rec�i�ii•cme��ts as it ����iy be adj�isted fron� tizne to tin�� as �rovided below.
l. Coz�teactor sl�all s��bmit to City fat• �zcce�tance (to t[�e extent indicated in Pa�•��;�•��li 2.07 ai�d
tI1B G�E7�1'�iI ReC�UIt'�317e�7t5� �]i'O}70S�CI c�Clfli5t1i1�11i5 ii� ti�e P�•oject ScE�ed�ile th��t �vilf z�ot resuft
in changi��g tE�e Co►�t��act Tii7�e. SE�cI� i1CI�}U5t111�t1i5 «ill con�ply �vith any provisio��s c�f d�e
Genera) [t�c�uirea��ents app(icable thereCo.
G. a5
2. Co��tractor shall st�bi��ii to City a n�ot�tllly Pt•oject Scl�eciufe ��ith a montl�Iy progress ��yi��ent
For tlie di�catioii ot tl�e Co��tract i�� acco�•dai�ce with the sclleclLtle specificatioc� OL 32 Ib.
3. Propos�d ac�j�cst�ne�its in t}�e I'�•oject Sclled��le tl�at �vill
sub�nittect in acca�•da�ice ��itll the requirements of �lrticle
�i�ay o�31y be m��de by a Cha���;e Ordec•.
.S1lllSllillJ�S Lli1CI "O��-Eqtr�rls"
G�lflllg� CE1� COIIi['elCt �T'lll�� S�lc��� ��
l2. Adjt�st�nents ii� Contract Time
A. W1�etlever an item of i�iatei•i�il oi• ec�i�i�►�ient is specified oc descri�ed in tkie Cc�t�tt�act Doct��ne��ts
by usin�; tlie ��a�z�e oFa p�'o}�rietai•y itent oi' tlle n��i��e of �► pat•tict�lar Su�pliet•, tEle specificalic�n or
desct'iption is intetldefl to estab[isl� tlle type, fiinctioi�, appea��a�Ice, ��nd qfi�lity requi�•�d. Uilless the
sE�eeifieatioi� ar clesc�•iptio�l contai��s or is follawed by �vords �•e�di��g tl���t ��o lilce, ec�uivaient, o�•
"ar-ec���al" ite��� or na st�l�stitutioi� is perii�itted, otl�e�• iteiZ�s of �liaterial or eqitipit�eilt of otliei•
Supp[i�rs may be subit7itted to City Fo�' revie�v ��ncleE' tlle ci�'c��msla��ces c�escribed belo�v.
"Or-Ec�rra!"IIL'111.5; I�1[1 C1Iy's sole discretioi� �17 ike113 O�'ntate►•i��i or eqt�iprnent proposed by
Contracta�• is fiii�ctioi�ally eq�ial to tliat i�an�er� a��d suflicie��tly si►i�i[a�• so that ��o change iii
related Work will 6e req��irec�, it may be coa�sicfered by City as a�� "or-ec�«al" itei��, in wlaicli
case rcview ��itd appc•oval of tl�e p�•oposed itei�� may, i« City's sole discretion, be �icco�l���lislled
without com��lia��ce �vith son�e or all ot tl�e rec�t�irements ti�r �pprc�val oF�roposed substitut�
items. For tlle �u�•�oses of this Para�;ca��h (,05.�. I, a pro��osed iten� of n���terial o►• �qiii����ent
�vill be considered functio��ally eq�ial to an item so �iamed i�;
a. tl�e City deter•�t3i��es tl�at;
E) it as �t feast eq�Eal in n�aterials of construction, q�iality, du�•ability, appea�•ai�ce,
sti•e�lgtf�, a�1d desi�i cha�•acte�•istics;
e��Y or ro��r �voiiT�
S"fAN[)ARi){'0\S'TRLC�i�10V' S1'F.CiI�[CATfOV' [3L)C[JA�I?NTS
12e��ision: R232021
OU7200-1
GENERAL CONOITION 5
P.agc 22 of fi3
2) it �vill �•eliably perf-orm at least ec��ially «�ell tl�e function and acllie�fe tlle results
i�n�3osed by the clesign concept of the completed P�-oject as a fi�nctioiling �vl�ole; and
3) it fias a proven �•ecord of perfo�•�naa�ce �rzd availability oF �-espoi�sive service; and
b. Contractor certifies tl�at, if approved a�id incarporated iiito the Work:
1} ther•e �vill bc ��n ii�crease ir� cost to the City o�• inc�•ease i�� Contract Ti�ne; and
2) it ���ill coitfot•att stibsta�3tially to the cletaited require��ents of the item �iai��ed i►i the
Coi�h�act Doc���nents.
2. Strbst�ttrle Items:
a. If in City's sol� discretion an item of �naterial o�• equipi�lent p�•oposed by Contractor does
not qt�alify as a�� "or-ec�ual" ite�n �ander Para�;z•apl� G.05.A.1, it i��ay f�e sul�n�itted as a
���apos�d s�t6stitufe itetn.
�. COIIiIaCtOI' S�7�lE SU%iTll� SC1ffECl�11� Illf01'11��1E0T1 as p�•ovided below i0 �II01�V Cl�y i0 C�et�I'llliEle
if t�e item of �nateriai o�• ec�l�ip�n�nt pro�osed is essentially equivale�lt to H�at na���ed and
an acce�table substitute tl�erefor. Rec�«ests for �•evie�v of' Ex•oposed substitute ite�i�s of
inat�rial or ec}uipn�ent �vill not be accepted by City fi•oi�� anyo��� other tilan Coilt�-actor.
c. Contractor shall m�ke �vi-itten a��piication Ca City fo�• review ol�a p►'oposed substit�iie iEetn
af mate�•ial or eq�ii��i�e�lt that Co�itracto�• se�ks to fii�•nisl� or use. Tk�e ap��iicatio�i silall
comply �vith Sectian O1 25 00 di�d:
1} shall certify that tile proposed substitute iten� ���ill:
a) pei-foc►n adec�t�ately the functioi�s and achieve the �•esults called for by tlie gene�-al
d�sign;
b) be si���ilac in st�bstance to tilat speciiied;
c) be s�iited to tile sa�ne use as tElat speciiied; a�1d
2) «ill state:
�►) fhe eYte��t, if ai�y, to ��rliicl� ll�e use of tlle prapnsed st�bstitti►te i�er�7 wlifl �rejuclice
Cont�•actor's acllieve�i�ent of final coil���letion on tiiiae;
b) �vhet�lei' use of tlle praposed substituie iten� ii1 tfle WoE'k ��Till require a cliange i�l
any of th� Co��tract Doct�mc�lts (ai- in tile �i•ovisioi�s of any other direct co�itr�ci
rr�itk� Cily for other work o�� tiic Pro�{eet) to adapt ti�e clesign ta tlle proposed
substitute itetl�;
crrvtx� roa� nro�����i
s�-E�r��»rt�.�co��sr�ucria� si>�:ci�icar��� ��oc�r���,�v���s
�z���«���,: Kn��z�
OU 72 {lU - I
GENERAL CC3ND ITION 5
Pagc 23 of fi3
c) whether icicocpo�•�ttioi� ot• use of kl�e �roposed substitute item i�� connectio�l ��itll
tlle Wo�•k is subject to payiiient af a�ly lice�ise fee o�• royalty; aiici
3) will icEe►�tit'y:
a} all variatia��s af t11e ��roposed substitute itetil fr•o��� that specificd;
b} ava�lable engineei•i�1g, sales, mainte��anc�, i•epai��, ii11Ci Ye�I�tC�lll�tlt 5�1'VICeS; anc3
4) sll�ll contain a►i itc�l�ized estiii�ate of all costs oi• credits tl�at 4vill res��Et c�ic•ectly o�•
i��dii•ectly fi•oC�i �ise of'sucl� st►bstittite itei��, incl��di��g costs of redesig�� aild Dainage
Claims of ot��e�• co��t���ctot•s aFf�cted by a�iy res�ifti�lg ck���igc.
B. Srrbstitute Co��sti�rrclir�n �Llethod.s or Procechrr•es: If a speci�c i�teai�s, i��ethod, teclu�iqt�e, sec�u�nce,
oi• procedu�•e of constructio�� is expressly �-equi�•ed by the Contract Documents, Ca�at►•actor �a�ay
fi�rnisl� oi• l�tilize a st►bstitute meaz�s, ��lethod, tec[�i�ic�ue, seq�ie►1ce, ot� procedut•e of co��stt�«ction
a���roved by Ciry. Contractoi• sllall SliU1111i st►fficient i�iFo��mation to alla�v City, i�i City's sole
disc��etion, to determine tliat tile su�stih►te p��oposec� is eqtiivalent to tf���t expi•essly called for by
the Cant►•act Docu�nents. Cont�•actor sl�all make �v�•itten a�z��lic�tion to City t��r re�ie�v ic� the san�e
mailner as those provicfed in P�rag�•apli G.OS.A.2.
C. City's Er�cr/rralroj�: City �vilE be allo�ved a re�soiiable tin�e witl�in wl�ici� to evaluatc e�ch
��•oposal or st�b►nittal E�lade p��rst�ant to Paragraphs 6.aS.A ��id 6.05.B. City i���y �•eq��i�•e Contraekor
to f�iz•nish ac�ditiaizal d�ta abo�it the proposec� siibstitute. Ciry �vill be the so(e ji�dg;e of accept�biGry.
No "or-ec�ual" or substitute �vill be a�•�I��•ed, installcd or utilized until City's review is coi��plete,
�vl�icl� wil[ be evidc�icecl by a Cha���;e Order i►� tl�e case of a s��bstit��ke �t�d an accepted Submitta 1
�Ol' �ltl "or-ec��ial." City �vill ZC�VISe COI7tt'iiC�Ol' lil Wl'Ittt7�T OI [CS C���el'llltli3�[Dil.
D. Special Gtrcrrcmtee: City t��ay rec�ui�•e Co��tractor to fiE��i�isll at Cont�•ackoi•'s e;cp�nse a s��ecial
perFo�•il�anee gc�a�'antee, �varrai�ty, or other surety with respect to any s��bstitute. Co�atj�actor•s17�r1!
i�7delrt»if,y cr��c/hnld hcrrirrless Cily a�7c� ai�yu»e c�rrecll�� nr ij�rlrj•ectly� ent��Io}�ed G.y t/re�rr.fi�vt�� a�zd
agClll7.StalryC{:?CILIII CItT1ii1.S, cla�ric�ge.s�, los.5•e.s cr��c/e�l�en.ses (i�7clrrdi�agcrtto�v�ej�s_fees) a��isi��gottt vf'
tl�e use r�f srrf�sliltrted �jtuterinls or ec�rril�nre��t.
E. Cit}� �d' CO.S/ RGII11IJ211',sej�rer�l: City �vil1 t�ecard City's costs in evalttating a substit��te ��coposed ot�
st�bi��itted by Co«tr�cto►• ��ursiia��t to P�z•agra�l�s 6.OS,A.2 ai�ci b.OS.B. Whether or not City
ap�i'oves a s�tbstiti�te so p�•oposed or s�ibmittecl by Coi�tr�ctor, Contraeto�• �i�ay l�e ��ec�ui�•ed ta
reii��bt�cse City Far eval�iating e�c11 s«cil p�•oposed s�abstit��te. Cont��acto�• may alsc� bc �•ec�ui�•ed to
rei���bi�rse City for tl�e cl�arges for ►�1�lciE�g cl�anges in tl�e Co��teact Documents {o�• ii� the �rovisions
oF a►iy atller dii•ect cantr�ct �vith City) rest�lti���; iroi�l tl�e acce}�fa�lce oF eacl� p�-op�seci s��bstit��te,
F. Co��traeto,� .s E.��e»s�.�; Contraetoi• slialt provicie all clata i�� s�t�port oi' ���ry praposecl substit��tE o►•
"or-cqual" at Co�it�•acto�-'s ex�e�ise.
crrY ar ro�t�[� �voa���� �
STA7V[]ARDCO\'ST'RUCTfO\ SI'iiCiI�ECAt1UN l70CLfMEN�'S
Itcvision: 8?32021
(}0 72 �U - I
GENERAL CONDITION S
f'age 2d of G3
G. City Strbstitute RerizlUtrl•se11?G'i?l: Costs (sa�it�gs or cl�arges) �ttributab�e to acceptance of a substitute
shall be incorpo�•ateci to the Cnntract by Cl�a��ge �rdcr.
H. Tli11e El"tel?sio�zs:No adciitiot�al kime �vill be granted for substituiions.
6.06 COl?CGPl?li1�'SIlIlC017fl�cacto�s, Str��pliels, crj�dOtl�e�s
A. Cant�•actoi• shali pei•fat•�1} witll }1k5 O�VI3 orga��iz�tian, �vo�•k of a value not less than 35% of t[ie
value e�nbraced on tl�c Cnntract, ui�less othe�•���ise �p�i•aved by the City.
B. Co��tractor shall nat employ a►1y �ubcontractor, S��ppiier, or othe�• iizdivid��ai or entity, whether
initially o�• as a replace»lent, against �vho�t� City ►i�ay l�ave reaso��able objectio��. Contracto�• sl�all
not be rec�t�ired to eu��ioy any Stibcont�•aeto�•, Suppliet•, or other inc�ividual o►• entity to fu�•nist� o�•
perfar�n at�y af the Work ag�ii�st who�n Contractor has reasot�ab�e abjection (exclti�di�lg tl3ose
aceeptable ta City as incficated in Pa�•agrapl� 6.O6.C}.
G Tl�e City n�ay �z•o�n time to tii��e rec���ire the use of certai►� Subcantr�ctors, Siipplie��s, or otl�er
i��ciividuals o►• entitics an the p�•oject, ar�d �vill pi•o�vide sucl� �•equire�nents in tlie S��pplei�leutary
Conciitio��s.
D. �Ylil�orit}� 13�rsii7ess Etaterprise Contplic�j�ce: It is City policy ta e��sure tlle fi�ll and eqt►itable
participatiot� by Mi►�ority B��siness Euterprises (MBE) i�� tlie p��ocuremei�t of gaods a��d sei•vices
on � contract�tal basis, If tlle Cai�tr�et Documents pt•avide for a MBE goal, Contractor is �•eqt�ired
to conlply �vitii the intent of tlle Cily's MBE O�'dinancc (as amend�d} by the foiln��ing:
l, Cont�•actor sl�aif, �ipon rec�uest by City, �zt•ovide coanplete ancl acct►�ate in('o��mation rega�•ding
actual «forlc perfo�•E�ied by a MBE on tlie Cor�t►•act and pay���eiit the�•eCoi•.
2. Cont�•aeto�• wiil not ►�lake additio�-►s, deletions, or st�bstitutions of accepted MBE ��rithout
w�•ilten conse��t of the Cily. A�ly ut�justiii�d cl�a��ge or cieletioi� shaii Ue a��lateria) M�•eac�� of
Co�itract a��d ill�ij� cesuit in clebarincnt in �ccoi•dance witii the pcacedt�res otitlirted i►� tfle
Ordinar�ce.
3. Cont�•acto�• sl�all, t�}�on t'eqliest by City, allo�v ��� audit ancilor exa�nination aF any books, records,
or files in tl�e possession of the Cont�•actor that �vilf s�ibstantiate the actual ���o�•k perfo��zned by
a�� MBE. Material �nisrepresentaCion af ai�y nat�ire �vill be grounds fo�• t�rminatian of tl�e
Contt•act in accot•dance �vith Paragr�ph 15.Q2.A. Any such �1�isrept•esentatioa� �l�ay be �;COLII]C�S
fo�• disqualificatio�l of Co►�tracto�• to bic� o►� fi�t��re cor�tr�cts �vitf� the Ciry fo►• a periad of'
r�ot less thai� tl�t•ee years.
E. Co�itracior s11�11 be fi�l[y �•es�ai�sible to City for al[ acts t�i�c{ oi��issions oF the Sl�bco►Ztractors,
Suppiie�-s, aE�d othe�• individuals oc entities perfori��ing or fi�rnislling a��y af tlle Work j�st as
Contractor is respansible for ContractoR�'s o�vn acts and ota�issians. Nothii�g i�l tl�e Cotztract
Doc�iments:
crrYot� ��o�t�r n�o�z�rE�
S"1'ANT)AR[?CO\�5'L'REICTI�\ S�'G('IF1C�1T10\ DOCLIMEN'CS
Rec�ision: R23,2021
i](� 72 [30 - I
CENERAL C�NDITION S
Pa�e 25 of C3
�. S�la�l CC�a�e �4C �I1� i7e17e�i Of aIlj� Sllt;�1 SLiIJCQIlit'aCfOl', SLE�I�l�lel', Ol' (�f]lel' It1CilV1C�U�l� Ol' ell�lty
any contractual �•elatic�nship bet�veet� City a�1d any s��ch Subcc�iitractar•, Su�plie�• or other
iizdivid�ta 1 or entity; nor
2. shall creace �ny obligatiot� o�� the p�irt of City to pay ot• to see to tl�e payme��t of any moi�eys
due a�ry suci� StEbconiractor, S���plier, o�� ot[Ier individ�ta 1 ar et�tity e.cce�t as �nay otf�er�vise be
recicaired by Lhws a�ld �2e���iatio�is.
F, Co�ltt'actar shall be soleiy respot�sibl� for scl�ec#�iling ancf coorc�i��ating the Work of SLEbco�lt��actoi•s,
Supplier•s, 1IlC� Ot�7ei' il7C�IVICI�li1 IS o�• entities performitig or fitrnts(1i��g any oi tl3e Woi•!c t�itdcr a dii•ect
oi• indi►•ect coi�ti•act 4vit1� Conti•acto��.
G. A�I SII�COIltI'c�CiOT'S, St�ppliecs, and suc11 otl�e�- inciividu�Is or• entities pe�•�o►�i��i�ig o�• fiict�ishiiig a�ry
of the Work silall ca��1��lunicate with City t11�•o��gh Co��t�•acto�•.
H. All Woz•k pe►•for���ec{ for Co��tractor by a Stibcot�tracto►• o�• Su�p[iet� wi[I be ��t�rsuant to a�l
approp�•iaCe t�gi•een�e�lt b�t�veen Contractoi• and tl�e Subcontractor or �u��plier �vllich specifically
bi►�ds tl�e S��bcont�•�cto�• o�• Supplier to tile ap��Eicable tei•��is ai�d cni�clitions oP tlle Coiit�•act
Doeuments f'or dle betaelit of City.
6.07 Wage Rates
A. Drrty to pery Prevailrrag Wage Rcrtes. The Coi�tt-actor sf�a[i com��iy �v�th all rec��ii�•eineilts af
Clic�pte►• 2258, TeYas Gove�•�1►�ient Code {as a►iicndec�}, i�lcludin�; the payc��e�1t of �lat fess tllan tl�e
rates determii�eci by the City Cotiiteil c�f Nle City of Fo�•t Wc�rtli to be tlle pi•evailit��; �vage �•ates i�i
accordailce �vitll CE�apt��• 2258. S��cli pi•ev�tiliiig �va�e ���tes ai•e incl��deci in these Co�lt�•�ct
Docume��ts.
B. Pe��ult��,fn�• Uiolativia. A Conirackar ae at�y S��bcont�-actot• �vho does �1ot pay tile prevai[it�� �vage
sllafl, LI�7011 C��II1c�IlCI i��acie by the City, �ay ta khe City $6D fo�• each �voi•ker emplayed fo�• each
cale►1d�ar cfay ar part oftlje day that the rvorker Es paid less tl�a�� the �3revailing 4vage �•ates stip�ilated
in tl��se cont�•�ict cloct�me�lts. Tllis penalty shall be retaii�ecl by tlle City to aff�et its adt�linisirative
casts, p�u•s�iant to Tex��s Gover�ui�ent Cade 2258.023.
C. Corrrplcrints of' C�iolatiot7s cr�ad Cil�� Dete1•ratiiaalioj� of Good Ccrtrse. Or► �•ecei�3t of i�31�oi'�1�atio�l,
i��cl��di��g �� con�piai��t by a�r�ork�r, co►aceri�ing a�3 a[leged violatic��i oF 2258.023, Texas
GOVeI'11111et1C Cocie, by a Coi�tr�cto�• or SuE�cont�•actar, the City shall make ��� i��itial
deterii�ii�atioa�, before t�le 3ist clay aftert�le date the City receives tk�e inf'ai•n�ation, as to �vlietllei•
good c����se exists to believe tllat the violatio�i occur�-ed. Tlic City shall nati[y in writin�; N1e
CQI7Ci'�iCtOT' Ol' SIIE?COiltl'c�Ci01' c�11CI c�ll� affected �voE•kcr of its initial detern�tnatic�i�. Upon tl�e City's
dete�•nvnation that iitere is gaad c�►use ta b�lieve tk�e Contractor or Sc�bco�itractn�• 11as vialatec�
Chaptei' 2258, tl�e Ci�y shall r�tain tlae ft�ll ��nounts cl�izz�ed by the clai�l�ant ot' claitala�lts as the
dif'fer�nce t�etw�ei�wa�;es p�tid �i�d �vagcs dlie t�ndc�• the p�•evaifing �va�e rates, such ��lzo�mts being
s�ibti•acted fro►�1 s�iceessive p�'o�'ess E�ay�1�e►�ts ��eaxtittg a fi��al cieter�i�i��atioi� af the vio�atiota.
Ct`i'Y Oi' ['OR'C 1V0[2TFi
S"I'r1�JDARDCO\STRUCT[0\' SPf?,CIFICATfOV' I]OCUMEA!"I'S
iZe�•isio�3: $232D21
(1U7200-I
GENERALCONOITIONS
P�gc 26 of 63
D. Ai'f)111'RllOi7 RG'Cjllll'2CI lf VIOIClld01� NC)t ReSOIVG't�. Al1 ESStle 1'�}ating to an alleged viokation of Sectio�i
2258.023, Texas Gavernme��t Code, including a penalty o��eci to tlle City o�• an affected �vorker,
si1a11 be submitted ta 6inding a��bit�•ation in accordance witll the Tex�s Ge��eral AE•bitration Act
(Article 224 et seq., Revis�d StatE�tesj if the Co��tt•actar o�• Stibco�ltractor and �tny affecked �varker
does not resolve tl�e issue by a�-eeii�ent before the 15t1� ciay after tl�e date t11e City i�i�ikes its initia f
cietern�inatio�� pursti3ant to I'aragraph C abo�e. lt' the pe��sar�s rec�tEired to a��bitratc ��t�der tliis
section do not ag��ee on a►1 a►•bitrator befa�•e the 1 Ith day aftertl�e d��te tllat arbitration is �•equired,
a clistrict court shall a���c�int an a�•bitrator o�1 the petition of any of tl�e pe��sc��is. Tf�e City is nat a
party i�l tk�e arbitratioi�. The decision and a�vard ot the a�'l�itrator is final a��d binding o�� ��Il pacties
and i���y be entorced in az�y court of coin�etei�t jt�risdiction.
E. Recoj•�l.s to be Mcrra�tait�ed. The Co��iractor �anci eacil Sl�bcontr�ictc�t• shall, foi• a period of tl�ree (3)
years following tile date af accepta�lce of tl�e wat�l<, maintai�l records tfi�t sl1o��� (i) the i�a�ne and
occt�patian of each �vorker e�nploycd l�y tl�e Contr�ctor in the const�•E�ction of the Work pravidcd
fo►• in thi� Cont�•act; a��d (ii) the actiial per dieu� wages paid to each �vorker. Tl�e �•ecords shall be
apen at all reasoX�ab�c ��ou�'s for inspection by the City. Tt�e provisions of Pa�•a�-ap116.23, Right
to Audit, shall pertain ro tklis i�lspectic�n.
F. Pj•ogress P�yrlrej�ts. With each p�•o�•ess payn�ent Ol' �1�ij�1'OII �}�1'IOC�, wlzici�evec is less, the
Coi�tractor shall subn�it an attidavit skating that t11e Coi�h�actar has coinplied �vith tlle r�qirire�i�e�lts
of Cl�apter 2258, TcYas Governit�ent Code.
G. Postif7g of i��age Rates. The Contracto�• sl�all post prevailic�g «�age rates in a coz�s�icuous place �t
all ti�ne�.
H. Suhcol�t��actor' C01T1J3IdCli?CL'. Tf1e Cont�•actor shal! i��cl��de in its s��t�contracts and/or s��all
otller���ise requiee all of its Subconta•actors to comply witl� Paragraphs A ti�roti�gh G�ibosre.
b.OS Pcrlel7t Fee.s cr�ad Roycrlties
A. Contractor shalf pay all license fecs a�1d royalties and ass�ime aii costs incident to tlie ��se in tl�e
pe�•fo�•Gna�icc nf tt�e Wo►�lc or the incorporatian in tlle Work of a�ly invei7tio�1, desi�n, pracess,
p�•od��et, or device wl�ich is tl�e subjcet ot' patent ►•igt�ts or copyrights l�eld by othe�•s. If a partic�ila r
inv�tltion, design, proc�ss, p�•aduct, or device is specified in tl�� Cn��t�•act Dac�►llencs far use iii the
perforu�anee of tiie Work ai�d if, to the actiial �Cno�vledgc of City, its use is subject ta patei�t rights
ar copy►•ights ca1liE�g foi• tl�e payme��t of a�iy license fee or royalty to otl�e�•s, the existe��ce of s��c11
ri�l�ts sh�ll be disclosed by City in the Cont�-act Documei�ts. Fail��re of tlle City to ciisclose S�ic11
infor�l�ation does not relieve the Contractor fi•am its abligations to �ay fo�� tl�e ti�se of said fees or
rayalties to othe�•s.
i�. �'O i�7L ,fll1�2,5'f C'1'�el?f ��e]'lillltGC� 1J}� �.Cl1VS CI17C� �G'�7111Llf1017S, C017t1'ClClC)1' S�1Cfl� !!?Cl�L'117i11f}� Cll1Cf �?D�Cj
�7Q1'lll%2SS Clf}�,,f1'(�171 C1F1C�G�Ll11?Sfl7�l C1L11i11S, COSfS, �OSSeS, C71?L�C�CT111L7geS �11?C11fL�1F'T� fl1(lI?Ot j!llll/�C%
t0 CIIj feeS Cll?C�C{7A1'�rL'S Of G'1?�li7L'2i'S, CT1'C�?IteCfS, c�ttojvaey5, Q17C�Ot�7E-'1"�J!'[?�2SS101?f1jS Lll?CJCfII CO111'I
01' tll'�dll'C7t1011 Di' O%j1e1' C�1S�71(le 1'G'S011ltd011 GC)S1S� Q1'lS11?�,' 011l Of f)1' I'GjClldll� f0 L111}� 111�1'll?ge171C'J1IOf
j�l1f21711'!g�?�S Cil' COjJ}�1'lgjltS TT?ClL�2i1/ l0 1�?� 1fS� 111 lf?E JJ21; f01'117C1l1Ce Of lj?G i'�Ol'�t 01' 1'LSII�tlI1� fT'0111
CI�I'Y �i' I'OR"f 1t'OR`CI�I
STA�lDAI�iDC'OVSTRUCTIO\ SN�iC]Fi£'AT10\ DaCI)�9E�;i�!'CS
Itcvision: 823�2(121
01) 72 #]D - l
GENERALCONDITIONS
I'tagc 27 oJ' G3
1��8 li1C01 �JO!'Q(1011 ll? t�?L' y�01'% Of LIJ�)� li1V217I1011, C�£'Sl�l?, J7T'aCL'Si, J7!'OC�tlCf, Ql� cle�tice r7ot S�J�C f eC�
dl7 IjYG' COJ1/1'L1Cl DOCI!lllel?fS.
G.09 Perntitb' CIJ?CI Ur1IllIG'S
A, Co�rtractor oUlai»ed perr�rrt.s ajzd lice�ases. Contractar sl�al[ obt�ii�i and pay fo►• �ill cansf�•�ictian
perr��its and liee�ls�s e�cept tl�ose pravided For in tl�e S��pplei��enta��y Cc���ditions oE• Cont►•act
Docii�t�e��ts. City shall assist Ca�it�•actor, whe�� alecessary, 1t1 O���lillll� SCl(;�1 �7�1'iTl[f5 �lI1L� �1CeE�SES.
Coilti•actor sliall pay al( gov�rnii�ei�t��l clla�•ges and i��sp�ction fe�s �lecessary For the ���•osecutian of
tl�e Work �vllich are applicable at tlle tin�c of� o�ei�ing of BicJs, or, if tf�er� ace ►Zo Bids, on tlle
Effective Date oC th� Agreen�ent, except fo�• permits p�•ovided by the City �s specified iii 6,09.B,
City s��all ��ay all cl�arges of utility o�v�lers far cani�ections for �3z•oviding perm��lent se�•vice to tlle
Work.
B. City oUtcrir7ecl�e��»>it.scr�rdlrce�ases. City�vill obtain a�xi ���y foc all pei•ii�its ��nd iicet�ses as�rovided
for i�i the S�app[emcnta►y Conditio��s or Co�itract Documei�ts. It ��ill t�e the Cant�•�ctor's
responsibifity f0 Cill't'�/ OL1C ��1� �I'OVIS[O11S O� tll� ��eC[lli�, I� Clle COtitt'aC�01' ii11t1c�CeS cl�anges to tiie
COf3�l'i1Ct �i11CI t{l� CILy Z]]�]I'OVeS ��le CI1�iI7�eS, tkle Contractor is ��espoi�sibl� fo�• obtaitiing cl�arances
and coa�-din�tiilg �vith tf�e appropriate �•egtElato�•y age��cy. Tl�e City will nat reimb�i�•se tlle
Cantractor for az�y cost associated �vit11 these rec���i�•ei��ents of any City act�uired pe�'�Ztit. The
foll�wiE�g aE•e k�er�nits tl�e City v��ill abtait� if req�ti�•ecl:
l. Te:�as Depart���e�it ofT�•�►�spoi•t�tion Pern�its
2. U.S. Ar�ny Co�•ps o(' �i7g�neei•s �'ct•itiit5
3. TeY�s Coii�mtssio�l on EE�vironit�ent�zl Q�iality Pei•n�its
4. Rail�•o<�d Cainpa�ry Pei•�a�its
C. Qrrtstcrradilag pei'1111tS Cl11CI I1Ce77,S�5�. Tiie City anticipates acq�iisilio�l of a��d/or acc�ss to ��et�ii�its
ancf licenses. Ai�y ot�tstai�din� �e�•ii�its anct lice��ses ai•e at�tici�ated to be acqui►•ed i�� acco�•da�ice
with t(�e scf�edule set forth in tlze S�ipp�emetltaiy Cot�ditians. Tf�e P��ojcct Sclieclule su1��laitted by
the Contractc�r i�� accoz•ciai�ce �vitl� t[�e Co��tract Documents �nust consider ����y o�itsta�lding permits
�111C� �1C�115�5.
6.10 Lcr�f�s a,�d Re�rtrlcrtlo�as
A. Contracto�• sliali give �11 �iotic�s eec���i�•ed by ��1� shal[ comply witl� al! L�4vs ��nd Re���lat�ons
applic�ble to the pe�•far��i��lce of' tlle Wo�•k. Exce��t whe�•e other�i�ise e��cessly r�quirec3 by
ap�3licable La�vs a��d Reg��lations, tl�e City s11al1 not be t'espo��sible for �7�onitorit�� Co��tractor's
compli�i�ce with any La��rs or Reg��latio��s.
B. If Cont►�actar pe�•forms a�1y Work k�la�ving or k�avin�; reaso�l to k�law tl�at it is co�ltra��y to La�vs o�-
Regt�latiaE�s, C011tl'�ICtOI' SI1�lII �C�IE' c�II C��111715, costs, lasses, c�liC� CI�l131��T�S �l1iCILEC{111� bll� ilOi �111iltei�
to ali fees a�d charges of engi�ieei•s, architects, attor�leys, a��cl otliei• �rofessianals a��d all
crry or rort'�� �vo�z�rE-i
S�t�f�N[�nxgco��s�r�iuc�r�€au sE�t�.cir• ic��rro� [�ocu�-��u�rs
ri�v������: ��u�
oonao-i
GEIV�RAL COND IT40N S
Piagc 2A of &3
court or a►•bitration or other dispt►te t•esoiution costs} arisi�lg out of� or i•elati�lg to sucl� Work.
[-Io�vever, it shall ��oi he Cantractot•'s res��onsibility to make certain t��at klze Specificakions a�tid
Dr���vi�lgs a�•e in accoi�dance wvith Laws and Regt�latiot�s, bt►t tl�is sllail not t•elieve Contractor af
COilii'�iCtOP'S Objl�c3t101�5 undet• Para�rapli 3.02.
C. Changes in La«rs or Regulations nat known at t11e tin�e oF opening of Bids having an effect on
the cost n�• time of perfor�i�ance of tile Work may be the sEibject af an adjustment in Coi�tract Price
or Contract Tin�e.
6.11 Tcr �•es
A. On a contract awai•cted by thc City, �lll {?1'�Ta1117�3f1011 ��r��ich qualif'tes f'or c�cemption �urst�atlt to
Te�as Tax Cade, Subchaptec H, Sectians 15l ,30 �-335 (as amendeci), the Contractor may purchase,
rent or iease all materials, supplies �nd equipme�t used or consumed in t11e �erfortnance of this
contract by isst�ing to his stipplier an e;ce��ption certiticate in lieu of tlle ta�, said exeinption
certificate to comply rvitLi State Comptroller's Rtilic�g .007. Any such eremptio�� ce��ti�cate issued
to tk�e Conteactor in lie�i of thc taY shall be sub�ect to and shall comply �vitii khe provision of State
Comptraller's Ruling .Ol l, and any other applic�ble rillings �et'taining to the Tetas Tax Code,
Subch�pter H.
B. Te�as Tax permits and infar�nation may be o�tained feom:
I. Comptroiler of Pul�fic Accot�nts
Sakes TaY Di��ision
Capitol Statio��
Austin, TX 7871 l; or
2. httpJh��v�v �vindow.state.ta.us/taxinfo/taxforms193-foa•il�s.ht�nl
5. l2 Use �f'Sile cm�(Otl�el�f1�•ecrs
A. Li�rritatio�� a�7 Use of Site �n�d Otl�e1• A�•ec�s:
1. Contractor shall co��fine co�lstruction ecluipment, tlle storagc of materials and equip�3lent, and
tl�e operations of workers to the Site and other areas permitted by La���s and Regulations, and
shall Elot ii��•easona�ly encusnber khe Site and otl�er areas witl� construction equipment or othee
materiais or cc�uip�nent. Conteactor sllall assume fiill responsibiiity For any damage to any stici�
land or area, or to the o«�ne►• or acc�ipa��t tllereof, or o#' any acijacent la�ld or ai•eas resi�lti�lg
fro�l� thc �ecfort��ance af the Work.
2. At ai�y time �vhen, in the jLEdgn�ent of the City, thc Contractor has obstructed or closed or Es
cariying on operations in a��ortio►� oF a street, right-of-way, oa• easemei�t grealer than is
necessary far proper exectition of the Work, khe City may requice the Contractor to finish klZe
sectio�i on �vhicll operatio�ls are in progress before 4vork is con����enced on any additional
area of the Site.
cn Y o� rc»i�r «rotz�ri i
S"TAVI)A[tD['O�STIZUCTlO\ SPfCIF]C�ITI{)\ DOCU\•iCNl'S
Rc��isian: f�232(121
{1O 72 Ifi] - I
GENERAt C(3Nt31TI0N S
Page 29 t�f G3
3. S��oiilcC ai�y Dam�ge Claim l�e made by any s�►c(� o�v�ler• o�• occu�ant becatise oftl�e pe�•fo�•ma�lc�
of tl�e Work, Cant��actor s17�11 p�•aniptly atten��t to resolve tl�e Dainage Claim.
4. Prr��.s•tranl tn Pa��agrapl� fi.Zl, Co��tractarshall ir�clentiaifyat7d 1�old hc�r�rtless Cil7�,.fi•n�ar aj7d
C1�7Cl117Sf [lII CIC11117.5, COSfS, �OSSC:S', lll?C�C�CIlNClgL'S' Cli'lSll?�7 01If O f p!` /'L'IC!/lilg tp lil1J� C�Q1111 Ol' ClCtl011,
leg�r! nr eqtritable, I�ra1�gl?t IJ)� p11)� SIICI7 OlVI9G'l' Ol• occriper��t crgar��st Cit��.
B. Renrovcrl of Debj•is Diir�l�7g Pe�fo�•rutr��ce of tlae Wr»�Ic: Dut'i�lg the pragt'ess aF tl�e Work
Co��tracro�• sllall kee}� tE�e Site ���d ather a�•eas ti•eo fi•at�� acc���n�ilatio��s of �vt�ste r�laterials, �•«bbish,
and otl�ee c�eb�•is. Retnoval a�zd c�is�os��l of sucli waste matei'ials, r�i6hisl�, and atller debris sl�al[
con[o►•i�� to applicable Lar�rs and Reg�ilatio�ls.
C. S'ite Mcrir�teta�r��ce Clerr�aij�g: 2� hours afte�' w��ittetl notice is give�i to tlle Contractor tl3at tl�e
cleat�-u� on the job site is �roceeding iil � ma�lner unsatisfactot'y to ih� City, if tl�e Conti•actor fails
to correct the unsatistactoty �zrocedut'e, the Ciry ���ay take sucl� direct actio►� t�s tl�e Ciry c3eems
appi•o��riake to co►•�•ect the c�eail-up cieficiencies cited to tile Coi�tr�ctoi• i►7 the w�•ittet� ��otice
(by ietter o�� e[ectronic com��lu��icatio�z), and the costs af st►ch di�•ec� action, plus 25 % of s�ich
costs, SIl'cl1l he C���LlCted �1'O111 iE1� 1110111�S CiEI� Ol' l0 �CC01�1� C�LEe �O f�l� COI7T['itC�01'.
D. Fia�al Site Clecr��ir�g: Priorto Final Accepta��ce of� t11� Wo�•!c Co��h��ct��• shal! clean tl�e Site azld
tlze Work anc� i��ake it r�ady fo�� utili���tiot� by City o�• ac[jacenl pro�ei•ty ow��er. At tlle ca►���letio��
af tlle Wo�•�C Cont�•acro�• si���I1 i•e�alove fc�c��n tlle Site al! tools, applianees, co��str��etio�i eq��ip�ne��t
ai�d maclli�iec•y, anc� surplli� at�ateriais and silall restore tc� origitlal co��ditian oi' bette�' all p�'aperty
�fistli�•bed by tiie Wo�•k,
E. L.001CIl!?� S11•trclrr�•c.S: C�lltl'c�C�01' SII�II IlOt �O�1C{ 1101' �7�t'li7i� any part oF any structure ta be loaded
in any t���n��er tllat wiil et�da��ge►• fl�e struchtre, ��oi• sh�tll Co�ltt•�ictor subject ��ny part of tl�e Warl<
oi• adjace��t pro}�erty to stt•esses c�r pressures ll�at will ei�d�t��;er ik.
6. I3 Record Doctrrrrel7ts
A. Conta•actor shall n�aintain i�1 a s�fe p[ace at the Site or i�1 a pf�tce desi�;nated �y tlie Cor�t►•actor a��ci
app�•oveci by tl�e C�ty, one (1} �•ecord copy of all D�•awings, S�eciticatio�ls, Adde��da, Cllange
Ordei•s, Field Orclers, a�1d �v�•iltei� ii�te�'pretations �it1Ei C�ill'I�Cat1011S iil �ood ard�r a�lc� a��izot��t�cl to
sfia4v changes mac�e C�IIE'it1�T ca��str«ctioi�. Tl�ese �•ecord ciocume�lts together �viNl �A a�proveci
5��1��les a�ida coui�ter���rt ofali acceptecl S��E�mittals �vill �� available to City For i•etere�lce. Upo�i
coii�pletio�� af tl�e War�C, tl�ese record c#octi�net�ts, any o�eration at�cl maint�na�lce ���at�ttals, �a�c{
Suk�t�littals �vil( be clelivered ta City �t•io�- ta Fi��al It�spectioe�, Coi1t�-acto�� shali incfude aeccirate
locatio�as foi• buriecl ��ld im}�edded ite�»s.
f.l� Saferya►�dProtectio�z
A. Co►ltracto�• s1�a]I be salely responsible Foc• i�litiati��g, i��ai�itaini�lg a��d st�E�ervisin�; all s��fery
pi-ec��utions ai�d p��ogr�ti�s i�� cn�iti�ctia�� �vith the Work. Stfcl� i•espa��sibility does a�oE relieve
Sitbcantractot•s of t(leir �•esponsil�ilfty For tlle s�fetyot i�e►•so��s a�• ���operty i�1 tk�e pe�•fo►-�na��ce of
their �vork, �lor fc�r cornpliance r�v�tll applic�ble s�fety La��s a�ld Regt�lations. Co�lti•actor sl�ail
c����voE� ro�t�r nto2����t
s�r�rrnnrii�cc��s�rizucrio,�� srrc�F�c,� � io�� r�ocuN�err�rs
R����s���t: ����a�
0072UO-1
GENERAL CAN�iTl�N S
Pas�c 36of G3
take afl necessaiy p��ecautio��s for d�e safety of, �nc� s��alf provic�e tl�e necessa�•y p�rotectio�l to
��revei�t da���age, iryt�ry �r �oss to:
I. �ai1 persons on kl�e Site or �vk�a may be af�fected by tile Wark;
2. all tlle Work ai�d �n�terials �nd equipme�it to be inco�po���ted the�•ein, w11et11e�• in storage on
or off tlze Site; and
3. otl�er �roperty �t the Site or ��djaceni thet�eto, i►�clt�dii�g trees, sllrubs, la�vi�s, �vaiks,
paven�eiits, �•aadways, structures, util�ties, and U��de�•��ound Facifities nat designat�d fo�•
�•En�oval, relocation, o�• �•eplacen�ent in the cou�•se of co��st►•ti►ction.
B. Contt•actior siiall eompfy r�r�itlz ail appl'scable La�vs a��d Regulatioi�s �•el�ting to tl�e safety of
pe�•so�ls or p�•operty, or to the protectioii of p�rso��s or p�•operry fi•o►n da�nage, it�jt��•y, or loss; a��ct
st�alf ei•ect and �naii�t�in all neeessary s�feg�iards fo�� s��cl� Safety and p�•otection. Cantracto►� shall
notify o�vners of acfjacent �roperty a��d of U��dergrot�nd Facilities and otl�er trtility o��vrzers ��r�1�E1
pi•osecutioi� of tt�e WorEc n1�y ai�fect them, ai�d sllail c�opet•ate ���ith the31� in tile protection,
rez�zoval, relac�tion, a��d �•eplace�i��nt oitl�eie p�-operty.
C. Coi�tractor sf�all coi��ply «�itl� tfle applicable ��equireEi�ez�ts of City's salety �rogran�s, if a�ly.
D. Contractar sllall infor��i City of the speei�c rec��ii�•ements ol� Cont��actor's safety prograi��, i� any,
wit11 ���liich City's e���p�ayees �nd rep�•esentativcs mt�st camply ��hile at the Site.
E. Akl da�nage, injtu•y, or loss to a��y p►•operty refer�•ed to ii� P��•ag�•apil b.14.A.2 or 6.14,�.3 caused,
di�-ectly or itidit•ectly, in tvflole or in part, by Cantractoi•, any S��bcontractai•, Stspplier, o�• any oti�er
ir�ciividual or entity directly or indii•ectiy ei���loyed by auy of d�em to perfar�ra any af tl�e Work,
or anyo�le fo�• «rhose acts any of thei�� �1�ay be fiable, shall be rei�l�died by Contractor.
F. Contr�ictor's duties a��d ►•esponsibilities fo�• safety aa�d foi- p�•otection of tl�e Work st3all eo�ltii�ue
ui�til suci� tiine as all ch� Work i� co�npletec� a��d City has accepted tiie Wo�•k.
6.15 Scrfety� Rept•ese�atcrtrve
Contractoa• shall ii�foril� City i�� ���riti��g of Cofl�r��ctor's desig�lated sa('ety represei�tative �t tl�e S�te.
�.16 Hazcrl'CI COiI11111I!?ICCf�l01? PI'O�'l�crnrs
Cantractot' shall be respo��sible for caordi►3ating any e�change of material safety data sheets or other
Ilc�Zc`il'C� COI11111L1T][Cc7C[OTl ii�for��latio�l r�qt�ic•ed to be �nade available to o�� e;cch�i�ged betwee�� or amo�lg
empioyei�s in accorda�ice r�fith La�vs o�• Regt�l�►tioi�s.
6.17 Ejr�er�=E�jacies crr�c�'/n�� Recdi�catio�a
A. Ii� em�rgencies affecti��g the safety ot' protectio►i of� ��eesa�is ar the Wo�•k or prope�•ty �t tl�e Site ar
adjacent tflcreto, Cor�cractor is oblig�ted to act to preve►�t tEireatened cla�nage, injury, or loss.
Cont�•acto�• sl��ll give City prornpt ��ritten natice if Coiltracto�� believes th��t any sigi�ificant
GI`1'YOf� 1'OIiT' 1i'UIZ�I�H
S�['A1VIlA[ZI�C(1\S�l�]tUCTlO\ SPEiC�11�lC�1�'ION DOCL]V1F:N7'S
Revisio�3: 8n_32021
�so�zoQ-�
GENERAL CON�ITION S
Pa,�e 3 I uf G3
Cllc�t7�e5 Ill fI1G WOI'IC Ol' V�lClc�t1011S �1'p111 fil� COtlti'c�Ct DOCLlI]lellTS I7i1Ve �7ee11 Cc7LIS�C� fI1�T'��ly OI' c�3'�
rec�«ir�ci as a E•esult the�•cof. If City ctete��mines tk�at a cl�ange in the Conkr�ct Docu�i�e�Its is req�ii�•ed
because af`tlle aetion take�� by Contracto�• ii1 �•�spanse to suc�� a�� eme�•�;�i�cy, a Cha�lge O�•der ��l�y
l�e iss��ecl.
B. Shoulcl tk�e Conh�actor Fail to r�spond to a�•�c�uest t��o�n the City to rectify a�ry clise��e�ai�cies,
an�issions, or co�•rectioil izecess�r�y to co�lfo�•n� wit1� tlle reql�ii•ei�xents of the Co��tract Doc�u7�ec�ts,
tl�e City sl�all �;ive tl�e Co�ltractor �vritleat ttotice tllat s�icl� �vork or ch�inges are ta be perforn�eci.
TE7� �VI'f�i�Il IlOi1Ce S�1�i�I Clll'�C� �ii�llfl011 i0 C�12 CIISCt'ejlfl3lf COI1C�ilfOl1 at1c1 rec�t�est the Coi�tractar tc�
fa�C£ t'e113eC�IFI� c�CilOII kQ COl'I'eCt C�le COI]ClltlOil. IIl ��1� eVell� til� C011�1'�CiOt' C�OeS Ilpt ��liC� �3051t1Ve
steps to fi�ifill this �vritt�i� request, OI' CI0�5 I10� 5�10�V �jLiSt C�LESe F01' ilOf �c�IC1Tlg tE1� �t'0��1' �C�[011,
�vithi�� 24 ilours, tlze City cnay take sucl� �•emedi�l acliot� with City �o�•ces o�• by cnr�tr��et. Tlle City
shall ctedtict an amo�ti�t ec�t�al to the e�ltire costs to�� sucll ren�edi�l actio��, plus 25%, fi•om a��y
fiinds cl�ie or b�come cl�ie tlle Cant�•actoi• on til� P►�oject.
6.18 Srrbmiltal.s
A. Cont�-acta�• sl�all sti�n�it requi►•ed �z�bi��ittals to City for �•evie�v aiid accept�►�lce i�� acco�'cla��ce
with tE�e accepted Sck�edule of Sut�c�littais (as reqttit'ecl by P�tt•�g�•�tplt 2.07). Eacl� st�bmitta( 4vill be
ic�e��titied a� City �1�ay ��eq�ii�•e.
I. Sul���lit �1u►ilber a1'co�ies speci�ied i�� tlie Genei•�I Rec�uii•e�net�ts.
2. Data sho�v�l oia tl�e S�ibi��itt�ls ��ilE be complete �i�ith t•espectta c�t�antities, din�e►isions, specif�d
pe►•f'oi•�t3a�lce aald clesi�►� c�•itei•ia, i��at�rials, anc� si���ilar data to sllo�v CiCy tl�e se�•vices,
���aterials, �i�d eclui��nent Coa�t���ictor pt�oposes to provide aa�d to e��al�le City to review tk�e
informatio�� for the 1i��2itec{ pu�-poses rec�ui��ed by Paragrt�pl� G.18,C.
3. Sub���ittals s��f�mittecl as l�e►•eit� ��rovicfecl t�y Co�itracta�• a��d revie�ved by City fc��•
conForma�lce �vitl� tl�e desi�;n co�lcept sf�111 be exect�ted ii1 co�lfo��ii�ity �vith the Co��tract
Documents t�nfess atl�er�vise ��ec�uired by City.
�. Whe�� Subn�itials a�•e submittec[ f'c��• tl�e p�ir�ase oF slio�ving tl�e installatia�l i�l greater cEetail,
t(leie review sllall nat excuse Co��t►•actor irom ►�ec�ui�•ements sho��m on the Dra�vi�t�s and
S}�eci�c�►tions.
S. FO!'-IIlY01'111�1f1011-Oilljr st�b��aittals Lt�JOTI WE71L'11 tl�c City i� t�ot ex�ected to condt►ct revie�� or
talce �•es}�o��si�c actiof3 �z��iy be sa ic�enti(ied i�� tlle Co��tr��ct Docu►�let�ts.
�. Submit requiE•ed n��mbe�- oi� S�i�a�ples specitied in t11E ��ecific<�tio�ls.
7. ClearEy iclentify each Sai����le as to material, Su�plier, pe�•tinent d�ta sucil as catalog ��u��lbe►s,
tl�e t�se for ���11ich intended and ot��er data �s City r�lay rec���ire to enable City to review il�e
s��binittal ('o�• tl�e lin�ited �u�•��oses req��i►�eci by Paragra��l� 6.18.C.
C['CYOF FOit'I� �I'OR"C![
5"1"AN[3ARDCfl\�STRUC�i`10\' SPEiCII�[CAT[[3V' C)OCUVfE�ITS
€2e��i s i u3�: 8232ll21
uo�zaa-�
GENERAL CON�ITION S
Page 32 of G3
B. Wilere a St�bEilittal is i-ec�uired by the Cont�•act Docu�ner�ts oE� the Scl�edule of Stib�nittais, any
►•elated Wo��k perfoi-�iled prio�• to Cily's revi���r at3cl acce�tat�ce of tl�e pectifi�nt s��bi��itta! r��il► be
at the sole expe�lse ai�d cespansbility of Co��iractor.
G Cit}�'s Re��leiv:
City �vill �rovide tiEa�ely revie�r� of rcc�tiired S�abmittals it� �ecorda�lce nfith the Scheciti�le af
S���r�iittals acceptab�e to City. City's revie�v and acceptatzce «�ill be only to deterz�line if tize
ite�ns caveced by tlze subi��ittals will, �fte�- installatio�� OL' 31�C01'�01'�1ft011 i�l tile Work, confo�•m
to the infai•�nation given i�� tf�e Caiztract Documenks a��d be co�rtpatible witl� [l�e d�sign conccpt
of the completed Pco�ect as a functioning wl�ole as inclic�ted by tl�e Cont�•�ct Doci��z�e�its.
2. Ciry's review ar�d accepta�ice �ilill �lot �xtend to �ne��ns, ��lethods, tecli��it�ties, seq�ici�ce�, ot•
proceclti�•es of cot3structian (e�cept �vhei•e a particular �neans, l��etl�ad, tecl�niqt�e, sec�ue►ice,
o�• proced�are of constz•�iction is specifically at�d e�pt'essly called for by kl�e Cont�•act
Doct►�ne�zts} or to safetypreca��tions or progra�r�s incideizt thercto. Tlle revie�� and acceptance
of a separate ite��� as suc�� �vill �iot indicatc apM�roval of tl�e assen�bly in «�llicl� tlle iteii�
functians.
3. City's �•e��ie�v and accepta�lce shnll not �•elie��e Contracto�• fi•oi�� �•�spansibility tai• any
v���•iatio�i f►•ou� tlle req�ii�•e�nents of tlle Contr�ict Documents �lnfess Co�lteacto�• I�as coinpliecj
r�vith the �•eq��ireme��ts of Sectio�� Ol 33 00 ai�d City �aas givcn ���ritte�l aeceptance of' e�ci�
sueh variation by specific �vritte�l notation tl1e�•eof incorpo►•ated in o�• �cco�npa�rying the
Submittal. City's re��ieev aild acceptanc� sl�all not r�lieve Co�itr�cta�• �i-am responsibility far
co�r���lyi�ig witi� tl�e �•ec�uire���e�its of tl�e Cantract Doc���nents.
G.19 Cor�ti��ui�agtl�e Wo�I�
EYcept as othcr�vise �rovided, Contractor shall cariy on the Wark and adhere to tlle Project Schedt�le
ctt�ri«g �li c�isp�.�tes o�• c�isag�•ee��le��ts �vitl� City, No Work s13��11 be delayed o►• post�c�ned pe�ldin�
resolutio�� af any disputes o�� d�sagree�nents, except as Ciry and Contractor may otfier�vise ��g��ee i►�
�\rl'I�III�.
�,�0 C01?I!'L7Ct�1' .1 Ge112TQI WCl1'1'Cll?�� C71?C� �'rllCll'CIi11Ce
A. Cont�•actor «�ar��ants a�7d gt�Rrantees ta City tha� ail Wo��k will be ii� accorciance nfitl� the Contr�tct
Docu►ne��ks and �vill nat be c�ef�ctive. City az�d its officers, di►�ecto�•s, i��e�nbers, parki�e��s,
e�nployees, agei�ts, coz�sulta�lts, at�d subcont►•actors sl�all be ci�titled to �-ely on represent�tion of
COi1t1'�Ci01''S �V�ti'Cc�il�j� �i7C� �LIaT'Zlltee.
B. Ca��tractar's �����•��anty a►�d guarar�tee l�ereu�acfer excludes defects o�� d�inag� c��used by:
I, al�t�se, madific�tion, o�• imprap�r inaintena��ce oe aperation by pecso��s okl�er than Co�Itracto�•,
St�l}cants•acto�•s, Sti��fiers, o�• any othe�� i►idivid��a l or entity for «�f1am Coi�tractor is
responsible; oi'
cr��vc�r roEz'r� �vorz�rE�
5'�'AiVIl�2DC0\Sl'ItUC"r10V' SVIi,CI[�'ICATfU\ DOCUA•iP.N'I�S
a�ti-;5���,: x2���zi
(30 72 UD - i
GENERALCON�ITIONS
Pu�;e 33 af fi3
2, irtorma[ wea►• aizd tear under i�ori��a( �isage.
C. Contractoc's obligatio�� ta �er('o�•�Zt ai�d coi��p[ete il�e Wo�•fc i�� �ccord��lce �vitl� th� Contract
Docun�et�ts sl��ll be absolute. No�ie of t��e folb�vi�lg wil[ COf�5�lhli� �it1 ��ccept�z�tce af Work tk�at is
not i�i accordance �vitl� the Cotlft'act Doc�t���ents o�• a i'�lease af'Cont►•actor's obligakian to �ei•fo�•i�1
ihe VL�ot'k ul accorcja�ice �vitkt til� Cont�'aci Doc��a�aei�ts;
l, observatio�ls 6y City;
2, recommei�datio�i or pay�l�e��t by City of any pro�-ess a�• �nal pay�nent;
3. the issua��ce oF a ceE•tificate oI' �'iE�aI Aece�tance by City or a��y }�ay►��e�lt �•elated tli�i•eto by
City;
�. LISC OI' pCCLE(3�11Cy Of� tlle Worlc o�• any part thereoF by City;
5. aa�y ��eview and accepta��ce of a Subnlit�al by City;
G. a��y i��spectio�l, test, or appi•oval by otl�e�•s; o�• �
7. any eorrectinn of ciefecti��e Wo►�k by City.
D. The Co�ltracta►� sl�all �•emedy a��y defects oi• ci�i��ages i�� tlic Work and }��y for any c��r���age to
othei• ��vnrk or prape�•ty �•esultir��; �l�erel�i•t�t�l �vhich sl�all ap�ear �v�tliin a�i-ioci oi two {2} yea�•s
fi-am tlle date of'Fi��al �lcceptanceot'the 11Vorlc �tC�less a�onger pe�•iad is specilied ��nd sllall fi�rnish
a gaod ac�c� s��f�icient i�lainte�lat�ce boncl, co�nplyii�� �vitli tlle �•eq�ii�•ecale�lts oi� Ai•ticle
5.02.8. The CiCy tvill give i�ntice of obset•ved def'ects tivitf� reasoi�al�le ��i'ompt�iess.
6.21 Inde n�nific�tioa�
A. Co��tr�cto�• cove��a��ts a«cl ag�•ces to i��den�nify, l�c�ld t���•mless ar�d ctefe��d, at its o�m
ex��ense, tl�c City, its oliice�•s, se ��v�nts and e mployees, fi�on� anci agai�ast a��y and alt clain�
��•isi��g o�yt of; or allegecl to �yise oF�t of, tt�e �vo��lc and sea�vices to be ��erfot�med by t�he
Cor�tracta�•, its ot�icers, �gents, e�nployee,s, sr��cont�•actoj�s, licenses or i��vitees ur�clei• tl�is
Contract. THIS INDEMN�Fr(;ATION PROV��1�,C�N I5 SPrC"IFi,,,,(,,;,'„A1.I.V iNTFNprR�,,T.�
i i { � 1 1{ 1 1 1 1 E { �
1 f < 1 { 1 1 1 �
���v�s� B s iAiNe c�e i t i�cliule� �vi 1 ouRli�nrtatic�n, int�em� y""THE CITY. Tl�is inc�ernnity
_ _ , cLic��vcr �
#'or costs,ex��enses���ci teg�l
fees i��cu��recf by tlae City i�� defe��cli«� against s��cft clainas and c��rses of acti�»s.
B. Co�ih•acto�•cove�x�aats and �grees to i�ade«���ify �nd hold t�����uless,�tits ofv�a ex�ense, tl�eCity,
its of�icers, se�w�nts ��ad e��i�Ioyees, fe•o��� �nd ag�inst any aiad �II loss, d����i�ge o�• destri�ctio«
of ��•a�e rty af tl�e City, ��•�sing out ot; �r allegect to �rise nut of, il�e �vo�•le and se�v►ces to Eie
pe�~fornied by tl�e Co��h�actor•, its of�icers, agents, e�t�}�loyees, subcc���t��acto�•s, licensees or
iiivitees iEndea� ti�is Cont�•act. '�`H1S INDEMN�r�„S'ATION PRnV„�;�I(�N IS
C ITY OF F�EZ'i� 1V(1[Z'1'i I
STANllAR[)CE)\tiTRIJC"f10\ SPECIPICr1T10\ DOCUtt9EiiV"CS
Rcvision: W23�121
ou�zaa-i
GENERAL CONq 1710N S
1'nge 3�1 of G3
� • ► \ � � / � i : : \ � i �,
.
1 I � ' � � ► . . : i { � 11 � . 1 : 1 : i ► i ■
� 1 ► • � � t ► a � : : ► � 1 i ► � �
\ \ � ■
G,22 Delegal�oja of ProfeS510i?Cl% Desig�� Service.r
A. Cont�•acto�� �vilf not [�e requi►•ed to �3rovide �rofessio�ial design services t�nless st►cl� se�vices a►�
speci�cafly rec�t�i�•ed by tlle Contract Docui��eizts for a��ortian of the Work or t►niess such ser�ices
are �•ec�uirecl to car�y o�lt Coi�tractor's z•espnr�sibilities for eot�structian i�aea�Is, i��etilacls, techi�iques,
seque�lces a►id procedures.
B. [f professional design services ar certificatioiis by a design p��afessional related to syste��s,
materials oc eqt►ipiz�ent are specificafly rec�t�ired o� Cont�•actor by the Cantract Doct�tnenks, City
will specify all perfor►nance a��d design critez•i� tllat st�ch services �il��st satisfy. Contr�ctar sl�all
ca��se s��ch ser��ices oi• certificatians to be pz•avided by a prope�•ly iicei�sed professioi�al, �vl�ose
sigilaturc aR�d seal sl�ail a��pear on all dx•awi�lgs, calct�lat[oi�s, speci�caiions, certi�catinn�, ailc�
St�binittais prepared by such professianal. St�bil�ittals ��elatecl to the Wark desig«ed a�- ce�•titied by
such p��ofessional, i� preparect by others, shall be�r suci� professiona!'s �vritite�� appro�al �vhen
st�bi��itted ko City.
C. City sl�all be e�ititlec� ta reiy L1�011 tfie ac�eq���cy, acct��•acy anci co�l�pleteness of the services,
ce�•tifications o�� app►•ovals ��erfor�a�ed by s�ich design pt'of�ssionais, �rovideci City has specified
to Contractar perforinance anc� design criteria that st�c�� se��vices ��t�st satisfy.
D. Pt�rsuant to d�is Pa�•agrapl� 6.22, City's review and acce�taiice af c�esign calctiilations aiid design
dr��«�ings rvilf be onEy foi• t��e liiniteci purpose of ci�ecki�lg #or confari��a�lce with pe�•forn�ance and
desi�� ci•iteria givci� and tl�e desigr� coi�cept ex�i'essed an the Cantract Doc���nents. City's �•eview
aud acceptance of �l�b�i�ittals {except ctesigi� calculatio►is and design dra��fi�igs) wilf be or►ly foz•
the p�n•��ose stated in �'aragrap116.18.C.
G.23 Rigl7tto�rrclrt
A. T��e Contractor a�-ees that tlle City sh�►11, until tlze expiration of tl��•ee {3) years �tter fi►�al
p�yment ti��de�• this Contract, have access ta and tl�e �•ight to e;ca�nine and pllatocopy �ny directly
pertinent boc�ks, doct►�nents, papers, a��d �-�cords of' the Cor�t�•actoR• i�lvoIvi��g tra��sactioEls relating
to this Contract. Cont���cto�• agree� tiiat the City shall have access d�u�ing Re�;ula�- Working Hou�•s
to all i�ecessary Contractor facilities ai�d shall be p�•ovided aciequate �nd approp�'iate «roz•k space
in order to cortduct audits in compliance with tk�e provisions of ti�is Paragra�h. 'I'i1e Ciry sl�ali
give Co�itracto�- reasonable advance notice af iE�tene�ed audits.
B. Contracto�• fi�rtller ��gi•ees to inehide ii� al1 its si�bcantracts he�•et��lde�• a���-ovisio�l to tl�e effect that
tfic sE�bcontractar agrees that H�e City si�ail, ���itil the expir�tion of tllree (3} years after fii�al
�ay�ncnt �uicie�• tl3is Cantr��ct, h�ve access to a�lc! the E•igl�t to e�,an�i�le and photacapy a�ly di�•ectly
�ertinen� bonks, documei�ts, pape�•s, anci i•ecorcis of s��ch 5tibcoi�tractot•, invol�i:lg transactiaris ta
kl�e sl►bcoEltraek, a�1d f�Ul'iI1�I', that City sl�all llave access dtirii��; Reg�xlar Workit�g Hoil►s to all
cE�r��o�� r•c��z r �voa����r
s�rf��vr3�€zQco��s�r��c��io�� srec«� ict�r��� �ocun-€E.��rs
�z����s��,a: s�.�z�
Oil 72 00 - I
GENERALCONDITIO€J S
P�tge 35 o1'fi3
Subcontracto�• facilities, and sli�ll !�e p►•c�vic�ed �1C�CC�llilt£ aIICI ��pp►•op►�iate ���ork space in ordei• ta
coz�ctuct a�tdits i�� compiia�ice �vith tEle p��€�visio��s of this Pa�•agi•a�31�. The City shafl give
Subcantractor rc�so��aUle advat�ce ��c�tice af intencled audits,
C. Cn��tracto�• �nd Si�bco��tracto►- ag�•ee to pE�otocopy sticll doc�i�l�e�Its as rnay �e ►•equested by tlle City.
Ti�e City a�•ees to reimburse Cont�•actoc for tl�e cost of the copies as �olloti�s at tl�e �•atc published
in the Texas Ad���i��istrative Code in ef�Fect as of the ti��le co�ying is �er#or��1�c�.
6.2� Noiadrscr�inti�acrtia�
A. The Ciry is respoa�sib]e Fot' opet•�tit�g Pul�l�c T�•a�lspof•tatio�� P1'O�t'�11175 �I�CI 1tI1�71Eit1eR�lllg trai�sit-
cel�ted pi•oject5, which �re [i�i�deci ii� �ai•t wit(� I�ecleral �iia��cial assista��ce a�varded i�y tile U.S.
Dep�rti��ent of Trailspo�•tatio�l a��d tl�e �'ecieral Tra�lsit Ad���inistratioii (FTA), �vitl�out
disci•i���ii�ating agait�st anype�•son in tE�e U��ited Statesa�� the basis ofrace,cola�•, oi• ��atio�l�l origi��.
B. Title YI, Civi! RrgJ11S ACj Of I9G� C15' Cl17T2/1CIL'CI.' COIl(1'<ICi01' Sf7�lII COI1�pIy 4vit�� the i•ec�t►ii•etalents of
tk�e Act and tl�e Reg��l��tia�ls as fi�i•tl�er defi�tec3 ii� t11� S�i�plei��enta�-y Co�lditioi�s fo�• at�y �roject
receivi�lg Feclera! assistance.
ARTICL� 7— OTHER WORK AT TH� SITE
7.O l Relcrled YYorl� cit Site
A. City may ��erform othe�• �vo�•k relatec� to the Project at the Site with City's e�a�ptoyees, or otlier
City contractot's, or thrc�ugh other dir�ct cot�tt'acts ttterefo�•, o�• h�ve otl�er 4vo�•lc ��e�•Fo�•�ned by iitility
owa�ers. If' s��cl� other wc�rk is nat noced in the Cont�•aet Docui��ents, tl�e�� ��ritt��1 �iotice tE�ereof
�vill be �iven ta Co��tractoi• p►•iar to Starti�lg �1E1� SLtCIl O�I1�T' 1V01'IC; anci
B. Cont�•t�ctoc sl�al! at�fo►�d eacf� other cont�•actor wl�o is a party to such �� direct co��tract, each utility
a�v�ler, anci City, if City is perfo�•i1�i��g othe�• r�vo��k �vith City's employees or othe�• City c.oiztractois,
pi•ope�• anci sa�e access to tl�e Site, p�•ovide a rcason��ble opportut�ity far thc ii�teod��cCian a��d storage
of i�iaterials and ec3��ipme��t a�id lf3e e:�ecutioei Of SLICII OiI1�C �VOT'�C, and �t�operly coordinate the
Work �vith tl�eirs. Cot�tractoE• sl�al[ cto �11 ctttting, �tting, a��d �3��tclli��� of the Wo���C that ia�ay be
rec��iii•ecl to p�•ope�•ly co��neet ar c>tl7erGvise ►�lal<e its seve�•a! parts eo�i�e togetf�e�• �t�ld }�ro�ei•ly
i��tegrate �i�ith s��ch othe�• wo�•k, Contractor slzall �tot er�cfanger �iny �vork of' others l�y cufting,
erc�v�tiE�g, or oNie�•wise altei•i�7g s�ich �vorl<; provic�ecl, howevec�, ��laf COI7tE'c�C�Oi' 111�1j� C41T ()I' �ICeI'
otl�ers' �vo►�k �vith thc ��ritten ec�nse��t c�f Ciry ���ld the others �vhose �vorlc will 1�e affeeted.
C. IFthe �xoper execution o�• rest�its of a��y �3art of Contt�aetor's Wa�•[c depe�lc�s L�pan wc�i•[c ��e�•fot•l1�ed
by otl�ers �i��der ihis Ac�ticle 7, Coiltr�ctor shall i�lspect stEch ather work �ii�d p�•oi���tly report to
City ii� �vritiilg a�ly delays, delects, or deficie�icies i�1 sucl� other wo�-k tl�at ►•encjc�• it ��iiavailable
or l���st�itat�le for the proper etecutio�l aE�d ►•es4�lts of Coi�tractc��•'s Worlc, Co►ltracto�•'s failuee to so
i•epo�•t �vill coilstitute an acceptailce �f st►cf� atilei• �vork �s fit a��cl �rc�per Fo�• inte��•�rtio�� �vitii
Cc�iitracro�•'s Work exce�t fo►� late�it defects i�1 tl�e r�vork �}z�ovided by otl�ers.
crrYor� ��o�z� �vo�rr��
ST�nun��z�co��sT�t,c'rio� srec��� [cttT�o� �ac�rNj[�;,t��rs
IZcvisia»: t;?,32112k
{l{172 00 - L
�En��t�,� co�p i� iar� s
P�ge 36 of G3
7.02 Coordinativl�
A. If City intends ro contract �viti� ot��e�•s for tl�e }�erfo�•���a�ice o[� otl�er worlc o�� tl�e P�•aject at tl�e
Site, the fo1lo��iG�� «ill be set fo�•tl1 in Su����ien�ei�t�ry Conditions:
i. the incfividt�al o�� entity rvho �a�ill f1av� autfiority and �'espor�sibility far coordi�iatio�� af the
aCLiVf�leS aE710I1�,T tI1B V�1'iD115 COI�tCaC�Ot'S 1VIil �� iC�et7t1�ECI;
2, tl�e specif�c �i�at#�rs to be covered by such at�tho�•iry ��nci respansibiliry �vill be ite�nized; anc�
3, t�1� eakeil� Of SLiC�1 &LIC�lOI'liy c�T7CI 1'�S�OI751%illtleS �vill be providecl.
B. Ui�less otl�er4v�se p�'o�Tided tCl f�l� SU�3]]1ei11�t3ia1'j� CO11C�1{IQI7S, City s��all l�ave autilority tor st►c!7
coo�•di►�atioi�.
ARTICLE S �- CZTY'S R�SPONSIBILITIES
S.O1 Coj�u�rujaiccrlio��s to Co�atractor•
EYcept as otl�errvis� p�•ovided in the S�t�ple�net�tary Condit�ons, City sl�all iss�ie all con�i��unications
ta Contractot�.
8.02 Ftt1���ish Drrin
Ciry shall ti►nely fi�rnisl� the data rec�uireci under th� Coi�tract Documents.
8.03 Pcry Wl�e1� Drre
City shall n���ke payments to Contracto�� i�l accorda�Ice �vitlz Article l4.
$.04 Lcr��ds at7d Ecrsellrerats; Repot�ts cr1�d Test.s
City's d��ties with respecl to providing la�ids �tatd ease�t�ents R�ld provic�ing ei�gia�eeri�lg s�u•veys to
establislz t•efecealce points �re set ford� in Paragraphs 4.01 ai�d �.�5. Pa�'a��►pla �.02 refers to Ci€y's
ic�er�tifyin� and �u�aking available to Contracta�- copies of reporks of e;�ploratioi�s anc� tes€s of subs��rface
COIlE�lilpllS �t3C� CIl'a\VII7�TS Of �I1�SiCc�I CQ11�li1bt7S 1'elc��it7� �O BtIS�tTIg SLII'�c�Ce Ot' SUi7SllE'f�iCe 8�1'UCtLiI'es c�t
Ol' COIIiI�UOLES to t11e Sitc that ha�re bee�� utilized by Ciry in ��repari��g kl�e Co��tract Doc�iments.
S.aS Clraj�ge Ordet•s
City shall execiEte Change Or�ders i�7 accorclance ��rith Parag�•aph 10.03.
S.Ob Iiaspectio��s, Test.r, a�ad Approv�rl.s
City's respoi�sibility �vith respect to certaii� inspeckio��s, tests, ailci a�pravafs is set fo�•t!� ii� Par'agra�h
13.03.
c�rY c��� r�ax r �vo€rrx
srn�van�zr�co�s�iii,c'r[o� Sf>��c�r�c��ric�� not�un,�errrs
rze���s��rl: �t23�zt
�o �2 ou - i
fi,�NERALCON�ITION 5
E'agc 37 of G3
8.07 Lintitafio��s oj� Ciry's Respo�asiUilities
A, Tlie City sll�ll ►1ot s�i���rvise, c{ii•ect, o�• l�ave coi�t�•ot or autliority ovei•, ��or be responsible for,
Ca��tracto�•'s ���ea��s, �i�etllocls, teck�i�iques, seq��e►�ces, ot• p�-ocedtit•cs ot� C011S�t'l1Cil0I1, oi• thc safety
p�•eca��tioi�s and �n•ogr��ns incicfe�lt the�•eta, o�• for any failui•e of Contr�ctor to cat�l��ly witll L���vs
aixl Reguiatia��s ap�lic�ble to the perfo�•�n�nce of the Wock. Ciry will not b� �-esponsible (o�•
Co�iti•actoi's failti�•c to perfarin tlle Work in acco��dai�ce w�ith tkie Coi�tract Doc��ments.
B, City �vill a�otify tl�e Co�lt�•actor ot' applicable safety pl�r�s pt►rs�iant to Pa�•a�n•�pI16.14.
8,08 Ujar�isclv.�•ecl HazcrJclorrs Er�virolar�te�ata! Col�clitro�a
City's �•espo��sibility ��vidl res��ect to at� unc�isclosed Hazt�trdot►s Envi�•oni�lei�t��l Ca��ditio�l is set fart(�
iE1 Parag�•apll4.Ob.
8.09 Compllcr��ce ivi!!a S�rfety P�'ogic���r
Wl�ile �t the Site, City's e�a�ployees �nd re�3rese��t�►tives sl�alt coi��ply witll the specitic applicable
reqE�ire���ents of Co�lt�•actoi•'s safety progca���s of �vhicl� City has been infor���ed pui•sua��t to
P�t•a�;raph 6. l4,
ARTICL� 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.Ot Cr17�',r P��vject tYlaj7cr�ej�
Ci�y �vill ��ro�ide o3�e or inore Pt�aject M�nager(s) dw�it�g tk�e co�istcuctioi� pe��iod. Tl�e d�ities and
�•es�ansibilities anc� the iin�it�tions of authoril�y of City's PE•oject Ma�a��ger d��E�ing coaistrt�ctio�� �re set
fo�•ti1 iil tile Coilt�•act Dac��t�iei�ts. The City's P►•oject Maz�agei• for tlzis Contract is idezitified ii� tlte
SLipple�l��ntary Co��diti�ils.
9.02 f�isils to Site
A. City's P�•oject Ma��ager will make visits to the Site at i��t�rvafs ��p�f•c�}�E•iate Cc� the va�•ious sta�;es
c�f ca��stt•�►cfion ��s City cfeem� n�cessa�•y in orcler to abscrve the prog�•ess that ��as bee�l n�ade �lI1CI
the q�iality of tl�e vai•ious aspects of' Coi�tracro►•'s executecl Work, Basec� on inFort��atio��
obtaineci d��ring s�ieh visits a�ld c�bscrvatinns, City's P�•c�ject Ma����gee rr�i[I cleteR•��iic�e, i�� gener�l, if
tl�e Work is �roceeding in accorda��ce �vith tltc Cai�tt•act DocE�me�lts. City's Project Ma��a�cr will
nc�t be �•ec�t�ired to t�-►ake exfiaustive o�� ca�ltirnEotis il�s�ections o�1 tl�e Site to cl�ec�C tl�e c�uality or
c�uat�tity ot tk�e WoY•1<. City's Project Man�gez•'s efi�ot•ts wilf bc direct�d to�va�•c3 providi►�g City a
gre<�ter cleg��ce ot� contidence tl�at the coit���leted Wo�•k ��ill ca��fo��m geile��ally to the Coi�t►�act
Dc�c�i►��ec�ts.
�3. City's F'roject Man��;er's uisits a�xl obsei•vatin►�s are sub�ect to a!i tl�e lii��itatio�ls c��i a�rtllority aild
responsibiliry i�� ti7e Cc���t��act Doct�i��ents inclucfii�g tllose set fo��tll ii� Para�r��pl�
8.07.
C3�t�Y OF FOit"C 11'OR�'1�6
5"I'�\N[JAIZDCD\Sl'ItUCTION SP(?CIP1C'r17'IUN I)OCUYI�.N'i'S
Itevisiu�i: 8?32{IZl
oi��zoa-i
GENERALCONDIiIOtJ S
Pr�;e 38 aC63
9.03 Azrthorized Va1•icrtio�7s rr7 War•Ic
City's Project Mana�er may at�thorize ininoc variatio��s in tlie Wo►•lc fi•om tiic reqili�•ements of tl�e
Co��tract Docun�enis which do not ir�volve an adjustme��t it� tlle Contract Price or the Cotttract Tiine
�nd are co�nnatible �vith the clesign co��cept of th� cot�lpleted Project as a fiinckianing wilole as
indicated by tlie Cont�•aet Documenrs. These may be accompli�lled by a Field O��c��r and will be
l�ii�ding on City and also an Coi�tractor, wlla s��all perfo�•�n tlle Work involved ��roi�lptly.
9.04 I�G'J�Ci111�T DefeCtlVL' WOl•Ic
City wilf ha��e at�tho��iry to reject Wo►�lc w��icl� City's Project M�i�a�;er believes to be defective, oc «ri�l
not produce a coi�apleted i'i•oject tl�at cai�far���s to kl�e CnEztract Doc��nje�3ts or that �vili ��i•ejudice tlle
i�iteg►•ity of the design concept af tlle coi�3pleted Project as a ft►nctioning wllale as indicated by the
Cnnt�•act Documents. City �vill ��ar�e a«t[lo�•ity to concluct special inspectio�� or testing of the Wo�•k as
p�•ovided 'an A�•ticle 13, �a�hetller oE• not tl�e Work is fabricated, i��stallccl, or completed.
9.05 DG'tel'IiTT]?C71lOi7S fDl' WO!•!r Pej; fn�•r�ted
Contractor �r�ill dcte�•�nine the actuaE c�uantities a��d classi�cations of Wark perfo►•�ned. City's Project
Manager �vill �•evie«� �vith Contracta�- tlZe prelimiiaary deteri�iinations on suel� i�aatters befo�•e �•e��deri��g
a written �•ecoa��mei�dation. City's �ti�ritten decisiai� �vil! be final (except as n�odi�ed to reflect changed
facit�al coi�dikrons ot• inore accurate data).
9.06 Decisro��s o�� Re�ltrirejr1e11ts nf Coj�tract Doctartents at7c1 Acceptcrbility of Worlc
A. City �v�li be the initial i��ter�retea• of tlle ►•eq�ii�•ei��e�lts of the Contr�ct Doc�����ea�ts and judge of the
acce��tability of the Work tl�ereuizdet•.
L�. City �vill re��der � writt�n decisioi� on any issue referreci.
C. City'S ��Ji'ICi8T1 C��C151011 QIl t[�e isst�e �•eferred wilf be [inai �nd bi�idi��g on t��e Cant��actar, s��bject
to the pravisions of Parag►•ap�� i0.06.
ARTICL� 10 — CHANGES IN T�� �'VORK; CLAIIVIS; �XTRA WORK
10.01 Arrtl�o��ized Claaj�ge.s• 117 tl�e Woilc
A. Witi�out in�alidating the Contract a��ci «�itlzout ►�otice to any su�•ety, City �nay, at a�1y time or f►•o�n
ti�ne ro ti�ne, o�•der Extra Wo�•lc. Upon notice af st►ch Ext�•a Work, Co�lt�•actar shall proi���tly
praceed witl� the Work ii�vaived r��IliCll �V1�1 �� ��1'�OE'111eE� llild�l' t�l� ap�lica6ie conditio�ls af the
Cont��act Docume��ks (cxcept as athe�•�vise specifically provided). Extra Wo�'k s11af1 be
►�le���orializeci t�y a Ct�a��ge Orde�• �vflic}� nzay or �alay not pi•ecede ai� ordei• of E�.t�•a �vo�'1c.
B. For inii�or cll�t�ges of VL�ark i�ot rec��x�ring char►ges to Co�3tcact Ti�i�e o�� Conti•act P�•ice, a F,'ield
Order �nay be issuec� by tl�e City.
CI'1'Y OP PORT It'Oli'Cki
S"I�AI�Dr11ti)CO\STItUC�I'lON Sf'ECLPICAI'l(}\ DOCUA�F��VTS
[Zevis'son: 82�2�21
t10 72 (l(i- I
GENERAL CONDITION S
3'age 39 oi� 63
� D.UZ U17Q1l1%9017ZG'C�Cj?C117�e.S 111 ��?G' wD!'%
Conti•actar sl�all �tot be entitled to a�� i►�c�'e�se in tlte Co��tract Pi•ice ar ati e�.tenston of tlie Cotltract
Ti�l�e lvitl� respect to at�y ���ork ��e��focEnec� Niat is i�ot req��ired E�y ihe Contcact DocE�ments as a3nend�d,
moditied, or suppiemented as provided in Paragraph 3.04, except in tf�e case of a�l en�ecgency as
pro�ided iil Parag�•apl� 6. l7.
10.03 E.��-ectrlio�� vfChcrnge Orde��.s
A. City ai�d Co��t��acto�• sl�all execute app�•op�•iate Chan�;� Orders covering;
1. ciianges iEi the Work wl3icli a�•e: (ij o��cief•ed by Ciry �i�csuatlt ro Pax•a�•aph 10.O1.A, (ii} requfred
because of accepta��ce of defective Wark f�nc�e�� Pa�•�►gr�ph 13.0$ or City's co�•i•�ctioi� of
c�efeetiv� Wa►•]c u�ldei• Para�•a�li 13.09, o�• (iii) ag�•eeci to by tl�e parties;
2. cl�a��ges i�a t��e Cantract �'rice oe Contract Ti�i�e �vhicl� are agreed Co �y t�le ��arties, including
a��y w�disputed sum ar amo�t�at of tin�e for Wot'k actually ��erfo�•nted.
I0.04 E.a•frcr War•Ic
A. Should � differei�ce a�-ise �s to wllat does o�• ctoes «ot co��stih►le EYtr� Work, c�r as to t(�e payn3e��t
thei•eo[; ai�d the City insists upc�ii its E�erforma��cc, tlle Cont��acto�• shall proceed �vith the �vo�•k afiei•
maki�lg written �-ec�iiest fo�• writte�� orders ��t�d sl�all kee�� acc�u•ate account af'tlle acti�a[ reason�ble
cast the►•eot. Co��h•act C�ililllS t'e�al'dlll� EXtI'� WOt'IC 5I1RII I7e ltl�iC{� �3Clt'SL1�3t1� t0 P�1'3g1'a��l IO.06.
�3. Tlie Contractor shall (uriiish the City such i�istallatio« i•eco�-cis oFall cEeviatio��s fi�o��� d�e origiilal
Contract Doc�Einents as m�iy be n�cessa�•y to e���i€�le tf�e City to pre���re for perma��ent record a
corrected set af �I�ns S11owi��� t(1� actual ii�stalf�tion.
C. Tl�e cot�l�e��satio�i a�,n•eeci upoil for �xtra Woi•k r��hether or ��ot i«itiateci by a Cliange C7rder sllall
be a fi�ll, co►7��lete a�id �Eial payment fo�• all costs Co►�tracto�• incuts as a��esuit oi• �•elatia�� to tl�e
cf�ange ar Extra �1Vark, wlletller said costs are la�own, unktlo�v��, foceseen or ui�fores�en at tllat
ti►ne, incluc{ii�g W11f70i1� �l[1]Ifc�ttdIl, a�ly costs for delay, ertendec� overl�ead, �•ipple o�� �►�l�act cost,
or any otl7er efFect on clrta��ged o�� ui�c��anged �vork ��s a result of t11e cllange oc Ert�-� Wo�•k,
�U.�� NO�l�ICtltl011 i0 .�11%G'ij�
Iftl�e �n•o�isioE�s of ai�y bo��ci req��ire i�otice to be �;iven to a surety ofa��y cl�a��ge affectiiig tl�e gene�•��l
scape of N1e Woz•k oi• the prc�vi�iaE�s of the Contract Doctm�ents (ineluciit�g, b�Et ��at li►�iitec� to,
Co�lt�•act Pi'ECe Ol' C011i['�iCt T11i1B�, tl�e givin� O� c�11y SLICII E1d�iC� W[I� I�� COI1CCi1CC01''S 1'85�]Ol7SIi}[�lty.
Tlle ainoLn�t of eacl� ap�licahle bn��d �vill be actjusted by tlie Co��tracto�• to �•e#lect the e�'fect ot' �iEry
sucli chai�gc,
crrYor ro�rr �vaitT[i
S"i'ANDAI2C)CU\STfi(1CC10N Si'(i['IFICA`C[€)\' D[)C'U4iGiVTS
[tevision: &232{121
00720�-1
GENERAL CANDiTfON 5
Pa,�e 40 01' 63
10.06 Ca�71rac1 Clcrijrr.s Pr•ocess
A. Crn� �S D�CIS1011 R2C�1l�1•ed: All Cont�•�et Clai►�is, except tllose Gvaived pursuant to Pacagra�l�
14.09, sl�ail be referred to C1�e City ior decisian. A c�ecisio�� by City sl�afi be �•equireci as a candition
precedent ko any exe�•cise by ContractoR• of any �'igl�ts or rcmedies lle ��ay otller�vise l��ive ��ndet•
the Contt•act Dact����ents or by La4vs and Regtil�itions in ��espect of st�ch Co�ltcact Claims.
B. tVotice:
1. Writtei� notiee stating the general ►�atiure of each Contract CEaiii� sl�ail be deli�7ered by t��e
Contractor to City �Io late�• than 15 days afte�� the sta�•t of the evea�t giving �•ise t1�e��eto. Tlla
�•esponsibility to st�bstantiat� � Cont����et Clai�n sllail ►•est witll ti�e pacty �naEci►�g tlae Coi�t�-act
Claim.
2. Notice of tl�e amo�int o�• extent of'tl�e Cont�•act Claim, r�lith suppo�•ling data shal[ be delivered
to the City on or bei'oce 45 days fro�n the start of the event givi�lg �-ise thereto (unless the City
allo��ls additioi�al tiu�e for Co��tractor ta subinit additioi�al oz• �nore acctn•ate data in st�p��art of
s��eh ContcacC Clai�i�).
3. A Cantract Cisiin for an ac�just���e��t in Contract PE•ice shall be prcpared in acco�•d��1c� wit11
tl�e pro�isions of Par��'aph 12.O1.
4. A Contract Clai��3 for an adj�astment ii1 Co�itract Time shall be pre�arec� it� accorc�a��ce �vitf�
tl�c provisions oiParagraph 12.02.
S. Eacl� Contr�ict Claii�l sllall be accompanied by Contractor's w�-itte�l staten�e��t tl�at tlie
adjti�stu�ent claim�d is ti�e e1�ti�•e adjustn�ent to �vhich tlie Contz•actar believes it is e��titled as a
result of said eve►�t.
6. Tl�e City shall s��b�nit ai�y response to tlie Cb1111'aCi01' �ErIIItITl 30 days after recei�t of the
claim��nt's last s�b�nittal (unless Co��tr�ct alla���s additional ti►ue).
C. Cit�r's �ctiala: City «�ill revie�� cach Co►it�•act Ciai�n ai�d, �vithin 30 days after recei��t o(' [he last
st►b�nittal of tl�e Coi�tracto�-, if ��ny, take oi�e of the following aciions in writing:
1. deny the Conti•aet Clai�n ii1 wl2nle or iE� p��a•t;
2. approve ti�e Contract Clai��i; o�•
3, notify tlie Co��tr�ctor tl�at tiie City is �mable ta �•csoive the Contract Clai��� if, in the City's
sole discretion, it �vould f�e ii�appropriate for tl�e City in cio so. Foz• pLE��pases of fi�rthe�•
resolutian of tl�e Cot�tr�icC Claii��, such notice sllall be deei��ed a clen�al.
crr•Yor� ��oirr �vo�z rE-�
s�r�N[�n�tnc�}��s�rRucT�o�� si��.c[H ic�a r�o� �ocu�tr:��rs
Re+�ision: R232D21
O(i 72 00 - t
GENERAL CONDITION S
I'aige d l c�f C3
D. City's �vi•itten �ctior� i���dcr Pa�•�gr�ph IO,O6,C �vill be ��ial and bii�di���;, t�iiless City o►•
Cotltractor it�volce tf�e c3ispute t�esol��tioii p�•aceclttr� set Fo�•tli ii� A�•tiele 16 �vithin 30 days of sucl�
action ot• deniai.
E. No Conteact Claim for arz adjustme��t in COi}(�•��t P1'1C� Oi` COilf1'�iCi Tllll� will be valid if not
sub���itted in aceo�•daiice �vitkl tl�is Aacagrapl� 10.0b.
ARTICLC 11 — COST O�+ THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY M�ASUREMCNT
1 l.01 Cost oJ�tl�e W�»�/c
A. Coa�ts Ij�clucled.• Tlie ter�a� Cost o� t11� Wo�•Ic �neans tlle stun of all costs, e�cept tliose excfu�ed in
Para�raph I 1.Ol.B, izec�ssarify i�lcur��ed a�1d p�id l�y Contracror in tlle �ropei• }�erforn�ance of the
Work. When tE�e value af' any Wa��lc covered by a Cflai�ge Oi•de�-, tlie costs to be reimbtEt•seci to
Ca��tt•actor 4vi1[ be o�ily tliose additio�l�1 0�� incren�ental costs ►�eq��irec( beca��se oftl�e cllai�g� in tkae
Work. S«cl� costs sll�ll ilot iiicl��de any oF the cc�sts ite�l�ized in Pai•a�;raph i I,OI.B, a�1d s��all
i�iclude but not bc litiiite�l to t��e fol[o«ing iteii�s:
Payt�ol[ costs for employeea i�1 tl�e direct em�loy of Co�att•actor in the pe�•forma�lce of Nle
Wo�-k uilde�• sclled����s of j�b c�assiEicatioils a�i•eed tfpon by City and Co��t��actoE•. S�tck�
�t�1�alc�yees sh�l1 inc3ude, �vithout li��litatioil, supe�•i�ltendenfs, fore��aei�, a�Id aNiei• perso��i�el
e�nployed full ti�lze oz� tlie Wot'fc. Pay�•oll cosCs for employees iiot employeci fiEll tin�� o�l tl�e
Worlc sl�all be apportionecf on t(�e E���sis of tl�eir tin�e s�c��c o�� the Worl<. Pay�•oIl costs shal!
it7C [ucle;
��. sal��•ies with a 55% mat•kup, ai•
b. s��laries ancf �vage� }�lt�s tlle cost ot� (i•inge benefits, �vl�ich sE�all include social security
coz�tril�utions, u��en��loy���ei�t, e;�cise, anci payt•all tnxes, �var�lcers' coc�l�e��satioi�, l�ealth
a��c� �•etiren�e��t bei�efits, bo�i�ases, sicic leave, vacatiotl aild Itoliclay ��ay applica6le tl�ereto.
Tlle ex��e��ses ot' perfot•�i�it��; Warlc OLlf51CI� of Re�ttl�►�� Wc�rkii�g I-�c�urs, Week�nd
Wc���king Ho��rs, or Iegal holidays, sha[I be iE�c[uclec3 it� tlle above to t11e exte��t aE�thorized
by C ity,
2. Cost of al! a��ate�•ials �li1C{ eC]IiEE}��l�llt �lil'i115I1GCI az�ct i►icorpor��ted i�� tl�e WoE•k, ii�cludi���; costs
of t�•ansportatiot� anc� storage tk�e�•eof, at�d Suppliers' fielc� sei•vices �•eq��ireci i�� cani�ection
tlieee�vit[l,
3, Rentals af all caa�struction eq��i��me��t �nd machi�lery, and the �3arts tl�e�•eof 4vl�eNler rentecf
fro��� Cantractor oj• otl�e��s in acco�'dauce ��iNl ret�tal ag►�eei��etlts a��p�•oved by City, a�1d tlze
COSiS pf fl'i1175�]Oi'��ltl4I7� [oadi�ig, ��nloading, asseinbly, c�isi�7a��tli��g, anci r�mov�l tl�ereof: All
SLiCI1 CO5t5 SI7�II �e l[1 �CCOL'CI�lI1C� Wlt�l f�le i�l'1115 O�` 5i11CI 2'e11��1I ���-ee�nents. Tl�e c��ltal aF a�ly
s�►cli equi����1�nt, ��lachinery, n�• �arts sllail cease �vllen tlae ��se tllereof is nc� lot�ger n�cess��y
for tl�e Wark.
CI"1`Y OI' F'OR'E' 157J[tTE-1
S'CANDAltI)CO\STRUCTIU\' SI'CCIE [C�IT10\' D(3CUMENI'S
Re��ision: 8232021
I)07200-I
GEN�f22AL CONDiTIOtJ S
P�sgca2aFC3
4. Pay�ne��ts made by Contcactor to Stil�contractors fot• Work perfar�ncd by Subcotltc�tctoa's. If
�•ec�uired by Cily, Contrackoa• shall obtai�i competiti�e bids ti-o��l subcontractors accepta[�le to
City a��d Corztractor and sliall deliver stEch bids to City, wl�o �vi11 tl�en deter�x�i�le, whicl� bicis,
if any, «rill be acceptable. If any st�[zcontr��ct p►•ovides tilat iize Subco��t��actor is ro be paici on
the basis of' Cast of tl�e Wo►•k plt�s a fee, tk�e Subcontractor's CoSt of tl�e Wark atld fe� shall
�e dete����li�l�d i�� tlle s�me n�ana�e�• �s Contr��ctor's Cost of the Work a��d fee as provided in
this Paragrapll I1.01.
5. Costs ol' special co��st�fta�its (ii�cl��c#ing but nnt limited to engineers, arcl�itects, testi��g
lat�o�•ato�•ies, sur�eyors, attorn�ys, ai�d acco�intants) eiiiplayed lor services specifically �•elated
to tl�e Worl<.
6. Sup�le�i�ental costs including the follo��ring:
a. Z'l�e proportion af uecessai•y tra�ispo��tation, t��avel, a��d sti�siste��ce eYp�nses of
Conh�actoz•'s ei��ptoyees inc�►�•red i►� ciiscllarge of duties conn�eted «�ith the Work.
b. Cost, includi��g t�•ansportatioil and ii�ainten�►nce, of all inaterials, s�zpplies, eq��ipme��t,
�l�achii�e�•y, appiiances, office, and te�nporar•y f�cifities at tlie Site, ��i�cl I�and tools not
o�v�ied by tfie �vorke�•s, �vl�ich a�•e consumed i�� tlle pe�•for�na��ee oi�the Work, and cost, less
ma��l<et value, of st�ch itei��s Lised but �ot co�istu��ed ��rhich re�T�ain tlie prope�•ty of
Conkractor.
c. Sales, co�lsu�ner, use, and otile�• si�nifar t�xes relat�d to tfie Work, and for «�iiicl�
Cor�t�•actor is liable nat cavered undei• Paragraph b.l l, as iii��osed by �,��vs ai�d
Regulations.
d. Deposits lost fo�• causes otl�e�• tlian ne�figence of Contractor, a��y St�bcontracto�•, or
a��yone directly or i��directly empioyed l�y any ot'them ot� fnr rvhase acts any o� them i���y
he liable, ancl royalty pay�nents a��d fees for pe�•i��its and iicenses.
e. Losses ar�d damages (ai�d related expenses) ca��sed by dan�age to th� WaR�I<, not
co�np�nsated by insura�ice or otize�•�vise, sustained by Contractor i�� co��nectian �<<itl� the
perfn�•mance of the Work, provided s�ich losses ai�d cla�na�es il��ve �•esulted fi•oin causes
other tl��n the negiigeElce of Contz•actor, a�ly Stibcontractar, or anyone directly or indirectly
emplayed by any of the�n o�• far �vi�ose acts any of tl�em �nay �e liable. SL►ch losses shail
i��cliidc settlemer►ts �a�ade �vitll the �rr�•ittei� consent and appra�+al of City. No s��cll losses,
dat7�ages, and expenses shall be i�lcl�ac�ec! in tl�e Cost of tllc Wo�•k far the pt��•pose of
deterini�ii��� Cc�ntractar's fee.
f Tlle cost of utilities, fi�el, a�1d sanit�iy flcilities at tlle Site.
g. Mi��or expet�ses sucl� as telcg►•ams, lor�g distance tele�ho�le calls, tele��l�one and
co�1�i�lui�icatian se�•vices at tl�e Site, ex���ess �e�ld cou�-ier services, ��id sic�lilar petty cash
Ii�11lS iEl CdIllleCtlRE1 �V1��1 t�7e �Ol'�{.
ClTY01� f�OIL�C 1V{)IZ'i'EI
S7'At�iDAltl�C'0\STRl�Ci10\ Sl'L'C[f [C,1T1{')\ t)(?CU\q€iN`E'S
lterision: R232(12€
ou �z ocE - i
GEi�ERAL G(3Np ITI01� S
E'age 43 of 63
�i. T�l� COSCS d��)i'BtIliU111S �O[' �1�� �]OI1C�5 7T1C{ t[1SLiI'c�t7Ce C011fl'�Ct01' f5 I'�C�Utt'eC� �y ��1� COIl�Cc1Ct
Dacui��e��ts to piircl�ase ���td �naintain,
B. Costs E�•cliicled: Tlie tec►1� Cost al'tl�e Worlc shall i�ot i�icl�ade �iily of the follativi�lg itec�ls:
�'ayroll costs �and atllee compensation of Cont�•actor's officers, exec��tives, priiicipals (of
partne�•sllips and solc propf•ieto�sliips), gene�•al ma��agers, safety inanagez�s, ei�gi�ieers,
aE•cllitecks, estimators, attor�leys, a�adito�•s, accounta��ts, pui•chasing liid contractiijg age�its,
e�pediters, ti�nelceepers, clerks, at�d other pez�so��iiel e�nploycd by Coiztracto►•, r�vlletlie�• at tlle
Site or in Contractor's �rincipal o�• brancl� oFfice lo�• �;encral adn�ii�istratio�l of the Work a►�d
r3ot s��ecifical[y i��cfud�d in the a�•eed �i�on schedule oF jab classifc�tions �•eferred to i��
Para�-apll 11.0I.A.1 or s�ecifcally CQVeI'�(I �]�/ Pc�C�l�i'c��7I1 11.O1.A.�, all ot' wllich are to be
coilside�•ed admi�listrative eosts covei•�d by tl�e Co�ltractoi•'s fee.
2. E;��enses ot Co«tc�►etor's principal a��d b�•a��ch oftices other tha�l Co�Itractor's of�ce at tlle
Sitc.
3, Any part aF Coi�ti•acto►•'s capital expenses, iE�eluclit�g ii�ke�•est o�l Co��tr��cto►�'s capit��l
e��lpfoyed for tlle Worlc a�icl chai•�es agai��st Coniractor For ci�linc�t�e��t �3aymet�ts.
4. Costs due to tl�e ��egiige�Ice of Coi�tracto�•, �illjr Sll�3C011ft'�1CtOi'� at• atiyone direct[y ar inctirectly
eiilpEoyecl by �Ily p�` tll�lll OI' fOT' 1VI105� �iCtS a��y of thei�� n�ay be [i�bEe, incEucfing but i�ot.
limiteci to, tl�e cocr�ct�o�� af ciefcctive Work, dispas<il of n�ateri�ls o�- equi����ent wro�igiy
s��pp[ied, <and i���►kii�g �ooc� a►�y dan�a�;e to property.
5. Otliei• ovet•lie�d o�• general eYpe�lse costs of a��y ki�ld,
C. Cf�iatrcrelor'.S• Fee: Wlien �Il tl�e Woi•k is ��erfor�ilecl oa� tllc basis of cost-pl��s, Co�1ti•aetoi•'s �e�
sllall be dete�•�t�i«cd �s set fortl� in the Agrce�l�ent. WE1ei� tlie v����e af a�ly Wark covered by a
Cl�a�lge Order fai• t��� acijust►��ent ii7 Co��tr•act P��ice is cleter��liileci o�� khe basis of Cost c�1' tize
Wo�•k, Contraetot''s fee sllall t�e cietei•mii�ed as set fc�rtll in Pa�•agr�i��l1 12,0(.C.
D. Docr�l��er�tatro�a: Wf�e��evei� che Cost of the Wa��k %r ��iy �fir��ose is to be cicter�nineci pt�rstE�nt to
P�r•a�;�'aphs I 1.Ol.A ai�d I(,01.B, Contractor wEll establisl� and �t�aii�t�in �•eco�•c�s the�•eoF iit
��ccordance witll generally ��ceEptec� zccounting practices and s��Uinit in a torm acceptable to City
aii itemiCed cost brealcdo�vn to�ethei• �vitl� s���po�•ti�ig data.
11.02 Alln�vcr�7ces
A. Specrfied �111o►va�ace: it is L917CI�I'S(()QC� ��7�� COi7t1'�1C�01' �1�iS i��cl�icled i�� th� Contract Price all
�11�0'4V�it1C�S Sp t�ilt]l�(:� 1i1 f�le C011C1'�iCt DOCLlI11G11�S 711C{ Si1�i�l CiitkSe C�l� �Oi'�C so cove►�ed to �}C
pet•farmed 1oi• such sti�ns ai�t� by such persons o�� entities �s �nay !�e accept�ble ta City.
B. Pre-hid �il(o���cr��ce.s:
i. Coi�tractai•a�;�•eestllat:
crrYo�� rori•�� tvo�z rE�
sT�.atvnnrzr�co�s�Roc�rio� tie�cir•ic,�rro�� [�oc�N����f�s
�z���sst��,: s��?�
�o �2 00 - i
��tv�r�a,� coNo i�jo N s
P a�e ��l of 63
a. tl�e p�•e-bid allo�va�lces inclucle t��e cost ta Cont�•acto�• of matez•ial� aild equipi�ient ��eqtiiired
by tl�e allo�vanees to �e delivereci at tlle Site, and all a�3�licable taxes; �nd
b. Contractor's costs f'or i��zlo��cting ai�d l�andiii�g oil the Site, laba�•, installation, ovei•fiead,
profiit, ai�d otl�et• ex�ens�s conte�npl�ited for tii� pre-bid allo«ra��ces l�ave t�een incl«c{eci in
tl�e allawa��ces, at�d i�o cle�l�aizc� for �idtlitio�lal pay�nent on acco�znt of� any of tlle
toregoing will be �alid.
C. Cor�ti��ge�ac}�Allo►vcriace: Co�it�•actc�ragrees that a continge��cy alEo«�a��ce, if ai�y, is for tl�e sole �is�
of C,cy,
D. P�•ior to final �ay�l�ent, a�� appro�r'iate Cha��ge O�•dee ��vil! be issued to �•etlect actual at�iounks dtiEe
Contracto�• on accoLmt of Work cove�•ed by allorvances, ��nd the Coi�tract Price shall be
cor�•espondingiy adjListed.
11.03 Unit Price Work
A. Wliere t��e Car�tract Docuinents provide that all or pa�•t of the Work is to be Unit P�•ice Work,
initially the Cnntract Price �vill be deen�ed to incl��de for ail Ut�it Price Work a�� amount equal to
tl�e sum of` t11e unit price tor eacl�separately identifieci ite�n ofU��it P��ice Wark tin�es the esti�a�ated
qt�a��tity of each itein as indicated i�l the Agreemei�E.
B. The estiinated c�uai�tities c�f� itei��s of� Unit P�'ice Work ��re not guar�i�teed and a�•e so�efy fo�• tlle
purpose of com�arison of Bids and dete�•��lining an initial Contr�ct Price. Deterrni�lations of tile
actiial c�t�antities and classi�cations o� Unit Price Wot•k pet•fo�•�ned by Contracta�• �vili be nl�de by
City s�i6ject ta the provisioils of 1'a►-a�-aph 9.05.
C. Each ut�it price �vill be dee�l2ed to include an ail�ount conside�•ec! by Coi�tracta�• to be adec�tiate to
cover Co�1t�•actoc's overllead and p�•ofit for eacl� separately identifieci ite��l. Work described in tlle
COiltl'aCt DOCi1171�11C5, or r�asonably itlferi•ed as requi��ed for a fixi�ctionally co�npleie i►�stallation,
bt►t not idci�tified in the listing of unit price itei��s shali be conside�•ed incidental to t�nit p�•ice ��ork
listed ai�d tl�e eost of i�lc�dental �vork it�cl�sded as part of the t��lit pz•ice.
D. City z��ay make an adjt�st�a�ei�t in the Cont�•act �'�•ice in accordailce w�itl� �'ara�'aph 12.01 if:
l. the q�iai�tity of a►ry item of Unit Price Work perfo�•�ned !�y Contractor di�fers i�laterially a�id
si��ificantly f�•om tlle estim�ted quantity of sucl� ite�n i��dieated in the Agree��set�t; and
2. tt�ere is ilo correspondi�ig adj�ist�l�ent ��if11 res�ect to any other ite�t� of Wai•k.
E, I��ereased vr Decr�ecrsed Qucrl2lities: Tlle City reserves tlte rigllt to orcler E�t�'a Work it�
�ccordance �vitl� Paragra�zl� 10.01.
l. If the cha�lges in qt�antities or the �Iteratint3s do �Iot si�;��iiica�ltly cllai�ge the claa�•acter of
�vo�•k undei• tlie Coi�tr�ct Doc�n��ents, tl�e alte�•ec! ���o�•k �viil b� ��aicf for at tl�e Contract u��il
price.
C°1'C'YOI' €'CJIt"C \VOR7"1�[
STANDAIZ[]COVSTROCT[CiV' tiPi:Clf�{'ATIO\ DOCU�411:N7'S
lies�isiun: R232[121
(10 72110 - I
GENERAI.CO�IDITIONS
Pngc 4i uf G3
2. 1� i�le C�laEi�,e5 ill i�llat7iltE�S pt' ilEfeE'1t10I1S S{�111f[C�Il��y C�l�ll�e fl'i� cl�aracte�• of work, ��1e
Cantract �vill be a�ne��de�i 6y a Ch���lge OrcEe��.
3. I('�10 unit p�•ices exist, EI113 \VIII h� COI153C�e1'eCI EYCI'a WQI'�C �111EI t�le COI7�I'c�C� LVI�[ I7� c�illel]CieC{
by a Change O�•c1e�• i�l accorcfa��c� wit1� A�•ticic 12.
4. A si�nificai�t ck�ange iei the char�cte�• af �vork occurs �vhe�t:
a. tl�e cl�ai•actei• of�vor�C for ac�y Item as altereci diffe�•s iz�atei•ially in kiizd o�• nature fi•o��� tl�at
it1 tlle Ca��tt•act or
b. a Majo�• Item of`work varies by i��ore tl�an 25% fc�c�m t��e o��i�iil�l Coi�tract quai�kiCy.
5. Wlle►1 t��e qt�a�ltity af wo�•k to be doiie u�lder aily Maj�r Iten� of tk�e Cantract is more tl�an
125% of tl�e origi���tl c���antity st�tted i►1 the Cont►•�ct, then either party to tl�e Contract ��1ay
rec�uest ai� acij��stn�ent to tlle ���lit ���ice oii the ��ortion of tf�e 4vork tl�at is above l25%.
6. When tE3e c�t�atltity of t��o�'lc to be cione itndet' a�ry Majo�• ltcn� nl'tl�e Cont�•�ck is less than 75%
oF N1e o�-igin�l c�t►antity stated i�� tlie Coi�ti•act, tl�eii eitl�e�� ���•ty to lhe Co��t�•act i��ay request
�ii adj���t��let�t ro the ii�lit p��ice.
1 I.04 Plcr��s Qtrcrl�lit}j IYlc�crsrr�e�jrent
A. Plans c��iantities ��aay or n�ay �1ot �-epcesec�ttl�e e�caet c�ua�ltity c��wark perfo�-n�ed oc� ���aterial �i�oved,
k���ldlecl, o�• pl�►ced d�a��i�lg the eYecutio�i o� the Co��h�act, Tl�e est��iialed bid c��iaa�tities are
desig��atec� as iinal payment qt��iltities, tt��less reviseci by tl�e govcriiing Sectian ar t�lis A�-ticle.
B. If'ck�e quantiry measL��•ec� ��s at�tliileci ��ncle�• "p�•ice aiad Pay�t�cnt Prc�ced��res" vacies by n�oz•e than
25% (or as stipulatec� cmder "P�•ice a�ld �'ayt�lent Pcaced���•es" Io�• specific Iten�s) ii•ai�� tlle total
estim�ateci qti�at�tit.y for a�� iild�v�clt�al ltem arigi��ally sl�atvn i�i tf�e Cor�tract Docun�e��ts, an
adj�ist�nent �1�ay be ►aa�cle to tk�e c�uantity of authorizec� rvc�rk do�ie for payment p��rpases. The party
to tk�e Coilti•act i•ec��iesti►��; tlte adjustn�ent �vill p�•ovide Iield i��e�sut'eil�ents a��cl calct�latioils
sl�or�riElg klae �a�al c�tEantity fo�� �vhicl� pay�uent rviil be ���ade. Payi��e�It for reviseci c�uantity tivill be
made at NZe �t►lit ���'ice bid ror tl�at Ike�n, exce�t as pr�vided fo�• in Artic�e 10.
C. Wiien qt�antities �t�e t•evised l�y a cl�ac��;e in clesi�n a��p►•ovec� by tE�e City, by Clla«ge O�•dei•, or to
co►'rectat� error,or to correctanecrar on the pfa�ls, the ��Eat�s q��a�ltity ��ill I�e iilcreasec�ot• decre�sed
by tf3e �rnoui�t i��volved in tlle cl�a��ge, a�1d the 25% vt�t•ianee r��ill ap�ly ta the ileev plac�s q��a�ltity.
D. I� the total Coi�tract qua�lt�ty m��lliplied by tiae t�t�it price bid fo�� at� inc�ivid��al Ite�n is less than
$250 and the Iten� is t�ot arigia�ally a�lans q�Eantity tten�, tiien ti1� IteEi� t�1�y be ��aid as a plans
c�u��iltity ite��� if tl�e Ciry �»d Co��tr�ctor �gree i�� �vriting ta �ix tlie f�Er�al qua�itity as � plans c�i�a��tity.
c� rY or ro�t r�vc3rt�r� [
57'A3V€J�1,RI)C�\STRUC"i'10\ SPfCIFICr1TIUN DOCUN3EN1'S
ltc��isiuct: S?32[121
oo�zoo-t
GEIVERAL CONDITION S
Pcige 4C ai' 63
�. For callout «�o�•k or r�on-site specitic Co��h�acts, tl�e �lans c�t�a�itity �neasuret�ent rec�uirefnents a��e
not appiicable.
ARTICLE 12 — CHANGE Or CONTRACT PRIC�; CHANGE 4F CONTRACT T1NIC
12.0 i Clraa7ge of Co��lract P1�ice
A. The Contract Price �nay o►�ty be cilan�ed hy a Cl��nge Order.
B. Tl�e valt�e of any Work covececl by a Ch�ngc Order wi11 be dcter�nin�d as i'ailo«rs:
1. wllere tile Work ii�volved is covereci �y unit p�•ices containec� ii� tlle Cont�•act Doct�jl�ents, by
a�plicatio�� of s��ct� unit prices to tlle c�uantities of the iten�s ii�volved (subject to the p�•o��isians
of Para�•apl� 1 i.03}; nr
2. ���I�e�•e the Work involved is i�ot coverec� by unit p�•ices containeci i�� ti�e Contract Doc�i�nents,
by a�nutually a�•eecl lt�mp s�i�n oc uc�it price (which �nay i�lclude a�� a1lo���ance fo�� ove�•l�ead
and profit nok �aecessarily in acco�•dance ���ith Pai•agraph 12.O1.C.2}, anci shalf it�c�uc�e the cast
of any seco��►�ary iu��acts ti�at are fareseeable at the tii�3e of p►•icing t��e cost of Extra Wo�•k;
ot•
3, �vlYere the Wo�•k invnlved 15 I10� COV�E'2C� b}� 11f31� �)1'1Ge5 C011�c�fIleC� fEl ��1� COTI�PaCi D(iC11171�11t5
aixl agcee�nent to a lui��p suin or unit price is not reacl�ed u�ader Paragrapll 12.O1.B.2, on tlie
basis of the Cost of tlle Work {cieterini►led as provided in �'aragraph 1 I.01) plti�s a Cont��acto��'s
fee for overhead a��d p�-ofit (detern�iz�ed as provided in Paragraph L2.Ol.C},
C. Contrcretol•'s Fee: Tl�e Co►itcactor's additional �ee fo�• ove�•��ead and pro�t sl�all be dete�•��lined as
follo�vs:
l. a muhiaily �cceptable f�:ed fee; or
2, if a fi.ted fce is z�at agreed upan, tllen �i fee based on tll� follo�vin� perce�lcages of the various
partions of tlle Cost of tlie Wark:
a. for costs i��cun•eci �inder P�ragraphs 11.01.A.1, 1 i.O1.A.2, ancl 11.O1.A.3, tlze
Co��t�•aetor's additio�lal �'ee sllall be 15 �ercent e�ce�t for:
i) rer�tal fees for Contracto�'s own eqt�ipme�lt usii�g standard �•e��tal rates;
2) bonds anc[ i►Isu�•aiicc;
b. iar costs i�icu�•red unde�• Para�ra�li L 1.O1.A.4 �i��d f 1,01.A.S, ille Co►Itractar's fee shalf be
five �erce�tt (5%);
l) �vl�ere o��e or inore tiers ot subco��t�•acts are o�l tlie basis of Cost of tl�e Wark ��lt�s �
(ee artd �io fi�ed fee is agrcec� ��pon, �l�e intet�t af Paragraphs 12.O1.C.2.a a�xi
12.O1.C.2.b is tllat tl�e Siibco�itraeto�• �vilo actually pe�•Fo�•►�ls tl�e Worlc, at «�l�atever
cr��vc�r rtxz��� �vo�rr�{
srnr�€�Art��ca��s�Kuc�rio� sri,c�r�c��r�o� noc€�ti�t,���s
[tcvisiois: R23,2021
(307200-1
��N�FtAL CON� IT IOH S
Pa,�e d7 ul' G3
f[cl', �V1II be ��fC� a�ee O� LS �ei'CEIlt Q�i�12 C�S�S tIlGitl'['eC� I�� SilCI7 SUbCOt1tC21Cf01' tlll(��I'
Par��graphs 11,01.A.1 �r�d 11.O1.A.2 a��d t11at aE1y hi�;(ter tier S�tbcoi�tractor and
Coi�tracinr �vill eacli be pa�d a fee of (iv� percei�t (5%) of t11e amo�it�t p�id ta the �lext
lawe�• tie�• SuE�co�iti•acto�•, ho�vever i�� ��o case shall tE1e cumt�lative total of fees ��aid l�e
in excess of 25%;
c, i�o fee sk�all be p7ayable oii t��e basis oF costs ite�nized ut�de�• I'aragra�hs l l.Ol,A.6, ���ld
11.O1.B;
d. the amo�i��t of ci•edit ta be alEowed by Coi�h�actor ro City for aily cl�a��ge wl�icli ��es�ilts i�i
a net decrease in cost will be t��e a�nou«t a['the act��al net dec�•ease ir� cast plus a ci�ductio►1
ii� Coi�tractor's Fee by an aii�oi�a�k ec�t�al io Five �ercetit (5"/0) ok'suci� ��et c�eerease,
I2.02 Clzcr�7ge o f�Co�7t�•crct Tir�re
A. Tkie Cont�•��ct Tin�e iiiay only be c.l�a►�ged by � Chai�ge Oi•ciE�•.
i3. No exteE�sioa� of d�e Coi�tract Ti�ale rvili be allowed fo�• ExtR•� Work or for claii7ied clelay u��lcss tk�e
Ext�•a Work co�lte���plated or clai�ned cfelay is sho4vii ro be on the critical ��atli of tE�c P�•oject
Sched��lc ar Cont��actat� can sE�o�v by Criticaf P��tl� Metl�od a�2�ilysis l�o�v tlie E�tra Work o�• clain�ed
de�say advet•sely affects tf�e critical path.
12.03 Delcr��s
A. Wl�ere Co��tractor is ��easoi�ably delayed in the ��erformai-�ce a�• coin��letion of �ny p�irt of tl�e
Work �vitk�i►� the Co�lti•act Ti►�le d��e ta delay E�eyond tl�e controf of Co►ltracioi•, tlle Contract Ti►ne
�nay be eYtei�ded i�i ai1 aii�o�ant equal to the ti�ne lost due to siich def�ay if a Co�it�•act Clain� is i��acie
tl�ee�for. De�ays beyond tl�e coc�trol of Cor�t��actor shall inclE�de, b��t i�ot be fiii�ited to, acts o►•
�1�glect by City, acts o�• �iegleet of t�tility owt�ers oi• athe�• cotltraeCo�•s per�orn�i��g otliet• wo��k as
co�lte�nplateci by Artic�e 7, Cires, t7oocfs, e}3icieii�ics, �ll3Elp1'111aI �Ve�ifilel' C011d]tEOT7S, or aets ot God.
SLEcli a�� adjustn�eilt sl�a[I be Cot�kractot''s sole a�id exci��sive t�e�nedy for tlle dclays desc�•ibed i��
tliis Paragi•a��l�.
B, IF Co�lt�•actor is delayed, City sli�l[ ��at b� iiable to Co�1t�•acto�� foc any claims, costs, Iosses, oi•
Cl�ll]13�,eS �li1CIUC{II1�T �UC t10� I11171tCC� to all fees a�ld cl�arges of e�lgi��eers, ai•clzitects, attorneys, aild
other professio�lals a�1d al1 COttl't Oi' �ll'I]lfP�iCIDII O!' O��lel' C�15�311�e resolutioi� cnsts) sListai�led by
Cot�tractor on ot• in coi��lection with any otf�e�• ��t�oject or antici��ted �7roject,
G Coe�tc�actor sl���ll not be entit9eci to a�� aclj�tst���e��t in Cont�•act Price or Ct���tract Time lo�� delays
�vithin il�e coi�trol of Co��tractar, Delays atiributab(e to a��d ��vitllin t1Ze cont�•ol of a Subcont�•acto�•
oi• Su��ficr shall be deen�ed to bE delays 4vit11i�� tlie co�it�•ol of Co�ltz•actor.
D. T�1� C011�l'c�C�OE' SIIaII L'�Ce1Ve 310 COtll�el�5�lt[011 f0!' {ieI��IS OE' IIIIlaC�lI1Ce5 t0 C�le WOI'I{, except �vllen
cii�•ect a►�cl u�ia�foidable eY�l'a COS� CO tlie C011tl'�Ci01' ES C�tLISeCI i}y �Il� �i1llltl'e Of CIl� CICy �O �i'OV1C��
ii�foi•matiou c�r ii�atecial, iF ��1y, w31ic11 is to be fiu•t�isllcd by tile City.
Cl"[�Y C)F POIt"€' �VOR�'1�[
S7�AN€7ARDC0\�STRI.lCTIO\ SNI�.CIFICrITIO\ f)�Cll�1EN"F'S
fte�°ision: R232(FZ(
oo�zt�o-i
GENEf�1L CONDITION S
Ps�ec �i8 of G3
ART�CLE 13 — T�STS AND 1NSP�CT�UNS; COKRECTION, RrNIOVAI, OR ACC�PTANCE OR
DEF�CTIVE WORK
13.01 Nvtice o f'Derects
Natice of ��il defecti�e Work of wliich Ciry has actual k��o�i�lecige �vill be given to Contractar.
Defective Wock �nay be rejected, co�•i•ected, or acce�ted as ��-ovideci in this Article 13.
13.02 �4cces.�� to it�ot•k
City, ii�depe�lde��t testing labor�to�•ies, and govcri�►nentaf agencies «'Iill jlll'1SC�ICti0I7&I interests will
11ave access to tt�e Site and tile Wo�-k at reasonable tii���s f'or tE1ei�• observation, inspection, and testic�g.
Contractor sh�ll provid� the�n proper and safe co��ditions fo�• s��ch access a��d advise tllem ot
Cont�•acto�•'s safery pracedures and �rogra�r►s so ihat th�y E��ay co�nply there«titli as applic�ble.
13.03 Tests ar7d Ij�spectio��s
A. Contractar sl�al! give City timely notice of readiness of the Work tar all required 'anspectio�ls,
t�sts, or approvals and shall coope�-ate �vitii inspectio�l and testing person�7el to facilifiate req�Eired
inspectians o�- tests.
B. If Contraci Documents, Laws o�• Regulations oi any public 6ody I�aving jur�sdiction i•ec�uu•e any
of tlle Wo�•k (or parl thereof) to b� ii�spected, test�d, ar appro��ed, Cont►•actar sl�ail assume fiill
respot�sibility for a�•�•aElging and obtaining such inde�e�ident inspectio��s, tests, �•etests ot• approvals,
pay alf costs in coi�nection d�erewitl�, and fur�7ish City the rec�uired certiizcates of iizspeetioc� or
ap�ro�al; exceptirag, ho�vever, khose fees specifically identified in the Suppie��e�ltary Conc�itions
or ai�y Te�as Departi��ent of Licens��i•e and Re���latio�l (TDLR) inspections, r��iiich sla�ll be paid as
described in tl7e Suppl�n�ea�ta�y CoElditio��s.
C. Cantractor shall be responsi�le fo�� arrangii�g anci obtaining and shall pay all costs irt co�ineetiot�
r�rith any it�spections, tests, ��e-t�sts, or �13p�•ovals t•equired fo�• City's acceptance af �l�ate[•ials a��
ent�iprrae��t ta �e i�lcorpo�•ated in tlie Wo��k; ar acceptance af inat��•ials, mix desi�zs, or equipi�iez�t
submitted fot• appro�ai prio►� to Ca�atr�ctoc's ptn•cliase tflereof for incarparation i�i the Wark.
Suc11 it�s��ections, tests, re-tests, o�• appt'ovals sl�alf be perforined by o►-ga�lizat�oils acceptable to
C ity.
D. City may arran�;e for d�e services of ai� i��de�e��dent testing labo�•atory ("Testing Lab") to
��erforil� any inspectioi�s or tests ("T�sting") fo�• any pnrt of tlze Work, as cfeter�nineci salc(y by
City.
1. C�ty r�vill coordinate st�ci� Testi�ig to tt�e ezte��t possibEe, witl� Coxitcacto�•;
2. Sl�ould any Testing �mder tl�is Sectior� f 3.03 D rest►lt in a"taiP', "did t3o� �ass" o�• ather
si�i�i�ar negative rest�lt, tflc Contractar sl�all L�e respa��sit�le fai• paying foi• �ny a��cf ai] retests.
Contractor's ca��cellation witllout cat�se of� City initiated Testing sl�al[ be dee��led a negativc
��esult a�ld rec�uire �i t•etest.
G'l�Y OF FE)R"C 11'C)RTI [
S'I'rlNi)n€tDCOV'S'I�kUCT[0\ Si'I?C[FLCr1I�CO\ DOC[JA4Ei�i"I'S
Revision: it23.+2021
0072UU-I
Cy�NERAL CONDITION S
I't�gc �19 0!� G3
3. Any a�i�o��i�ts o�ved ('o�• atly f•et�st �tnder tilis S�ctian 13.03 D sl-►all be p�id directly to tf�e
Testing Lab by Contractar. City will for�va��d all invoiccs fai• z•etests to Conki•acto��.
4. lf Caa�t�•actor f�iils to ��ay the Testing LaE�, City �vill not isst�e Final Pay���e�it until tl�e Testin�
Lab is paict.
E. If any Wa�•k (o�� the work of otlae�•s) that is to be i��spected, tested, or ap��-ov�d Es cavered by
Contcaetoi• tivitl�out wcittet� co��c���•r�nce of Ciry, Co�1t�•actor shafl, if �•eqtrested by City, ��i�covej•
sL�c11 Work for obse�•vatio�l.
F. UElco�ering Wo►•k as provid�d in Paragrapli 13.�3.0 sllall 6e at Coc�tractor's �xpe�lse.
G. Contracto�• shall have tl�e ri�;lit to m��ke a Co�ltract C[aim regarding a�1y cetest oc invoicc iss��ed
�itidei• Sectia�� 13.03 D.
I3.0� U�aco►Je�•r»g Wo�]r
A. If �111� WOI'�C 1� CdVCI'�CI CDll�f�l'jJ t0 f�le CUltfl'aCt DOC1tI17�E1fS 02' S�eCEf1C IE7Skt'llCt1011S by tE�e City, it
it�t�st, if �•eq�icsteci by City, be Eu�cov�red �or City's obse�•vatioEi ai1c� re�al�cec� at Co�ltr�ct��•'s
e�pense.
�3. If City co�lsiders it ��ecessa�•y or aclvisable th�t co�erecl Wark be obsec•ved 6y City o►� ii1s���cted o�•
testec� by atilers, Contractar, at City's req�iest, shall uncovei•, expose, o�• ot11e�•��ise �a�ake available
fo�• obser�atior�, inspectio�a, or testing as City n�ay �-eq��i►•e, tl�at portio�� �f tl�e Work i�i c��iestion,
furnisliing all necessary labor, ii��te�•i��l, and eq��i�ment.
It it is found tl�at tl�e tuicovered Wo�•lc is defective, Co��tr�cto�- sh�l1 ��y all claims, costs,
iosses, anci c�ama�;es {inclttdi�lg bi�t tlot li���ited to �ill Fees a�ld c11ar�;es of et��ineers, arcllitects,
att�e��cys, ancl atliei• professiat�ttls and all co���•t or othe�• ciisp�ite �•esol�ttio�l cosks) ar�sii�g c���t of
o�• relati���; ta s�fcl� t��icnverii�g, esposu�•e, obseR•vatiot�, it3spection, �nd testing, a�id of'
satisf�icto�•y replaceme��t or recoi�sti•uctio�l {ii�cltEdi�lg E�ut iiot [i���ited ta all costs of reE�aiG� or
1•e��l�tccment of �vori< of othei•s}; o�• City sl�al! be er�titled to acce�t defective Waz�l< in accordance
��ith P��t•���aph 13.08 in rv(licli case Contr�tcto�� sl�all still �e i•es��ot�sible for al! costs associated
with exposiE�g, obsei•viE�g, ac�cl t�sti�l� tl�e defective Wc���lc.
2. l� tlie u��cover-ed Work is not foiic�ci to be ct�fective, Co�itr��ctor sl�all be allo�ved �a� i►Ic�•ease
i�1 the Coc�tr�ct Price or a�� erte»sion oFtlie Cont�•actTii��e, or batil, directly attt•ibutal�le to sttch
uneovering, expost��•e, ot�sei•vatio�l, inspectio�i, testi�l�;, re��laceRi��nt, anc� recot�strttction.
13.05 Clt�� lYtcr}� Stvp tl�e Wr»Ic
If th� Work is defective, or Contr�ctot• fails ta supp(y s��fficie��t skilfeci worke�'s or sttitab�e matet'ials
o�• equipm�nt, or ['�i1�5 to perforin tl�e Wo�•k in sucl� il \Vc�}r til�1� ��1� C011ll]�e�eC{ VVOC� �V1II co�lform ta
t11e Co��tr�ct Docuii�e��ts, City i��ay orde►• Contcacto�' to stop tl�e Work, oE� aa�y ��ot•tio�1 thereof, tt�itil tk�e
caiEse fo�• such arder has bee�l eli�ni��ated; l�o��Tever, this rigl�t of Ciry to stop t(ie Work shall not give
rise to a��y c�uty on ik�e part ot' City to e;��rcise this rigl�t for tl�e bei�efit oF Co�ltractor, any
crrY or ��ort��� wo�z'r'r i
ST�1Nl)Al2DC()\�STRUCTIO\' SPE£']I [CA CI{)\' DQCl.IN1E�TS
Revisinn: 823!2021
c�o �2 an - �
GEIVERAL CONilITION 5
Pa�e 5fl of G3
S��bcontractor, a�1y S�ipplie�•, any otk�e�• i�ldivic�ual o�� e��tity, o►• a�iy surety far, a►� e�npinyee or a�e�1t of
ai�y af ttzen�.
f3.06 Cor�t•eciio�ao��Remc»�crlofDefectiveWo7k
A. Promptly ai'ter �•eceipt of �ir�•ittei� notice, Cont�•acto�- shall coi•rect all clefective Wor�c pt►�•���ant to
a�1 acce�3table �cl�edui�, wl�ether or l�ot fabricated, installed, or caii�pletecl, or, if tlie Wo�•k has been
rcjected f�y City, re�nove it fro��� the 1'roject and �•eplace it wit1� Wark tl�at is not defeetive.
Co��tracror shall pay �11 cl�iii�ls, costs, adcfitional testing, lass�s, and ciai��ages (including bti�t nat
Iimited to all fees and el�arges af engineers, architects, attorneys, a��d otl�er �rofessionais and all
cou�•t oi• a�•bit�•atian or otller dispute ��esol��tion COSIS� �1'151E3� OLI� O�� or ��clating to s��c1� co►-rectia��
oi• �•e��iaval {incl�iding b�zt ��ot iimited to al] costs of i•epaic o�• �•eplacen�ent of «�ark of �tlle�•s).
F�il�n•e to require the re�no�al of any defective Work shafi not constitute accept�nce ofs��ch Work.
B. Wl�en eorreccing deteeti��e Wo�•k iindet• the tel'[775 Rf f�1kS Parag�•ap(1 13.06 or Pa�•a��aph I3.07,
Co►�tt•acta�' shall take �Zo acCioi� th�t ��rould void or other�j��se i►npair City's special �varra�ty and
guarai�tee, if aE�y, o�� saic� Wo��k.
13.07 Coj��•ectial7 Pel�iocJ
A. If within t�vo (2} years after the date af Final Acceptat�ce (or st►cf� lon�ec period ofi time as ���ay be
p�•escribed by the te�-�1�s of any ��pplicable special guarantee �•eq��ired by the Contr�ct Docu�nents),
any Work is fa�ind to be cieiective, or if the �•e�ai�• of arzy da���ages to ti�e land or ar�as �nade
availabte far Cont�•actor's �ise by Ciry or pet•n�itt�d by La�vs and Regulatioi�s as conte��plated iz�
Paragr�pl� b.10.A is found to be defective, Contractor slaall proi���tly, witl�aut cast to City and in
accardai�ce with City's written inst�•uctians:
I. repair suciz defccti�e laud or areas; oc
2. c�rrect such d�fective Work; or
3. if tl�e defecti�e Wot•k has beerz rejeeted by City, remave it fi•o�n ti�e P�•oject a��d replace it
�vith Wo�•lc that is not d�fective, and
4. satisf�actorily correct oi• repai�� or remove and �•epl�ce any damage to othe�• Wo�•k, to tile �vork
of otltets or otl�ei• l�ii�d o�• a�•eas resulti�zg therefi•om.
B. I� CQil�i'aCfOi' C�d�S 130C �E'011`1p�iy compiy ���ith tl�e te��«ls of City's ���c•itte�l iristructions, or iei a�1
eznergei�cy �vhere delay �vou�ci cause seriot�s risk o# lass or damage, City i��ay have tl�e defective
Work correc�ed or repaireci ar m�iy l�ave the e�ejected Work re�7laved a�Id replaced. All claii��s,
casts, �osses, at�d dama�es (inci��ding but not litniteci to all fees a�id cf�arges of e�lginee��5,
arel�itects, attorneys, and otl�er prafessionals a��cf �11 court ar otl�e�• dispt�te resohition costs) arisi►ig
out of or reEating to sucll co�•��ectian o�• �•epair or sucil �-ei��oval and k•eplacen�ent (i�ici��ding bt�t �Zot
limited to all casts of`�•epaii• o�• replace�nei�t oi�vo��k of othe�•s) «�ill be paid by ContR�actor.
C,'17' Y Oi� i� 01Z�1� �VC)IZ"CH
5�f'ANDE\It[)C�\�STRUCTION SPI?CIFICATIO\ DOCEiN1ENT5
[ievisinn: �rLi2tl2l
oa �z �o - i
��N�Ra�car�airioNs
['�ige 51 c>I�C3
C. In s�ecial ciecue�lstane�s w1lec�e a partict�lar item of equi�me��t is pl��ced in conti�iuous seivice
�efore Fina! Acceptaf�ce of all tl�e Worlc, the correction period fo�• tl�at ite�n ►�Iay sta�•t to rtin €'t�o��l
an eaelier date if so �z•ovided in tlle Cat�teact Docuii�ents.
D. Wl�e�•e defective Work (ancl dai��a�e to otiler Wo�'k resultiilg thez'efi•otn) I�as bee��t correctec{ o►�
r�inaved ancl replaced tulder this Par�g�•apii 13.07, the cort•ection period here��t�der with �•espec€
to scicl� Wo�•k may be r�c�uirec� to be e�ctendeci for an additioi�al �eriod of o�ie year after the end of
tlie initial car•�•ection �3eriod. City sl�all provide 30 days writken notice t� Contz�actar sk�o�tld s�icl�
adc�itional r��ar�•a�lty eovei•age !�e rec�uirec�. Conteacto�• �nay dispute this rec�uireine►�t by fili���; a
Co�1t�•�ct Clai��1, pt�rs��a�at to Par��gra}�il 10.06,
I;. C�R1if�Ct01''S O�]lI�&Ct0I15 ue�cler this �'ara�r•aph 13,a7 are in �iciditio�� to any other ob(igation or
�varraz�ty. The ��rovisio�as of tl�is Para�;c•aph 13.07 sl�ap ►�ot be consti•��ed as � s��bstitute for, oi• a
waivei• of, ll�e pi•ovisions aFa►ly appficable sttit�rte oi' limitatic��l o�• �•epose,
13.08 Accep�crrace orDef'ective Waf•Ir
If, instead of requirii�g cor�•ectioi� or reanoval and ��ep��cemenE of delective Wark, City p�•efers ro
acce�3t it, City il�ay do so. Ca�ltt•�ctor sllall ����y afl cl�ims, costs, losses, ai�d etai�lages (incl��di�lg bt�t
�1at li�nited to al) Fees and chac�es of e��gineErs, ���•cElitects, attor��eys, a��d othef� professioilals and all
cou�•t o�• otlzer dispute r�sol��tion costs} attcil���t�blc to City's eva[uatio�� of a��d d�te��i��i►���tia�l to accept
stEch defective Wo�•lc a��d for the din�i►�isf�ed valt�e of tE�e Wark to the e�tent E�ot otl�er�vise paid by
Contr�Yctor. [�'any such acce�tance occt�rs �rio�• to Final Acceptance, �r Chan�;e O►�c�ee �vill be iss�ied
incorporatiilg the R�ecessa�y �•evisioz�s iEi tf�e Contract Doct�ments rvith respect to tl�e Woi�k, a�1d City
shall be cntitlec� to an ap�ro�riate cleceease i�i tl�e Cantt•act Friee, reflecting tk�e di���iniskted value of
Work sa accepted.
13.09 Crty May Co�v�ectD�f'ective Wo1•Ic
A, Ii' Contractor fails witlii�l � t�easa��ablc ti�l�e after �vcitten �totice f�•am City to cot•�•ect cle�ective
Wo►•k, or to i•e►tlave anci replace rcjectecl Work as requiR•ed by City i�� accardance with P�►t'agra��f�
I3.OG.A, ar if Co��tracror faifs to pe�•Fo►•m the Woi•k i�� accat•c���ice ��itE� tl�e Co�it�•�ct Doc�imea�ts,
or it Contracto�• fails to com�ly ��itli airy otliei• p�•ovision of tl�e Co��tract Doc€i��le�lts, City m�y,
aFtei• seven {7) c3ays �v�•itten ��otice to Cottkractot•, coi•►•ect, o�• retticdy a��y st�ch deticie�tcy.
B. ��� exec•cisi��g tl�e rights ai�d ��et�leciies u�ldei• this P�iragra��l� I3.09, City shall proceed
�\(Je{�ICIOLISIy. I11 COil[7eCCE011 �Vltfl SLiCI1C0['L'�C�IVe Ol' i'ell7eCiia� aCfl0�1� City n�ayexcl��de Cont�•actor
fi•om alf o�• }3a�•t of tlle Site, talce possess[an ol' al! o�• part ol' tlae Work and suspe��d Contraelc��•'s
secvices i•el�ted tliereto, �ncE incc��'po�•ate i�� tlie VVc�t•lc �ll tt�ate�•ials aiic� ec�tEip���eilt inco►�}�oeated ia�
tE�e Wark, stored at the Site or for �vhicl� City I�as �aid Contractor but wl�icii a�•e sto�•ed else��heee.
Cont���ctor sllall allo�v City, City's re��reseEltatives, agea�ts, co�Ist��tants, em�akoyees, a��d City's
otlier cai�tractot•s, access to tlle Sitc to e��able City to eYercise tl�e rigE�ts and i•e�n�dies �it�der tllis
Paz�agra��f�.
C. All clait��s, eosts, losses, and c�an�ages (i�lclE�ding but «ot li���ited to �II fees a►Id cllarges oF
e���ineers, at•cllikects, attorneys, anci otl�er p�•ofessio�ials a��d ail colirt or otk�e�- dis��ute resol«tio��
crry or ro�z�r �voR�•E i
S'I�ANDARi�C0�5TIZiiC'I�IUY SPGCfl� fCrlTlEl� [3{}CUME�!"['S
�Ztl'IS1011: ii23/�z�
0672QU-I
��s�ERw� coNo�T�or� s
I'age 52 ot' 63
costs) incurred o�• sustaineci by City iG� ere�•cisi«g tile cights and re�neciies under th�s �'aragr�pil
13.Q9 r�ill be cliarged against Co��tractor, �nd a Cllan�e �rder «�ill !�c issued i��corpor�ti�ig tl�e
necessary�•evisini�s in tl�e Contract Docu�n�nts �vith r�spect to the Wai'k; a�ld City sl�all be e��titled
to an appropi•iate decrease in the Coiitract Price.
D. Contractor sl�all nat be allo�ved ar� eYtei�siot� af the Co�atcact Time beca��se at a�1y delay in tl�e
��erforii�ance o1' the Worfc attributable to t11e exercise af Ciry's rigtlts ai�ci r•en�edies �ander this
P�ragrapfi i3.09.
AItTICLC 14 — PAYN1 �NTS TO CONTRACTOR AND COMPL�TiON
14.01 Schedirleof [jaltres
Tlle Scl�edule of Vaff�es fo�- l�►m� sum co�ih•acts cstabiisf�ed as pro�ided in Pai•a��ap112.07 will serve
as tlte basas fo�• pro�•ess paymei�ts and will be incorpo�•�ted into a%r�1� of Application far Pay�i�ent
aeceptable to City. Progress p�ymei�ts on acenunt of Unit Price Work r�iii be based on t��e ►�umbec of
t�nits completed.
14.02 Progl•ess Pa}�merats
�. Appliccrtio»s fo1• Pcry»te��1s:
l. Contracto�• is responsi�le foi• p�•oviding all info�•mation as rec��ii�•ed to �econ�e a ve�Ic�or of tlle
C ity.
2. At l�ast 20 days befo�•e t11e date establislied i�l the General Reqt►irenlents fo�• each pro�-ess
pay�nent, Contracto�• sh�ll sul�init to City 1ar re�vie�v an A�pficatio�� for Pay�nent �Iled out at7c!
signed by Cot�tractor cove��ing tl�e Woi�k completed as of tl�e date of tl�e Application ai�d
accoan�anied by s�ich supparting docuij�e�ltation as is req��i►•ed by tlie Contract Docui��ents.
3. If payi��ent is rec��iested on the basis oi �naterials and ec�uipi�3e�1t n�t ineo�•porateci in the V4�ork
but cielive�•ed and suitably stored at tlle Site or at anatfler kocation a�;ceed lo i�l writing, the
Applic�tiot� 1or Pay�ne��t sl�alf also t�e c�CC0171]?7171eC� �y a bilf of sale, invaice, or other
documentatio�i warranting tliat City l�as received the ��aterials and equip�i�ent fi�ee a�zd cle�r of
alk Liens a��d evicience that tl�e materials and equipRnent a�-e cove�-�cf by app��o�3riate insurance
oi• otlle�• a�•rangeme�lts to p�•otect City's ii�te�•est tl�erein, all of �vl�ich i��ust be satisfactory to
C ity.
�. Begit�ning ��Titll the secoi�d Application for Payc�l�izt, each Applieation silail i�1cl��de aa� affc3avit
of Contractor stati��g that pre��io��s progress paym�i�is receiv�d on accot�nt of t1�e Work have
been appl'sed on account to disek�a►'ge Conta•�ctor's ���;itimate abligatioi�s c�5SOC1RCeC� \V1��1 ]]i'i�E'
Applications foi• Payme��t.
S. The �z�lot�nt oC ret�i►ia�e �vitk� respect to �R�ogress payments �vili be as de�cri�ed ii�
sl�bsection C. t��lless otl�ec•«�ise stipulated it� tl�e Co�1Ei•aet Doct��l�e�Its.
CIT'YOP E�OIZ'I' 1VOEt'�fl
S'lr\N[)ARDCO\51�1ZUCT10\' SP[:C'11 SCA"Ci(3\' I)OCUIv11:N�[�5
Revisio��: R232021
UO 72 ISO - I
GENERAL CONRfTION S
Page 53 oi'(3
L3. Re►�ie�>>ofApplrcativ»s:
1. City �vill, after ►�eceipt o(' c�ch Applicatio�i for Payi��e�it, eitller indicate i�l �vritii�g a
��ecoi�3me�ldatioEl ot' payi��ent oi• i•etur�l tl�e A��plicatiai� to Contractor indicating i•easons fo�•
1'���15f[lg �7�j�lll�tl�. IIl the ]atter c��se, COl1C1'3CtOE' i17�y make tf3e necess�ry co�•rectioias ai�d
resubit�it tllc Applicatio�i.
2. City's �zi•ocessing of any p�yi�zent �•ec��iestec! aRi a�l Applic�tioi� Fa�• PaymenC ���ill E�� based an
City's observations o�' t91e elecuted Wo��k, and o« City's revie�� of tl�e hlp��lication for Pay�n�nt
ancE the accot�l�anying d=�ta az�c� scl�edu�es, tiiat ro tk�e best ot' City's kr�o�viedge:
a. tl�e Wo�`k l��s pro�ressed to Nie poitlt i��dicatec�;
E�. ti�e c�uality ofthe Work is ge��e�•ally it� accorda�lce �vitl� tllc CoE�tract Doc�i�i�ents [st►bject
Co an eval��atio�l of tlle Woi•k as � fiuictio�lin�; «�hole priof� tc� or �i�oii Final Acce��ta�lce, the
►'est�lts oFany s��l�sec�«ent tests called for in the Contr�act Docu���ents, �► f7��al determi«atioz�
of quax�tities and classi�catioE�s f'o�• Work perforc��ecE ui�dez• �'a�•��i�a}�I� 9.05, a��d 'clllj� ON1�I'
c�u�li�catio��s st�ited i�l tf�e r�co��intetadatiat�).
3. Processing atry sucli pay�ne��t �vill i�ot tllereby be ciee�t�eci to have re}�rese��ted tf�at:
a, ii�spectio��s i��ade to cllcck tl�c g�yaliry or tl�e c�t�a��tity oF tl�e Wo�•k as it has been ��erloru�ed
hav� been e�ltaustivc, extei�cled t� eve�•y aspect c�f th� Woek i�1 pi•o�i•ess, or• i��valved
clet�ileci inspectio�ls aF tlie Wo►•k Ueyo��d tl�e respo�lsibilities s��ecifically �ssig�led ta City
in tlte Coiitract Doct�tl3ents; o�•
b. Cl�ere tn�iy nc�t be otiier z�iatte�•s or isst�es beC���een tl�e ��aeties tllat might enfitle Contracto�•
to be paic� acjditio�laliy by City ar �ntitle City to withhold p��yi��e�1t ta CoE�ti•��ctar; or
c. Coi�lractc}r l��s coi�3��lied �vitl� Laws �i�d Re�;��l�tions ��pplic��i�le ro Contractor's perfo►•I�la��cc
oF tlle Worlt.
4. City m�y refi�se lo pt•oc�ss tl�e �vhole or any ��art c�f any ��yment beca�►se of subsequently
discoveeed evide��ce o�• tl�e ��esults o1' subseqtEeE�t ins��ectio��s o�� tests, and revise c��• i•evolce
��ny such paynzent p�•eviausly n�ade, to sucl� extei�t as may be necessa�y ro protect City fi�om
�ass bec���tse:
a. tl�e Work is deiective ot• co�npleted Work has bee�a cfat�tageci �y tlie Co►�t�•acta�� oi•
st�bcont�•actors �•eq��iring correct[on o�• re}�I��cen�ent;
b. discrepaticies iil qu=iittities C011f�llll�{� 117 �)1'�VtpllS �1�7�iiC�t10E1S for ���yinent;
c, tilc Contract Pi•ice lias bee�� �•educed by Chaa�ge Orders;
d. Ciry has been �•ec��ii�•ed to cor►•ect clefcctive Wark o�� co►����lete Wo�•lc in ��ccordaizce 4vith
Para�;rapl� 13.09; oi•
C17'Y f)i' f�OR'[' 11'02`I'I [
S"CA�IllARDC{)��TRUCTIOV' SPECIi�ICA�i10V` llOCUVIE.I+lTS
�ZC�'I51011: R�����
0��2oo-i
GENERALCON�ITIONS
P�i�e 54 uC 63
e. City lias actual kt�o�vledge of the occurrence of any o(' tlze evei�ts ei���nierated in
Paragrapl� 15.02.A.
C. Retaii�age:
l. For caEat►•acts less t1�aRi $400,000 at t11e ti�1�e of executio��, �•etainage Shalf be tei� �ei•cei�t
{ 10%�.
2. Fo�• cai�tracts greater tl���� $�Od,000 at tiie ti�n� of execLEiion, i•etaii�a�e shall be �ve percent
{J��U�.
D. Lrqcricicrted Dcr»7crge.s. �or e�icl� calertdar clay thak any �vork sl�ail rei�ai�� unco�n�leted �Iter tl�e
ti�1�e specitied in tl�e Contrael Docu��let�ts, tl�e sun� per day s�ecified ii� the Agi•ee�ne�lt wiil 6e
assessed against the n�onies dt�e the Co►it�•actor, not as a penalty, but as dai��ages suftercci by tl�e
City.
E. Pay�rle��t: Coitkractor ���ill be paid puist�ant to t��e reqt�irements of tljis A��ticle 14 and payijlent
wi1! becoine due in accordance ��itil tl�e Cnnt�'act Doct����ents.
F. Recl�trctioia ir� Pcryr�tet�t:
1. City �n�y i•efiise ta �nake payment of the amount reqz�ested because:
a. Liei�s Ilave beei� �ilect ir� co►Znection �vitl� t�ie Wo�•k, cxcept wi�e��e Coi�tt•acto�• h�s deli��e�•ed
a speci�c bonc� satisfactory to Ciry to secuE•e the satisfactian and discllarge of st�c}� Liez�s;
b. tllere ai•e ather ite��ls entitling City to a set-c�ffag�rinst �11e ainount recaminei�ded; or
c. City has actual k�io���edge of the occu�•►-ence of any of thc events enu��lerated ul
Para�'aphs f 4.02.B.4.a tl�raugll 14.02.B.4.e or Par�►g�•apl� 15.02.A.
2. If City refiises to �n��ke paya�7ent nf tl�e aia�o��nt �•equested, City r��iil gi��e Cont�•actor wriEt�i�
natice stating the reasons far st�ch action and pay Contractor any amo�nt remai►�i�ig a�'ter
deduction of the �mat►��! so withh�id. City sllall pay Cantr�icto�• tl�e amatmt so �vitl�he�ci, or ai�y
adjust��lent thereto a���ed to by City and Cot�tr�ctor, ruhen Contr�tctor rei��edics the reaso►�s
tQY' SilC�l �1ClIDTi. �
14.03 C��r�11•actn��'s Warrcrl7t�r of Title
Contractor »rarrai�ts and g��a�•a��tees tllat title to ail Work, i��ate�-ials, and ec�L�ipi��ent covered by any
Application fo�• �'aymet�t, ���I�etlier it�corpo�'ated ii7 tl�e P�'oject oi' itot, will pass to City ��o late►• tlia�l tt�e
ti�71e of pay��zent fi�ee �i�d clear of �►ll �,iens.
cs�€�Y c�r roa�€� �vo�zT}r
S�I'AN�AItI��CO\S'FItElCT[0\ SP�:C'll�'4CAr10\� C)OCUNIEN"I'S
12e`�isiot�: R232021
0o rz «o - i
GENERAi. CONDITfON 5
I'age 55 oi'G3
14.04 Pc�i�ticr! Utilizatiara
A. P�•ior to Final Acceptance aF alE the Wo�•k, Ctty may use or occt�py �iny part of tk�e VlTork whicll
ht�s speci�cally beei� icfentiiied iii tlle ConE�•act Doc����lents, o�� whicli City detet•tnines constitr�tes
a se�a�•ately ff�►�ctiaraing and us�ble part of tl�e Worlc that ca�l be icsed fc��• its i��tet�cfed ��cu•pose
��iti�o��t sigiii�ca�lt inte�•fere�ice �vith Coi�tracro�•'s pe��far�l�ailce oFtk�e t•en�aii�deR• of t�le Work. City
at any ti�ne may notiFy Cont�•�ctor in ti�riti�l� ta �ermit City to ttse or occu�y �i�ly sucli p�rC of tl�e
Wo�•k �vhich Ci�y deter•�nines to �e ready for its iiitencled use, subject to tlte follo�viilg conditiae�s:
l. C�ntracto�• at ai�y tune i���y norify Ciiy in �vriting tl�at Contractor considet•s any st�c�� ��at-t oF
the Wa�•k ready for its inte��c�ecf use.
2. Witl�it� a z•easonablc tii��e �]ft�l' i10�ft1C3f[011 as ern��neratecl ii1 Pa�•���•a�h 14.OS.A. l, City a«ci
Co�ltracto�• sllall mak� a�� inspection c�F tl�at p�art oi' the Wo�•k to deteri��ine its status of
c�ia�pletic�n. It City does i�ot cor�sicier tl�at p��•t of t��e 1�o►�k to be suE�stanti�lly coinplete, City
wiil notify Coi�tractor in �v��itiilg givi�lg tile i•easa��s cherefor.
3. P�rtial Uti{izatio�� �vill �iot constit��te Fi�lal Acceptance by City.
1�4.05 Fi�aall�a.spectroi�
�1. Upon �vritten i�otice t't•on� Cant►•actor tf3at the et�tit•e Work is Substa��tial[y Complete in
accorda�lce ��ith rll� COIlCt'ilCt DOCLI171�11tS:
l. L�Vitl�in 10 days, City �vill sclleciu(e a Fin�l Ii�spectio�l �vitll Co��tractor.
2. City �vill ►�otiPy Co��tractor i�� v��ritir�g of all parlic�tlars i�1 �vhicll th�s ii�spection reveals tl�at
tl�e Wor(c is i��catt�plete o�• c[eFective ("PE�nch �aist Ite►�1s"). Coi�ti•acto►� sf�a(I i��3�z�ediately take
st�cf� meas��res as are necessaE•y to complete such Work oi• i•cmec�y sucf� dE�ciencies.
B. No tii��e c�large wi[1 E�e ��lacle ag�iE�st t(�e Cnntracto�� betwe��l saicf date of noti�cation to tl�e City
of Stibstantiai Completion attct tl7e d�tE of' Fiii�i Inspecti�n.
l. Shot�ld the City c�etei•�i�ine tf��t tl�e Worlc is not �•eady fo�- Fia�al Insp�etion, City rvill ��otify tlie
COI7tI'�1Ct0[' It� �Vi'litt7�T O�'t��e reaso�ls ai�cl Contract Ti��le wi[! resun�e.
2. Sllotitld tlie City co��c�ar that Su6stantiai CoE���letion 13as beei� aciiieved �vitl� tlie e�:ccptio�� af
a��y Puilch I�,ist Ite���s, Cot�tract Ti�ne 4vill resui��e f'o�• t11e dut�atioi� it taEces foc Co�itractoE• to
acl�ieve Fi���l Acce�tance.
14,Ob Fi»crl �ccepin�ace
Upo►1 con�pletioE� by Contracta�� to City's satisf�tcEio��, of aa�y additio�lal Wo�•Ic ide��titiecl i�� tl�e Final
Inspeetion, C�ty will isst�e to Coi�tt•actor a l�tter of Fi�lal Acce�3t�tnce.
C['I�Y()1� P()CZ"t' IVO[2'I-II
S'1'f11�lDARDCO\'S'fl�Ut'T[4\' SPECII�[�';ITIO\' C)0('t1�iEN'I�5
[tevision: R23.2fTZ€
�o�zoo-�
GENERAL CONi}ITION 5
i'nge 56 orC3
1.�.�� Fli1Cll PCl}�11f2i11
A. f`I�J�7IlCC1JI017,f01' PCl�}�r�7er�t:
l. Upon Fi��af Accepta�lce, and in the apinion of City, Contractor may ana�Ce an applicaiian for
�na! pay�nerlt follo�aring tlie �rocedu�•e for p�•o�ess ��ay►�ients ii� accorciance with tlie
Cont��act Doc�i��lcnts.
2. T11e fi��al �ppfication fo�• Paymcnt s��alf 6e aceon�panied {exce�t as p►•eviously delive�•ed) by:
a. all dacuillentation cafled for i�1 tiie Cc�ntract Docu�ne��ts, incltcding l�ut nat 1i�l�ited to tl�e
evicleilce of inst��•ance rec�ui�•ed I�y Pai-��•aph 5.03;
b. co►ase�lt of the sti�•ety, if az�y, to f-mal pay���ent;
c. a list of all pendi�lg or released D�ii��age Claiz��s against City tl�at Cocltractor believes a��
unsettled; and
ci. affidar�its af p�yments and eamp�ete aizd legally ei�fective ►-ele�ses o�• �iraiveis
{satisfacto��y ko City) of all Lien ►•igllts a�•isi�ag aut of o�• Liens (iled i►1 con�iection �vith tlle
Work.
B. Pcrj:i�te�7t Beco��tes Due:
i. Afte�� City's acce�ta��ce of tl�e Applicatio�� fo�• Paymex�t at�d accampanying docu�nentatioi�,
�•ec�uestecl by Co��t�•actor, less p�•e�ious payu�ents �nade and any su►n City is enkitled,
incfuc�it�g but not li��liteci to liquiclated damages, wifi beeon�e due and payable.
2, After all Damage Clainzs l�ave beei� resolved:
a. directly �y tl�e Cantx•actor o�•;
b. Contracta�• provides evide�lce tl���t the Daanage Claiin has been �-eported to Contractor's
i►�surance provider fo�• ��esolution.
3. T��c n�aking of t�� final �ayn�ent by ti�e City sl�ail �iat r•elieve the Co�itracto�- of any
guacantees ar other require�nents of tlie Cantract DocuE��ei�ks �Vi�icl� s}�ecificaiiy contint►e
tlzereatter.
14.08 Fincrl Cojn�letio�a Delcryed crntJ Ptrrtia( Ret�rijicrge Ilelease
A. if tinal completion of tile Work is si��ificantly d��ayed, a�1d if City so confi►'ms> City i��ay, upon
receipt of Coittt•actor's fii�al Applicatiotl fot• P�y�nent, �ind ��Titilot�t teru�inating tile Contract, make
p�y�nent of tlle b�tlat�ce ciue for tl�at po��tia�� af tl�e Wark fully cai��pleted a�aci accepted. If the
re�n�ii�iizg balance to be Ilefd by City fo�- Wo►•k t�ot fiilly coi��pleted or coa•rectec� is less tk�a�� tlie
retainage sti�t�lated i►i Pai•agrapl� 1�.02.C, anc( if bo►ids 11ave been i'��i-ni�l�ed as rec3uireci in
Paragra}�11 5.02, tl�e �vritten coaisei�t of tf�e st►rety to tl�e ��ayuze�at af the balance dEie for that
ca�rY oe E�o►z�r �voii���E��
S'CANDAFtDCO\�STRUCi10\' SPCCtI'lC�1T10\ DOCU,�€G�1�1'S
Re��ision: W232�21
0(172 (10 - I
GEN�RAL CON€31TION 5
I'aige 57 oC (3
po►�tion of tl�e Work f��lly compfeted ancl accepteci sl�all be s��b���itt�d b� Contr�eto�• to City witf�
the Application for• such �ayi�l�nt. Such payil�ent sl�all be �i�ade ui�der the teri��s �nd conditio��s
governing fnal p��y�l�ent, etcept fl�at it sha1E uot constih�te a w�iver af Coz�trac� Clain�s.
B. Pcrr•ticrl RetaijzcrgeRelease. I�oi• a Cor�t�•aet tl��it provid�s for a sepa�•�te vegetative establisllil�et�t
aild ���aintena�ice, a�ld test ai�d �erfar•���a�lce �er•iods fol�a�vin� tlle eoin�letioil of all c�ther
coi�st�•«ctio�l it� the Cniit�•act Docume�its far a[I Work locations, t��e City tilay z�elease a��ortian of'
tlae amot�nt retai��eci provided thak al( othet' work is con��leted �s detet•i��it�ed hy tl�e City. Liefore
tl�e release, all submitk�ls an� Ei►1al c���a��tities mt�st be completec� and acc�}�ted for all c�Cl�er work.
Ai1 ai��a�ic�t st�fticiei�t to e��s�i�•e Contract compliance tivilf be retaiE�ect.
14.0) Waiver of'Clarl�ts
Tlle accepta�ice of �nal }�ay►i�ent �vil[ constitute a release of t11e City fi�o�l� all clai�a�s o�� liabilities
u�lde�• tlie Contract fa►� a►ryt(iin�; do�le c�r fi�r�lisllecE p1' 1'Clc��lEl�; ta kl�e �vork t��ldcr tlie Contract
DOClltilEl7�S OI' �12iy �C� OI' Ii�g(eC� dt Cliy CeI3�eC� t0 OE' COIIIleCt�CI Wl��l fI1� CQllfl'i1Ct,
ARTICL� I 5— SUSPENSI4N Or WORK AND T�RMINAT[ON
I5.01 Crty ]4%lc{y St�s��ei�d Wo1•Ir
A. At any ti�i�e a�lc� witk�ot►t cause, Ciry m�ay slis�end tlie Worlc c��• a�1y �ortion tl�ereaf E�y 4v�•itten
r�atice ta Cotttractae anci 4vl�icl� may �ix tl�e clate o�l �vhicl� Work wilf be resumed. Cotatractor sl�all
resurne tlle Work a�1 tl�e d��te so fixed. Dut•it�g temporaiy sus�ensio« of tE�e Work eovered by t��ese
C011lt'tlCf DOClIllleIl�S, For any z•e��so�l, t11e City wil! 117�IC8 170 eXfl'�i �`s1�111e11t �p1' S�el11C�-h� fl[71� QF
COl38tt'LECfI0i1 eC]4IIE)t]leilt �lE�i�OC C�i18fi'LiCi1QY1 C['e�VS.
[3. Sho��ld tEle Co��tt'acto�• �tot be ab�e to complete a portioii of the t'roject due ta c��uses beyond the
coa�t��ol of and �vithot�t tlle ia�Elt oc t�egligei�ce of the Contractor, �IlC� SllOillCi it be deteri��u�eci i�y
t��utual co�ise�it of tf�e Cont►�lctot• and City t��at a saifitio�� to allaw co��stt•iictio�i to proceed is nol
�vailabf� wit(ai�l � i•easo►iable �}eriod of tiine, Coi�ti•acto�- ��lay reque5t a« eYtensioii in Contr�ct
TiRa�e, directly att�•ibutabke tc� ar�y s�ich st�s�e��sioti.
C. if it should becoi�ic neeessary to s��spe��ci tl�e Wc�rk tar ai� incleFi�iite �eriod, t�le Contraetc�r sl�all
sto►•e aIl c��=it�i•ials ic� si�cli a maiuler tllat they will nnt absti•uct or i«�pedc tl�e p�iblic �E�l�iecessac�ily
nar beco�ne da���s�ged in any �vay, and Ite shall take every precautia�l to prevent dan�a�e or
deterioratiaEa af tlle work perFo�•med; I1B S�i�II �i'OV�CIe SLllt�ii3l� C�E'1111�1�� �3�]OLII lI1G WOCk, anci e��ect
t�lll�]OI'�ll'� 5t1'UCl��il'eS 4V�1e1'� i1GCeSS�1i'j�.
�D. Co�ltractor may be i•eitali�ursed For the cast of a»ovii�g his c��ti���neiit oFF tlie jo� ��id retucnii�g tl�e
necessai•y eqttip�l�eE�t to tlle job �vl�e�l it is determi«ed by tl�e City tllat co�7st►�ti�ctioi� may be
�•es��med, S�ich reitilbt[rsetne�lt shall be based on actti►al cost to tlie Cc��it��actor of n�avi�lg tlie
eqt�ipmci�t a��cf iio �rc�fit wi11 be a11o4vect. Reii��bu�•se►�lent m�y i�ot be a[lowed if the equip��le��t is
n�oved to a��othe►• co�istruction project for the City.
crcvor i=o�z�r�vait�t�i�
S�TA�l[3ARDC0\S�fRL�L'TIO\ SPGC[FICAT[U\ IJOCIJ�fE�TS
Rcvision: R23/�f)?I
0072OD-i
GENERALCON�IT161�5
P�gc SS c�FG3
15.02 Crry �vlcry Terjari�acrte,fo�•Crrtrse
A. The occti���'ence ofa��y ane or �l�ore ot�the follor�7i►Ig e�ents by «1y of eaa���ple, but not of'li�nitation,
ii�ay justify ter�ninatioi� f'o�• c�use:
1. Co��tractoi•'s persistent failure ta ��e�•fo���n the Wo�•k iEi accordance ��ith the Cantt•act Doc��mei�ts
(ia�cludin�, but not 1i��lited to, fail�i►-e to s��ppiy suffciei�t skilleci �vorkers o�• st�itable ii�aterials
or equip�ne��t, failu�•e to �acillere to tlle P��oject Scl�eduie estabiisfzed tu�c�ei- Parag�•apl� 2.07 as
adj�.�sted fi•o�r� time ta ti���e purs��ant to Para�•apli 6.04, o�• I'aift�re to adhere ko tl�e City's
Btisiness Divet•sity Ei�te�•prise Ordinanc� #20020-12-20llestabfisheci unde�• Paragraph
6.Ob.D};
2. Contr�eto►•'s disregard oi� Laws oi• Regul�tiai�s of any public bocly liaving j��ri�diction;
3. Coi�tractor's �•epeated disregard of th� authority of City; or
4. Ca��tE•acto�•'s �rio9atio�� i�i any si►bstantiai way of ai�y p�'ovisions of tl�e Contract Docu���et�ts;
o�
S. Cantractor's failure to proi�iptly m��ice good any c�efect in n�ate�•ials or work�nansi�ip, or
defects of aizy natu�•e, tl�e eorrection af wl�ich l�as been c�irected in writiE�g by the C�ty; or
G. Substantial indication tl�at the Cont�•actar I�as �nade a�l tinat►tho��ized assign��lei�t of the
Contract or �iTi� flillt�5 due tl�e�•efi•o�i� for tl�e bencfil af any creditor or fo�• a«y oti�e�- ptE�•pose;
or
7. St�bstantial e�idet�ce tl�at the Contracto�� lzas becoz��e i�lsolvei�t or bai�ki'upt, o�• athe�'�vise
fi��anciafly t�nabie to cariy on the Wo��k sat�sfacto��ily; or
8. ConE�•acto�• cammences le�al action in a colirt of coi��petent j�i►•isdictio�� ag�tiilst the City.
B. If o��e or �71ore of tl�e ev��lts identitied il� Pa�•agra�h 15.02A. occur, City ��i11 p�•ovide r��ritten ��otice
to Cantractar anc� Surety to arr�nge a ca�iference «�ith Cont�•actor anci Surety to address
CdI1tCTC�01'f5 �c�IlLil'� to pe�•Iorm tl�e Warlc. Confe�•enee shafl be t�eld i�at later than 1S days, after
receipt af a�atice.
l, If tlze City, tlze Coi�teacto�-, a�3d the S��rety do �iot agz•ee ro allow tl�e Cont�'acto�• to p►-oceed to
��erforia� tlle COI75f1'I1Cti011 Co��tract, tl�� Ciry inay, to tl�e e�tent peE•mittecl by La�vs ai�d
Regulatians, decl�re a Co��tracto�• deFault a��d foi•mally tercni��ate tii� Co��tractoi•'s i�i�fat to
eo�7�plete the Contract. Co��tractor default shail ��ot be cleclai-ed earEi�r tllan 20 d�ys a#'tei• tl�e
Co��tracta�• aud S�irety ha�e t•eceivec{ ��otice of coi�lerence to acid�•ess Contracto��'s fail��re to
perforin the Work.
2. If Co��tractor's serviccs are ter�Tiinated, Sticety shall be obligatec� to take o�ei• ai�ci �erform ll�e
Wot•k. If S��rety cloes ��ot co�1��1�e��ce pe��forn�ance kl�ereof �v�tl�i►� 1 S consec�rtive calet�da�• clays
afke�• date of c�i� additioi�al w�•itte�l notic� c�ei��anclir�g St��•ety's performaa�ce of its
CiTY Ot' FOIt"i' �I'OR"1'I t
STEINDARBCO\�ST�tUCTIO\ SPtiC[i�[C�1T10\ i30C;i.1N1EA'�CS
lZcv i sion: 823.2(IZt
00 72 �D - I
G�N�RAL COND li 16N S
Pcsge 5�1 ul G3
obligations, t11en Ciry, ��vithoti�t ��►•ocess o�- actioii at I���v, ���ay take over ��iy pnrtian oF tlle
WorEc ai�c� co�����lete it as desci•ibed below.
a. If City co�npletes tl�e Warlt, City Enay exclude Cont��actor and SEu�ety fi�on� tE�� site a►1d
take possession oF the Wock, a��d all mai�riafs ai�d eq��i�n�eE�t i«cor�nrated into the Work
stored at the Site o►� fo�• which City I�as paid Ca��t�•actor or Si��•ety bt�t �vl�icE� are st�red
else�vl�ere, a�1d tinisk� tl�e Wo�•�C as City may deen� e�pedient.
3. Whetl�cr City o�• S�►i•ety co�l�pletes tile Work, Co�ltractol� shal[ not be e�ititleci to t•eceive any
fi�t•tliet• payn�ent tmtil the Wor•k is finished. It tlie e�t���id balatice of tl�e Cotitr�ct P�•ice exceeds
aIl clai���s, costs, ]osses a�1d da�a�ages s��stai��ed by City a��ising out ot or t•est�lting ti�o�7�
coil�pletita� the Wo��l<, sucl� excess �vi[I be �aid to Cantractor. If such clain�s, casts, losses and
daii�ages e�ceecEs��cl� ��n�aid balane�, Co��tractoi• silall p�ty tlie cliffcrei�ce to City. Sucl� claims,
costs, losses a�ld damages i��c���•�•ed by City wifl be ie�eorpc��•atcd in a Cl�ange O�•cler, providcd
tllat �vilen exereisin� at�y rig�lts ar ��e�nedies t�nder tliis Paea�•apl�, City shall t�ot be required ko
obt�ain the lo�vest price k'o�• the Work perfoi•ii�ec�.
4. Neitf�e�• City, �1or �ny of its res�ective co�lsultant5, agents, of�cers, directo�•s o�• eil�ployees
shall be ic� any way Iiab�e or accotmtable to Cnntractor or Sur�ty fo�• tl�e �i�etlloc� �y whicl� the
compfetion af' khe saicl Wo►�k, or any �ortio�l tliereof, iilay be accomplisl�eci oi• for tE�e p�•ice paicf
tlie�•efor.
S. Ciry, notrvithstanc�ii�g the metE�od t►s�cl i►7 co►i��leiing tlle Contract, sh�ll iiot farfeit tl�e rigllt
to ►�ecove�• d��t�7ages fi•oi�� Cant►•�cto�• oi• Su�•ety �c��• Coe�tractar's failure to tia��ely co���plete tiic
enti�-e Cant�•act. Contf•actor sh�l! not be entitled to any ciai��� on accaui�t of tl�e ►il�thoci t�sed
by City i�l cc��n}�letin�; the Contract.
6. Maitlte�����ce ot' thc Woz•k sha[i coiiti���ie to be Cat�ti•�ctoi•'s a►lcl S��rety's respo�lsibilities as
pro�icEed for i�� tiie 1�o�1ci req��i��ements ot tl�e Coi1t�•aet Dc�cuE�le��ts oi• ai�y s�ec�a[ gua��ai�tees
p��ovided Cor ��i�de�� tlze Contract Documeilts or any otk���- obli�;atio��s otl�er��ise p�•escribed by
law.
C. Notwitl�st�li1a11�� P�IE'��i'�l�]Ii5 �S.OZ.B, Co�iE�•acror's ser�ices �vill ��ot be te�•��lin�ted if Co►�tr�ctc�r
begins within sevet� c�ays oF i•eceipt of notice of i�1Ce�7t ta tet•�1�it�aEe ta cort�ect its failure to perfor�n
a�ld proceeds dilige�ltly to cui-e sucli fail��re witl�i�1 no mo�-e tl�aii 30 d�iys of' eeceipt of s�ici ilotice.
D. Wi�ere Cont��acta�•'s serviccs l�ave been so tera��inated i�y City, tl�e terminatian �vili not affcct any
rights or remedies af City agai�lst Co�lt�•actor tf�e�l existittg oi• �v��ich may tl�e�•cafter acci•�ae. Aiiy
�•ete»tio�� o�� �ay���ent af ���oneys due Cc���tractoi• by City will i�ot refetise Contt-ackot' from liability.
E. If and to the extent that Cantracto�• has ���•c��idec� a performai�ce 6onci �i��der t�ie ����ovisians af
Paca�rapl� 5,02, the te��minatioEi }�rocedu►•es of tllat bo��cl sl�all �1at s����e��sede tlie pi•ovisio�ls af tilis
Articie.
c� r Y or roti�r �vort'r� �
s�rnr�r�n[tpc��x5�raucria� SneciH'icn�rio� t�c�ct������t��rs
Ite��isio€t: RrZ3,2021
(iD 72 00 - 3
GE�fERAL CaN�iITION S
!'age GO of 63
L 5,03 Cityj May Te1•nril7ate For Cor�ve�aie�ace
A. City m�y, ��vitl}out cause i►nd �jrithat�t �rejudice ta at�y othe�- �'ight o�' reznedy of Ciky, termi�late khe
Contract. Any ter�7�i�iatior� shall be effectedby �r►aili►1g a notice of tl�e termii�atio�l to t�1e Contracto�-
specifying tlie extent to «<hich pe�•far�na��ce of Work under the eantract is ke�•�ni��ateci, a��ci tlle date
�ipon w�l�icfi st�cl� te�•�niE3atio►� beco�nes effective. R�ceipt of the noCice s��all be deemed
conclusively p�•esu�ned and established 4��I1en t��e �ette�• is ��laced in the United States Pastal Service
Mail by t��e City. Furtller, it sl�ai! be cieeined conclusively p�'esun�ec! ar�d established tl�at sucl�
te�•minaiion is �nad� w�itfi just eatise as tl�erei�l st�ted; ancl no p�'oof iE� any elai�n, cle���ancl or suit
shall be required of tl�e City i•egarding suctj dise�•etiona�y action.
13. Aftei• �•ecei�t af a notice of termin��tioi�, ai7d exce��t as atlzerwise c�ircctec[ by the City, the
Contr�cto�- shall:
l. Stop �vork ui�dcr tt�e Contractoi� the date and to tlie exte��t specified in the notice of'teri��ination;
2, place i7o further orders or subco�lt�•acts fo�' inaterials, se�•vices o�• facifities eYcept as �nay i�e
n�cessaiy tor coi��pletion of stici� �ai•tioi� af tlle Work ��i�c�er the Co�it�•act as �s �iot te��minated;
3. te�•�l�inate al[ orders ai�d subcoM�tracts to tile extent that they relate to the perfor���ance of t11e
Work ter�ninated by notice of terininatiai�;
�. t�•aiasfe�� titke to tlae City �r�d cleliver in tiie ���anrzer, at tl�e tiines, and to tk�e ��tent, if any,
di�•ectcd by tl�e City:
a. the faUricated o�• i�i�fabric�►ted parts, Woi•k in �rogress, co��lpleted Wo�•k, supplies and
othe�• �naterihl produced as a part of, or acc�uued in connectio�� ��Tith tf�e perforinance af,
tlle Wo�•k ier�ninated by tlie ��otice of tltie teril�ii�ation; c�Ii�
b. the eoEnpletec�, ar partially ca�npleted p{ans, drawings, info�-i��ation a�1d otller property
�vliick�, if tl�e Co�ltract 1�ad beet� coinpleted, rvot�ld f�ave b�ei� requi�•ed to be fin•nished to
the C�ty.
5. co�nplete pe��fo�•anar�ce of sucil Wai•I< as sl�all nal 11ave bee�1 ter�l�it�ated by tt�e notice of
tern�ination; and
b. tal<e such actio�� as may 1�e necessa�•y, oz• as tl�e City ►nay di�•ect, fo�• tl�� protection and
p�•es�rvatioi� of tl�e property relatcci to its contract �vhicl� is i�� thc }�OS5�5SEOT1 of the
Co��tractor a�1d iE� �vl�icl� tlle orvner k�as o�- rnay acc�ui►•e ti7e rest.
C. At a ti►71� ��ot fater tt�a�� 30 t�ays aftec tlle ker��linatioE� clate specified in the iiotice of teri�li�lation,
tl�e Conti•actor �nay s�ibi��it to tl�e City a list, certi�ed as to c�t�at�tit}� and c�t�ality, of any a�• all ite�ns
of te�•ini�lation inr�entory not p�•eviausly disposed of, excl��sive ot' itei�ls 11�e disposikioi� of wllicl�
l�as bcen dii-�cted or a�itilnrized Uy City.
c� ry c�r r�o�rr �vcxz�rE�
S`CANllARDC4)\S�'RIIC'1`lON S�'f:CIPIC'rl"fION []C�Ct7��11iiVT5
ao,�;s[on: Srz3rz02�
O!i 72 O[f - I
GENERAL CONn[TION S
Page C i of 63
D. Nat fatei• tk�ail 1S clays the�•catte►�,the City shall accept tit�e to stccEi itei��s �rovideci, th�t the list
sub�i�itked shafl be s��bject to veri�cation �� �I1� Cltj� Ll�]OIl E'�117pVill O� ��18 li�[I1S O[', iF the itenas are
stoi•ed, witl�i�l 45 days fi-at�� tlze ctate of' submissioi� of tl�e (ist, and ��ny �lec�ss�r•y adjustil���lts to
co�•i•ect tl�e list as submitt�ci, sl���ll be �7tar�e ��•ior to Final settleme�lt.
E. Not later tha�� 60 d�ys afte�� the notice oF terminatioi�, tlie Co�7fracto�• sh�ll s�i6iniC his teeminati��1
clai�ii to tl�e Ciry in tl�e loi•��1 anci �vitl� the certi�catic�il prescR•ibed by the City. U��l�ss at� extensioil
is macle in writii�� VVI�Illil SllC�l GO (�c7j� �7e1'EO[I I�y tll� COi1C1'�GCOI', anci grantecf by the City, a��y anc�
a!1 such ciain�s shall �e coi�ciusively dee�ned rv�ived.
F. In s��cl� case, Coi�ti•actoi• sl�all be paid Fai• (witho�Et duplicatio�� of aily itei��s):
1. completed a��cl accept�tbie Work exect►tect in accorda��ce tivitl� the Cc�ntract Doc�t���ents ��rio�-
ta the effeetive date af tei•�t�ii�atio�l, inelt�di�1� faii• anc� �•easo�lable su���s for• overheaci ancl ��•ofit oi�
SllCI1 WOI'�C;
2. expenses sustaii�ecl prior ta the et�tective ciate oF termination iE1 peR•%rming seevices ailci
fttrnishing laboc, tnaterials, or ecjuip�i�e��t �s requ�red by the Cont��act Docun�e��ks in co�ii�ection
�vith i�►�co���€3leted Wc�rlc, pl�as faii• and �•easoi�a�le s��ms for ove�•llead ��►�d pi•ofit oi� such e;����ilses;
a�ld
3. reasc�ilable e���e�lses directly att�•ib�itable to terc�li�lati��1.
G. In the eve�lt of tlie F��iluce c�F tE�e Contractc�r atuE City to agree upo�� th� �vl�ole at��ottnt lo be paitl
to the Cantractat� by i•eason of tl�e ter�T�inatian of tlle Wor•k, tlle City shalf deEei•►��i�le, oi� tlle b�asis
ofinfo�•�natio�l available to it, tlte antout�t, if any, ciuc to the Cantractoi• by re<�sonoi�tl�e te►•���iiiatio�l
and shall pay to the Conteactor tf�e amoli��ks det���n�i��eci. Co��tracto�• sliali t�ot be paid oit account
of loss of ar�ticipatec� ��i•afits or revenue o�• otl7ec• ecoiloc�lic loss a�•isi�ag o�rt of oi• �•est�lti�1� fi-oi��
st�e11 terll�i��atio��.
ARTICLC 15 --- DISPUTE RC50LUTION
I b.0 l Metl�ods a�ad Pracedtrj�es
A. Eitl�er City ot• Ca��tractoi• a��ay rec�uest ���ediatic»� af aa�y Cont�•act Cl��im submitted for a decisioii
ttndcr Pa�`agr��3f� 10.0� befo►�e sticl� decision beco���es fin�l aEic3 13ii1ding. Tlie rec���est to�� i��ecfi��tioE�
siiall �e stib��littcd ta tlie otk�er ��arty to tlae Contc•act. Timely subn�ission of' the i•ec�uest sl�ail stay
the effect of Pa►•a�;��aph (0.O6.E.
B. City a��d Contractor sl�all paeticipate in dze i���diaCion peocess iai good faitli. Tlie �roc�ss sk��kl be
co���mer�ced �vitl�in 60 c�ays of fili��g ot'tk�e request.
C. II'the Coz�traci C(��im is tzot reso(ved by tnediatioE�, City's actioil �uicler P�ra�t•aph 10.06.0 or a
deniai pt��•s��tii�t to P���•agrapk�s 10.Q6.C.3 or IO.O6.D sf���[I become fit�a] a��d bindit�g 30 cjays after
te�•���inatio�l of tlie mediaii�n iinless, �vithin that time �eriod, City or CoEzt�•acto�•:
E'ITY qf' E'OIZ'f 1V(JR"1'1 [
S`f'AiV])f1RDCf)\STRUC'f10\ SPE:CIf IGtT10\ DOCU�tEI�i"F'S
�ZL'1`ESI(}]7: ��Z�
oo�zt�a-�
GENERAL C�NDI7ION 5
1'nge G2 o1�G3
l. elccts i►� ���riting to invnke ai�y otiler dis�ti�tc i•esol��tioi� p�•ocess pi•ovided for in fl�e
S�.�pple�nentacy Co�ditio��s; oi•
2, agrees «ritl� the other party to �ubmit the Contract Claim ta anoiher ciis��ite resolution
�rocess;or
3. gives �vritte�l ��atice to the otile�• party ot tlze i►�t�r�t to st�b�nit tfic Contract Claini to a co��rt of
cai��petent jurisclictio��.
ARTICLE 17 -- NI ISC�LLANEOUS
17.Oi G1vit�gNorice
A. Whea�ever any p�•o�ision of C[�e Cat�tract Doct�mei�ts reqt�i�•es d�e giving ol' «�i•itten notiee, it will
be deemed to l�ave beei� validly gi�en if:
deliver�d iE� pe��sot� to tile individtial or to a mei��ber of tl�e fir�1� or to an of%cei• of the
COt�301'ai1011 �Ol' �VI101T1 I� 1S i1lieIlCle(�; or
2. deli�e��ed �at o�• sent by �•egisteE'ed o�• eertified mail, postage prepaid, to tlie last bL�si�less
adc1�•ess kno�vn to tlle give�� of tf�e notice.
B. Business address cilanges ��t�st be pro�nptly �nade ir� av�•iti«g to the otller party.
C. Wlleneve�• tl�e Contract Docu�Tients speeifies �i�ing izotice by elect�•onic ��1ea�1s such eleckranic
notice sl�all be deei7�eci sufficient ���au confiria�ation of reeei�t by tlie recei�Ji►1g party.
��].�� COi111711tC�11011 ()f7'l!?IG'S
Wl�en any perioci of ti���e is refe�•�-ed to in tl�e Cont�•act Docu►i�ents by clays, it «fill be co�np�ztecl to
eYcf��de t��e �rst anci i�lciude tl�e iast day of sucll perioc�. If tfle last day of aa�y sticl� period falls on a
Satt►�•ciay or Stinday or o�i a c�ay inade a legal Izoliday tl�e �leat Worki��g Day si�all becoii�e the lask day
of tl�e p�riod.
17.03 C�r»�trlcrtive RE�naeclles
Tlie cit►ties a��d obligations imposed by th�se General Conditions a��d tlle rigl�ts aild i•ei�3eclies avai(able
het•eunc�e�• to t11e pa�•ties l�ereta are ii� additian to, and a►-e i�nt to be cai�strued in any �v�yas a li�nitation
of, a��y ri�hts ai�d re�nedies �vailable ta ai�y or all of the►i� ��lt�ich ai•e otl�er«�ise impc�sed or �vailable
by Laws or Reg��lations, �y special �v�ri•anty or guarantee, or by otlier provisioa�s of tlle Contr�ict
Doc�aments. Tlte provEsioi�s of tl�is Paca�•aph �vilf �e as et'f'ective as if' repeated specifically i�� tlle
Co��tract Doctimeiits in coi��lectio�l rr�itll each partie�ilar dt�ty, obligation, cight, ai�d remeciy to �vl�icl�
ll�ey apply.
crr Y or �� o�rr tvo�z ri s
S'I'AN€)Aft[lCOVSTItUC'TIU\ SPiiCIF1Cr1"I'10\ fJOCUVIF;NT'S
R���isiu�§: R23.2(T2t
na �z oo - �
GENERAI� CON6ITION S
Pabe G3 of G3
17.04 Srr��vivnl �f'OGligc�finl7s
Ali cepi•ese��tatiaizs, i�lden��iificatio�is, �va�•�•�ii�ties, a��d gt�ar�i�ltees ii�ade i��, req�iired by, or give►� ii�
accordal�ce �vitl� tl�e Cc�ntract Docume��ts, as well as all co�iti�iuing obligations indicated iE1 tk�e
Co�lt�•act DaclE�t�e�ats, �vil! survive ti��al p��y�nent, cot�lpletion, and acceptance af tile Wark o��
tei•ii�i��ation oi• con��letio�7 oF tl�e Co��t�-act or termination of tf�e services of Contractar.
� �. �}5 j�l?C7C�117�.5
A�•ticle a�1d ��a�•a�•aph he�di�Igs are inserted to�• convenie��ce only a��d clo not constitute }�arts af the�e
GEne�•al Co�lditioi�s.
crrY or ro�z�r �v�3a�r���
S'C�1NDAitDC()\STIZU[:TIO\' SPCCf� fCt1Tl(}\ DO�UN[EN"I'S
Revision: 823�Lt721
U(i 73 00
SUPI'I_ENfT:NTAIZY C[3Al1]I"f[ONS
['age ] orG
SCCTION 00 73 UO
SUPPLEM�NTARY CONDITIONS
"["O
GENERAL CONDT".CTONS
Si�����lententa►y Co��ciiiioi►s
TEl�se Sttp�3len�ent��ry Co»ditions �nodify �ind si�pple�tle�Zt Section 00 72 00 - Getiera[ Conditinns, a��cl other
prc�visions o#'tl�e; CoEttract Doctmtents as itidic�tted b�,lcnv. Al! p►•ovisioa�s oFtile Gcner�l Conditians that are
enadified or s������lenzentecl eei�iai�� 'sn ti�ll fo�-ce ��nc� efiect as so n�oclified or supple�ne�iEed. Ali pravisioi�s
ot'the Ge»er�il CO[7(�ttI0i1S IVl�ich �re not so Enodiiiec[ or supplen�e►�ted ��eEnain in fiill foa-ce and eftecl.
Def ciecl Te�•ms
'T�he te�-ms used i�i tl�ese Supplementary Gonclilicros �vl�icl� a��e cle#ined i�a tlae Ge�ier�l� COtl(IltlE)il5 El��ve tl�e
n�e�ning assigtied tc� them in tl�e Ge��eral Co��ditions, unlcss specifically »oted herei��.
Nlot�ific�tio��s a�id St�4���Ieme��ts
"I"hc foi[o�v's���; aee inst►•uctio�is th�it modiFy or supplen��nt s��ecific par�tg�•aphs in tl��, Geiier�iE Conditio»s ���cE
ather Co�ii�•act Doc��iuents.
5C-1.D1, °`Defii�ec� Te�•���s„
Adct I�e#i�ti�ious:
A. BIM3G0 —Cit 's on-li�ie electronic c[oct��netit ana��a ei�lent and colla�oratio�i s sEen�
[3. Co�istEltacit — Freese �i�ul Nicl�ols Ii�c.• Gu �ta �tnd Associates Inc.
C. Siibstantial Coi����letion —'Clie_ciate �t �vl�ieli_11}e W�rk (or a st�eciilecl E}art tl�ereo111�as �»•c��ressc,c3
to tl�e oii�t n�ktere i�l tl�e o 3inio�t of tl�e Cit tl�e Work or a s�ec�tiecl �art llaereot is suCficientl
co��l lele in �Eccordance �vith the A�reeu�e»t �rid all Contract Docun3ents so ih��€ ilie Work o�- a
speeified p����t tlie�•eot�in.he �riiliz_ed lo��_tkle pu�-��oses_f:��r �vhicE� it is intenc�ecl, tii�al (�ne►•atic»� �,
Mainie�ls�ica Man►i�tls have bee�� a�roved F_, ui �me�lt 'iesti�t 7 aud Stariu � li�ts ��ee€i com leted
()E�eE•atio�� & M��inten�ince Siaff„t�,-�i�lin� Itas b�e�� compfeted a,Eld fie�d testi►ig 1�zs bee�t co»t��leiec(
and a»�-oveci. The te�-n�s "suhsiantia[I eon> >letc;" a��ct "sui�stantiall ec��t> >ieted" as �t>>lieci lo all
or �art of tlle Wc�rk refe�• lo Suhsta�ttial Com �letion,
SC-3.03[3.2, °LResc►h'1llg DiSCI'C�).t��cics"
['laa�s gover�i o�e�' Specificatians.
sc-�.a�a
�ase�nent li��lits showi� ou IEle E7ra���ing a�•e a}���ra:�iia�ate and �vere ��ro�rictccE to estai�lisii a b�sis t��r bic�c[in�;.
Upon receiving ihe kin�l easeE»cnts descri��tions, Gontractar si��ll co�tl��are tl�em to the lines sl�o�im on thc
Contract Dra�vii�gs,
SG�#.OtA.I., �iA���iIs�l�ility ol'L�;�cls"
"��h� follorviiig is �t Eist af know» outst�nding right-of=way, audlor ease�t�e�ils to be acqi�i�-ed, if ai�y as ot
Septen�her 20, 2021:
O�itstanding Riglit-Of-Way, ���[i/nr E�se�ttei�fs to �3e Acquire[1
crrY c�[� rt��t'� �voR�rl €
S'I'�1N�AE2ll CQNS'I ItUC"C[O� SPECCI''[CA7'Ip\I DOCUMEN"['S
Revised Ivfarch 9, 2{12{1
!{'csi.srde lYvler Ti•ccz!»reirt Pl�ii�! Nrrckiy� Gesre�•ralr�r.v
GT }' PliO.If'C'T ArUAII�EIt: III3�f 1!1
oa �3 ao
sur��3t.en�te�v�� F�izY co�[�r���aNs
r>:���: 2 �r r
I'ARCEL
NUMBGR
None
OWNI:R
��RGL� ���rr
OF I'OSSI?SSiON
Tl�e Contractar tinderstancls a�1d �gE�ees tlaat lhe dates iisted aUovc are estimates oElly, are not guarai�teed,
a��d do €1ot 6ind tl�e City.
If CoEltraetor eo3iside�-s tlte f"tnal ease�nents pravic�ed to cliff'er jnaleria(1}' fl"011i tlle Ce})1'CSeTlic�tlOE1S OIl t�le
Contract Dra�vi��gs, Cc7�tlt'aetoa� shall �vithi�Z five (5} Business Days anc� E7efore proccedit��; �vitll tl�e Work,
Etotify City iu n�riting �ssociatecl �vith the diiferi���; easeme��t fi��e locatiot�s.
SG4.alA.2, "A�►�aila�iiitl' af I�ai�ds"
Utilities or obsta•��ctions ta �e rema��ed, �cij�istec�, zncilo�• �•eloc�te[t
The followiEtg is list of utilities andlor obstructiosls tl�at have not been rei�lcrved, adjt�sted, and/or relocated
as of SepleEuber 20, 2021:
GXPECT�D
O WNER
O►�car
U'1'ILE�I'Y nND LOCATION
Undergrota��d Electric at Westside WTI'
TARG�."[' Dt�TE OF
ADIUST�iENT
Coarc�iElated By Co►ltracta►�
Prior to Constructio�t
"1'l�e Contraetor �uideE-stancis a�td �grees tliat tl�e dates listed above a��e esti�nntes only, ����e �-�ot guar�►lteed,
a�id do �lot binci the City.
SG�.42A., "S«bsu�•i��ce a�fd �'��ysienl Conc��tio�as"
�T"ite fc�llo�ving aE'e reports of e�plo�-ations a�id tests of subsurf�ce conciitians at tlte site af the Work:
A C'xeoteci�nicat t�1et��oranclei�i�: �Vestside 4Vater Tre�ttment Piant Generators, dated Septen��er 20, 2021,
p�•e�ared by F��eese ancl Niehols, i€le, a eonsultt3��t of tlae C:ity, provic3i�zg adctitian�( ii�form�ttioti o�i
lound�tion recom�neEld�tions f'or t3ze c:€ectrical bt�ilding �►��d ge��er�tor pads at tl�e project site.
Tl�e fol lo�ving are dra�vii�gs of ��hysical conditio��s in o�- �-e{ati��g to existi�zg surf�tce and s��i�surface
st�•uctures (e�ce��t Undergrout3cl Facililies} �vlficl� are at o►� co�ltsguo��s to the site of tl�e �Vork:
lliol re.
SC-d.06A., "H�z��•ciaus E�z��iroz�mei�i�l Co��clitioias at S4ie"
Tlte folla�ving are E•cports and dra���i�tgs of'existing hazarcjaus e�x�ri�'o���nenta! conditiot�s kno�vn to the Cily:
r1'orte.
SC-5.03A., "Ce��ti�c�tes oi' 1�►sn�•a��ce"
Tlie entities lisced �elo�rr a�-e "addition��l i�tsureds as tl�eir i��terest n�ay appear" i�lcludi�l� thci�• respective
officers, directo�-s, agetlts aucl e�i�pinyees.
(1) City
(2) Co�7st�liant: Freese aticE Nichols, Inc.; (�upt�► & Associates, I�ic.
(3) OtlleR�: iVoEie
CETY OI' PORT 1UORTII If esfside !1'uler Tt•e�rlrirct�l Plc��al Backar}� Generrrlar'.c
S"1'ANDARI� CONS'Clt€JC{�IO�I SYCC[PICA'l�IC1N f)OClJ41�TI"I�S CIT)'PRD.Il:'CTA'U,bfl3fiR: 103dlfl
Rc��ised \�[arch 9, 2(12�
UI) 73 O[3
SUI'1'LL.MEI�! i�Al2Y CONDI"['lONS
Page 3 ofG
SC-S.��A., "Coittracta�''s [nsur��ice"
Tl�e limits of liahility f'or the iilstt�•atice rec�iiired by I'<lr��grapl� GG5.04 sl��ll pro��idc tlte i'ollo�ving
co��eragc,s foc• not Ic:ss tlta�� tl�e foflo�viEig a��lounts ar gre�ter �vEiere ��ic��tirecf by la«rs and ��e�;etl�tions:
5.U4A. Worke�;s' Co�upensation, under F'�r�tgraplj GC-S.O�A.
Statt�tory limits
�ni�layer's liability
� ] 00,000 each �3ccident/occurrence
�]00,000 Disease - cach en�ployee
$SaU,000 Uisease - po[icy {imit
SC-S.D48,, ��Co��h•�ictor's Inst�z•;�c�ce"
5.4�I3. Co���me��ci�l Gea�er�l LiabiCity, under ['aragrapla GC-5.0�4[3. Co��iractor's Li��ility l��su��a►lce
ui�der Paragraph GC-5.O�B., �vhich shall be c�n �� per prc�jecl basis co�reri��g tl�e Co�itrt3etor �vitii
liltill[lilllll �il]lliS 61';
$1,000,(}RO e�c(� ncciu�rence
$2,000,000 �t�greg�ite lin�it
Tlie policy n�ust llave �►n endorsement (Ame��c[�nent —�1gg�-e�;ate Limits of Ii�surance) n��kiiag the
Ge»e��al Aggregate Li�uits aa�ply scparatefy to e�tclt,jc�l� site.
The Comsuerci�►I Ge�ie�-al Liabili3y [tis►irance ��olicics sh�lf provide "X", "C", a��d "U" cuverage's,
Veriticatio» of s�icl� ca�fer���e �nust l�e sEio�vn in the Rc;marks Article ot thc; Ce��titicate af Ii�surance.
SC 5.0�3C,, <`Conh•acto�•'s [��su�����ce"
5.04C. Automobilc Liabilily, u��der 1'��ragrapl� GG5.04C. Cor�tractor's I..iability i€ls��rance unc[ea•
1'aragra��il GG5.0�4C., ���liicE� shal[ k�e in an aEnount not less thai� the tollo���i���; il[]iOLiltiS:
( f) Ai�tontobile Liubility - a conune�•ci�t] bttsiiiess policy sl�ail p�•ovide cov�ra�;e ott "Any Auto",
det7ned as at�tc�s c��vned, hired ai�c! uo�3-o�vned.
� 1,(1�0,000 each accide�it on � combi��ecl singie lirnit basis. SpEii lii3iits are acce��table it� limifs are �t
least:
h250,D00 k3odily I»j�Ery �er ��ersocl /
$S�O,Q00 €3adily i3�jurY E}er accide�iE /
� 100,000 E'3•operiy Uai��t�be
SC-S.Q�4D., <°Co��tr�ctor's IE�st�r•:���ce"
No��e.
SC-6.04„ «Projcct Sched►tIc"
�'rojeci sclied�ile: sl�al[ be tiea• 3 for Ehe project.
5C-h.07., "Wage Rates"
The tbllo�i�i�t�; is ilie prcvailing �va�;e rate tt3ble(s} ��p�>lic��le ta tl�is prc�ject and is pro��ided iti tlte
Appe€ldi�es:
CITY Ol� 1�'OR`C �VOIZ'1'] [ !T'c.sl.+�ide INuler Ti�e«�uient f'lrnr� I3crcktrp3 Generruor.c
STANRr1A[7 CO1VS"IRUC'flpN SPI;C19�1('A'['iON UOCU�fHN'I'S CIT)'PRU<IECTf1'U,LIi3ER: 1(13�11l1
ftc��ised M[srch 9, 2[120
OU 73 OU
SUPP[.,I:Mf�NTARY C(3NDi'C[EINS
f'a�;e �4 af 6
CFW VeE-tical Wage Rate Table {2013)
t1 copy ol�tl�e t�tzle is also available by accessu�g tl�e City's �vel�site at:
htt s:lla s.fa�•hvo�•thtexas. ov/Pi•o'ectResoux•cesl
Yo« ean access the �le by tollo�vi►-�g tlie ciirectory path:
02-Cot�structiat� Docu�z►entslSpecificationslDi�00 � Gene�'al Conclitioizs
5C-6.09., "1'ern��its ���ci Utilities"
SG6.04A., "Co��tractor ot}taic�ed ��e►�mits a��d licenses„
Thc I'ollowing are knon�» permits and/c�r licenses s•cqt�i►•eci i�y tlle Contraet to be acc�uircd 6y tiie Contractor:
l. Builcling Pennii.
2. Gt'ac�i��g F'ermil.
3. Flanunai�le anc{ Con�bustible Liqui�is Co�ist��uction 1'ern►it
SC-6.�9B. "Cit3= oF�t�ined ��ern�ifs ��id tieenses"
Tkle folla�vin�; are; kno�v» permits and/or licenses ►'ec3ttired by tl�e Cantract to be acc�uired by tile City:
None
SC-6.Q9C. "OutstnuciiF�g �e�•mits and lieenses"
The folia«�it�g is a list t�f kno�v» outstandi3t�; per�»its �nd/nr licenses to be �€cc�uired, if any as af Octo6er• 20,
2021
Oi�fst���tling Yern�its aF�cllo�• Licenses to i3e Acc���ire[i
OWNER PERvfIT OR LIC�N5�' AND LOCATION
iVnile
Tr1RGET I]A`I'E
QF POSSL:SSIDN
SC-6.2i A., "Inde�n��ificatio��".
Ot� tl�e fi�•st se►ltr:nce of tiie paragra�h, adci tl�e follo�vit3g ��rords �f3er tl�e ���ord "e�u�7loyees"; "attrl iis
C'n�tsrrltatrt uud Cit}� Rept•eselatrrti��e".
SG6.21 �3., "Indem�tit"�cafio�t".
Ou tkie 1ic�sf sente��ce of the p�ra�;rapl3, add tl�c followi��g �vo�•ds at'ter tkie word "e►nployees,,; "r�rrd iIs
Corrsr�Ilartl rrrid Cits� Represe�at�rfive".
�C-7.�2.� ��CODL'Eliililf10Il"
Tlie i��dividuafs c�r c��tities listecl be(ow have eontraets �vitl� the City for tl�e ��ertor�t�anee of other �r�ork at
tl�e Site:
�1'oite.
Vent�or Sco}�e of W�}rk Coorcii�tafio�i Autltarit -
SC-8.01, "Ca�n��u�z�icntions to Co��tr�ctor"
No�re.
CI'CY {)F FO[tT WC3C2"Cf { 11 estsi�lc 1Paler Trecrtrue�t! Plrairl Liackup Generrilnrs
STA�IDAR[}Ct)NSTRUGT[ON SPEC[TICA'C1{?N UOCll,A4i,N'I'S CIT}'PItOJIsCTA`U,i�fL3ER: I113•li(3
Rcti�ised \7arch I, 202D
00'73 Ofl
SIJI'PLr�v1E;NTARY CO1V[]I7'IONS
F'uge 5 of 6
SC-9.01., "Cit,y's Fi•oject N[,���agei"
'I'lie City's Project Managcr for tltis Contract is Dati�rd To�j>jise�ul or his/k�er sticc�ssc�r ��►i►•suant to �vritta�i
nofi�cafia�� t't•oni fl�e Di�•eetor of W�tet� Deparin�ent,
The fal[nwing iir��l is a Constiltant €a itic City res�3onsi�le for the co�istruction management of this Praject:
Frcese and Nicllols, I»c,
SC-13A3C., i°Tests fln[l I��specti���ts"
rl'vue
SG14.1Q., °�S��bst�r�tial Co�����lefio,�"
Add tl�e follc3�vin Sectio�� as follo�vs:
14, I� St►bstanti�l Co�nple€ia��
A. Tlie I'ro'ect has ai�e; stEbstauti��l com �letion clate. The; �i�ork For cach �rt sl�al) be considerecl
subsla�ltiall coi�i letc a#te�• fii�a[ O �cE-atio�� 8c �Ytai�iten�►iice M��i�i�tls I�ave veea3 �► � rovecE
Fqui}���ie�it Tesling ���id Siartup has been cnanpiefed, (�per�tia�l & M�ii�tf�nance Sttii��'1rai�tin�Elas
l�een complctecl, and fielcl �3eric��n���i�ce testi�t�; has be�n.ec�Eupletec3 and �}��rc3ved.
B. Whe�i Contractor c�i�tiders ifle entire Wc��-k._sutticiecitfy comUlete, iii aceorcEance n�itl�..the Contract
Doceua�ei�ts �stid t1�is i1 ���ecn�e�tt st�c�t tl�at the Cit a�i� iin �le�neiit c�i� tise Ehe Wo�-k for its
it�tende f ��urE�ose, Cc�ntract�r„shall no[ifv tl�e City_in_writin� that the 1�Vor.k is suk�stSilllitllV
cc�n�plete and rec�uest thsit tEie C�ly �sstie � lette�' ot�S�ibsi�4,itfial Co�t��letio�f Cr,�nh•�tetor sl��ll at I�lc
saEue time st�b��lit la ilie Cilv an iilitial dr���Fl ut���cl� li4t €o be ct�muletecl or cora•ecl�d i�et'ore fin��l
_....._.
accept�nce.
C. Prom�tiy after Conti•actor's notificatiai� City a�td Co��lE-actor sElrtll �n�kc an inspeclic�n oFthe Wark
to dete�-r3ti�re tl�c s{attis ot�con� �leiion. It Cit cic}es not consider ilie W���k substautial( com �lete �
Git ���il� noti(� Cu��t�•�ctor i» �vritin ��ivin s the re�tsons ifier�fore.
D. ICCity considers the_Work st�,h„stanii�tllv co�����letc, C'itv wil] deliver to C�ntractor a letter of
Subst�»t�al Co��i��letion �vhicl� slr�ll ti� ihe datc of Subs(sintial Cot�7}�letioci TI�eC�e sh�Ell be
�ttachccl to tfie Letter c�f�SuE�st��iitial C���ipletion a list of"stc;i��s lo be cauz��letec[ �r eo��E-ected bef���-e
Fiti�tl Acce��t�3nce.
L;. At_tl�e ti�ne ol'recei��t oFlEte lettc:r c�f' Substa�i[i�il Co��1��l.etioi�, City and Coritracto�� ��filf co��fer
t_c �a� I'E�111� CitY's iEse or occai����Eicy of tlie Work follo�� �i�g_.St�l�stat�ti�sl Com��ltfirin. AI[ su�•etv anci
inst�r�ince shall rc��i��in i►i elfc:ct tuitil ��i��al Pa i�lent
F. At�e�• Subsi�ttitial Coi33 �letion the Cc�nteactor skiali ��•oan i] �e =in �vork cm the ���tc)t list of ifems
tc� E7e. co►nt�lctecl or corrected priar ,tc�_�'inal Acce��lancc; c�f [l�e 1'roject
G. IFl a>>ro ri��te cases Co�tl�•actor ma subEnil n�ontl�l A ��lic�tions tor Pa me��t toE• con� z{eted
����cl� list items, �olfo�viEl�,,the uro �ress �vmenl n�`ocec���res set fortl� I�e��ein.
SG16.fl1C.1, "Metl�ads FiIIEI I�1'OCC[�lli'CS"
��O11N
CI�i'Y O�' FOR7 11'ORTI E !!'esl.crde fPufe�• Ti�eal��aeiu PJrr�r1 L3urkrq� Ge�tei•ata•.r
S"1'AA#DAttf]CONS'fIZUCCEOAI SI'lCll'ICAT[O\ IIOCUA-IrNT'S CITI'1'ROJf�C'TA'C1,i113L'li: 103d10
Re��iseci Y[su�ch 9, 2020
il0 73 00
iND OF S�C"�'ZON
SUPPLEMEN"1'AitY CONDI�CIC3NS
Pabe 6 of G
Re�isian Log
�ATE NAM� SUMMARY OF CHANGE
1/22/2016 F. Griffi€� SG9.01., °City's Project Represenkative" wording chang�d to City's Projecf
Manager.
319I2024 [}.V. Magana S�-6'�7' Updated the [ink such ihat files can be accessed via the City's
website.
Ct3�Y UF FOKT l5i{)R'C[# fi'esl.ti�rrle lfiiler Trealrrie�N Plcui113rrckup Getrerrrto�:s
57'ANDARU CO�IS�ItUC7"10� SPECIFIE;A'I'10� DOCU�iFN7�S CITI'f'ROJEC7",1'U.i�fl3ER: f03�110
[te��iseci \9arch 9, 2�2�
DIVISI4N O1
GENERAL REQUIREMENTS
f31 11 OU - t
SLi\d1dARY (lf 1V(3RK
4'�gc 1 u1�3
s�cTloN ot �� ao
SUI��iARY 01� WORK
PART1- G�NERAL
1.1 SUNIi�tARY
A. Sectio►llnclEides:
1. S�t►��inaiy of Work ta �e perfoi�n�ed i�t accordance ���it13 tkle Contract Doc�in�ents
B. Deviatioais i►'oin tk�is City of �`ort Wartl� Staudarc{ Speciiicatio�t
i. Modified 1.2.A.i
2. Added 1.2.A.2
3, Moclified 1.4.B.1
4. Aclded 1.4.I3.2
5. Aciclec! 1.4.0 & 1.4.F
C. Related Specitication Sectiaus inckt�de, but a€�e �tot ��ecessarily limited to:
1. Di��isio►10 - Biddi�lg Reqttiremenis, COE1tY�iCt FOl'1t1S, and Concfitions ofthe Contract
2. Di�risios� 1- Ge��er�l Requirements
1.2 PR1C� AND PAYNI�NT PROC�DUR�S
A. �feasttc�eEi�ent a�tc{ Payu�eut
1. U��it Price - Work associatec� �vith tliis Item is conside�'ed subsidiary to tl�e ��at'it�us items
bid. No sepat'ate �ay�nei�t �vill be allo�trec� for t[�is Iteui.
2. Li���au Sti��� Price - Worlc associated «�ith tliis Ite��� is i�icl�uieci ii� tl�e tofal 1t�n�p sum
ru ;ce.
1,3 REI��REI�CES (NOT US��j
1.�t ADMINISTRATIVE R�QUIR�NIE�iTS
A. Work Co�e►•ed by Coittract Doct�me��ts
l. Work is to i��etucle fiunistling al! labor, m�te►•ials, and ec�uipjne��t, and perfar���ii�g all ���ark
necessa�y for th'ss canslruction project as detailed in tlle Dra�vii��s and S��ci�cations.
B. SuE�sidiary Wo��k
l. Uztit Priee I3ict - Any aiad all Wo��k s��ecifica(ly �ove►'ned by docun�entat'y a'equi�•e�ne��ts for
tiie project, such as conc�itio��s in�posec! by ik�e Dra�vi�igs o�• Co3ft►•act Docin�le»ts in �vttieh
no specific ite��1 for bid has beett pro�ridecl to�' in tl�e Proposal and the iEe�l� is �lot a t}r��ic�l
unit bi�i item incle�ded an tlie standard bid ite�ti list, tl�eu tkle item shall be coElsiclerecE as a
s��[�siciiary ite�tt of Wark, tlye cost af ���fticll sha{l �e i»ciuded itt tlie ��'ice i�id i�� tl�e
Pro��osa[ far vat�ious �id itei��s.
2. L�in�u Surn 1'��ice — Auv ��lcl all "�"Va��k s�eci�caliy_�o��erned 1�' (�OClilllilltal'Y
1'e{�lili'CIllelltS f6t' f�le 1a�'OjCCr, SIICIi flS COI1fLi�EOilS llli�)OSe[� i3Y_���C Dl'i1\YIIlgS ESI'
Co�itract Doc�►n�e��ts are i�icli�[le[I ii� tiie tot�l lu_�Yt s�nn rice �ici.
C. Esa�t�iitntio�� �f tlte Site
CITY OF PC31t`f �VUR'111 S7'�1\DNtt) C:Oil�STRUC 110\ 1Veslside IL'at�r'� reatn�e�it �'lant 13ackup Genee<itors
SPE:C[I'[Cr1�1�f0\ DC}CU\4G�'l�S—Nr1��lilt I'AC1L1Tl' PtZOJF.CI�SCt��Y PIiOJ1�CC\ll\113ER: 103�I1U
Rcvised �ecember 2D, 2012
o-i ����n-z
su�-i�r���z�� or �vott[c
��<,g� 2 of 3
1. Visii ti�e site to cotn ��•e tir3win s�u�ci s Seci�c�tia»s �vit�� .�n �vo�•lc in �lace �t��d
� ,,, ' s beiii� aei•fae�neti,, I';siil��t�c
_ . . , � �� �tite�° work, if a�►v�. �.
o serve �i sife �o�t[ �tion ��Ei�cl��di�„ ��'o�rt tl�e neeessitv oi',,f�i�'�tisl�i��g
to �► is�t tlie s�te sl�aIl itot i,. re�e tite Coni��ucto�',...
ntRfei•ials ai� �e►•in�•�a�in ►vork t•e �iired to cc�m �Iete �vo�•lc i�t accord�itice �vit�� tl�e
Co��f�•�ct D�ci��tlei�ts.
D. Use of P��ejnises
l. Coo�•din�te uses of pre��lises t�»cler d'n�ecti��� af the City.
2. Assun�e �iill �•esponsiE�iiity for protectio�t and safekeepi��g of ��taterials and ec�uip��lettt
sto►•ed on fhe Site.
3, Use �►id occ�i��y o��ly portions of tl�e pt�blic st�'eets anci alleys, ar other �ublic j�laces or
Oillel' 1'I�IliS-Of-1Vi3jr �S �)1'OV1C�eCI Fpl' 131 t�10 OC(Iitlil[lCeS p� t�1e C1Cj�, �S SEIO�l'[1 I11 CIi� COItiE'ilC�
Documents, o�� as �ti�y �ie s�ecifically atitlio�•ized in �s���itir3g by tl�e Gity.
a, A reaso��able a�no►i►lt of tools, mate�'ials, and equipi�ient %r const��ttctia�t }�t��•poses may
t�e staE'ec� in suci� space, t�ut no �no��e tl�ai� is necessary ta �voic� delay in Fkte
const�•uction o�eratio�ts.
l�. Elcavateci ai�d �vaste materials sl�all be stored in sucl� �� �vay as not to icitertere with fhe
t�se of spaees that �ti�y be designated to be leR fi•ee a�tc[ unobstructed �nd so as tiot to
ii�con�enience occu�3a��ts af ac[jlce»t ���'operty.
c. If the street is occupied by rail�'o�ci t�-acks, the 1�Vnr1c sl�all be ca►•ried o» itt sucEi ��lan��er
as ��ot to i�iterfere �vith llic operatio�� of the railroad.
l) A�I W�I'iC Sll�l�I I]0 lEl tiCCOCC�c�17C� 1\'till t'c�3ICO�EI 1'e{�UEI'eI1tB[1f5 S0� IOl"�I] I[l Dl1'ISk012 D
as «�ell �s the r�ilroad �zermit.
E. Work �vit(iiti Easen7et�ts
l. Do �ta1 entc►� �i��ott pri���ic pro]�erty for a��y pur�ose �vitl�out ha�ri�ig previc��isly obtainec�
��ermission fi•oi�t the mv��er of sucl3 p��operty.
2. Do nof sto�'e equi�me�lt or »iateci�tl on private ��•o�c��ty ���tless and t�util ll�e s�aecified
ap�roval af the ��•o�e��ty o��ri�e�� I�as been secttreci in �vriti��g by ti�e Co�tfraclor a�tcf � copy
fur��ished to the City.
3. Unless specifcally pro��ided otl�er�vise, clea�• �ll ri�l�ts-of-�vay or ease�j�e��ts of obstei�ctia��s
�vhicEi »tt�st be rei3�c�ved to i��ake possible p�•aE3ej- �»�osecution of tlte Work ��s �i pai�t of the
project ca�istr��ction operatio�zs.
4. P�'eserve and use e�rery p��ecaution to prevenf ci�ntage to, all trees, sk�r��i�be��y, pla�its, la�v�ts,
feitces, c��lveris, ct�rbing, a�td all otk�er ty��es of str��ct���•cs or iRn�rave�»ents, to all �v�ter,
senre�•, �titd gas ti»es, to ���1 co�lduits, ove��head po[e liites, or a��3urte�iances lite��eoF,
inclfiding the coi�strt�ctia�t oite���por��•y feElces a��d to all otlier ��uUlic or priv��te ��ro��erty
adj�cent lo t13e �o��k.
S. Npti#y tkte pro��e�• re���•esentsitives oFtl�e o�veie��s pt• occt�pants ot`tl�c ��t�i�lic or private lancls
of interest in lands �vhich ntigl�t be �ffected by the Work.
a, St�ch itolice sliall be m�c[e rit least 48 hours i�� adv�itce of Ihe begini�i�3�; oF tEie Work.
b. Notices shall be a}�plicable ta botli public attd pri��aie utility co�npatiies �i�d any
corpo�•atian, coEt3E�a�iy, inc�i�ic{t►al, a�• otfie��, eitlie�� as o����iers or occupants, ��lltase la�tc(
oi� i�tte��est in lanci mi�ht be �ffected by t�ie Wo�•k.
c. Be respo�isib[c �'or all d�m�ge ar injury ta �»•o�e��ty of any cl�aracter resulting fi•oiu any
aet, o�nissior�, ncgiect, oE• �i�iseo�td�tct i�� the ma�mer o►• tnelkiod or execution ot�tl�e
V4�o��k, or at ai�y time diEe to defeclive «<ork, it��►terial, or eq�iip��ie�}t.
CI'i'Y ()f� i�OIZT 1VE)k`1'E [ S"FA\DAf�[) C0�57'R[1C'I'10\ IVeslside 1V�uer'Creatuien[ Plant Backi€p CieFierats�rs
S€'EC«�C11T[0� I?CiClJldi:N'1 S—«'f1�ER 1�AC11,[TY YROJECI'SCl'CY I'itOJt?CT �lJ\IE31:R: L03dIU
ltc��ised Deceifiber 20. 2012
OL1100-3
SiJ,\9L1E1RY C3(' li'D[ZK
I'<igc 3 of 3
�, �' �I1C0
a. Resta►'e all fe»ces encoti►lte�'ecl ai�d rai�tovecl duriiig co��str�iction oftl�e Project ta the
original o�• a Gette►• tklaEi origina� co��clition.
b. E�•ect tempara�y fencicig in place of tl�e fencing ��e���oved ���ktet�ever tl�e �Vo►'k is Elot i��
progress and �vl�en tl�e site is �lac�ted overi�igl�t, a►idlor at all times to provic�e site
sec�irity.
c. Tlle cnst fo�� all fe��ce �vork �vithiu ease�ne��ts, i��cluding ren�o�al, teinporary clost��'es
and �•e�lace»�e�1t, slaall be subsidiary ta the various ite���s bid in tlie project proposal,
�ulless a�iicl item is specifically provided in tl�e p�'oposal.
F. Paz'tial O►v��e�' Occuuancy
l. Ti�e Cit reserves t}�c ri i�t to taice �asscssiai� a�itl itse a�t con� letet� ot• arti�ll
eo�i� ieted ortioi� of tl�e �Vo��k re arciiess of tlie time of carn letion of ti�e Wo�•k
�ziroviciin it tioes �iot i��terCere witlt tl�e Co�it�•acta�''s �vo�•k. St�ctt assessio�� or �ise of
tlae 1Vork st��ll �tot be co��strued as ��tal �cce ta��ce af tlae �►'o'ect or an �orfioi�
tl�ereof.
1.5 SUBMITTALS [NC}T US�DJ
l.b ACTION S�BMITTALSIIN�'OR�IATIONAi. SUBNIITTALS �NOT i1S�Dj
1.7 CLOSEOUT Sll13MITTALS [NOT US�D�
1.8 NIACNT�NANC� N1AT�RiAL 5UB1�i1TTALS (NOT USFDJ
1.9 QCJALITY ASSUItANC� (NOT US�I)]
1.10 D�L�VERY, STORAGE, AND HANDL[�IG [NOT USEDj
l.l l I+IELD �SIT�� CONDITIONS [N�T US�DJ
1.12 �VARRAN"�'Y [NOT US�D�
PART 2 - PItODI�CTS [NOT US�D�
PART 3 - �X�CUTION �NOT USCD]
�ND OF` S�CTION
CITY OF f�OR� 11'OR'I'H STA\DARD CO\S"TRUC-1�[av 1�'cstsi�e «'atcr'I'realmenl Plant ]3ackup Gcncrator,
SPEG�P7CA"I'10\ D(}CU\-IEV"I"S — ll'A"fiiR PAC9L[Tl' �'ROIECTSCI"CY I'1tOJ�CT �U\fI3[il2: 103dt0
Eteviscc! Dccesnbcr 20, 2012
f}l 2S [10 - L
SUE3S�f 1'1'U7'ION PRQC[',DURLS
Page ] ��5
s�cTio�v ar zs uo
SUBSTITUTION PROCEDUI��S
['ART 1 - GCNCRAL
1.1 SUMII�IARY
A. Sectio�� Includes:
I. Tl�c ��rocedure for req��estiE�g the a�p�•oval of si�bstitution af a}�rod��ct tltxt is ��ot
ec�uiv�lent to ��rod�ict which is s�seci�ed �y desca'[ptive or �e�•fo►•ntanc� ca�iterfa or
defined by t•ef�rence to I or iuore of tkle follo�ving:
a. Narne c�f manufacttu-er
b. Natne oF ve��dor
c. T�•acie na�t�e
ct. Catalog ntt��t6ei-
1.2
2. Substitt�tions �re �lot "or-ec�u�ls".
B, Deviations ��roi�i tltis Cify of Fort Worth Standard S��ecific�tio�i
I. Modi�eci 1.2�.1
2. Added L2A.2
C. Rel�keci Specificatioc� Sections it�clude, t�ut are «ot iiecessa�'ily limited to:
k. Division 0— Biclding Req��irements, Cont�•act Fc�rms and Conclitio��s oFflie Ca�ttract
2. Division [ �- Ge��ei•�l Rec�uireine»ts
PRICC AND PAYMENT PEtOCEDURCS
A. Me�s��rement �i�d Payi�3e�tt
1.3
[. Unit Price - Woek associatec! witE� tkiis Itei�� is consicEeret[ subsidi�ry to fhe vario��s
ifett�s bid. No sepa�•ate pay���e��t �vill !�e allowed For tktis Item.
2. Lum � Sum 1'�•ice - Wot•Ic associatec� ��ith tt�as Item is inclucled in tl�e tot�tl lu�t�
s��ri�ae•ice,
REF�R�NCES [NOT US�DJ
1.� �1DNIIN[STRATIV� R�QUIRI,IYIENTS
A. Rec��iest ko�' St�bstitutio►f - Ge�ie��al
1. Witl�in 30 days after a�va��ci of Cotttraet (uniess �tcated otherz�is�), the City �vil!
consider �orinal ►•ec���ests f�•o��� Co�ltractoc• fa�• substif��tio�� qt'prod►�cts i�i place of
tl�ase specified.
2. Ce►-taii3 types of ec���i��me��t �tnd kincls c}f t��atc�•iK�I are describecl itt Specifications by
mea��s of references to �tai��es oFt�ta�iufactti��ers a��d vencio�•s, trade t�ames, ot'
catalag nt�t��be►•s,
a. WE�en t!t[s ����thod oFspecifying is used, it is ��at intended to erclude fi•oni
co�tsider�tion ather �roducts l�earin� otl�cr maE�ufachu'er's or ve»c[p►•'s names,
ti�ade r►anles, or cat�Elag numbers, p��ovic[ed said proc(ucts a�•e 'br-equafs," as
cletc�•n� i necl by C ity.
CI'CY OE� F�OR"1' 1VOR"I'E� S'1'AiVDARQ C0�I57`R[JC'1'l{3N 1Vestside 1Vater'I'retttmenf 1']ant Backup Cie�ter�ttors
SE'I:CfPICA"I"ION [)OC11�E�:NTS— 11�A"CGR FACI1...€iY PiZOJECTS CC�Y E'KOJ�C7' I�iUNi13ER; i(134[(1
Ctevised Jiily ], 2{)1 I
012500-2
SUf3S"['["1'lJ"t�[(}N PA{3CE[3U(ZI:S
Pagc2of5
3. Otl�er types of ee{uip���ent and ki��ds of material may be accepta�le substit�ttions
unde�• tlie foilo�vit�g cazditions:
a. Or-eq�►als a�•e �ma�ailable due to strike, (il8CO11�lTlU�C� �1'OC�lICt10i1 O�l)I�QC�L1CtS
���eeting speciited rec�uireme��ts, a�• othe�• f�cto�•s beyond cont�•ai of Coi�traetor;
or,
b. Co��tractor pt'c���oses a cost at�dlor time eeductiaa� incenti��e to the City.
LS SUI3NIITTALS
A. See Req€Eest fo�• Substif��tion Fo��ii� (�ttached}
B, P�•ocec�ure far Requestin�; SL►bstitutio��
1. S�ibstiti�tioi� sktall be considered oiily:
a. After awa�'d of Cant�•�ct
G. Uncier tl�e eonc�itioi�s stated hcrein
SEEbmit 3 copies of eacll w►'itte�i request far s��Ustitukio�t, inci�►di��g:
a. Doc��mentatian
1} Conlplete data stibstantiating co���pli�nce of pt'oposed slEbstitufio�� wit}�
Co��ti•act Documents
2) Data relatin� to ci�angEs in constr�Ection scl�eclLtle, �v��en a t'eduction is
propnsed
3} Data relati�ig to cha���;es iai cost
b. For 13�•ociticts
1) Pt�oduct iclentificatioii
a) M�nufact��z�er's na�ne
�) Telepiione �iumber a�id ►•eprese�ttati��e co��tact name
c) Specification Sectio�� o�' Dr��ving ��eference of originally speci�ed
p�•adt�ct, ineludi��g disc��ete �ian�e or tag �i�i�7iber assigned ta o��igina[
��roduct in the Contract Doc�tnients
2) Mat�ufactu��er's lite��atlEre cica�•ly m�rked to sl�oiv eo���pliance af pro�osed
prodl�ci .4�it1� Coniract Doctni3enis
3) Tte���ized co�����a��ison of origi��al and proposed product addressing product
c1��racteE•istics i��►cluciit�g, l�«t not neeessarily limited tia:
a) Size
6) COri1pOS1iED11 �i' lil�lt�l'E�lIS Of COTIS�E'€ICtiflll
c) Weigltt
d} Elect�•icai o�' ���echanical ►'eqt�ireinents
4) Prodt�ct expe►•iet�ce
a) Location of p�st p��ojects t�tilizi��g prod�tct
b) Name and telepktane t�un�be�' of �ersons associated ���iti� ��efet'ei�ced
��rojects k��o��leclgeable co��ce►-ning praposeci p��od�ict
e} Avail�ble fe1[1 cl�ta atsd re��orts associ�tad �vitli p�•o��ased pt'aciEiet
S) Sat�iples
a) Prot�ide at re�uest of City.
l�) Sa�t�ples �ecome ti�e pcoperty of tl�e City.
C. �'OY COI1Sf1'LlCt30I111tei110Ci5:
f) Detailect descriptio�� of �ro�osed metl�oc�
2) lll��str�tion drawi�igs
C. App�'oval or Rejection
1, Written �p�ro�al or �'ejectio�� of s��bstiti�tion given 6}r ti�e City
CC7'Y Of� E�OR"C 1�'0[i'['H 5'1'AN[lr�E21J CONS'CF2�JC7'ION 11'ests€de 11'ate�''l�r�atment Pl�nt I3acl:up G���eraitors
SPE3Ctl�[C't\`I'I()�! DOCUib[ENTS .-- �Vr1�Ck;R PAC[I,l"I'Y PRt),IE:C"CS C[`i'Y Pitf)JECi' NUL�fE3ER: 1(]3410
Reviscd J€sl}� i, 2(f I 1
(112500-3
SUE35T17'[f"E"SO� I'ROC'EDUIZIiS
Pagc 3 of'S
2. City ���seeves tlie z'igl-►t lo reqtiii•e pro�osect ��•aduct to com�fy �vith colo►• anci patterE�
of specifiecE ���-odi�ct if �tecessa►y to sec��re design intent.
3. IE� the eveE�t the stibstitution is approvecl, ti�e restilti��g eost ancl/p�• iime redi�ct[on
wiil be cloci����entec� by Chat��;e Order in accord�nee ��itli the Gener�l Coatctitio�ls.
4. No �tdditional cantract time �vill �e �;ive�� Fo�� substitution.
Sui�stitution will be �•ejected iF
a. St�l�anitt�l is not th�'ough tiie Contracto�- witli 1�is st�mp of ap���oval
b. IZec�uest is nat ��zade iu acco�'c[�nce ��itl� this Specific�ttion Secfion
c. tn ti�e Ciiy's apinion, acce�tance �vill reqt�iee subska�ltial �•evision of tl�e arigiE��tl
ciesign
d. l�� tk�e City'S 0�71I11Q17, stibstitutio�y wil! ttot peE�form adeqi�ately tl�e fuCtciioE�
co��sisEent witl� tE�e design i�ite►�t
1.G ACTION SUI3NIITTALSIINI'ORIVIATIONAL SU�3NIITTALS �NOT USED�
1.7 CL05�QUT SU�3NIITTALS [NOT US�Dj
1.8 11�TAINT�NANC� �ViATCR�AL Sll131VIITTALS [NOT US�DJ
1.9 QUALITY ASSUI2ANCL:
A. in Rataki�ig rec�e€est for stEbstitutic��� ar i►f �isit�g aa� approveci ��rC�d�Eet, tl�e Co«traeloe
rcprese�its that the Cof�tractar:
1. Has iE�vestigated proposed ���•aduct, and has determined that it is acleqt�ate p�•
st►��eriot• irt all respecis lo tklat specifiecl, �nd tE�at it ��i[[ perfo�-t�t fi►nctio�� fo�� �4�E�ic1�
it is intet�d�cf
2. Will pro�fide same guar�ntee For s�Ehstit��te itenl as For procitict specitiec�
3. Will coar�Iin�te instal[�ttion of accepted substitt�tio�� i►tto Work, to ii�clucie �ui[di�ig
modikicat�o��s if ►-►ecess�i�y, ����king s�ich chan�;�s as may be ►•cquit'ed foi• Wo��k to �e
co»�plete it� �11 �•espects
�. Wai�es all claims for acldition�l costs �'el�tecl to suhstit�►tion ��hich sut�secluently
a�'[se
1.10 D�LIVrItY, STORAGC, AND HANDLING [NOT' US�Dj
1.11 FICLD (SITE� CQNI)ITIOiVS [NOT U��D]
1.12 WARRANTY [NOT USC�D]
C'A[ZT 2 - PI�UD[1CTS [NOT US[?,ll�
PAEtT 3 - �X�CUTIOIV [NOT US�Dj
�IYD OF SCCTiON
Ctevisin�t Log
DA'I'�. I NAivfL
Cl"fY Of FOR'C �VO€Z']'1 [ STA�I[.)ARD C'ON57'itUC"1�ION
SE'GCI['1CA"i10N [lOCL1�1kiN"CS — IVr17�LR FACiL17'Y 1'ItOJEC1:5
�z�ti�;sza �EE�y i, zo i �
SUMMAtZY OF CI IANGL.
IVestside 1Vater "1'relh��en1 Yl�sil E3aekup Cieuerntors
CI"I'YI'Ii()JEC7'NtJY1E3�[Z: S(l3df0
f� f 25 O(i - �i
SUF3S"Ci7'11"Cl(3�I PIi{)Ci.i[]URi:S
�����: �s �r s
C't`CY O�' FOR7' 1VC)R"C[-� STA�II)A€tD CC}�IS'1'RUC'i�ION 1YestsicEe N�t[er'1'riatusent Plant E3nckup Genertttots
SPECIFiCA'I'[O� DOCU\4EN'CS — 1Vr1"i�ER Fr�C1Ll'CY PR0.11;C'CS CI'I'1' C'ILOJl;C'C NUA�(13GIZ: 103d l0
Itc��ised ]ul�� I, 2{l l 1
oizsn«-s
S€JI3S"i71�l1TfC7�1 I'ROC��FJitES
i'age 5 uf 5
CXHIBIT A
R�QUCST I+OR SURSTITC]T[ON P'ORIVI;
�ro:
PROJECT: DATE:
We k�ereby subtttit for your co�isic[e�'atian th� follo��ing pi•qci«ct instead of tlie s��eciFieci itet�� fo�•
tt�e ahqve �rojcct:
SECTION PARAGRAPH SP�CIFIED
1TLM
Pa'opasec� Substitutio�a:
R�c�SaEl �'QE' SLiE75ifCiitlpll:
Cncl�icte couiplete in�o�-matian oia cli�nges to Drawit��;s �nd/ar S��ecif�c��tiaE�s wllicl� p►'opased
s�i6stit��tio« will r�c�uiee for its pro��e�• is�stallatia��.
Fill in Bla��ks Be[ow:
A. Will ti�e undersig�►ecl caE�tractar ��ay t��r cli�nges to tkte builc{iiig design, i��cludii�g e�lgi�feeri�t�;
ancl det�iling costs eauseci by the reqEiestecl substitutio��?
B. Wl3at effect cloes substit«tio�� have o�� c�ther ti-�des?
C. Differenees betwee�� �eo�3osed substitution and specified item?
D. Diffe�'ences iE� peo�i�Ect cast o►' �rocit�ct deli�ery tittte?
�. Man�tf�ct��rei•'s gttrt�'rit�tees of the propose�{ ���ci speciFied ite���s are:
Equal Bette�• (exp[ain qtt att�ch���eE�t)
TE�e �ta�de��sig«ed states that the fii��ctio��, ap��e�ra��ce aiid q«ality �re equiv�lent oi• si�periar to t11e
s��ecified item.
S�►bmiltecl �3y: F�>�' Use by City
Sign�ture
�s noted
Firnl
a���•�5S
Date
Telepltoiie
For L1s� by City:
Approved
City
Reeo�a�a»e«ded
Not a'ecomme►�de�i
�y
���e
Rc►t�arks
Reco�nme�3dec�
CCI'Y O[� E�Ott"C \1'OItTI [ 5"CANDARU CONS"l RL1CT[Oh'
SPBC[l�'[CA7'IC3N CJ{)CUMGN"fS - 1VA i�Ii[t Fr�C]LI'I'Y PROJEC�i'S
lteviseh.fuly I, 2[�I 1
Rejeeted
Date
Receivecl late
1Veslside 11'a[cr "1're.qmettl Pft3n1 I3ackup Gene��utors
CI'1"Y PRO.��C7' �1fJ41fi�R: 1{13d10
0135 i9-I
PIZECC3V�S'CRUCi70N ��€�f;"1'It�fCs
PilgV' I UI 3
S�CTION O1 31 t9
f'RECONSTRUCTION M�ETING
PART1- GENERAL
1, i Si1�VII�tARY
A. Sectiot� Inelucfes:
Provisions for tife p►'econstr�►etio�i �z�eeting to be I�eld prio�' ka tl�e st��'t of Wo�'k to
cla�•ify constrtiction co�ltract aci�iii�iistrltion p��ocecirt�'es
B. Deviatioi�s t�'atn tl�is City af Fort Wot'tf� Stai�d�rd Sp�ci#ication
1. Mo�ified 1.2A.1
2. Adcied 1.2A.2
C. Related S�secificatioiz Sections incf�tde, but are not �iecessarily limited to:
i. Dir�ision 0— Biddi��g Req�rireme��ts, Conti•act Forins and Coa�ditions of the Contr�ct
2. Di�ision 1— Gener�l Requiren��nks
1.2 PRICE AND PAY�I�ICNT PROCEilURES
A. Meas�irement and Pa}�►��ent
1. Unit Price - Wa��k associsted �vitl� tl�is iteni is co��side�-ed subsidi�►-y to tiie �rai•ioiis
ite�t�s bid. No separate payi��cnt �vi1i be a1lo�vec� for this ltem.
2. Lum S��ni Priee -"�Vo;•lc assaciatetl ►vi�l� tl�is item is incltrdcd in t�e total lu�n
su��� nrice.
1.3 REF�R�NCiS jNOT USCD]
1.�1 ADMINISTRATIV� R�QUIR�iV[ENTS
A. Coo��di��atian
l. Atte�id ��reconstr�ictioEi meeti�3g.
2, Representatives of Contractor, subco»tt•aetors ancf supplie�'s attending tneetings
sl�all be c�t►ali�ed and autl7orizecl to ack an belialf of tfie entity each �•eprese��ts.
3. Meetin� adminiske�•eci vy City ���a}� be tape reco►•ded.
a. If �'ecorcled, ta��es will be i�sed to ��repare nzi�tutes a��d �-etai�fed by City far
titlt��'e refere��ce.
B. Preco�tstruction Meeting
I. A preconstr��ction E�teeticig will be helci ��itl�iti i�4 days ai€e�' tl�e exec��tion of tlie
Ag�•eemei3t at�d be#o��c Wc�r[c is started.
�, TI�e ���eetin� wi6i �e scl�editled acui ad3��inistered l�y the Cily.
2. The Peoj�ct Rep�•ese►�tative ��ill preside at the meeti�ig, pr��a�'e tl�e nates of the
]lle�ti[1€T, RilCI Ci1S�1'L�JUfe CO�IeS Of Sc�lll� i0 R�� �lal'�ICl�]c�T3�S R'llo so �'ec���est by ftilly
con�pletiitg the attei�dance fc���m to be ci�•c�►lated at tf�e be�;i����ing of t{�e tt�eeti�ig.
3. Atiettdance sl-►all iiicfti�de:
a. Project Representati�re
b. Co��tracto�''s project matta�;er
CI'FY OE� E�OEt'C N[71Z7'}[ S't'ANf)AItD C't7NS'CRLIC7'IO%! 1Vrslsidc IVater `['re�t€nent 1'la�it I3ackup Cienc'rators
SPLC lF[CA'l IaN �OCfJ�9Fi�`i S— �VA'1'�ft I�ACSLl"CY PR(�JFCTS CiTY !'lt[)7EC C�flJh113F4L ({)3410
ltevised r1u,�usi 17, 2012
[ft31 €9-2
€'Itf:E'ONS'['RlJC7'ION N1Eli"C[IVG
P�ige 2 a1' 3
c. Cont��actor's s�Eperi��t�ndent
d. Any subcont�•actoE• or supplier represe�ztatives �vl�om the Cot�traetor ��f�ty cEesi�-e
to ii��ite or t��e City nt�y reqi�est
e. Otlter City re�rese��tatives
f. Othe�•s �s app��apriat�
4. Co��strt�ctio�� Sc(feclt�ke
�. I'repaee b�tseline constrtiction schedule in �ccart�a��ce witl� Sectian O 1 32 16 and
provide �t P�-econsti'iictioil Meeting.
b. City �vil) notify Cae�tractor of any sched��le chat�ges upon Natice ot
Preco►fstruckio�� Me�tit3g.
5. Peelimi�tary Agenda t���y inc[ude:
�. Introductioal oF Projeck Pe��sot�nel
b. Genet'a! Descriptintt aFProjcct
c. Stah�s c�fri�f�t-of-way, i�tility clea►•�nces, case���e�zts or other ��e��ti��e��t pern�its
�i. Co��t►�actor's �vork �lan �ncl scliecfule
e. Ca�ttract Time
f. Notice to Proceec!
g. Consfr��ctio�i Stakiit�;
11. P►•og��ess P�y���ef�ts
i. E�ctra Wot'k aE�d Ch����;e Q��der Peoceclt�res
j. Fie[d Orc(e��s
k. Dis�os�l Site Lette�• for Waste M�terial
I. Ins��ra��ce Re��e��als
�3�. P�y�•oll Certificatio�i
i�. M�te��ial Ce�'tfficatio��s ancl Qu�lity Co►�troE Testit��
o. Pubiic Safety �nd ConWenience
p. Dc�c�imentatiQat of Pre-Const����ctio« Conditions
q. Weekenc! Work Notifcaiion
r. I�e�al Holidays
s. Ta•e��ch S�fety Pl�ns
f. Conf i�ied Sp�ce Entry St���d���ds
ll, COOI'CIEIl�i�1011 WltI1 t]1G Clty's re�}��eseiltative for aperakio��s c�iexisting �vate�•
SyS��lt15
v. Storui W�te�� Pc>Ilutiott Prevet�tion Pian
w. Coo�•ciination ��itl� otl�et• Co��t�•actors
�. Early W��•�ii�a�; Syste��i
y. Contr�ctor Evaluatic��1
z. Speci�l C{3ndifiq��s a�plic�ble to El�e ���•oject
�a. D�mages C[aims
bb. Sut�mittal Procedtt�•es
cc. S��bstitution P�•oceciures
cld. Coi-��espo��de��ce Routi�t�;
ee. Record Dra��riit�s
ff: Tempa�t�ary cc>ilstrt�ction F�ic�liTies
g�;. M/WBE c��• MBE/SB� procectu�•es
hl�. Fi��al Accepta��ce
ii. �in�l Pay���ettt
jj. Q�iestio�ts o�� Commettts
C['�;Y OF F{31tT �V�fi'CH S7'ANDr\RI� CONS7"RUC'I�IOIV 1Vestside �1'ater'1're»tme33t Pl��nt 1�3acRu�� f3enerate�rs
Sf CC[FICATIC3� [)OC1i�vfGNTS —1VA"I'f�.R PAGLITY PKC3J�Cf :S L:ITY C'IZOJ�C"f' NUy�€t3E'.R: 103�110
Revisetl AtibusF 17, 20 ] 2
(�1311)-3
PRECO�S�CRUG'C[03�! �ti�:ETING
i'�3ge 3 af 3
1S SU�3NIITTALS [NOT US�D]
i.6 ACTION SUBNIITTALS/INF01xNIATIONAL SU13R'IITTALS [NOT US�D]
1.7 CLOSEOUT SUBNfITTALS �N�T USEDJ
1.8 NIAiNT�NANC� 11'IATERIAL SU13A�IITTALS (NOT US�D]
1.9 QUALITY ASSURANCE [NOT US�Dj
1.10 DELiVERY, STORAGE, AND HANI)LING (NOT USEllJ
1.11 FI�Lll [SiTC] CONDITI4NS [NOT US�I)]
1.12 �VAItRANTY [NOT USED�
PA[2T 2 - PRODUCTS [NOT US�Dj
PART 3 - EXECUTION [NOT USED�
�ND OF SECTION
CI'I'l' OF FOR'[' 1V0[2'['l I S"�AN6)�1RD C�NSCRIIC'l�ION 1Vestsidc 1Vater "i're�tEnent f'l�nt 13ackuEro CCeueraturs
Sl'GC[l�'CCATIC3N I]OCU�tE:N'I�S — 11fATER PACiLII�i' 1'R{)Ji:C'C'S GTY PK4JECT VIJ�-16ER: 103410
Rcvisec{ Augusl l7, 2012
D13120-I
P[20J[iC"f \-IF.E�I7NGS
Yagc 1 01�3
S�CTION O1 31 20
PROJECT MCLTINGS
PART 1 - G�NCRAI,
1.1 S[�NIMAItY
A. Sect'son I�icluc�es:
Pl'OV1SlQl15 f0l' pl'O��Cf lilCCtl11�5 i�lE'OtE��lOii� tlle COI15il"llCt1011 j3e1'IOC� t0 0i]abl� Ol'C�CTIy I'��'iC«�
of tl�e progress of the Wark at�d to p��avic3e for systei��atic disct�ssiott af potential problcros
B, Deviations tltis City of Fart WaE•th Stanclard Specifcation
l. �loctifiec� 1.2A.1
2. Added 1.2A.2
C. Related S�ecification Sectious ineEt�cfe, but are not ��ecess�rily liit�ited to:
l. Di�rision 0—�3iddin� Rec�i�ireme��ts, Contract Fo►�nts a��d Cotic�itio�fs of tlte Co�ltract
2. Divisio�t I— Geitez�at Requi�'eme�its
1.2 �'RIC� AI�D PAYIVI�NT YROCEDUR�S
A. iVleast�reEi�ent ai�d Payit�ent
i. U��it P��iee - Wa►'k associated rviti� tl�is Iten� is ec���side�•ed suhsid'aa►'y to tl�e variaus iteins
bid. No separate pay��ient �vill !�e aElo�vec� for tl�is Itet�t.
2, Lttn� � S�Ert� Priee -�Vork assaciatec! �vitli ttais �tem is i��cl�iciecl i�� tl�e total li�n� s«m
»•Lice.
1.3 R���R�NC�S �NOT USEDj
1,�4 ADI�III�iSTRAT�V� I2I:QUIRENI�NTS
A. Cooc-dinatio��
[. Sckled�i{e, attend and acln�i��ister as specif�ed, periodic progress meeti�t�s, and specialiy
callecE u�eetings tllE�ou�ltots# progress of tlte 4Vork.
2. RepreseiifaEi��es of Contraetor, subcontracto��s and st�ppliers attendi�t�; t�7eeti�lgs slfall be
c�ualEfied aud attthoriz_ec� to �et an behalt of tl�e eiitity eaelt cepresetlts.
3. Nleeti�Zgs acisniiaistered by City tatay be ta��e recorded.
�. If recorded, tapes rvi[l be used to E}cepare minutes a�tc1 retained by C�ty tor fi�t���•e
a�efere�tee.
4. Nteetings, lil c�E�CII�[Ol] �O tIlOS2 S�)�C1fleEl lEl �I11S SeCti011, it�ay be Iteld ��rhe�t �'ec�t�ested l�y the
City, ��1gi��eeE• o►• Conlractor.
B. Pre-Const►'uctio�� Neigl�bo►'haod Vleeting
1, Afte�• the e�ecutio�l of the A�reement, but befo�'e co►istructioi� is alla��jcd to begi�i, �ttertd I
P�►blic Meeting �vitl� affected resicte�ats to:
a. Preseatt projected scilec€tt(e, includiug co��strt�ctian start c�ate
b. Ai�s�ver ai�y consh�uction relatecl questios�s
2, IVfeeting I,ocation
CCl'Y OF FOELI� IYOItTIi 5'€'A\DARD CO\STt?()CT'1()\ 11'esiside 11'ater`l'n�tn�ent E'laitt E3;tckup (iciscra�tors
SPECIFICA�70\ �OCiJs1�1t'-,�'l�S -1i'ATGR FACI[.1'['1' PROJt3C'I'SCITY PROJGCT \U\113i'sR: 103d 10
]tc��ised Jt�l�� 3, 2011
O] 31 20-3
i'ftE3JEC7' \�IFiE� t'INGS
Page 2 of 3
a. Locatiott af n�eeting Eo be ciete���»ined by the City.
3. Atie�tdees
a. Contr�cto�'
b. Project Representative
c. Otlie►� City re���'esentatives
�. Nteeting Schedule
�. In general, the neighborl3ood n�eeting �vill occui• �vitliin tlie 2�veeks follo�ving the pre-
co��strt�ctio�i conference.
b. In ito case �vill co��sh•i�ctioii be �[lp�teci to begin �uiti! this �neeti�ig is Itelcl.
C. P�•ogress Meeti��gs
1. Fornaal project caardi�tatio�i meetii�gs will be i�eld pe�'iodically, Meetittgs �vill be
schedttled �nd ac�n�i��istered by Projcct Re�rese�tt�tiv�.
2. Additional prog€•ess �t�eetings to discuss specitic to�ics �vill �ie cond��eteci on an as-needed
basis. Stich addifiona! meeti�lgs sltall include, but �tot be liE�aitecl tQ:
a. Coorc�[aa�ti»g sl�ittdo�v�ts
b. i�ist�llation of ��i�si»g aiid ec�t�i�aanent
c. Coorcli��ation bet���een olhe�' construction ��t•ojecls
d. Resolsiiion ofco»sta'ttciioEi isstEes
e. Equ't��me��t a��En'oval
3. Tite Pi•oject Represeiil�tive tvill }�reside �t ��rogress n�eeti���;s, prepare the �totes of tlie
meeting a»c! disU�ibute copies of tEle sa��tE ta �III p�CilClp�iliiS 1VI10 SO i'�CJLIBSI �1y fLl�Iy
com}�letin�; fhe �tt�»d�i�ce fo�•nt to i�e ci�•cul�fed at Ehe beginnitt�; of each meetin�;,
�. Attendaiacc sE�a19 i�iclude:
�t. Co�3t��actor's projecf �n����ger
t�. Co��trsictor`s st���eri►lfeEtdent
c. A»y subcontract��� o�� supE}lier ►•ep�'ese�ilatives ►vlto�tl the CoEitractar i�lay desire to
iiivite or the City t��ay re��tiest
d. Bugir�eer's re��►•ese��tati<<es
e. City's ►•eprese�tt�ttives
f. Otkie�s, as �-eq4iestecl !�y tlte Project IZe��rese�it�tiive
S. Prelintinary Agei�da �t�ay incluc{e:
a. Reviery of Wo►�k ��rog�•ess since previo�is ineeting
b, Field ol�ser��ations, pc•t�blems, co�if�iefs
c. Items which im��ede canstructio�� scheduie
d. Revie�v of off site Fabricatioit, d�livery scEiec{�►les
e. itevie�v of co��sh•i�ction intei�facin�; auEi sec���encing ��equire�neitls �vitl� other
consti�E�clion co�tt�'acts
f Carrectir�e me�sures �itd p��oceclures to re�;��in prajected scf�edu(c�
g. Revisions tc> co��strttctio�i schedule
i�. Progre�s, schedtile, durii�� succeetiing Wo��k ��eriod
i. Coo�•dinrttion of sched��les
j. Review sub�tiittal sck�edules
k. Mai�ite����tee ot c��►aliiy stancl�rds
l. �'endi���; ckiai�ges aiid stibstitutior�s
m. Revie�v proposeci ch�si�es far:
[) Effect on coiist�•uctio» scl�edule ancl on con�p[etioii cEate
2) EfFect o�� od�er cc>r�tr�cts ot� the P�•oject
C['I�Y C3F f�Olt`I' 1YOR"I'f 3 51'ANDAIt[) C()NS']'RUC"C[O\ 11'estside 1Vater'Cn.;litient I'fa�it €3acki�p (ieneratars
SPI:CII�IC�1�I'[ON i70(:U\3L1�7�5 —1Vr1']'E�Et FAClL11 Y PIZOJI;C CSC]TY I']ZOJEC�I' I�U��1[3lli: 103414
Revisee€July �,2011
o� 3t za-3
NROJL•C f \dE�."CI\GS
Pngc 3 of 3
n, Re�ie�'�� Reca��ci Doct�m���ts
o. Re�ie�v i�io�ttlily pay reqEiest
��. I�e�rie�v statt�s of Requests for i�tfor�natian
6. Meeting Sckleci��le
a. �'ro�,ress ►»eetii�gs n+ii[ l�e lseld pet'iodically as �leter»�i�jad by the i'��ojcct
Re�3�'esei3tative.
1) Additionai i��eeti€l�s n�ay be held at tiie rec�uesc a#'the:
a} City
b} Engineer
c) Co�ltractor
7. t�Ieeti�tg Locatio►�
a. Tkle City �vill estai�lish a��ieetitig location.
I) To the a�tei�t �racticable, meeti��gs «rili 6e ltelci at tEte Site.
1.5 SUi3N1ITTALS [NOT US�ll�
1.6 ACT10N SUBIVIITTALSIIN�OR�iATIONAL SLiBNIITTALS [NOT LiS��D}
1.7 CLOSE(}UT SUBMITTALS [NOT USTD]
1,8 MAINTENANCE MATERIAL SUi3MITTALS [NOT E1S�Dj
1.9 QUALITY ASSURANC� [NOT US�D�
1.10 DELIV�RY, STORAG�, AND HANllL1NG ��10T [�SED]
1.11 �[ELD jSIT�j CONDITIONS (NOT US�D]
1.12 �VARRANTY (NOT US�D�
PART 2 - PRODUCTS [NOT US�I)]
PART 3 - �X�CUT[O�I jNOT L1SED]
�ND OF S�CTION
C]"I'1 OI' FORT R'O[LTF[ 5'CA\'DflRll CE)NS'iRUC1 [ON 1�'estside 1Valer'frecd�nei�t 1'lant BAckup Generntors
SI`GCIFICA� 10\ DOC[1\11i\"1 S— li'A7�Eit FACIL['fY ['120]rC CSCCCY �'ItOJECI" \tJ\[f3E12: 1D3d10
Ites�ised luly l, 2D11
U3 32 i3 - I
SCk�I�DiF1.E E)I� VALt1iS
i'age I iil�2
SECTiON 01 32 13
SCHEDULE OF VALUFS
PART 1 - C�N�ItAL
L1 SUN�NIARY
A. Section l��c[��des:
1. General �•eqL�ice��lejits fo�• tl�e prepa�•atio�i, su[�tttitt�l, upti�ting, status ►•e�artin� a��c�
�nanagement ot ti�e Sched��le of Valt►es
B. Reiated 5pecification Sections ittclt►de, but a��e not nec�ssaril}! lii��itec# to:
!. Division 0— Biddin� Require���ents, Conti'act Forms sncl Ca�fditions of tl�e Cont►•act
2. Divisiati i— General Requi��en�ents
1.2 PRICE AND i'AYNI�NT PROC�DUR�S
A. Meast►re�ilent and Fayme►it
l. Work assoeiated wit�� tliis Ite�z� is ii�cluded iEi the total lun�p sum pr�ce.
1.3 REFCRENCES CNOT USEDj
1.� ADMiN�STRATTV� RCQUTREIVIENTS
A. Sclled�ile of Val��es
General
a. P�'epare a scitecIule of ��af�►es in conj�Enetio�s ��ith tlie p�'e��aratioi� of tlie pragress
sclied�i�e.
f) Coordinake j�i'eparation of sclteciule of values attd �rogress scl�edi�le,
b. Correfate li��e items ��itt� at�iei• administrative scf�edulcs arad tiie foE•E�is re�uiz'ed
for tE�e �vork, i�ieluding �I�e pro�,ress sched��i�, pay�nertt rec�uest fo�'i��, tisting af
sul�caEztractors, scE�eciule af allo�vances, schec�tile of alieE'iiatives, listi�3g nf
products anci p►'incipal sup��iiees �tnd fabric�io►'s, �►�d ti�e sched�iie of st�bi��ittals.
c. Pravide �reakdo�vz� of the Cantract Stu�i i�� accordance rvitli measti��e���ettt and
paymenk sections and «�ith stif%cient det�il to f�cil€tate conti�it�ed evalE�atio�� o�
pay�nent reqtiests �nd progress t'eports.
1) �3a'ea�C dow�i p��incipai subcontE-�ct a��tou�its into sevet'al line itetns ir�
acco�-dattce �vitl� section �tzeasucetnent a«c� payment.
d. Rott��d off to the nearesc �vl�ole do[lak�, �1Elt �j'ifli tI10 tOtc31 �C(Lic�I iI10 C011fi'c�C�
Sti►��.
1.5 SUF31l�lITTALS
A. Sc13ed�iie of Vallies
1. St►{�itlit Sclzedtile of Val�ies in tiative file for►��at a��d �df format.
2. Si�bittit Schedule of Valties nlot�t��ly no lat�e t13an tl�c last clay of t��e ►��o��tla.
G["1'Y (31�' I�ORT 1V(312'fIl S"Ir\I�ii)ARD CO�S7RUC'f[OI�' 11'estside 11'ater'f�reatt��ent Plant E3��cku� Ge�tcratars
SPE;C:IFICAT6QN DOC'UNfF.,N'CS — 1VA��i:R E�r�CILE'!'Y E'E20JEE"1"S C'1TY PROJI::CI' NU�7[3EEL 103410
A ugust 20 [ 7
0l3213-2
SCI II:l3ULG Q]' VAi,[f[�5
Pti�;e 2 iff 2
[.6 ACTION SUi3NIITTALS/INFOR�+(ATIONAL SU�3i1�iITTALS [NOT USCD]
1.7 CLOS�OUT SUIiIVIITTALS [NOT US�D�
1.8 1VIAINTENANCC NIAT�RIAL SUI3NIITTALS �NOT USGD)
1.9 QUAL[TY ASSURANCE
A. The person pi•epa►•ing ai�d ►•e�isit�� the cotfstr�ietion Scliec{tile sl�a(1 bE e��e�•ie��ceci i�i the
��re}�ar�tio�t af scl�ec{��les of si►nilar co«lplexity.
B. Sch�deile �nd su�porti��g docu�i�et�ts acEd��essect ii� tilis S�3ecification shali be pre��ared,
itpdated a�3ci �-evised to �tcc��rately i•eflect tl�e per%r���a��ce of tl�e ca�lstr��etion.
C. Co��tracto�• is res�onsi�le for the c�uatity of all �t�b�niftals in El�is section nieetit��; the
stai�dard o� care fot• the coaistr��ctio�� inc�t�stry fo�- si»li[ar ��•ojects.
1.10 D�GiVERY, STORAGE, AND HANDLING (N�T USCD]
1.11 I'I�LD [S1TC] COND[TIONS (NOT USEDj
1.12 WAitRANTY [NOT USCD�
PART 2 - �'RODUCTS [NOT US�i)j
PART 3 - �X1�CUTION �NOT US�U�
END OI� SECT�ON
CITY (3f� I'OR"f' 4YORTI-[ 5"['ANDA[tl) CONS`TIZUC'I'ION 1Vesiside llr;�tcr Treatrncnt f'lant fl�tcktip Gcncrators
S!']:Cl�'IC�1"1'ION UOCUMEIV"1'S -- 1VA'CEft I�AC[LI"I'Y 1'RO]EC"I'S Cf"] Y PitOJFC'7' NIJIvtE31:[t: ]03d10
fi,ugust 2017
013216-1
CONSTRUCf i(3N PROUEtESS SCI�LEDllLl:
Psigc I af 5
S�CTION O1 32 16
CONSTRUCI'ION PROG[��SS SCHEDUL�
PAItT i - G�N�RAL
1.1 SUNIIVIARY
A. Sectioi� i��ciE�des:
I. Gcneral rec�i�i►•ec��ents for tk}e preparalio�-►, sub�nitt�i, u��datir�g, status t�eportitt�; a��d
m�nage�7ic►►t af ti�e Co�lst����ction Pra�;►'ess Scl�ed�f[e
2. S�cci£ic rec�uiremet�ts ai-e p�'escntec{ in tk�e Cily of Fort Wortlt Scl�ecitile Guidance
Docume��t
B. Deviations ft�o��� fl�is Cit}� of Fort Worth Sta��dard Speciiicatio��
1. Modi fied 1.2A.1
2. Added i .2A.2
C. Relatecl S�eci�cation Sections i��clude, b��t a3•e x�ot i�ecessarily fi�t�itec! to:
1. Divisio�i 0— Bidcfii��; Requi��ements, Co�itract For�zts ai�d Co�tditions of tlie Contract
2. Di�isio�i 1— General Requirea�aents
1.2 PRICE AND PAYNIENT PROC�DUIt�S
A. Measu►'et�le��t aild Paymet�t
i. U»it Price - VVo�'k associated �vith ttlis Ifem is conside��ed s�iE�sidiar}� to tlle vario��s
ite�t�s bid. No separate ���y»�ent �i�ill be alio�ved foi• tl�is ltem.
2. Lum Sum Pa•'rcc - Wc�rlc associated ►vitti ���is Itesn is incl��deci i�� the total lu�nn
s►�n� �i•ice.
1.3 R�FER�NCES
A. Definitions
l. Sciiedule Tiers
a. Tier i- No sched��ie submittaf rec�ui��ed by cont�•act. St�tali, brief duratioi�
p�•ajects
[�. Tier• 2- No schedule se►b►nittal req��ii•ec! l�y co►�tract, �ll� ��illl 1'et�likl'� 50111e
�-��ilestone dates. S�a�all, bi•ief c�ti►•�tion p��ojects
c. Tiea• 3- 5cl3ed��fe sul�mittal rec���irect Uy contract as ciescribed in the
Specificatiot� a�id lierein. Majority of City ��rojects, i�iclEidi�lg al! bo�ld pro�;ra�n
projects
c!. Tier �- Scheciule s��b���ittal �•ec�uired by contnc�t as described in thc
Specificatioai and herein. I..at'ge and/oj� ca�3�plex p�•ojects �vitlt lang du�'ations
1) E�a�nples: I�t'ge «�ter pump statio�� p�•o�ect and associated �ipeli��e �i�ith
intei'eoi�t�ectioii to �►ttc�ther gavernme�ata( e��tity
e. Tier 5- Sclieclule s��bmittal ►-eq��i►•ed by ca��►tract as clescrilleci in tl�e
Specificatio�� a�icE he�•ein, L�rge andlar vei�y coniplex �rojects ��rith long
CIl1E'�iti0I15, ktigli public �isibilit�r
1) �ra�»ples migl�t inclucfe a�vatet' or �vaste�vater treatment �la��t
C('I'Y (71� l�OC2'C �VOK'['f l STANI]ARD COi�'S"['[ZL]C7'I()N li'estsicte lVater'1'reatu�ent 1'lant I3ackup C;eneralo�'s
SPf?Clf [CA"I�IC)� []OCUMC�N'CS -�1'A7"GIZ I'�1C1L1 I'Y PROJi:C"I'S CI'I'Y PliOJI;CI� NU�76ER: 103a10
Revisec[ July [, 2Q3 I
f)] 32 1G - 2
COiVSTdiC1CT[03�! 1'1ZQGRESS SCHEDil1,[?
P;tgc 2 uC5
2. 6aseli�te Sel�etiule - I��itial schecitiile s«bmitteci beFare ��ork begi��s tk�at will sei•ve
as the b�seli�ie Fo�• iiieasuring ���•ogress and dc��at-t«res ft�om tl�e scl�ed��le.
3. P�-��;ress Schedule - Monthly sub���itta[ of a progi•ess scl3edule documenti��g
progr�ss on the ��•oject ��ld a�iy cl�anges ai�tici���ted.
�}. Schetlule N�t����ative - Coilcise ��a��rat�ve c>f the schedule i�lcluding scliecl�ile
efia�tges, eapected cielays, key scheciule issues, c�•itical ��atf� itei��s, etc
�. Refei•ence Sfandards
1. City of Fort Wn�•tkt Schecftile Gt�idance Docti�i�ettt
I.4 ADNIINISTRATIVC RCQUiRCNiCNTS
A. $aseline Schediile
I. Geateral
a. I'repare a cost-lo�decl k�aseline SeE�edttle usi�lg al3pi•oveci soft�vare aE�d tl�e
C�'itical Patl� Metllod (CPM) �s cequi�-ed in tl�c Ckry oi'Fort Worth ScheduEe
Gt�icia��ce Doc�finei�t.
�. Review the c{i•aft cost-loacEed E�aseli�e Schecfule �vitlt tkle City to dettto�ist��ate
«ncle�•stan�ti►ig of tl�e wo►•k ta be ��erfo��mect ��td kno��n iss�ies aEtd constrai��ts
re[ated to tE�e sc��edi►[e,
�. Design�te ��n a�ithc��•[zed �•e��rese►�tative (Project Sclteci��le��) �•esppt�sibie fo�•
c�evelopEi�g a�td u�ctatin�; the seliedi�le ��icl ��'ep�rin�; re�a►•ts.
B. Peogress Scheditle
1. U��d�te tl�e pr[��;ress ScE�ed��le ��tontE�ly as i•cqui�'ed in tlle Cit}� of Fort Wortli
Scheci€�le Guidance Doc�i�ttent.
2. P�'e��a��e the SchetEule NaeE•ative to acco���pa��y the n1o��thly ��•ogress Scl�edule.
3. Cha���;e O�'ders
a. Incorporate �pp�•ovecl cllange orders, res�iiti�ig in a cl�ange of co��tract ti���e, i�a
the ��sclit�e Scl�ed�ile in aecorclai�ce witl� City oFFa►•t Wc�rth Sct�eciule
CiltlC��I10E DOCLIIliCTlk.
C. Respo«sibility %r Schedt�le Com�aliancc
WkteneveE' it becot��es a��parent fi•onl ll�e c��►�rent pro�;E•ess Scliedule �nci CPM Status
Report that del�ys to tk�e ceitic�[ path liave ►•esulted aixl t1�e Co�itt'act coi�ipletion
clate �vil! not l�e met, oi• �vl�ett so directed by the City, ����ke so�a�e o�� all of tEte
follo�ving �elians �t no aclditic�n��1 cosi to tE�e City
�t. S��b�nit a Recovery PIaE� to kl�e City For �p�rov��l r-evised baseliiie Schedtile
o��tli��in�;:
1} A written statetttent c�f tl�e ste}zs i��te��cied to take to re»�ove a�• a��rest the
del�y fa tf�e critical patl� �n ti�e approved sci�edii[e
2) I��c�'ease ca��structio�i ���anpo��er i�t s��ch qua«tities ai�c[ c�•afts as �vitl
substa��ti�lly eli«li��ate the backlog aF�vork aitd r�turt� current Schecitile ta
meet ��t'ojected l�aseli��e co��lpletio�� dates
3} I�7cre�se ti�e �ittntber of �vorki►�g Itours per shift, shifts ��eE• day, �varking
days �e�• �veek, tl�e a���ou�ii of constructio�� ec�ui�me��t, o�• at�y co���bi��ati[���
of tfte foregoing, sufticiet�tiy to stibstanti�lly eliminate tiie l��cklog of work
�) [teschedule activities to acl�ieve m��im�u�� �ractic�i cc>�}c�irret�cy ot
dCC0111�)]1511117�11� Of �CtiVlfl�S, a��c{ comply ��itk� tl�e �•evised scheclule
C['1'Y C3[� �'OI2'f 11'OR'i'EI S"1'AIVDA�Z[) C`ONS'ffZi1CT10�I �Vestside 1V�tter'€'reatn3enl f'11nE 13acE:up Gcnerat��rs
SI'[:CIF[CAT[ON �pCUIv[GN7'S — L1'A"�E?K t'AC[I,i7'Y PROJL-:C"��5 Ci3'Y 1'ItOJIiCT N[IMI3EIt: I(T3�k 10
[Zcvised Julp ], 2U] I
01321fi-3
CO�iS"CEtIJC"I'It)V PR(}GRESS SCiif;DUI.E
Pagc 3 of 5
Tf tto ��ritten stakemenk ot tl�e ste�s it�tended to t�ke is s��b��3itted «ltett so �•ec�tiestecl
by fl�e City, tlte City 3z�ay direct tlte Contractor to i��►c�'ease tlie level of e�fot't i��
ana«}�owe�• (t��ac�es), ec�ui��a3ent �nti «�ork scl�ec�t�le (ovei•ti���e, �veekenci and iaoliday
wark, etc.) to be e�nplayed hy tiie Contractor i►� order to ��emo�e or a��rest tiie cielay
tfl tlie c�•itical path in the a�3provec! sckted�tle.
�. No adclitioi�al cost far such «ork �vil! be consicEei'ed.
D. Tkte Co��fract cott�plekio�� ti�t�e «ill �e adjusted ottl�� for causes specified in ti�is
2.
3.
C�nt�-act.
a. Reql�ests for a�� e�tension of any CoEttt'act compietion clate �tt�tsi �e
supple��zented �vit�� tiie faflorvi��g:
1) Fttrnisl� jt�stificatio�t ai�c3 sti�poi'ti�3g evide«ce as ti�� City ���ay deetn
necessa�y to dete►'tnitte �vhether tl�e rec�uested czte�asio�i of ti�t�e is entitleci
tEnc�e�' tl�e pro�isiot�s of tiiis Co�ft�'act.
a) Tl�e City will, afte�• ►•eceipt of such jEistification a�id s�i�poE'tin�
evidence, make findin�;s of fact and will ad��ise tf�e Contractor, in
�irriti��g tlte�•eof.
2) Cf tlte City fit�ds tl�at ti�e t'ec�t►ested extensiai� of ti���e is e►�titled, tlte City's
detet•i��►inatio�� as to the total r������bei' of days allowed for tl�e extetisio��s
sl�all be basec3 upon tlte app►'ovec{ total 6aseli��e sciied�Ele anc! o�� all data
relevai�t to the e�tensio�i.
a) Sucli data shall be i�fcludeci i�� the next t�pd�tiEag of t��e Pro�;t'ess
sci�ecitile.
b) Actual delays in �cti�ities which, accordi��g tc� tl�e Baseline scl�edule,
do not aftect any Contt�act completio�� date sliorvn by the eritical pati� ic�
tftie net«ro�'k �vill not be tha basis for a cl�ange there���.
5ubi»it each ►�ec�uest for ci�ange ic� Cat�tract com�lation ciate to the City �vithi�� 30
days after tl�e l�cginning af t��e delay for «rl�icl� a ti���e extensiaE� is ��ec�E�ested b►it
befo►-e tk�e ciate of fi�lal payn3ent t►nde�• tl�is Cont�'act.
a. No time exte��sian �vill be gr�nted fo�• ccquests �vl�ic�l are �lat s�ibi��itted ��it[ti�a
the foregoing time li�t�it.
U. From tii33e ta iime, it tnay be i�ecessary for il�c Co�ttt'act se�iedule o�� co�n��letiart
tiE�}e to be adjusted [�}� the City to E-aflect the effects of job conditia�is, �veatlier,
teclir►ical difficulties, st�-ikes, �u��t�oida6le delays a�� tl�e part of thc City aR' its
�•ep�•esentati�es, and othei• unforeseeable conditio�is whicfz m�y indic�te
scltedule adj��sti�fents o�' ca����letion ti►ne extea�sians.
1) t�nder sucii conditions, tl�e Cit}� �vill direct tlse Coa�tractor to rescl�ed�ile tl�e
r��ork or Co�itract ca»��tetiot� tittie to ►'e�lect tl�e cf�a�iged eattciiCions �r�ci ti�e
Co��tt•actor sk�all revise his sehedtile acca�-ciin�;l}�.
a) No aciclitionai compe�isation ���ill he made to the Cont�'acta�• for stteli
scl�eci�►fe ci�anges except fot• �tt�a�roidalale overall cantract tiu�e
e�tettsior�s beyond tize actual co�i���letion af i�nafFecteci �varlc, in whicl�
case t��e Co��t�'�cto►• sl�all take all ��ossib[e actiou to n�i��inlize any tiii�e
extension anci any additio��ai cost to tha City.
b) Avaii�ble floai time i�� thE Saseli►te sched��le m�y be ��secl by the GiEy
as «rell as i�y the CoEitractor.
�'loat or slack time is defi���d as t��e amo�►nt of tict�e l�et���ee►� the earticst sta�•t date
ancl tlie latest st�rt date o�� �et�vee�� the ea��licst finislt date a��d tlie latast iinish date
of a cl�ain of �ctivities on the Qaseline Sci�edufe.
CCI'1' t)k= EQ[t"C 1t'OR't'E I 5'I'E\NI)AItD CONS"1�(tUC'T[(3�I 1Vestsic3e 1�Vater Treatnteis[ ['[ani 13ackup G�ner:ttnrs
SPEC[P[CATIO�f DOCU�€EAI"CS —1VEV"I'i��€2 I'ACII,I��Y PR{37EC"I'S CI'I'Y P€tE)JCC�' �iU��113I:li: 103�410
Rc��isec{luly E, 2(kl1
�1 32 ]fi-9
CONS"I�tZUC1'[Ol� 1'R()GRESS SCI�EDIILE
Puge d c�f 5
a. Float or slack ti���e is r�at for the exclsisive tise oi• bene�t of either the
Coi�tE•actor or the City.
b. Proceed �vitli work accordi�ig to earEy stai't dat�s, and the City s1�a11 f�ave tl�e
right to rese�'ve and �}�portian tic�at time accordin� ta tlte neecls aFtlfe �i•aject.
c. Acki�awlec3ge �nd �t�;i•ee that actual de[ays, affecti��g paths of �ctivities
contait►in�; (loat time, «ill �3ot have atty eifecE u�3a►� conEract coitlpletian times,
p�•ovidi�l� that tl�e act��al del�y does t�ot exceed t�ie float time �ssociafeci �vitl�
tktos� activities.
�. Coc�edi«ating Sck�ed�tle �vidl Otl�er Co��tract Schedules
I. Wher� work is to be ��e�•formeci ��t�der tliis Coi�t►�aet concurre��tly ���tl� oe eot�tin�ent
upatz «ro►'k pe�'fo��med an tlie s����e faci[ities or a►•e�t �t►�ciei' otiier cont��acts, tlte
Baseli�te Seliedt�le sli�ll i�e coordi►�ateci ��ith tlte scliedt�les of the otE�er contracts.
a. Obtain the scE�edules of tl�e othe►• ap�3�•opriate contE�acts f�•at�l the City fo►• the
prepat'atio�3 a��c{ ���dating t�f �3�seline schedt�le a��c[ make the reqt�ired ch�nges
in I�is sc��edule wltet� indicated by ci�an�;es in co���•es��o�zdin� scE�edules.
2. I�� case of ittterfe�-ence bet�veen tl�e o�e���tioi�s of diffe�•ent coEftt•actors, the City �vil)
detet'tnin� the �vork priarity of each coEftr�tctor and t�le sec�ue�ice ��t' wark necessary
to e���edite t1�� cc�tttpletion of the e��tii'e l'roject.
�. In st�ch cases, ti�e c[ecisiott af tf�e City sl�al! be �icceptecl as final,
E�. Tlie te���pora►•y c�elay of any �voi•k due to such circ€����staE�ees shall E�at be
cc�E�siclereti as j��stif�cation For clai���s for additional cai��pe��sation.
1.5 SUBiVIITTALS
A. Baselir►e Scf�ed�►le
1. Sui�«�it Scl�edi�le in t�ative File format at�d �cif %��mat �s requireci in t��e City of Fo�-t
Wardi Sc(tecl«le G��iclance Docut�te�it.
�►. Nativc fi[e For►n�t iitcli�des:
[ ) P►�i�����ve�•a {PG or Pi•iE�l���era Co«tractc��•}
2. Siib���it de�ft �aseli��e Sche�ftile to City �3►•ior ta tl�e pre-coi�str«ctio►� ��3eetie�g at�ci
b�•ing �n hard copy tc� the ��ieeting for revie«r a�zd <}isc��ssion.
B. PE•ogi•ess Scitecle►[e
1. Suh►�iit progress Scl�ed��le iE� �3ative �le Fo�'mat �E�d �df format as ��equirec[ in tE�e
City of Fort Wortk� Scl�ed�a�e Guiciance Doct����eE�t.
2. Sttbmit �rogress Sclfed��le »�onthly no l�tter tl�an tlie last clay oFtl�e �nonth.
C. Sclaed►�le Nari•�tive
1. Sub��iit the scl�ed��le �ia�•r�tive in pdf fo�•mat as req�tii•ec� in tl�e City of Fort Wo►•tl�
Schec�ule Gtiidance Doct�tnent.
2. St�l�Et�it schedule ��a�•�•ative monthly no i�tcr tk�an the iast d�y of the �t1a��th.
D. St�b���ittal Process
Tl�e City administels at�d manages schedtiies throtigl� I3[1V13CQ.
2. Contractor sh�ll s�ibmit dacuments as rec�t�i��ed in tl�►e City af Fo��t Wo►•tli Scl�ed��le
Guida��ce Documei3t.
3. Once the pi•oject has been co�npl�ted and Fi��a) Acce�tai�ce ktas been iss��e�i hy tl�e
City, �at� fiirtl�er }3eo�ress schedu[es are �•equired.
CI"CY OP I�"OK"[� �YOit`I'11 S'i'ANDARI3 CONS`['f2UC7'101�i 15'estside IS'a1e3� 7�rc�hnent Plant E3siekup Gencr�ttu�'s
SPrG11�ICA�'ION C){)C;C1�7EN`I'S .... 1��ATGIZ Pr\C[I,I"I Y PRO.IE:CI�S Cl`CY PROJE:(;'I' �UA4131:Et: 1{)3�10
�7l'VICL'lI .It1I�' I, ��)� �
0132IC-5
CON57'lilJC"C[ON Ptt�GRESS SCF[Ef)Uf.E
Pasc S oE' S
l.b ACTION SUBl�1ITTALS1INi�ORN1ATIONAL SUSII�IITTALS (NOT US�D]
l.i CLOSCOUT SUB1V[ITTALS [NOT USED�
1.$ 1ViAINT�NANC� �VIATGRrAL SiJBN1ITTALS (N�T US�D]
1,) QiJALITY ASSURANCE
A. Tlte person preparing a�aci revising tt�e constz'uctio►� Prog►-ess Scitedtile sllall }�e
experienceci in tl�� p�'eparation of set�edules of siiz�ila�• ca��►plexity.
B. Sct�ecit�le �t�d stippa►-ting cloc�rmeE}ts ac�d��esseci in this 5pecif�catioa� shalt be p��epared,
��pdatecl ancf revised to accu�•ateiy re�lect the perfor►t�ance af the cot�stc�uctiort.
G Coz�tracto►' is r�sponsible for tlte quality of all st�btt�iltals i�l t�Zis sectiot� �3�ecti�ig tlle
stat�dard of care foz' the construction indt�st►'y fa►• si��iilar p�'ojects.
1.10 DCLIV�RY, STORAGE, AND HAI�DLING (NOT US�D]
1,11 FI�LD (SIT�j CONllITIONS �NOT I1STD]
(.12 �VARRANTY [NOT USED�
PART 2 - PRODUCTS [NOT US�D]
PART' 3 - EXECUTION [NOT US�D�
END OF SECTION
CI"I'Y OP POIZ�1' LVOR7'lf S'!'ANllAKI) COIdSTR[JC['ION 1Veslside 1Vtuer "I'a�e��lm�nt €']aut B.ickup tienerators
5P�C1i�1G1"C[ON F]OCIJIvIIiN'I'S —�VA"�Eft t'AC[LI"l�t' 1']t07ECTS C1"E'Y F'1tOJGC�'t�itJl�[i3I:[t: 1�3�410
Revisecl July l, 2U1 [
tll 32 33 - 1
PAECONS'CFtUC7�lOi� VIDEO
['�ige I oF2
SECTiON 0� 32 33
FRECQNSTRUCTION VID�O
�ARTI- GCNERAL
!.1 SUNINIA[ZY
A. Sectio�� Incl�ides:
l. Ad�tti��istraEive a�id prc�cedi���al reqi�ire«lents fo�-:
�. Peeco��structian Videos
Q. Devi�tions fi�om this Ciiy o�'Fo��t Worth Staa�cEa��d S��eci�cation
l. Moclifiec11.2A.1
2. �dded 1.2A.2
C. Related Specific�tion Sections it�clude, bt�t are not necessarily 1i�7�ited to:
I. Divisioi� 0— Bidding Requirements, Contract For«�s a�td Conclitio��s of tl�e Cantract
2. Di�isiait 1— Ge��e��al Requi�•etna�its
1.2 PRIC�: AND PAYM�NT PROCCDl1RCS
A. Measu�'em�c�t and PayE��e��t
1. I3nit Price - Work associ�tec3 ��ith tf�is Ite��� is cc�ttsidered si�bsidia�y to the variotis
ite�ns bid. No se�ai•�te �3aynient �vill bc allo��ed Foi• this Ikeitt.
2. Lum�� Sum P�'ice � Wark �:ssoeintet� �vith tiiis Ite,�t� is includecl i�i,tlte total ti�rt�p
sum L•�ce.
1.3 R��+ERGNC�S �N�T C�SED�
I.� AllIVIINISTRATIV% RCQUIR�1ViENTS
A. Pceconstruction Vicleo
I. P��od�ice a preconstruction video aFtlle site/aiigilment, i��ch�ding all a►•e�ts in tiic
vici��ity af ��nd to be affectecl by construction.
a. ProvicEe cligit�l ca�3y of video upa�� request 6y tl�e City.
2. ReE�in a copy of the p��eco��strtictic�al v�deo ut�til tE�e ettd oFthe niai�itet�a��ce st�t•ety
periocl.
1.5 SUBII�I[TTALS [NOT USGDj
1.6 ACT[ON SU13�VIITTALS/IN�+ORNIATIONAL SUBN[ITTALS �NOT US�D)
1.7 CLOSEOUT SUI3MITTALS [NOT F]S�Dj
I.$ NXAINTCNANCC 11�IAT�RIAL SUB��ITTALS �NOT USCDj
1.9 QUALIT'Y ASSUF2ANCE [NOT USrD�
1.10 DCLIVERY, STORAGC, AND HANDLING [NOT USCn]
1,11 I+ICLD [SITE� CONDITIONS �NOT USCD]
CI"i'Y OF FQIZ'1' 1VOR'1'1 C S'I'AiVDr�R[} CONS'TRUC'I'[E)N 11'estsicie G1'atcr 7'eenhnent Pl�€nt 13:tekup Gener:tturs
SPEC[I'ICA"TfON DQCU4i�N'['S -- IVf1"fP.R F�1C1[.,['['Y ['RO1PC"1�5 G'I�Y PROJI�C f' �iLl�fBl;[t: ]03d ](i
[2evised July 1, 201 I
O13233-2
PEtECE]�IS7�RUC"f[ON V[llG0
P:i�e 2 of 2
1.12 �VARRAN'TY [NOT USED�
PAEtT 2 - PRODUCTS (NOT US�D�
PART 3 - �X�CUTION [NOT USED�
�ND OF S�CTiON
C[�'Y Cl�' i�O�ZT 1VOR'I'I [ S'CAI��DAAD C(3�5'C€tl)C7�t0�1 �l'cstside �V��ter'f'reat���ent 1'l��tt [3nckup Uencraloa's
SPE:CI['ICf1"I�[ON DC}Cl1�fE�"CS — ti��\"1'ER I���C[L1TY PRO1f:C�['S C11��' PCtOJEC'I� NiJ��[13ER: 10341i1
Rct�ised Jui�� I, 201 l
(11 32 35 - 1
AL''RlA[,/k'E107'OGRAf'I I[C DOClJ�4�iN1'A"110N
Yage 1 of 2
s�cT�oN ai 3z as
ACRI�L/PHOTOGItAPH.iC DOCUMEN`i'ATION
PART1- GENCRAL
1.1 SUNIIViARY
A. Section I«cludes
1. Ad►�zinist�'ative aud �3rocedur�l t'eqt►�rements fo►':
a. Aerial Pi�oiogra��its
b. Project Pliotogra�iis
B. De�fiations from tl�is City of Fa�'t Worth Stai3da�'d Specitication
1, Modified 1.4.A.2
C. Related Specificntion Seetions i«cludc b��t a��e t�at ��ecessa►•ily limited to
l. Division 0- Bicidin�; Req��ire�nents, Cor�t�'act Forms, a�id Cottditions of tize
Contract.
2. Divisio�� 1- Gene��al Rec�uire�t�e��ts.
1.2 PRiC� AND PAYI�I�NT PROC�DURES
A. Measureme�it aitcl Paytnei�t
Luit�� S��m Frice - Wot•k associateci �i�ith tlt[s Item is i�icludec3 uz kl�e total l��mp si�ttt
p�•ice.
1.3 REF�R�NC�S [NOT US�D]
1.4 ADNIIN�STRATIVE REQU�REA�lENTS
A. Project Aerials P�zotogt'a}�iis
[. Take aei-ial pliotog►•aplis of tlie �roject site prioz• ta constr��ctia�i, n�nnthiy di�ring tl�e
canstrtictian of tkte ��roject, a�ad after completiott of the p�'oject.
2. Aei�iai Photog�•apl�s Providecl by:
��) Cont�'actor �►�ith clrone.
3. Aerial Photagraphs
a. Take�� ��r�tl7 a qualit}� digital canaeE•a (300 ppi or greater)
b. P��ovide tliree (3} phntos for eacl� tri�, eacl� ac � diffe�-ent an�;le
�. Aerial I'hotog��a���� Capies
a. F'o�•inat
1) Provide di�;ital copies of ali pl�otagraphs.
2) Pro�ide �rirtts af pl�otog��aplls as follo���s:
a} Ot�e glossy calor 8.5" � 1 1" pri�its fai� eacEz �liofog��a�la takec�.
b) Ma�•k eac(� print to indicate:
( l} Project ��a�ne,
(2} Date,
(3) Locatiot�,
3} Pl�otog►�api�s sh�11 E�e cle�r �ncf sharp ��itf� peope►• expas�►re.
5. Pi�econstruction Ae��ials
E'.['1'Y OP POIZ"1' 1VORTlI 5'l�A�DAR[) COt15'C[ZI.IC'1'ION 11'eslside \tl:tic;' 1'reutmm�t I'Inut F3ackt�p Cicuerators
SE'EC1I�1C'n'C[C)1V i�OCUNl�y"l�S ....1VA'TGR f�AC[LI"1"Y 1'1tOJ8C7�S Cf"I'Y PROdL`C'�t� NU�iI3Clt: 1U3d10
August 2U17
013235-2
A!'sRIAE_/l'f l07'OGRAE'i ItC UOCUNIE3V"I'A"['[ON
Pa�;c 2 of 2
a. Provide no lass tha�� thi•ce (3) aerial photo�;�•aphs af the site p�•io�• to constructia��
6. Pro��'ess Aeria(s
�. Startin�; o�te mot�th afte►• tlfe date of the precon4ta'uctio�� �eeial ��hotograpl�s and
ca�tti�l��ing as lon�; as tlte 4vork is in �i•ag�•ess, �3��ovicie:
I ) Progress Pl�otas:
a) Tk�ree (3} tt►onthly �eri�l pl�otogi•�phs take�i to sccurafely racord the
work tE�at has pragressecf d��ring tltat period.
�. PeiE�ts a��d Digital pk�otogi•apl�s are to be sfib�»itteci �vit�� the ���ontl�ly Partial Pay
Reqrtest.
l) Provicle pri»ts in plastic biEidet'.
B. Project Pliotographs
1, Take pllotogra�E�s of tlie p€•oject site/afig�iment ��►•ior ta constrt�ction, matttf�ly
during tl�e construetiot� of tE�e ��roject, a�icE ai�e�' completion of tt�e project.
2, f ktotagra�hs shall be t�kc►� �vith � c�i�a[ity di�;ital cauiera �vitli date back capa�ility,
�vith le��ses �'anging from wicie angle to ! 35mm,
3. Phatog���p�hs sE�a[I be taken at Ioc�tioEts designated by tl�e Gngineei•.
�. P�•ovicle cligital eopies of �1[ phokagr��kZs.
Preconsfrt�ction P��otos
a. P�•o�ide no iess tha�l forty-ei�;Ett {48) pl�otograplts af li�e site ai�d ��lignmeilt prior
to co�istructio��.
�'rogress Pl�okos
a. St�rtiit�; one ►»onth �fter tf�e date of the pi•econst���iction ��hotc��;i'aphs, ai�d
co��ti��tiit�g �s loil�; as tl�e work is in pa•o��-css, provicle twenty-Four (24) ntanthly
pllotog►•a��lts takcn te� acc�Erately reca�•cl the �vo��k tE�at l�as ��ro�;�•essed di�ring tliat
periocE.
b. Digitaf photograpkts are to [�e s►�bntittec3 �vid3 tE�e E��o��d�ly Partial P�y Rec�uast.
1.5 -[.12 [NOT LfSCM)]
PART 2 - PRODUCTS [NOT USCD]
PART 3 - �X�C[.1TION �NO'�" USCD]
CND OF SECTION
CE7'Y OI�' FOIt7' �VOR"CH S7'At�II]AitD EONS'FfZUC7�fO�i IVeslsicfe �Vater'frea€3neu€ i']<rnt Dackup Generalors
SYt?C[t'[CA7'IO�I D(3ClI�YIi:N"I�S — GVA'i"1:[t PAC[LI'I�Y PRO.fI,C'C5 CITY i'ItO.i�CT I�iC1ME3�R: 1i1341�
nubtist 2017
01330D-1
Si1BM1TTALS
Page 1 of 12
SECTION Ul 33 40
SiiBMITTALS
PART 1- GENERAI.
1.1 SUMMARY
A. Section Includes:
1. Genera[ methods and requirements of submissions applicable to the foliowing Work-
related submittals:
a. Shop Drawings
b. Produet Data (including Standard Product List submittals)
c. Samples
d. Mock lJps
B. Deviatians from this City of Fort Worth 5tandard Spec9ficatinn
1, Modified 1.2,A.1
2. Added 1.2.A.2
3. Added 1.4.8
C. Related 5pecification 5ections incl�de, but are not necessarily limit�d to:
1. €7ivisian �— Bidding R�quirements, Contract Forms and Con�itions of the ContracC
2. Division 1— Genera{ Requirements
1,2 PfiICE AND PAYMENT PROCEi]UR�S
A. Measurement and Payrrtent
1. Unit Price - Work assaciated with this [tem is considered subsidiary co the various items
bid. No separate payment will �e a!lawed for �his Ete�.
2. Lump Sum Price - Work associated with this Item is included in the total lump sum
r�ce•
G[Tl' OF FOit"1� 1l'OEZT}i S'CA�II)ARD COVS'TtZUC['[(}\r IVestsidc 11'aler Trcatnsent Plant 13ackiip Generators
SC'F.C[PIC'r1'fl(?\' I)OCIJ\4E\"1�5 —11fA'1�E€Z I�AC1L1`1'1' fHLE)!EC'CSGI`E Y PItOlEC'C \LJ\dE3E?R: I U3�410
ftct�iscd Dec�nt6er 20, 2012
6133 00 - 2
SU�MITTALS
Pa�e 2 of 12
1.3 R�F�RENCES (NOT USED]
1.4 ADMfNIST�iATlV� REQUIREMENTS
A. Caordination
1. f�otify the City in writin�, at the time of submittal, of any deviations in the submittals
from the requirements of the Cantract �7ocuments.
2. Coordination of Submittai Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the re[ated Wark ar other applicable act€vities, or within the time
specified in the individuaf Work 5ect€ans, of the Specifications.
b. Contractor is respnnsible such that the installation will not be delayed by
processing times including, but nnt limited ta:
a) Disappro�al and resubmittal {if required}
b) Coordination uvith other submittals
c) Testing
d) Purchasing
e) Fabrica�ion
f} []elivery
g) 5irr�ilar sequenced activities
c. No extension of time wi!! be authorized because af the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
d. Make submi�tals promptly in aceordance with appraved schedule, and in such
sequence as ta cause no de{ay in the Wnrk or in the work of any oih�r contractor.
B. Submittal Lo Schedule
1. Priar to supmittin�.the first submittal for the project, prnvi,de a submittal
fo schedule ta include
a. Anticipated Suhmittals
b. Prnposed 5ubmittal_Numberin�
c. Antici�ated Submittal �ates,
C171' OI� f'f)!t'I` ll'Oft"1'E] S't'Al�iDA[ZD CO\ST'RlJCT10\ 1Vestsicte GVater7're�tt��ent Pl�ot [3;�ckup Liei�cr.iEors
SPECIFICA"PfON DOCl3\4isN'TS-11'r1TER f�AC[L17'7' 1'[iOJTC7'5CCCY I'KOJ8C7' �U,1�IBE'Ei: ]D3�1€D
[ievised Decenti�er 2(i, 2012
01330D-3
SUSMIT7ALS
page 3 of 12
C. �ubmittal Numbering
�.. When sut�mitting shop drawings or sarrspEes, utilize a 9-character submittal cross-
reference identificatian nt�m�ering system in the following manner.
a. Use the first 6 di�its nf the applicable Specification Section Number.
�. For the next Z di�its number use numbers 01-99 to seq�entially number each initial
separate item or drawing submitted under each specific Seetion num�er.
c. Last use a�etter, A-Z, indicating the resubmission nf the same drawing (i.e. A-2rsd
submission, 8=3rd submission, G-4th subr�ission, etc,). A typicaf submittal number
would be as follows:
�3 30 OD-08-B
1J Q3 3C} 00 is the 5pecificaiion Section far Cancrete
2y p8 is the eighth initial submittal under this Specification Section
3) B is the third s€�bmission [sec�nd resubmission) of �hat partieular shop drawing
D. Cantractor Certification
l. Review shnp drawings, prodt�ct data and sarr�ples, including those by subcontractors,
prior to submission to deter�ine and �erify the following:
a. �ield measurements
b, �ield Construction criteria
c. Caialog numbers and sim9lar daia
d. Confnrmance with the Contract �ocuments
2. Pravide each shop drawing, sample and praduct data submitted by the Contractor wi�h
a Certif€cation 5tatement affixed including:
a. i'he Cantractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
C[Tl' O�' POR'[' 1V(1R'!'E 1 S7'rl\'F)ARD C'O�IS'CRUCC[ON 11'estside 1l';�ter 7�mattuen€ Plant l3ackup Generatur�
S�'EC[1�1CA'fION []OCU\1F.\''E�S—I�lr\TIiR €�rIC[[.I'1�1' PROJE:C'I�SC1T1' k'KOIEC'C �U�1I3L'It: 103�10
lie��ised [)ece�uf�er 2[l, 2012
01 33 00 - 4
SUBMliTA�S
�age 4 of 12
1) `By this submittal, I hereby represent that I have determined and verified field
measuremen�s, field construction criteria, materials, dimensions, catalog
nurr�bers and similar data and I have checked and coordinated each item wit�
other applieable approved shop drawings,"
E. Subrnit�a9 Farmat
1. �old shop drawings larger than S%2 inches x 11 inches to 8% inches x xlinches.
2. Bind shop drawi�gs and praduct data sheets together.
3, Order
a. Cover Sheet
1) flescriptian of Packet
2} Contractnr Certificatian
b. l.ist af iterr�s / Table of Cantents
c. Product Data /5hop Drawings/Samples /Calcuiations
F. Submittal Content
1. The date of submissian and the dates of any previous submissions
2. The Project title and number
3. Cantractor identification
4. ihe names of:
a. Cantractor
b. Supplier
c. Manufacturer
5. Identification af the �roduct, with the Specification Section number, page and
paragraph{s)
6. Field dimensia�s, clearly identified as such
7. Relation to adjacent or critical features of the Work ar rr�aterials
8. Applica6le standards, such as ASTM or Federal Specification number5
CITY (3[� i'ORT 11'OR�CFt 5'f'r1�'DAIt[) Ct)vS'f[iUCTIi)N �Vestside IValer'Ireatmen[ Pl.�ut 13�tc}:up (ieneralars
SPECIPICII'['10\' DOCI.I�-Il:N7;4.-.11'A7'ER E'ACILI'I'Y PItOJEC1�5C[l'7' P[ZOJI:C'E' NUA�1HE,f2: 103d1f}
Re+�isec� Decei3iber 2€3, 2012
(31 33 00 - 5
SUBMITTALS
Page 5 of 12
9. Identification by highlighting af deviations from Contract Dacuments
ID. Identificatior� by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
G. Shop Drawings
1. As s�ecified in individual Worl� Sections includes, but is not necessarily limited to:
a. Custom-prepared data sueh as fabrication and erection�installation (working)
drawings
b. Scheduled inforrnatian
c. Setting diagrams
d. Actual shopwvrk rnanufacturing instructions
e. Custom terr��lates
f. Speciai wiring diagrams
g. Conrdina[ian drawir�gs
h. individua! system or equiprr�ent inspection and test reports including:
1) Performance curves and certificaiions
i. As applicabie ta the Work
2. Details
a. Refation of tf�e various parts to the main members and {ines of the strueture
b. Where correct fabrication of the Work depends upon field measurements
1J Provide such measure�nents and note o� the drawings prior to submitting fnr
approval.
H. Product Data
1. For submittals of praduct data for praduets included on the City's 5tandard Product List,
clearly identify each item selected for use on fhe Praject.
2. For submittals af product data far �roducts not included on the City's Standard Product
i.ist, submittal data may inc[ude, but is not necessarily limited to:
CITY Oi� E�OItT 1VOR't'H S1�A\D�\Rf3 CO\S'1'IZiJ(;'f f(.)� 1Vcstsidc IVat�r "I'm�€ment Plunt 13�ckup Gcncrator,
SI'fiC[f ICA"CIO� t)Of;U\-IE�TS —11'A'FC[Z PA('[LCPl' 1'€�OJEC'fSCI'1'1' f'ROJ�C�' v€J\4[3HlZ: 1[i3�ti0
Etc��ised I3ecentber 20, 2U 12
013300-6
SUBNITTALS
Page b of 12
a. Standard prepared data �or manufactured products (sametimes referrecf ta as
catalog dataj
1} Such as the manuiacturer's product specification and installation instructions
2) Availa�ility of colors and patterns
�} Manufacturer's prin�ed stat�ments af compliances and applicabiiity
4} Ro�ghfng-in dia�rams and tempfates
5) Catalog cuts
6j Product phntagraphs
7) Standard wiring diagrams
8} Printed performance cur�es and operatianal-range diagrams
9) Produetion or quafity control insp�ctian and test reports and certifications
14j Milf reports
11) Product operating and maintenance instructians and recammended
spare-parts listing and printed product warranties
12) As applicable ta the Work
I. Samples
1. As specified in individual Sections, include, bui are not necessarily lin-sited to:
a. Physical examples of the Worlc such as:
1j Sections of manufactured nr fabricated WorEc
2) 5malf cuts ar eontainers of materials
3} Complete units of repetitiveiy used products colnr/texture/pattern swatches
and range sets
4) Specimens far coordinatian of �isual effect
5j Graphic symbols and units of Work to be used by the Ciky for independent
inspectiar� and Eesting, as applicable to the Work
J, po not start Work requiring a shop drawir�g, sample or product data nor any material ta be
fabricated or instalfed prior to the approval or quaiified approvai of such ikem.
C['['t' f)I� f'Olt'C 1V{)R"['E{ S'!'A\[)fIRD COi�S"I"RUC7'10\ IVestside 11'ntcr Trealuie��l Pla�Et 13nckup Gencraturs
SI'fiCll�lCf1"f10\s DOCIJ\I!?�"I S-1VA'1�E;�2 FACIi.I"I l' 1'RO,11iL"TSC['CY PROJEC I' NfJi\-[BGit: I(13�1f3
Rcvised DeceEnber 20, 2D12
O133DO-7
SUnM1TfAL5
Page 7 of 12
l. Fabrication performed, rrraterials purchased or on-si�e construction accomplished whie�
does not canfnrm ta approved shop drawings and data is at the Contractor's rislc.
2. The City will not be liabie far any expense or delay due �o corrections or rernedies
required to accomplish confarrr�ity.
3. Cam�lete project Work, maierials, fa�ricatinn, and installations in conformance with
approved shap drawings, applicable sampies, and praduct data.
K. Submittal Distributian
�,. Electronic Distribt�tian
a. Co€�firr�n deveiapment of Prnject directory �or efectrar�ic subrnitta�s to be uploaded
to City's BIM360 site, or annther external FTP site approved by the City.
b. Shop �rawings
1) Upload submittal to designated project directory and notify appropriate City
representatives via email af subrryittal posting.
2) Hard Copies
a) 3 copies for all su�mittals
bj If Contractor requires rr�are than 1 hard copy of Shop Drawir�gs returned,
Contractor shall submit more than the nurt��er of copies iisted above.
c. Produck Qata
1) tJpload submittal ta designated projec� directary and notify apprapriate City
representativEs via email of submittai posting.
2) Hard Copies
aj 3 eopies far al{ sub�nittals
d. Samples
1) Distrit�uted to fhe Project Representative
2. Hard Copy D'tstribution (if required in lieu of electronic distrihutian)
a. Shop �rawings
�) l�istributed tn the City
Cl'1'Y OI� FOft'T 11'Oli'I'Fl S"fA\DARD CONSI'E2tIC1�[O\ 11'estside 11'ttler'fre�jtn�ent i'lant Backup C.�c��eraturs
Sf'FiC'1[ ICATI()\' C)OCU\[li�!'1S — It'A"CER PAC[1.1"1'Y P[tOJI:( i'SC17 Y 1'ROJECT \U\t131i1Z: 1U341i)
Reviseci C)ecei�iber 20, 2U12
(!1 33 00 - 8
SUBMIiTALS
Page 8 of I2
2) Copies
a) 8 copies fpr m�chanical submitkals
bj 7 copies for all dther submittals
c) If Contractor requires more thatt 3 copies of Shap [�rawin�s returned,
Cont�actor shall submit mare than the number of copi�� listed above.
b. Praduct Data
1) Distri#�uted to the City
2) Copies
a) 4 copies
c. Samples
1} Distributed to ihe Project Representative
2) Copies
a} Submit the number stated ir� the respective Specification 5ections.
3. DistriE�ute repraductians of approved sho� drawings and cnpies of approved praduct
data and samples, where required, to the job site file and elsewhere as directed by the
City.
a. Pro�ide number of copies as directed by the Ciky but nat exceeding the number
previousiy specified.
L, Submittal Re�iew
1. The re�iew of shop drawings, data and satnples wil) be for general confarmance wi�h
the design concept and Contract QocumenFs. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b, Refieving the Contractor af respansiE�ility for any errors, including details,
dimensiQns, and mat�rials
c. Appro�ing departures fror� detaiis furnished by the Ciiy, except as otherwise
provided herein
2. 7he review and appro�ai of shop drawings, samples or produc� data by the City does
not relieve the Contractar from his/her respansibility with regard �o the f€�Ifilirr�ent of
the terms of the Contract.
E;I'1'Y 01� C'Oit"f 11't)IZ"I'l l S'CANU�VZI] CONS`fItUC'i'10� 11'eslsicie 11'�ner `freatinent Planl 13acl:itp Getier,ttors
SI'ECIE'ICf�7'fON 130CUATE�"1'S — L1'fl"CEli I'AC[L[TY I'It�JCC�i'SCI'I 1' 1'ROJf;C�I' NiJ\9Bf:[t: [U3410
Izct�'tsed Deceml�r 2U, 2Ut2
D133 00 - 9
SUf3f�+fITTALS
Page 9 nf 12
a. All risks of error and omission are assu€ned by the Contractor, and the City will have
no respansibility therefore,
3. The Contractor remains responsible for details and acc�racy, for coordinating the Work
with all other associated work and trades, for se�feeting fabrication pracesses, for
techniques of assembly a�d for perforrning Work in a safe manner.
4. If ihe shop drawings, data or samples as sub€nitted de5cribe �ariations and 5how a
departure fram the Contract requirements whicF� City finds to be in the interest af the
Cicy and to be so minor as not to in�olve a change in Contract Price or time for
performance, ihe City may return the reviewed drawings without noting an exception.
5. S�bmittals will be returned to the Cantractar under 1 af the following codes:
a. Code 1
1) "NO EXCEP710NS TAKEN" is assigned when there are na natations or
cnmments on the s�abmittal.
aj When returned u�der this code the Contractor rr�ay release the equipment
and/or material far mat�ufacture.
b. Code 2
1) "EXCEPTIONS NOTE�". This code is assigned when a confirmation of the
notations and comments 1S f�0�' required by the Contractor.
a) The Contrac�ar may release the eq�ipmeni ar material for manufaciure;
however, all notations and corr�ments must be incorporated inta the final
product.
c. Cnde 3
1} "EXCEATIDN5I�OTED/RESUBMIT". This combination of codes is assigned when
notations and comments are extensive enough ta require a resubmittal of the
paekage.
a) The Contractor may reieas� the equip�nent or �nateriaf for manufacture;
haw�ver, all notations and comments must be incorporated into the final
product.
b} This resubmittaf is to address afl comments, amissions and non-conforming
items that were no�ed.
c) Resubrnittal is to be received by the City within 15 Calendar Days of the
date of ti�e City's transr�ittal requiring the resubmittal.
CI'I'Y (1E P(3Ri' It'(5€t`f}{ STA\(JARD CO\S't'R[JC"(7O\ 11'estside li'ater "['reatn�e��t i'lant i3ac4;up Geuerators
SPI:CIf�IC�1"ffE7\ I30ClJ\-[E�7'S —14'ATCR �ACll,l'['Y PRO]lii'-] S('t"1'l' PROJE;C'I' \LJ\[E3E>]Z: IQ3�li0
[tcvised Dece3nber 20, 2D12 �
o� �3 aa - io
sueMirrA�s
Page 10 nf 12
d. Code 4
�.) "NOT APPROVED" is assigned when the submittal does not meet the intent of
th� Contract Docurnents,
a) The Contractor mt�st resubmit the entire package re�ised to bring the
submittal into car�Fnrmance.
�) ft may be necessary tn resubmit using a different manufacturer/vendor to
meet the Contract Documents.
5, Resubrnittals
a. Handled in t�e same manner as first subrr�ittals
1) Corrections other than requested by ti�e City
2j Marked with revision triangle or other similar method
aj At Contrac�or's risk if not marked
b. Subrr�ittals far each item wili be reviewed no more than twice at the City's expense.
].) All subsequent reviews will be performed at times convenient to the City and at
�he ContracEar's expense, based on the City's ar City Represer�tative's then
pre�aifing rates.
2) Prnvide Contractor reimbursement ta the City within 30 Calendar Days for all
such fees in�oiced by the City.
c. The need for more �han 1 resubmission or any other delay in obtaining City's re�iew
of submittals, will not entitie the Cpntractar to an exte�t5iort of Contract Time.
7. Pariiaf Submittals
a. City reserves the righi to not review subrnittals deemed partial, at the City's
discretion.
b. Su�mittals deemed 6y the City to be nat complete wilf be returned to the
Contractor, and will be cansidered "Not Approved" until resubmitted.
c. The City may at iis aption pravide a list or mark the stab�iEtal directing t�e
Cantractor to the areas ihat are incomplete.
8. !E the Contractar consicEers any correction indicated on the shop drawings to cnnstitute
a change to ihe Contract Dacuments, then written notice must be
CITY Of� 1�OR`f IS'Ofi'17I S"t'A�iUAkb CO\S`['Rl}CI'10\ R'es€sidc 11'ater `I're,tlitien€ Plant Backup Generaturs
SI'F:CI['lC�\'I�E€�N DOCUA-[EN'1'S —1VA7'�'IZ E�ACSI,["fY P1tOJl:C7�SCl'CY I'ItOJCC"C 1�i[f\��I)�R: 1U341U
1teti�ised Deceiubcr 2U, 2U12
0133 00 - 1i
SU€3MITTAiS
Page 11 nf 12
provided thereof to the Ci�y at least 7 Calendar Days prior to release for manufacture.
9. When che shap drawings have been completed ta the satisfaction of the City, the
Cantractor may carry ou� the construction in accordance therewith and no furti�er
changes therein excepi upon written instructions from the City.
1a. Each submittal, appropriately cn�ed, will be returned within 34 Calendar Days folinwing
receipt of submi�tal by the City.
M. Mack ups
�,. Mock Up units as specified in individua! Sec�ions, indude, but are not necessarily limited
to, eomplete uni�s of the standard of acc�ptance far that type of Work to be used on
the Project. Remnve at the corr�p�etian of the Work or when directed.
N. Quafificatians
1. If specificalfy required in other Sections af these 5pecifications, submit a P.E.
Certification for each itern required.
Q. Request for lnformation (RFfj
1. Contractor Request far additional information
a. Clarification or interpreta#ion of the contract docurr�enks
b. When the Contractor believes there is a conflict between Cantract �oc€�ments
c. When the Contractor belie�es there is a canflict between the Drawings and
Specifications
1j fdentify the conflic� and request clarification
2. Use the R�quest for Information (RFI} form pro�ided by the Gty.
3. Numbering af RFI
a. Prefix with "fiFl" fallowed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additiar�al transmittal.
4. Sufficient informaCian shall be attached Co permit a wr€tten response without further
informatian.
5. The City will Eog each request and will s'eview the request.
Cl�'l' OE� POR�� 1VOIt'[l [ STr1\DAltl) CO\;S7�EiUC1'[O\ 11'�slside Li'ater'('rellmenl i'l��sit E3ackup C�eneralors
St'I:C[I�[Cf1�l�i�N DOCU\l[:N'1�S —�VA'Il;lt i�ACILI"l l' �'C�OJEC7SCI I�Y P[ZO1i�CT' \U\[I3E31i: IU3�lU
ELe��ised Decc�nbcr 2D, 2U I 2
a133 pD -12
SU€3MITTALS
Page J � of 12
a. If review of the project informaEion requ�st indicates that a change to the Contract
Documents is reqtaired, the City wilf issue a Field Order ar Change Order, as
appropriate.
SS SUBMITTALS (NOT I1SE�j
1.6 ACT[ON 5UBMITTAI.S�INFORMATIONAlSUBMiTTALS (NOT USEDj
�.7 CLOSEOEIT SUBMITTALS [NOT llSEDj
1.8 MAINT£NAiVCE MATERIAL �UBMITTALS [NOT USED]
1.9 QUALITY A55URANC� [NOT USED�
1.10 DELIVERY, STARAGE, AND HANDiING [NOT USED]
�.�i �i��� [siT�) con��ir�n�us �No� usEa)
�.�z waRr���ury [n�o� us��j
pAR7 2 - PRODUCiS [NOT USEDj
PARl' 3 - EXECUTION (NOT USED]
END OF S�CTfON
Revision Log
DATE NAME SUMMARY flF CHANGE
12/20/2U12 n.lnhnsan 1,4.K.8. Working Oays motlified to Calendar Days
CI`fl' OF f URT L1'OR`!'f�3 S7'A�VDtIRD Cf)VS'!'RUC'f70N lVcslsia�e 1V.iier'1'reatmeut ]'tanl 13,tckup Gei�erntors
SI'li(:IFtCr1T[ON [)0('LJ�1E\'fS -.. 11'ATGIZ FAG[Ll'I'Y PRDlECTSC'I'Cl' PROJEC'f �U\�IBE€i: t(13d1D
Re��ised I3ecent6er 2{l, 2U12
(31 35 I 3 - 3
SE'ECIA[, 1'It(}J€�C'"1' 1'Itt)CE:DUItf:S
f':�gc l of 8
SECTION 01 35 13
SPECiAL PROJECT PROC�DURES
PART 1 - GENEftAL
l.1 SUNIiVIARY
A. Section [�7clucies;
Tlie p�'oced�ires for special p►'oject ciretE�nsta��ces tit�t it�cludes, bu! is nat li���iteci to:
a. Coorciinatioz� «ritli Ei�e Texas Depart�»ent of Transpartatiot�
b. Work nea�- Higla Volt��;e Lii�es
c. Con�ned S}�ace Entry Pro�;t'atn
d. Air Pollutio�t Watcii Days
e. Use of Explosives, D��op Weight, Etc.
f. Water Depa�'Unent Notification
�. Public Notification I'rioa' ta Beginning Coi�struction
h. Coordina€ian with Ui�ited States �r►�zy Co�•�s of E��gineers
i. Cao►•di��aiioi� ��ritktin Railrosd �ern�its areas
_j. Dust Co��trol
�C. E��y��loyee Parkit�g
B. Deviatior�s fro�t� this City of Fort Wo��tlt Stai�dard Specification
1. Madified I.2.A.l.b.l
2. Added 1.2.A.1.b.2
3. Madi�eci 1.2.A.2.b.1
�. Added 1.2.A.2.b.2
5. Mociiiied 1.2.A.3.a
6. Added 1.2.A3.b
7. Modified 1.4.H.1
C. Related Specific�tian Sectio��s include, but are t�ot i�ecessai•ily lii��itecl #o:
l. Divisiot� 0— Bidciing Req��i�•eulents, Ca��tt'act Forn�s ai�d Coi�clitia��s of tt�e Contract
2. Di�isioit 1— Gener�l Require��tents
3. 5ection 33 12 25 — Cor►nectio�l to E�istin� Water Mains
1.2 PR10E AND PAYI��ICNT PROCEDURES
A. Measeirenaet�t �nd P�yit�ent
I. Coordinatiot� ��ritlaii� R�ilroac� pec���zit �reas
a. Measureme��t
1} Measure���ent fo�� [l�is ltem �vill bc Uy ltujip su���.
b. P�yn�e��t
1) Unit Price - Tli� work pe�'for���ed and materials tu�'t�isi-�ed in accordaE�ce
�vitl� this Ite►�i ��ill be paid tor at tl�e lum� su3�� p�•ice �id for Railro�d
CoordiE�ation.
2) L��m St�m P�•ice - Tlie �vorEc e�'fa�'�3�ed and ��3ateri�ls f�Ett'tlisi�eci in
�ccordance �vith tltis Ite��� �vill �e inci��decl it� tlle total lutt� s�im i'ice.
c. The p�'ice bid shall incl��de:
G'I�Y OI' f�(}R"I' 11'Ol2'1'H S7'f\�f)NtD CDNS f[Z[JC7�1ON �5'cstsictc Water Tre.jtmcnt E'lant F3ackz�p Gcner�tars
SPLCIi�ICA'!�i()N DOCU\-[El�i"['S —1VA'1'�:E2 FAC'[l.,l�f �' E'ltf)]ECI S C€7'Y P[ZOJ[�C'{� Nli4El3ER: I(334 30
Re��ised f.)eccntber 20, 2012
i11 35 l3 - 2
SI'ECCAL P[tOJEC'1� 1'IiOC��[Ji�f;S
Page 2 oi'$
��
2)
3)
4)
5}
6}
Mc�biiization
[nspectio�i
S�fety t�•ai��ii�g
Ac�ditional Instu�ance
Inst��•ai�ce Cet'titicates
Otl�e�' rec�Eiire���ents assaciafed ��ith gener�! coo�•dinatio�� �tfitk� Itai[ro�d,
i��cit�di�ag additional employees ��eq��ire�[ to protect the ri�ht-of=«�y and
property ot tkte Railrc>ad f�•on� da�ttage arising otit oFattd/or troi�� tl3e
C0115tt"ElC�kOil Of f�le iCp��Ct.
Railroad F[agmen
a. M�asiu•e���ent
k) M�as�iE•enient fat' kl�is Item will be ��er tvorki�ig day.
i�. Payi»ec�t
1} Ustit P��ice - The «o�•k perfa�-med �inci mate�'ials fi�rnished i�� accordance
�vith tl3is Ite�t� �vill be paid for �tt the I��m�� su�n �i•ice bid tor Rail��aacl
Goorcli��ation.
2) Lum � 5um I'riee - Tfie tivo�•Ic erfo►•ntecl ��nd ri�ateria[s f'u��a�islied in
�icc�rct��tce with tl�is Itern rvill be inctudec[ in the totttl lum sum �•'rce.
c. T1�e pt'ice bid sl�all inelucie:
I) Coordinatio« fat•schecfuling flagmett
2) Flag�atet�
3) Otliar rec�tiireme��ts associ�ted �vith Rail�•aad
3. A11 otl�er iteitls
a. U��it P�'ice - T13e �vork perfc�a•a�1ed and mate►•ials Furxlishecl in ��ccorcfa��ce �vith
this Item �vi[I be paid Fo�' at tl�e I�inl}� s«n� ���•ice bid Far Rail��o�ci Coordin��tion.
b. L�im � Srin� �'��ice - The woric e�'forntetl ;�nc[ mzteri��s t'uri�ished in
acco�'d�t�tce �vitl� this Ite�tt.}viIl be inciuded iq,,tlte tot�l lu«�i� sun�, l�,a•ice
1.3 RT�+�R�i�fC�S
A. ReFere�ace St�nda��ds
I. Refere►-�ce standards cited ii� tE�is Specific�tion refer to tlte current ��efe�•ence
standa�'d published at tl�e tinte of the latest �•cv�sio�t date la�gect at the end af tl3is
S��ecific�tion, �ulless ri ci�te is specific�t[ly cited.
2. He�ltli at�ci Saf�ty Code, Title 9. Safety, Subtitle A, Public Safety, Cha��tea• 752.
Hi�;l� Voltage Ove�•1�eaci �.ines.
3. North CeE�trtt[ Te��s Co��ncil oF G[��er��iuei�ts {NCTCQG) — Clean ConstrL�etia��
Specificatio��
1,4 ADMINiSTItATIVE I2EQUIR�HiENTS
A. Coordinatiot� «ritk� tlie Texas Depai•ttt�ent of T��ans�oifiatioil
Wlfen �vorfc in tl�c i�igl�t-af-��ay which is t���ciei• die j«�•isdiction of tl3e Te�as
Depa��tme��t of`I'�•a��sportatio�i (TxDOT):
a. Notify tlie Te�as De�artme�it of Tt•�t�ts�3ortation prior tp co�a3���enci��g a►iy �vqck
�I7�1'e1ll E[1 �3CC4E'Cla��ce ��ith tl3e provisions of tl�e per►��iE
b. All �va��k perfornted in tlie TxDOT rigltk-af-��ay sl�a[I E�e pe��Forn�ed i��
compliai�ce with �nd s�iE�j�et to a��pra�a( fi•om tf�e Texas Depa�•t»le►�t of
T�•ans�artatio�i
B. Woefc near Higli Vottage LiE�es
CITY OP 1�01{'I' li'ORTE1 S"i'AN[)ARD CONS'['[ZUC7'IC)N 1Ncstside 1Vater'Crea€c�ienl Yl�ie�t E3ack�y3 Cicncr�clors
SPE�CIFiCA"FID�i DOCI.lIv1l:N1�5 — IVn"I�l?R PAC[Ld7'Y YROJi�C E'S C["]'Y E'IZOJ8C7' N1JM13i�it: 10341{l
Revised t)�cen�Uer 21), 2(112
�13513-3
SFi?G1AL f'R{}IFC'C P[ZCiCE€�URP:S
I'a�;c 3 nf &
l. Re�;�tiatory Reqi�irente��ls
a. Ail Wot'k ��ea�• Hi�t� Volta�e Lines (moc-e tkta�t G00 �olts measti�'cd bet�vee��
co��ductors ot' t�et�veeti a co►�ducto�' a«d tf�e grat►ijd) sf�all l�e i« acca�'da�ice �vitli
Healtf� a��d Safety Code, Title 9, Si�btitle A, Cl�apter 752.
2. Warning sig��
a. Provide sign of st��ficiet�t size meeti��g all OSHA E•equirenaents.
3. Ec�ui�»ife��t operati�t�; rvitf�in 10 feet o� Itigli voltage lines ���ill �•equire tl�e tollo�vi�tg
safety fe�ttires
a. I�isEilatiEig ca�;e-type of gitard abo��t ti�e booEn or ar�n
l�. Insuiator 1'tnks o�i the lit� hook co�ui�ctio��s foi• 1�ack I�►aes oi' dippers
c. Equip►nent ���ttst meet tl�e ssfety �'eqiii�•ei�tents as set forti3 by OSHA a�id the
safeC}r requi�-e►t�ents of t1�e o�vner af tl�e high voltage lines
�. Wor� ��'stl�in 6 feet of higl� �tolt�ge efectric li��es
a. Notifie�tio�� sh�ll be �;iven to:
1) Tlze power eampat�y (exam�ie: �NCOR)
a) Maintain at� acctu•ate Ic�g ot �11 St�cli calls to po��rer co��3��a��y at�d �'ecord
actio�i tske�� it� eacl� case.
b. Cnordin�tion with powe►• cotn�any
1) After �iotification caot•dit�ate ��rith the �otr�e�� coi»��a��y to:
a) Erect ke�ttpo�•ary mecha�►ical Uarriers, de-enet'gize tf�e lin�s, at' raise oi•
lo«�er tl�e lines
c. No pe��son�tel ���ay �vark �vithin fi feet of a high �oltage line before tl�e above
��ec�ttirements iiave beet� met.
C. Con�neci Space Entry 1'�'agram
I. Provicie and folio�v a�p��aved Co�ifinecl Sp�ce Entty P►�og��ai�� in accardat�ce ��ith
OSHA reqEtiremei�ts.
2. Cor�#ined Spaees i��cludc:
a. Ma�ihofes
b. All otk�er conf�c�ed spaces in accorda��ce �r�ith OSHA's Perif�it Rec�uiced for
Cot�tinecl Spaces
D. Air Pollutior� Wakch Days
Ge►�ez'al
a. Obse►•ve tlie followi�ig guid�lines i�elatin�; ta workic�g o�� City constructioi� sites
on days desigttated as "AIR �'OLLUTION WATCH DAYS".
b. Ty�ical Qzone Seaso��
1) May t tl�rougl� October 31.
c. Criticai E��zissioi� Tiine
1} 6:00 a.���. to 10:00 a.tn.
W�tcit Days
A. T�7� TeXc�S COI7�ill1SS1011 411 Ei1Vll'011Itleilf�ll QLl�lI1�}� {TCEQ}, i�s eoordinatio€t
�rrith tl�e Natio�tal Weather Se�'vice, ���ifl iss►►e tf�e Air Po[iution Watcl� by 3:00
p.u1, ot� tiie after��oo�� p�•ia�• to the WATCH day.
b. Reqt�i►-cments
1) Begi�-► �voi�k alter 10:00 a.�n. �vliencver ec»3structinE� phasii�g req�ii�'es the
t�se of ���otorized equipi3�e��t tor periads in ereess of 1 1tc�uE'.
2) Ho��rever, tl3e Cont��actor may be�i�� «�ac-k �rio�• ta 10:00 �.�i�. if:
�} tJse of nioto�'ized equipme��t is less than 1 liour, o�'
Cl"1'�' OI' POR'1' WORT1 [ S'C'AND�1R[.3 G(3NS"I'Ctl)CT[O�i 11'estside 1Vt3ter'(Yeat�33ent YI�s3t E3�sckup (icncr;ttors
S!'1�;CiP1CA�E'fON DC)CU�9G�i'1�S — 1�'A`i�l�.li i'AC'E[.I'l'Y PROJI:C� E'S Cl`CY YItOJEC.'C NlJ\-f13E1t: 103d1U
Ke��ised Decembe3' 2(�, 2012
01 35 13 - d
Sl'C;CIAL E'It[�JE:CT' P[2QCC�,DURGS
Page 4 af S
b} Ifec�ui��iietlt is ne�v and ce�'tified by EPA as "LoGv E���itki«�;", or
eq�tipi��ent l�ur�ls Ult�'a �,o�v S��IF��r Diesel (ULSD}, dieset emt�lsions, o�•
alter��ative fi�els such as CNG.
E. TC�Q Air Per��iit
l. Obtain TCCQ Air Pern�it for constr��ctiott activities per reqtiiren�et�ts oFTCEQ.
F. Use af Ex}�lasives, D��o� Wei�;l�t, Etc.
Wl�e« Cont��act Doc���t�ents perm�t o�i tkte praject the following will ��ply:
a. Ptiblic Notifieation
1) Submit E�otice ta City a��cl p�'oof of adeqt���te Ensit►•ance coverage, 24 hours
p�-ia�• to co�a�ntencing.
2) Miniaa����t� 24 hou�• p��blic notification i�� �ccordance �vith Sectia�� O1 3I 13
G. Watea' Deparft»ent Coordin�tioi�
I. Dt�cic-►�; the constr��ctio�� oFtltis pra}eet, it rvill be ��ecess��y to deactivate, Far a
pei•iac� of titt�e, eYisting lines. The Cont��actor sll�ll �e z'ec��►ired to coo�'dinate ��itkl
tf�e Watei• De�}ari►��ent to deter���iiie tk�e best titttes for de�ctivatitlg and activati���
tltosc lia�es.
?. Coorc[t�iate ���y eve�it tl�at wiii reqtii�'e coi�necti��� to or the o��er�Ho�� aFan eYistiu�;
City �vate�• l�ne syste�n �vitl� ti�e City's ��epresentafive.
�. Coordinatio�� sltali be i�� accortfa��ce with Sectian 33 12 25.
b. If �ieecled, obtai�� a I�ydrattt �v�ter i�ieter fi•�»a� tl�e Water Depart►��e�lt fo►• ttse
dtarit�g tE�e life of nan�ed �roject.
c. ln tl�e eve��t tf�ai a�v�te�• v�lve oe� aEl existing live syste�i� �e kurited off a��d on
to �ccai��itiadate tl�e co��st����ctio�� oCt��e ��'oj�ct is rec���ii•ed, coo�•di�l�►te this
activity ti�t•ough the a��ro�t•iate City ��e}�resentative.
1) Do nat oper�te wate�• line valves c>fexisti���; w�ter syste�n,
a) Fait�E�-e to caE��ply �vill renc[e�• the Cont���ctor in violation of Texas Penal
Cocle Titfe 7, Chapter 28.03 (Cri���ina[ Miscl�Ee� and the Contr�cfor
�vill be �}rosec�ited ta the fi�ll exte��t oF tk�e la��.
b) Lri �C�C�Ii[Dil, the Contractar �vill ass«me ��II liabilities a��d
responsibilities as � res�tlt of these actions.
F-I. Ptil�lic Notificatioi� Priar to Begi�a��in�; Coilstri�ction
Pa'io�� to begi�ini��g construction e� at ilte s[te or on aEty blocic in the project, o�i �
bloc[c by block b�sis, ���•epai•e a��d deliver a notice or flyei• of the ��e�idi��g
ca►�struction ta tE�e fi•o�it cjoo�� of'each resiciencc c�r �usi��e4s th�t �vilf be i���pacted k�y
coE�structic��i. The 3totEce shal! be pi•e�sarec� as follotvs:
�. Post notice o�- £lyer 7 cl�ys p�-io�� te� begi«��in�; �ny co��struction activity o�a each
blc>ck in tk�e pi•oject a►-ea.
t) Prep�re f�yer on tl�e Contracto��'s letterhead anc! ie�cl�icte lhe follo�ving
info��niatio��:
a) Naiiie oFProject
l�) City Project No (CPN)
c) Sco��e af P�•o�ect {i.e, type of cot�struclioi� activity}
d} Actu�! cottstr�Ectio�� d��ration «it1�i�� the blc�cic
e) Nat��e of the cont�'actor's Fore►����� ai�d �l�one nE�mber
f) Name of the City's inspecto�• aiad ��hot�e nlu��be�'
g) City's after-hc�tErs pE�ai�e ��tunber
CI"I'Y OF f OlZ"1' 1VOR"T'I i S`I'AAiDAl2[] C'ONS"C[tUCT[[3N 11'cstside 1Vtiter "1'reatmcnt Plant 13;icfiup Gencri€ors
SI'�CII�ICAT[O�i U()Ci11�[I?N'C'S— 11'A7'I:I21'AC[Li'1'Y PROJL:Cl:S CI'['Y PRC)JC_C'1' �iEJn413F'.it: lfi3dl(1
[Zevised I)ccec�iher 2�, 2012
QE3513-5
Sf'f:C1AL 1'K()J€�CT PRO{:Ef]LIItt�,S
Pa�,c 5 nF8
2} A san�ple of ti�e `pi'e-canst►•lsction notitication' tiyer is attached as Exl�ibit
A.
3) St�b►��it sclleclule sllo�vii�g the co��sta•uction stai•t and finisl� time for eacil
block of the �roject to tl�e it�specto�•.
4) Delive�� flyer to tlte City Inspectot' for ►•e��ie�v prio�� to distrib��tion.
b. No ca►-►structio�i wilf be allo�ved to begin on any �Eock until the flyer is
delivereci to all �'esidea�ts of t1�e 6tock.
ittblic Notificatio�i at Temporary Watet' Ser�ice Tntcr►-uptior� dEn�ing Co�istr�tclio��
l. in tl�e evettt it t�ecomes necessai`y to te�n��orarily sfn►t cio�vn �vatea' service tc�
reside��ts ot• t�i�sii�esses d�►ring constr��ctio�i, prepare a��ci delive►• a��otice or €lyer of
tl�e p�ndit�g interruption to tlte fi•oi�t door of eacl� affectecl residet�t.
2. Prepared natice as foilo�vs:
a. The i�otification or flye�' shall be posteci 24 haurs prior to tlte te�z��orary
interri�ptio��.
b. Pre�a►•e flye�• on the co��tr�etor's letterltead and i�iciiide tlte fallo���ing
i��fo�����atio�l:
I) Na�ne af tlie p�'oject
2) City P�'aject NttE��ber
3} Date c�f tE�e interrt►ptio�� of service
4} Pea'ioci tl�e interE�u}�tiatl �vill take piace
5) Na�ne of tl�e cont�•acto�'s fo�'en��n �nd �hone ntu��be�•
G) Name of tlie City's i��specto�� and pfto��e n�iEnbe�-
c. A sample of tl�e te���pa►�ary �vater service interruptian EiaEi�catio�t is attached as
Exliibit B.
d. Deli��e►' a capy of the ten�po��aiy i��terruptio�a aiati�icatic�n ta tl�e City inspee€or
i'or review prior to being distribt�kecl.
e. No inte�•rtiptio�3 of water ser�Tice ean occ��r untii tl�e flyer has been delivereci to
all affect�d resid���ts aE�ci b�is€nesses.
f. Electra��ic versions ot tl�e sanlple �fyers ca�� be obtainecf f�'a►�� the Project
Cortstructio�� Inspector.
J. Coordinatiatt ��ritli United Skates Army Co��ps of �ngineees {USAC6)
l. At locations in the I'�'ojeet �Srhere construction activities occur i�� areas «kte�'e
USAC� ��e�'»�its are rec�uiz'ed, �neet ail rec��ii�•eme��ts sek forti3 izt eacl� designated
per�nit.
K. Coordinatiot� «�itl�i�i Kaifraad �'er�3�it Areas
At lacations in the pt'oject ��rhere coE�stt•uctioi� activities accu►• ii► aE-eas �vk�e�•e
railrc�ad pe�•�xiits are req�iired, meet all rec�uire���e��ts set fo��th i�� eacli designated
�•ailroad ��er►nit. This includes, 6ut is not li���ited to, ��i'avisioo�s fo�-:
a. Pla�;tnen
b. Inspectars
c. Safety tcaining
d. Aciditional i��surat�ce
e. Ins�€rat�ce certitic�ttes
f. Othe�• employees requirec[ to p��otect tlte rigi�t-af-�vay and }}►'opei•ty of the
R�ilroad Ca�3�pany E�1'Ottl Clc�lll�i�C ftl'iSltlg 4Lit O�`c�i1C�IOY �l'OISI t�1e C�[7Si1'LIC�I011 Of
tite ���•oject. Proper utifify cle�r��ice praeedu�•es s��all he used ic� acco��da�ace
�vith tl�e permit guideli»es.
CI'I'Y [3f� f�OR'C 1V0[2'['1{ ST�Ai�I)A1iD CONS"I�IZUC"I�[ON 1lrestside \V<�[er"1'rcal�ttent 1'lant I3sukup Cienerators
SI'I:CII�1Cr17'IDI� Dt)CUhlk3l�!'CS — 1VA'1'LR f�f1C"f[�[�'Y PK().[L':CTS C'1"fY PR(}7ECI" NUVIBER: 1U34tD
Revised Decea�iber 2(l, 2D l2
(11 35 l3 - G
SPECiAL. 1'Rt}!l;CT PR{}CL:t]URHS
!'age 6 of R
2. Obt�in aiiy supplemcntal inFor���ation needeci to co�����Ey ��rith cl�e i•ailraad's
��equire�ttents.
3. Railroad Fl�g��iett
a. Si�b�t�it �•ecei��ts to City for veriFication of worki��g ciays tktat railroad fl�g���e��
were prese��t on Site.
L. Dust Co►�ti•ol
1. Use acce��table meas��r�s ta cont►•ol d�ist �t the Site.
�. Ifw�ttea' is used to eo►ftE'ol di�st, capturc at�ci p��a�eely dis}�c�se of waste wate�•.
b. I� wet saw cutti��� is p�c��Focmed, capture ai�d pro�erly c[ispose of slur��y,
M, �;��aployee f'�rkin�;
I. P�•ovide paeking fo�• em�Eoyees at locatio��s approved by the City.
l.5 SUBIVI(TTALS [NOT USED�
1.6 ACTXON SUF311�IITTALS/IIYFORN[ATiONAL SUBNIITTALS [NOT US�D]
1.7 CLf)SEOUT SUI3NIITTALS [NOT USED�
1.8 NIAINTENANCC 1VIFIT�RIA�.. SUI31VIiTTALS f NOT US�D]
19 QUA[,I"�'Y ASSURANCI!� �NOT USCD]
1.t0 DCI,�VCRY, STORAGE, AND HANDC.ING [NOT USCD]
1.11 �+ICLD [SIT�f COND[T[ONS �NOT USCD�
t.12 WARRANTY (NOT US�D]
�'ART 2 - PRODUCTS [NOT US�D]
PART 3 - �:X�CUTION �NOT USI�D]
F'ND Q�" S�CTION
[Zevision Log
Df1T� N�1ME SUMMARY OF CtIANGE
].4,8 —Added i-eq�iirei��cr�t o1'con3pliance �vi(1� 1-�eal€I� antl Safety Cncle, "i"itle 9.
8/3 i/2012 IJ. f0I3115011 Safety, Si�b�itle A, I�isblic Safety, Cli�tptc�• 752. [-[igh Voltagc Overhead L,iites.
t.�1.E — A�ded ConEracto�• �•esponsibility fr�r obtainin� a TCGQ Ai�• Perniit
CC€�Y O� FOIt"I' IS'dR"I'E � S'1'f\i�UA[tl) C'ONS"]7tUCT'[OIV IVestsic[e �V;�ter "Creatme�ft PtanF 13�ekup Cieuerators
SPGC[P'ICA�CI€)N i]OCLI�[%N7'S — 1VA'I'Elt PAC1L1"CY PROJ6C"9'S C['i'Y PROJ�CE NUNiBE;I�t: 11)3�410
Revised f)ecev3her 251, 2p12
013513-7
SC'ECtAI., 1'ItOJEC'"I' PIiOCEEIURI:S
Pa�;c 7 ctC 8
�XHII3IT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Locatinn:
Limits of Canstruckian:
�
THIS IS TO INFORM YOU THAT UNDER A CONTRAC7 WITH TH� CI7Y OF FORT
WORTH, �UR COMPA{VY WILL WORK ON U71LiTY �.IIVES ON OR AROU{VD YOUR
PR4PERTY.
C4NSTRUCTION WILL BEGIN APPROXIMAT�L.Y SEVEN DAYS �ROM THE DA7�
OF TH1S NOTICE.
IF Y4U HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY 4R ANY OTHER
15511E, PLEASE CALL:
MI'. <CONTRACTOR'S SUPE�2INT�NDENT> AT <T�l.��'HONE NO.�
�
Mr. <CITY 1NSPECTOR� AT � rE�.��r�oN� r�o.>
AFTER 4:30 PM OR �N WEEKENDS, PL.EASE CAL.L� (817) 392 8306
PLEASE KEEP TH1S FLYER HANDY WNEN YOU CALL
Cl`CY DI' POR'� �1'OEZ'1'I-E S"I'r1�C)eVZU COhISTRU{;'C[E�A' 1Vistsictc 1Vntcr'['re�ii�ateni I'lant E3ackjip Generators
SYECIFICA'll()�I d()C[J1d8��[�S — 11'E1i i�E2 i�ACfL['I�Y Pf20JrC7 S Ci"I Y PROJEC'C' �lJ\�[I3ER: I(33�1�0
Ite��is4d Decen3l3er 20, ZU12
US3�13-R
SI'I;CIAI, I'ROJ�CT E'ROCE�UftE�:S
Patge R of 8
CXHI[3�T B
FORT WORTH
Dete:
DO� l�IQ. XX][X
1P�roject Hnme:
H�1`[CE OE TEMPQRAR� WA?ER SERVICE
�HrERRu�r�on
iIUE '1'O UTILITY iMP12QV�:MCiVTB IN 1CflUR N�IGTiBQRE�00D, YOUR
WA'I'�[2 S�;RVNCE VV1C.L I3E ilVT�RRUPTI�D ON
B�'fW��N THE HOURS OF AfVEI
IF YdU HAVE QUESTIQNS ,A90U7' TFTIS SHU'T-OU'T`, i LEA5� CAE,L:
M 1t. AT
(COl�TRAC'POR5 SiIPERINT�IVDEtY'i)
(T�i.EPFIONE NUMt3Eii)
O ft
M 22.
(CITY INSP�CTbl2}
AT
(TELEPiiOIYE NUM�ER)
1'HIS i[VCOIVVGfYIENC� WILL BE A5 $IFpIi.T A$ PO$SII3I,�.
'I'NANEC YOI1,
, CONTRAC'FOii
C['1'Y OE� FOR"[' 11101ZTI I S'C'�1NDARD C'ONS'C[2tJC l'1{)i�] �1'rstside lVtjter'I're�Ma€teut I'In3at [3.icku�� Cienerators
SI'[?C[I'ICA'I��10� DOC[1�tE:N7�S - IVA"�CIZ]'ACI9..f"]'Y Pt20JGC"TS CITY i'i2i1JECT' NUNEL�CR: 103�€If}
Ite��ised Decc�ttl�er 2f1, 21)12
(�{ 45 23 - 1
CE3S7'E3�G r1i�i1J ENSPECI"IOt� SHRViC.]iS
i'age I uf� 3
s�cTioN oi as z3
TBSTCNG AND INSPECTION SERVICES
PAR'T1- GENERAL
1,1 SUNINIARY
A. Section Inclucles:
l. Tesiing a�icl inspectian se�•vices pracedt�t'es and coaE�dii�atian
B. Deviations fi�ot�� this City of Fort Wo►'th Standard 5pecification
1. Mocii�ed 1.2.A.1
Z. Ac�deci i.2.A.2
C. Related 5peciFication Sections include, b�it �re 3�ot necessarily limiteci to:
1. Divisio�� 0— Bidding Reqt�irements, Cont�•acC ForE��s a�3d Co��ditions of tlie ContE��ct
2. Division 1— Ge�ieral Rec�iiire�nents
1..2 PItICE ANll PAY1I�I�NT PROC�1)URES
A. Measu►'enle��t �nd Pa}r��ient
1, Unit P�•ice - Work associated ���it[� this lte�n is co��side�'eci sui�sidiary to tlia va�'ioits
Ttei��s t�id. No seE�a��ate �ayment wrill be allo�ved %r tf�is Item.
a. In �►cco�'da�fce �►�itl� Article 13 of the Gene�•al Coriditic�ns, Con�racto�' is
resuo�ysible far »er•formi�t�, cao�'di��atin�, ancl p�vme�a� ot:a11 i��s»ectioi�s,
tests, �•e-tests, oc_ap»t�ovals.
U. L� accordance �vith Article 13 of tlie Geveral__Con[iitions, City is
�•es �onsible fo�• �er�o�•n�in a�ui a me��t #'��- first se� additional
indcuenclent testin� ciiosen b`r tlie City t[�_t�e pea'%t'me[t.
1) If the first inde e��devt test erfoa•n►ed U the Cit � fails tlie Contractor
is ��est�o��sible i'or t�av�tterif oisui�sequent testi�i� until a_ �a� ssi��� test
occurs.
a) Final accenta��ce rvill �zot be_issued b� Ci until all req��i��ec�
Unv�t�e��ts for testi��� bv Contracto�� have bee�a_���icf in fu_Il.
2. Lt�m Strm Price -�Vo�'It assaciated �vith this Itern is include�i i�� tlae total lusn �
siun urice.
a. In acco��ciance �vitl� A��ticle 13 of the Ge��eral Conditions C�nti'actor is
res 3ansi�le f'or erforrr�i�t caardinati�i �lstd a ment oi all ins 3ections
tests re-tests o�' a rovals.
b. In accor�da��ce wi�i� Aa•ticic I3 of tl�e Gene�•a� Conditions,__Citv is
res o�isil�Ie far' erformin and a�ne��t for tiz•st set i�fde e��dent testi��
cl�osen b� tlje Cit to Ue eri'oemed.
1) Ii�tl�e fi��st inciepe��[le��t �est pe�-formed I�v the Cih° fails,_tlie C�a�h�actur
is res �onsible i'or �a ment c�f subse uent testin 7���ttil a�assin tesk
occurs.
a) Final acce tance Fviil not be issueci b� Ci urttit all re i�ic�eci
payrr�e�yts foa' testi��� I�y Co�ttracto�• l�a�e been �ai[� i�t ir�ll.
C'1'f Y OF POIZ7' 1VORTH S7�ANDA€ZD CE)�iS'1'RUC'CfO�f 11'estside Water'['re�ttcneu[ P6ant Batcku{� Eienerators
Si'�iC1FECA'C[O� 1.)OCU�-I�i�i"I'S -.. 1VAT�[Z E�ACILETY PRO.IEC�I'S ('1"iY 1']tO.1F".Cl' 1�F1�9E3��:K: 1034�0
C2e��ised Jt�l)� 1, 201 1
��asza-z
TCST[NCi AtVD INSPI;C'�[�EON SE:RVICGS
Page 2 oC3
1,3 RCFCRCNCCS [NOT USED]
l.�t ADI�IINIST[tATIVE R�QUIR�iVi�NTS
A. Testing
:
I. Co�tlplete testing it� accorc3ance vvitl� tl5e ConfE•act Docu���ents.
2. Coorciination
a. Wi�ett test�ng is ��ec�lEired io be perFoi����ed by tlte City, ��otify City, sufficiently
[n �clvance, 4vlfe�� testi��g is t�eeded.
b. Whe�i testi�a�; is rEt�uirec� to be ec�n�plcted by tl�e Co��traeto��, t�otify City,
stit'�iciently iE� aclvaE3ce, th�t testing 4vill be �e��farn�ecl.
3. Distribution of'Tesk�r�g Reparts
�. Elect�•onic Disteibution
1 j Cat�fi�•��� c�evelo��mcnt of Project directory for elect�•nttic submittals ko be
up[aacEed to City's BINI3�i0 site, at• another exte�-��al FTP site ap�}t'ovcd by
the City.
2} Uploac[ kest r��o��ts to desigitateci project di►�eetc�t•y a�xl ��otify �ppro�3i'iat�
City ►�epresentatives vi�i eE�t�il ot�s�►E�mitEal [�osting.
3) Hai•d Ca��ies
�) 1 capy for all stibn�itkals se►b�i�itted to tE�e P�•oject Repi•ese«tative
!�. Hard Copy Distrib��tia�t {if reqt�ired in liet� ot'electro��ic distribt�tion}
1) Tests pe�•fo�•Rtted by City
a) Distribtite 1 l�a�•cl eca�}y io fhe Coi�tr�etc»'
2) Tests performec� by ti�e Co►�tractor
a) Distril�ute 3 hard copi�s ko City's Project Rep�•esentalive
4. Provicle City's P��nject Represe�tt�tive tvith t�•ip kicicets far eaclf deii�ered laact oi
Conerete o�� Lin�e material ineit�cfing tl�e fc�llowing i��forinatic>n:
�. N�me aFpit
b. Date of delive�•y
c. M�tet�ial clelivered
I��s�ection
[. Cns}�cctio�� o►� 1�ck of� i��s�ectian docs ��ot re[ieve tl�e Contractor from of�Ii�;,�ttioit Eo
}zerform w[��'k i�� accnt•cEa�ice �viilt tlie Co�ltract Docitttte��ts.
C[7'Y 01� �OR7' 1VE)R'fE1 S'3'ANC)AR[) CONS'I'[ZUC"TION �l'estsicle 41'ati:r'I're¢tment F']ant E3ackup Generu[or�
5P6CIFICA"fI()N €}OCl1�ti;N"1�5 — WA'i'3;C2 FACIL[`I'Y i'KOJLC'CS CI'CY PR011�C7' I�#tIME3Eit: 1f13� 10
Revised July l, 201 l
�1�4523-3
CE:ti7'1NG Ai�i[] 1NSPEE;"I'[E)1�! 5ii[ZV[Cf:S
Page 3 c�f 3
1.5 S[JIi1VIITTALS [N[}T USEDJ
I..b ACTION SU6NllTTALS/tNFORNIATIONAI� SU�3I�IITTALS [NOT llSrD�
1.7 CLOS�011T SUI3IVIITTAI,S [NOT USCDj
1.8 NIA[NTCNANCE N1AT�RIAL SUBMITTAI,S [NOT USEll�
1.9 QUALITY ASSURANC� �NOT US�D�
1.10 DI�LIV�12Y, STORAG�, AI�ID HANDLINC [NOT USCll]
l.il �'iCLD (SIT�) CONDIT[ONS jNOT US�Dj
1.12 WAItR�NTY (NOT USED�
PART 2 - PRODUCTS [NO"�` USED]
PART 3 - EX�CUTION [NOT ilSED�
�ND OT SECTION
C]"1'Y OF PORI' 1i'Ot2'1�H S7"AhIDARD CONST[ZUC"l'10�1 1Vestside �1r�ster'E're�ittuctit I']ant Bsickup Cienerarors
S['�CIF�1Cr�'f[4N D�CIJ\�[��l�CS 1Vf1"1�€iR E�ACILt7�l' i'lt(?7EC"I�5 C{'l�Y 3'RO7ECl' I�i[J�-tE3i;R: 1i134S[)
ktc��isecl 7uly I, 20l 1
a i sts oa - i
'C'E�3PORAKY FAC{1,111ES AN[) CONTROLS
['age 1 of�A
SCCT60N O1 50 00
TEMPOTZARY FACILITI�S AND CONTROI,S
PAI2T 1 - GENEILAL
1.1 SUl1�INLARY
A. Sectio�� li�cludes:
Pt'o�ide temporary facilities �tld conta'ols needed far the Work i�3cludi►-�g, bt�t not
neccssaril)r limited to:
a. Te�npo��ary ��tilities
b. Saiaita►'y facilities
c. Storage S�teds and Bttildin�;s
ci. Dtrst controi
e. Tempora�'y fencing of t1�e construcfion site
B. Ueviations fi'otti tl�is City af Fot't Woi•tll St�ndard S�eciticaiion
l. Modi�ed 1.2.A.1
2. Adcled f .2.A.2
3. Adcied i.�.C.7
C. Related Specification Sections i�icitide, btit are not �iecessa��ily lij��ited to:
1. Divisio�� �— Biddi��g Req€tii•e�i�ents, Co��tract Forms and Co��ditions of El�e Co��tract
2, Division 1-- Ge�teral Require�ner�ts
1.2 1'RICE AND PAY1I�I�NT PROC�DURES
�. Meas�ir����e�at �t�d Pay���ent
1. Ua�'rt Price - Work associated �vith tl�is Ite�i� is caizsidered sub�idia���� to tl�e �ario��s
itet�is bid. Na separate paym�c}t «�ilk be alin���ed for this Ite�n.
2. Lrr�up Sum Price -�Voi•I< ass�ciatet! ���i�h this Ite��i is includecl in �i�e Yotal I��mu
sum �rice.
1.3 RErERENCES �NOT USED]
1.4 ADNiiNISTRATIV� it�QUIR�IVEENTS
A. Te���pora�•y Utilities
1. Obtai��ing Tem�arary Service
a. Make az'G'a��ge�»ents witla uCility service co��t�anies for #em�o�'ary services.
b. Abide by rules a��d regulations of �ttility service co�tlpanies o�� authorities
i�a��iit�; jL�risdiction.
c. Be t�esponsible fo►• utility service costs tu�til Woi'k is ap}>�'oved fo�' Fii�al
AcceptaE�ce.
1} Incl�ided �re fuel, ��o�irer, ligl�t, I�eai and other utifity services necess�ry fo�-
e�ec��tion, coEz�pletion, testii�� anc! iuitial ope�•atio�; of Wo��k.
2. Watet•
CI'I'Y Ol� I�(�R"I' 14'OR'CEi 5'CA�IDARd CONS7'RUC I'[E)N 1lfestsictc 1Yater `Creatmcnt t']ant I3acku;� Genera€ors
SI'L�CIF1CAi"ION DOCUMEIV"1"S — Wr1'I'�[2 F�1C'1{,["['Y P[ZO1rC'CS (;1'I'Y i'ROJFC'1' NEJ��fE3i:R: 1t)341€1
itevisctl.luly l, 2U11
L)] 5il Otl - 2
TEMYC)RARY I�AC[Li7'IE;S AND C()N'I`ROLS
P.ige 2 c�fd
b.
d
:
CoiltracFor to provide �vatet' ►'ec�ui��ec� fo�• anri in caE�nectian �vitli Wc�i•k to �e
pe�•fornlec� aild fo�• speci�ec� tests o(' �>i�ing, eq��ip�yient, devices or othe�' �ise as
reqa�ired for the co►�lpletion oFthe Wark.
Provicle ai3d maititai�i adec�t�atE s�ippiy oFpotaE�le �vate►• fCsr domestie
cons�Em��Eion by Co��tracto�• �ei•sont�el and City's Praject Rep�•esenk�tives.
CDOi'Cj111i�t1Uf1
1} Contact City 1�veelc befare ���ter for const�•Eictio�� is desii�ec{
Co�if���ctor Payittent for Const�'uction Wate�•
l} Obtaii� constructio« rvater ►neter fi•a�it City for ��ay���e��t as billed by City's
est�b[isf�ec€ rates.
3. Etectricity a�id Ligl�ting
a. Pravicfe �nd pay fo►• eEectric ��o«ered ser�ice as reqtiired for VVork, i��clfidir►g
testing of Wark.
l) P►•ovicie power for li�;hting, operatiott of eqiEi�3��3ent, ca�• othee use.
b. �lectric po�ver set'viee ie�eludes tentpor�ry po�vcr se�'vice or gei�erator to
mai��taiE� ope�•atio��s ciu�•in� sc:lleclulecl sln►tdnt�n.
�4. Telepk�one
a. P�-ovicte eme���;ency telephoEie service at Sit� foi• use by Contr�tctor ��erso«nel
and oli�ers �3erformi��g �vork or fi�r��fshin�; services �t Site.
5. Te��l��orary He�t a��cE Ventil�tio«
a. i'eo�ic�e tempora��y he�t as t�ecessary for ��•atection or con�p[etio�� of Work.
h. Pravicle te��a��a�•�ry i�eat and ventiiafia�t to assure safe «orlcing eo�iclitians.
Sanitary Faciiities
Provicie at�cl mai�ltai�� sanit�ry Facilities %r ��crsc�ns on Site.
a. Co»���iy GvitE� �'egulatio��s oF State ���d loeal depa►-t�»e�lts of l�e��1E1�.
2. EEtforce t�se of sailita�•y f�cilities by co��structio�i pe�•soni�ef at�ob site.
a. �nclose a►�d ancfto►- s���ita�•y facilit�es,
i�. No discEta�'ge �vifl k�e a[lo«�ec� f►-om these facilities.
c. Callect ��id stare sewage anc3 ���ste sc� as not to c�use nuisance or heaitli
prablem.
cL H�ul se��ag� a��d �vaste a��-site �t i3o less tklan weekly iiitea'v�ls �t�d pro��erly
dis��ose in accardance �vith a}�plieat�le r�gti[ation.
3. Locate facilities near Wo�•k Site a��d keep clea�� and ���ait�tained tkt�'otig�iaeit P�•oject.
4. Rei��ove f�ci[ities at cona}�lefio►� c�F Project
C. Storage SE�ecis a��c[ �i��ilciings
1. P�•ovide ad�quate�y venti�ated, watertigk�t, weatherpt•aoFstor�ge facilities witl� Floor
�tbove g��ai�nd level fo�- materi�ls at�d ec�ui�»�ei�t st�sceptible to �ve�itl�er clai��age,
2. SEor�tge af n��terials �iot sttsce�tible to weatl�er c�amage �i�ay �e o�� blocks of't
�;i•oiu3d.
3. Store ��-��ttei•ials in a neat a��cl orderly Ei}�n��ei•,
�. Plrice materials �tnd eqtiip�»ent to pe�•nlit e�sy access f'oi� icle��tific�tia�l,
i►�s}�ection and invc�itoey.
�. Ec�ui}� bttilcii�ig with iockable daors ai�cE li�;hti�ig, at�d provide �lectrieal service for
et�iiipi��ent s���ee E�eaters �nd k�eatin�; or ven�ilation as r►eeessary ta p�•o�ide stora�;e
enviro��nle��ts acceptable to specifieci ma�it�Facturers.
C["1'Y 01' POIi'C �V[3ft"i'€i S'I'�1NDAIt[) C`ONS"ffZUC'C[�A! IVeslside SVsjtcr "['reatrncnt Pla��l C3�scktip Crener��lors
SPEGF{CA'f'ION DE](:UMGI�i"f5 —\VA�i'l�[t FACILf"fY PROJEC'I:S C[71` PIt07E(; I� �lll�vll3li€t: Ifl3�11{l
Ret�ised.fuly I, 2011
(}15U0U-3
�{��,tiqp{}�ZA€tY I�AClLf7'ICS r1NC) Ct)N'I'RO(�S
f'agc 3 of 4
5. Fill aE�d g�'ade site for tempor�ry str�ictures to provide drainage a�va}r f►•om
temporary and existi«g b��ildit�gs.
6. Re�nove builclii�g from site prior to I'i»al Acce�tance.
7. A tield of�ce is nut ��ectuired__far thispt•oject.
D. Te►��porary Fenci��g
1. Provide and �t�aintain foa' tlie d�►ratiot� or constt't�e[io�� �v1�en rec��tij'�cl in contr�ct
C�OC LE ]li eri�5
�, DLI5t COriti'OI
�. COIl�I'iiC�OE' IS 1'�Sj]O11S1��� �O[' II1a113tc�117Et1�; C�LISt COEIiI'OI illl'011�,�l ille C�iit'Ht10I1 O�ttl�
�)l'OjeCi.
a. Contr�cto�- E�emains o��-call at a!1 ti�t�es
b. M�ist respancl in a timely mannee
F. Te►t�para��y Protection of Construction
1. Contracto�� or si�bcontractors are respo��sible fo�� pratectit�� Work fro�tt cia�nage ciue
ta ��eatiser.
1.5 SUBII�IITTALS [NOT US�D)
l.6 ACTiON SUBNIITTALS/iNFORNIA"�'i4NAL SUBIVTITTALS jNOT US�;D�
1.7 CLOSEOUT S(1�3NIITTALS [NOT US�D]
1.$ MAINTCNANCE NIAT�RIAL SUBNIITTALS [N4T US�D]
1.9 QUALITY ASSURANC� (NOT USED]
1,10 DELIV�i�Y, STORAGC, AND HANDLINC [NOT US�Dj
1.11 F[ELD [SITE� CONDITIONS (NOT USCD]
1.12 WARRANTY [NOT USEll�
PART 2 - PRODUCTS (NOT USED�
PART 3 - �XI;CUTiON (NOT USCD]
3.1 iNSTALLCRS [NOT US�D�
3.2 CXAIVIINATION �NOT US�D]
3.3 PREYARATION �NOT USCD]
3.� INSTALLATION
A. Tetuporary �'acilities
f. Maintai�j all te�iipora�•y f�cilities for c����'atian of construetio�i acti�ities as i�eedecl.
CCF'Y O}� I�ORT \VOILTF�i S"f'ANUAltC3 CONSTR€JCE'i0� 1Vestsicie 1Vzter �'re�itutcut Pia�tt E3uckup C;e�serxtors
Sl'EC[i'lCA'4��ON DOCl1Iv1GNl�S— ti�'ATI�R I'AC[l,i�l'Y PItOJCC`I'S CI"CY 1'[ZOJLiC'[' �I1J119B1?R: 103410
Rcv'ssed July l, 20l 1
[4l 5041(}-4
7'f?�[PORARY FACIL.I'i'IF's5 AND C'0�I7'IZOLS
Page �l at��4
3S [R�PAIR] / f R�STORATION�
3.6 RE-(NSTAL�,AT10N
3,7 F1ELD [o�i� SiT� QUALITY CONTROL [NO'T USEDj
3.8 SYS"1"�IVI STARTIIP (NOT USrD�
39 AllJUSTTNG [NOT USED]
3.10 CL�ANINC �NOT USEDj
3.11 CLOSCOUT ACTIVITIES
A. `I'eE��porary F�cilities
l. Renaove �11 tempoi•ai•y facifilies ailci �•esto�•e area aite�• co3»��letia►-� aFtl�e Work, to a
coEtditio�i ec�l►al to o�- better th��� ��rioa• to start of �1Vork.
3.12 PROT�CTION �[YOT US�D]
3,�3 NiAINT�NANC� (NOT USCD]
3.14 ATTACHIVICNT� (NOT USI'sDj
END OI+ SECTION
C[T7` O[' FOIZ7' 1VOCZ'I'I 1 S"1'ANi3A[tl� CONS"['EZUC'"1'1[)N Nes[side �Vsiter "i'a�eatnten[ I']:�nt I�aickup Ge�terators
SPEC[1'[CAT[OI�! [)OCUIvil�;N'I�S — IVATE�t I�'ACtL17'Y 1'ROJECTS CI"fY PR03tiC'�i' iVU\913F�R: L03d10
ite��ised Jul}� i, 2fi1 I
(}15713-1
S'1�()R�t �YATER E'C)L.LL)'C[()N 1'REV(�N'['it)N
f'pge ] 01�3
SECTION O1 57 13
STORM WATER POLLUTION PR�VENTION
i'ART 1 - C�N�RAL
1.1 SU1V111�IARY
A. Section Inc(�ides:
1. Proced�ires for Sto�•�n Water I'alhttion Pretle��tiai� Pla��s
B. Deviatiotts fi•ot�� tl�is City ot'Fo�'t Wortl� Standa�•ci Speci�cation
1, Modifed I .2.A. l.a
2. Added L.2.A.l.b
C. Related Speci�catio�� Sectio��s incl�ide, he€t a�•e t3ot necessarily li���iteci to:
1. Division 0— Biddi►�g Reqt�iremettts, Cont�•act Forms and Conditiaizs of tk�e
Cont��act
2. Division I— Get�eral Rec�«ire���ents
3. Section 31 25 00 — E►-osion ai�d Seditnent Caittt'al
1.2 PRIC� AND PAYNIENT �'ROC�DUR�S
A. Measuren�ent a�id Pay�t�e��t
l. Constructian Activities resulking in less tfian 1 acre of disturbance
a, Unit P�•ice - Wark assaciated «�it1i tl�is [tem is consic�ered sl�hsidiaiy to tt�e
�arious IteE��s hid. Na s�p��'�te pay�nent rvill be allowed fot' tl�is Ite���.
t�. Lumi� Su�s Pt•ice - �Vo3•k associated ivitli t�tis Item is iticlt�ded i�� tUe total
lurnp s€im_�i•ice.
2. ConstructioE� AcEivities resultin�; in greater tl�ai� 1 ac�'e of distuel�ance
a. Meas��re�ner�t and Payme�it shall be in accordance �vith Sectioc� 3l 25 D0.
1.3 RE�'ERGNCES
A
ld
f�bbz•e��iations at�d Ac�•o►�yt�ls
1. Notice af I��tent: NOI
2. Notice of TeR'�t3i��ation: NOT
3. Storitt Water Polit►tio�� Pee�ention Pla��: SWPPP
4, Texas Commission o« E�nrironit�e��tal Q�►ality: TC�Q
5. Notice af C}�ange: NOC
Refe►'ence Sta��dards
I. Refercr�ce star�dards cited iE� tltis Speeification refer to tl�e eurrent �'eference
sla��darcj pubfisltec3 �t tlle time of the lat�st revision date log�ed �t the encl o�this
Speci�[catio3�, tinless a date is s��ecitically cited.
2. Integr�ted Stoi'itt M����gement (iSWM) Technical Maa��tal fo►• Cc�nstr►►ctio��
Conirals
C,l"t�Y OI� I�{}Ct'C 1i'UftT'Ei S"CAN[)ARE3 CO�lS'fR[1C"CtO� IVestside 1Vc:ter `Il'ca[menf f'lani 13ackup Generalors
SNI�C[PICA�3'I()N Df7CU\�1C:N"[�S — 1�'A"fElt I�AC'lLI7'1' E'IZOJ[?,C I�S C!'I'Y PIZOJk�:C [' �Uj�[I31;1t: lf)3410
Revised July l, 2Ul 1
OI5713-2
S'C'(}RM GVf\'['fiR E'Oi,LU"1'10� P[21�VIiNTfON
Page 2 01�3
1.4 AD�IINiSTRATIVC R�QUIR�1ViCNTS
A. Gener�l
1. Co�ah-acto�� is respo��sible for eesolt�fi<}tt a«d }�ayn�e«t of any �nes iss��ed associated
�vitk� coi3�pliattce to Sto►•i�-►4vate�' Polli�tian Pi•eve�ttio�; Plai�.
B. Co�tstr«ctio�� Activities res�ilting in:
1. Less than I acre of distur�iat�ce
a. Provide erosia�t ai�d sedime�ft ec�itt►'ol i�� accord�tnce �vitl� Section 31 2S Od and
Dra�vi��gs.
?. 1 to [ess tha�� 5 acres of clistt►rbat�ce
a. Texas Pollutatit Dischar�;e Eli�t�ination Syste��� {TPDES) Gene�'al Coi�structio��
Pei•ntit is required
b. Con�plete SWPPP i�� accord��ice �vitEz TCEQ req�ti�•e►�ients
t} TCEQ Small Canst�'t�ction Site Notice Rec���ired uncier general pernl[t
TXR 150000
a) Si�;�� and post at job site
b) P��ioi� to Pi•eca�astri�ctir�n Meeting, se��d I copy ta City De�art��fcnt of
T►��nsppt•tation a�id �'iib[ic Works, EE��ironn�e�ital Di�ision, (8 ['1} 392-
G088.
2} Pro�ide erosio�� a�td sedin�e�it cattt�'ol in acco��d�tnce with:
a) Seck�o�7 31 25 00
b) Tlie Dra�vin�s
c) TXR150000 Gener��i Per►�lif
clj �WI'PP
e) TCEQ i�eqtiirei3�et�ts
5 acres oe tnorc oFDistu��bance
�. TeY�s Pollut���t Disch�rge �limination Syste��7 (TPDES) Ge��era[ Constr�3ctian
Pe�'�nEt is required
�. Co���p(ete SWI'pP i�i accoi•da��ce «itli TCEQ ��equire���e��ts
1} Pre}>are a TCEQ NOi form and suE��nit to TCEQ alo�3g �vith rec�uired fee
�) Sign a��c[ ��ost at jo� site
�) Sei�ci co�3y ta City De}zartment afTra«sportatiot� and Public Works,
Envira��mei�ta{ Divisio��, (S 17) 392-GOSS.
2) TCEQ Notice of Cf����ge reqt�ired if making ch�Et�;es or upd�tes tca NOI
3) I�CDVICI� e1'OSfOIl �illC� SeC�i111�11i CD[1tCOI lri i1CCOCC{ciE1Ce �Vlill;
a} Secfion 31 2S 00
b} The Dra�vi�igs
c) TXI�L50000 Ge��eral Permit
cf) SWf'P['
e) 'CCEQ requiret��euts
4) Once khe praject has been com��leted and al) tl�e closeottt R�eqi�irements of
'I`CEQ k�ave beeat ulet a TCEQ Notice ot'Te��mi�iatio�t can 6e submitteci.
a) Sent{ copy tc� City Dep���t�7�E��t ot'Tra�is��o�'tatio�� and Pul�lic Woeks,
Environ�t�e�it�l Division, {8l7} 392-60$$.
1.5 SUBNIITTALS
A. S WPPP
1. Submit in accorda��ce �vith Section O l 33 00, exce�t as stated I�et•ein.
CCI'Y {1F F[3Et'(' �VOR'CE 1 S7'AI�DARU CONSTRUC'I'I�N \Vests€cfe 1V;ttrr "[�re�t�ttent Pla�tt k3acku ro Gc�3cralors
4
SPGCIFfCATION DOCUMI;�TS — IVATER FACI[.,fCY Pf2C)1F.CTS Ci7"Y P�tOJEiCT �liJl�[]3E2: IU34 EU
Re��ised Ju]y l, 2C11 ]
015713-3
S"iOEt�t WA"1�81Z I'OLLU't'[ON 1'IZt�:VLNT'10\i
Pagc 3 of 3
a, Prioe to ti�e Precot�struct�o�� Meeting, SL1�7111kt R CIl'ilfi CDi3)� of SWf'PP ta tlie City
as fallo«s:
1) i copy to tl�e City P�'ojcct Mana�er
a} City 1'�'oject Mana�er wtll forwarci to tlte City De}�art�►�ent of
T�•ai�sportatioi� ar�d I'uE�lic Works, Environ►�te��fal Uivision for review
B. ModiEied SWPPP
I, I� tI1C SWPPP 15 i'eVISeC� Cilti'lll� COt1Si1'LlCfl011, ►'esttbmit »�odifiecl SWPP�' to tlic City
i�� acco�'clance «rith Section Of 33 00.
1.G ACTION SUBNIITTALSliN�'ORiVIATIONAL SUB1�I[TTALS [NOT U�ED�
1.7 CLOSEOUT SU[iN1iTTALS [NOT USCD]
1.8 1VIAINTCNANC� I�IAT�RIAL SU131VIITTALS jNOT US�DJ
1.9 QUALITY ASSURANC� [NOT US�D�
1.10 DE�,IVERY, ST�RAG1;, AND HANDLINC [NnT USED�
1.11 I+1�.LD [SiTE� C�NDITIONS jNOT US�D�
1.32 1�VARRANTY jNOT US�D]
PART 2 - PR011UCTS [N�T US�D�
PART 3 - EXCCUTION [NOT US�D]
END OF SI+�CTIO[�t
CCCI' OF FOR�[' 1VOR7�1 E 5'�'ANUAAD CONS'CRUCTIO�� 1Ve�stside �1'�ter �l'€'eatment Plnnt Backttp [eenerators
SYBC[l�'[C�\"I'lON [)QCtJ�tENTS -- WA'I'C>12 FAC1Ll'CY PRO.[F•.C7�S Cl"CY I'C20.t�C"[� Nll\-3I3ER: 103d10
Reviscd .ft�ky 1, 2U I k
015823-1
TEMPORARY PROIECT SIGNACsE
Page 1 af 3
SEC710N �1 58 13
TEMPORARY PROJECT SIGNAGE
PART 1- GENERAI.
1.1 SEIMMARY
A. Section Ineludes:
1. Tempnrary Project Signage Requirem�nts
B, peviations from this Gity of Fort Warth Standard Specification
1. Madified 1.2.A.1
2. Added 1.2.A.2
�. Modified 2.2.A.1
C. Related Specificatian Sections include, but are not necessarily limited to:
1. Division 0— 6idding Requirements, Contract Farms and Cnnditians of the Cantract
2. Di�ision 1— Ger�eral Requirements
1.2 PRICE ANR PAYMENT PR�GED1JftES
A. Measurement and Payment
1, tlnit Price - Work assaciated with this i�em is considered subsidiary tn the various
items bid. No separate payment will be allawed for this Item.
2. Lump Sum Price - Work associated with this Item is included in the total lum
surrt prite.
1.3 RE�ERENCES jNOT USED]
1.4 ADM1N[STRA7lVE REQIJIR�MENTS [Rl�T USED]
1.5 SUBMlTTALS [iV07 i1SED]
1.6 ACTI�N 5UBMfTTALS/lN��RMATiANA�5UBMITTAI.S [NOi USE€3]
1.7 CI.OSEOUT SUBMITTAI.S [N07 USED]
CCI'Y OI° 1=�1t"L' �i'OR'CH ST�INDAAD CO�i5TRt1C'flOt�' !1'es'tside 1V�iter'1'renl��tent [']ant �3ackup Eicnerasan's
Spf;(;(�'ICA"F {t)N DOC'lJ\�SEr"["S -- 11'ATLIt I�t\C[LITY f'€t0lrC�E�S Cl7'Y I'ItO]EC"I NU�4Bf;[Z: 3f13�#1f)
Revisecl Jul}� l, 21311
oisaz�-z
TEMPORARY PROIECT SIGNAGE
Page 2 pf 3
1.$ MAINTENANCE MAi'�RIAf. SIJBMIT7ALS [NOT USED]
1.9 Qt1ALITY ASSURANCE [NOT USED]
1.�U D�LIVERY, STORAGE, AtVD HANDLING [NOi USED]
1.1�, F1ELf3 (51TEj CONDITIONS [NOT U5E17�
�..12 WARRANTY [NOT IJSED]
PART 2 - PRODUCTS
2.1 OWN�R-FURNISHED (o�] OWN�R-SUPPLIEDPRODUCTS [NOT U5ED]
2.2 �QUIPMENT, PiiODUCTiYPES, AN� MAiERfALS
A. Design Criteria
1. Pravide free standing Project Designation Sign in accordance with City's Standard
Details for project signs for Water f?epartment proiects.
B. Materiafs
1. Sign
a. Construc�ed of %-ineh fir plywood, grade A-C jexterinrj or better
2.3 ACCES50RI�S [NOT U5fD]
2.4 SOURCE QUAiI�Y CONTRQL [NOT IJS�D]
PART 3 - �XECUTION
3.1 IN5TALL�RS [NOi' USEDj
3.2 EXAMINATION [NOT USED�
�.3 PREPARA7iON [NOT USED�
3,4 INSiALLATION
A. Generaf
1. Protide vertical instailatian at extents of pro�ect.
2. Relacate sign as needed, upon rec�uest of the City.
CI'€'Y f)F E�Ult7' IVdR1'kl �i'ANI]A[ZD COlV57'RUCT'dON 1Vesiside 1Vater'!Yc<ttattenl I'lanl [3ackup Gcneealo�'s
SI'�CII�'IC;A'I'[Ol�i t70CLJl�tiiN'I'S — NA'['E�:R FACILI'I�Y PIZE�,]C;C7'S CI"fY i'ItQJECT l�iU�lE3�E2: ]03a10
Re��isecl July 1, 2{ll l
01 58 13 - 3
B. Mounting options
a. Slcids
b. Posts
c. Barricade
3S REPAIR / R�STORATION [NOi USEQj
3.fi R�-[NSTALLATION [NOT E1SED)
3.7 FI�I.D [aRj SITE QllAI.ITY CO{ViROL (NOT USED]
3.8 SYSTEM STARTUP [NOT IiS�D]
3.9 ADIU5TII�G [NOT USED]
3.sa c��a�v�n�� [No�r us���
3,1,1 CLOSEOUT ACTIVITIES [NOT US�f]]
3.12 PROTECTION �NOi US�d]
3.1� MAINTEf�ANCE
A. General
TENIPORARY PRpJECi SIGNAGE
Page 3 af 3
1. Maint�nance will inc6ude painting and repairs as needed or directed by the City.
3.14 ATTACHM�NTS [NOT �iSEDj
END OF S�CTlON
CI7'Y OF PORT 1VOIt7'rt S'[�ANDAAI] CO�IS'I'RUG�I�I[3i�! 1lrestside 1Vater'I'reatme�tt Pi�nt l3ackup Uenerators
SE'LCIFICA"Ci0�1 i�OCi.)�IEN�"S -- 1t'A'l�GR FACILITY PItO1rC�1�S C1TY I'ROILCi' \'L1�L13�R: L0341(}
[tcvised July l, 201 [
UI �i00U- L
E'[2E�DLJCf ItEQU(1t�MEN'1'S
P;tge l af 2
SECTiON O1 60 00
PRODUCT RGQUIIZEM�;NTS
PART 1 - C��N�I2AL
1.1 SU11��1VIARY
A. 5ection I�tclucles:
I. Refe�•e�zees for Prod��ct Reqt►ireme��ts a��ci City Ska►�darcf Proci�icts Lis€
B, DeVkc�tIfl11S �l'011l �IiIS C1�y of Fo�•t Wo►-tl� Standard Specific�tion
l. No��e.
C. Refated Specificatio�i Sectiotls inclticle, but are i�ot �iecessa►•ily iimitecl to:
i. Division 0— Biddin� Ileq�tire���ants, Contr�ct Fo�-n�s a��d Cot�dit�ons of the Co��t►'act
2. Division 1 — Genet-al [teqtii►'etnents
1.2 i'I�.IC� AND PAYIVI�NT PROC�DUR�S �NOT US�D]
1.3 REFERENCES �NOT US�D]
l.d ADIVIINISTRAT�V� REQUIREIVI�NTS
A. A list of City ap�roved ��i•oducts for use is locatec3 o�i BIilI35Q �s foilo���s:
1. Resources102 - Const�'�tction Doc��nientslStancia�•d Prod�icts List
B, Oi�ly ��ractucts speci�cally i��cluc�ed oii City's Standard Prociuct List in these Coi�tract
Doc�►�tte�its shall be allo��eci foi' t�se on the Project.
�, AEiy subseq��etttly app►'oved }�rod�►cts will ot�ly be allowed fot' ��sc i�pon s��ecific
�pp�•oval by tl�e City.
C. An}� specitic prod�ict rec�€�iremet�ts in the Cotitract Documer�ts si��e�'sede similar
��roclucts i�tcluc�ed on ti�e City's Standa�•ci Procitict List.
!, T9�e Cit}� ►-�serves tfie ►•i�;E�t to i�ot �ilo�� products to be ��sed fo�• ce►•tai�i projects ever�
tl�ou�;h tl�e prod�ict is listeci on tl�e City's Sta��da►'d P►•oduct List.
D. Altf�a��gl� a specific prodEEct is incl�►ded on City's Sta�idaed Prod�ict List, �iot all
E�rod�icts fi•a»� tifat maE�ufact�n•ea• a►•e ap��•ovecl for use, I[7CilltllCt�T bill ElOt Iit111��C� �O, that
ttta»ufact�trei's sta�acia�•ci product.
E. See Section 01 33 00 foi• sti€�mitta9 reql�ire���ents of Prod�tct Data inclt�clecE o�a City's
Standard P►•oduct i,ist.
1.5 SUS1VlITTAE.S [NOT USED]
1.6 ACTION SUB�I�IITTALS/IN�"OitA�tATIONAL SU1311��ITTALS (NOT USED�
1.7 CLOSEOUT SUBNIITTALS [NQT US�Dj
1.8 N1AiNTCNANCE 1VIAT�RIAL 5U13NI[TTALS [NOT lJS�D]
1.9 QUALiTY ASSURANC� (NOT US�D]
CC{Y E)F l�t)K"C 1V{lR'C'H STAI�'DAKQ CO\S"CR[JC7�1f1N Ncsiside 11'.der "Freat�:ienE I'l�tnt Ilacku�� Ge�ier�irors
til'ECII�ICA"9'1[)N I)OCU�(F?N"CS—NA"1'EIZ 1'AC[I,1'fY YRQ7EC'TS C[TY I'iZt1JEGf N[J\9E3�R: iU3410
[tct�ised DecentUcr 20, 2012
{1tC(}�0-2
E'€20DUCf� ItEQU1Ri��if:I�1'[�S
E'age 2 of 2
1.[0 DCLIV�RY, STORAG�, AND HANDLING [NOT L1SED�
1.11 I+IELD [SIT�j CONUITIQNS [NOT U�ED�
1.12 WARRANTY [NOT USED)
PART 2 � PRODUCTS [NOT USCll�
YART 3 - CXECUTION [NOT USCD�
�ND OI+ SECTiON
C]'fY OP POR'I' IVOR7'H S`fA}�I]Ai2D C[}N57'IZUC'1'ION 1V�stsi�le 11�ater Trea[€�icnt Pl�in[ i3�ckup Generato�'s
SPCC1�IGf\'Ci{]�1 �OCUMF,t�1"CS — 1YA"Cf:l2 ['ACILi7'Y 3'ItOJi'CTS C[']'Y ['RQJEC"[' NUNIDEIt: 103�f l0
Revised 1]ecemi�er2D, 21)12
01 6G UO - I
P€tOl3UC'i' S7'(31ZAC'sE� AND k��ArhI.IAG [iI:QU1RE\�1BV'f'S
Pagc 1 oC�4
s�c�rio� oi sb aa
1'RODUCT STORAGE AND I-�ANDLING RCQUICt�M�NTS
PART 1 - G�N�;RAL
l.l SU��i1�iARY
A. Section I�tclucles:
l. Scheclttli�lgofproc3�tctdclivery
2. Packaging of prod4icts for delive��y
3. P�'otection of proclt�cfs a�aii�st cla�na�;e fi•oi�l:
a. Handfi���
b. E!cpost►��e to el�ments or liarsli eE�vi��o��me�its
B, De�riatians ti•om tkiis City of Foc•t 1�Vortl� Standa��d 5�eci�catio�t
l. Ntodified 1.2.A.1
2. �lcided 1.2.A.2
C. Relatecl S��ecificatio�t Sectio►�s i�lclttde, �iut are ttot ��ecessarily li��iited ta:
1. Divisiot� 0— Bidding Re�e►ire��tettts, Cont�-act �'arms a►�d Conditio�ls of tlie Coi�tE•act
2. Di��isio�i l-- General Reqt�ire�tleitis
1.2 PRIC� AND PAY�1�[�NT PROCCDUR�S
A. Meastireme��t a��d Pa}��tient
1. U�tiit Price - Work associated �vitl� this itei�t is considered stibsidiary to tite vario�is iten�s bid.
No sepa�'ate payn�ent �r€fl be allo���ec[ for tliis Ite�n.
2, Lu�n � Sum Price -1Vork associated ���it1� tlais Iten� is i�icluded iii tl�e tatal lt�n� sun> >�'ice.
1.3 R�F�RENC�S �NOT USED�
1.� ADll�i[NISTRAT[VC R�QUIR�VIENTS �1�4T USI�D]
�.s suBn�[��rTa.�,s [�voT �s�n�
1.6 ACT[Ol� SUB\�i1TTALSIIN�"OR31�iAT10N�L S[1Bi1�ICTTALS �NOT US�D)
1.7 CLOS�OUT StIB\�IITTAf�S �HOT USEDJ
1,8 A�IAINT�NANCC NIATCRIAL SUBI�[ITTAI.S [NOT US�D]
1.9 QUALI'I'Y ASSURANC� �NOT US�D�
1,10 UCLI�'ERY A1�D HAI�DLING
�. DCIl1'eE')� Rec�uireme��ts
I, SCEl2(jll�0 (�eI1Ve1'�� of proclucts ar equi�3me�lt �s reqt�ired to allo�v tll17C�}' 11i5i���c�t10E1 �11C� t0
avc�id prolongecl starage.
2. Provide appt'o�3riate perso�i►�el and ec�uipment to receive de(i��eC'ies.
3. Delivecy h��icks �t�iil »ot be ��ern�itted to �vait eYte�tded periads of tin�e a�i tk�e Site f'or }�ersoEi►�el
or ec�uip��ient to receive tf�e deli�le��y,
CI`['Y OF FOIt7� ll'Olt']'I I S"iA\f)r112C) CO\S"1'RL1C'i lON tt'estsid� 11'ater Treauuent Nlni�t k3ackup Gener<nars
SYL'-ClIlCr1'CION170CUh11?\I�-11'A'[�I;IZ I�ACIL[TY I'RO!@C1�5CCfY I'K07TCi \U�LF31:1�: 1034t17
[tcviscd Jul�� I, >_01 I
f11 6b �{3 - 2
PROU€1C�T STORAGI: AI�I) iIA�[)[.1�C K�QUERE��i[�i�[T5
1'nge 2 oF4
�. ���1V�f �}]'p[j��CtS 0[' eC]lllj)lite[lt IIl Itliillllfc�C�Ut'ei'35 Ol'I�T111�) il[]�1'O�Cell C�ii't0115 Of O�Elel' CD[11i111i�1'S
tjOSi+�T[leCl fl[l{� C{)llSit'UCIC({ f0 �)I'OteC� klle COI1C�11iS fl'0111 ]lIl}`S1C�3E 01' etl�'11'O1i113eI1�flI tj�iltl��e.
5. Clea�•ly �nd faliy ii�ark �tetd icietitify as to ma�iufacturer, iteiat and i�istallatiost loc�iia�i.
6. Peovide ���aitutacturer's i�istr�ictions For storage and I�anc�lin�;,
B. Ha��dlir�g Rec���ire�nei�ts
1, Handle }»'aducts or ey�tipment in accorc�a��ce �vitf� tt�ese Cont��act Doct��j�ents anc�
►n��tufact�ire�•'s reconunet�ciations a�id i��st►•t►c�io�ts.
C. Storage Require�ttecits
1. 5tore �tlaterials i�3 accord�nce �vitlt �nanufaetti�'e�''s reco�nt�ie�idations anc� require�neuts of tltese
S�}eClf CRtlQk1S.
2. Make �iccess��•y Ex�ovisiotts for safe sto��age oF�t�ateri�is a�id ec���ipme�tt.
a. Pface iaose soil m�terials and �naterials to be incorparated into Work to p�•e�rent da�na�e to
atty part of Work or eristiitg faci[ilies a►id to i�taint�i�i fi�ee aecess al all times to all parts of
Work a�ic� to utiliky se��vice com�ai�y i�istallatio��s i�� viciniiy at�l�Vork.
3. Keep materials a€id ec�uip«�e�tt r�eatly a��d con���ctly stored iu locatio��s tltat �vill cause
rninimum inco�zvenie�tce to otl�er co��fracto��s, E�ublic travel, adjoiniitg cnv��e��s, te►iants a�id
occ�ipa»ts.
a. Arra�ige storage to E�covide eas}� access for iils��ectio�i.
�. Rest��ict storage to areas available o�� cottstr�iction site for sto�'a�;e of ivates�ial anci ec�t�ip�tte�it as
slio�vit o�t Drativi�igs, or �pp�•oved by C;ity's E'rojeet Re�rese��tative.
S, Pravide o�f-site sto�'age and protectio�i �vEteit o��-site sior�ge is ��ot adec�liate.
a. Pravide addresses ofand access ta off-site storabe locations far ins�}ectio�t b�f City's
�'��aject Represe��iaEsr�e.
6. Dc� ��ot �ise la�+�ats, grass ��lots o�• at�icr private �ro��eety for stc�ra�;e p�i►���ases �vitliot►; �t�ritte�i
pe�•i�lission of o�vner oe otlie►' pe�'soit i�i ��ossession pr cn�itrol of premises,
7. Stoi�e ir3 ma�uifaciuce�'s' i��ioE�e�ied ca�itaiiiers.
8. Ncatly, safely and eai�ipaetly stack materials delivered a�tc{ storec! alon�; [ine o#' Work ta avaicE
i��ca�i�ei�iet�ce ��id cl��t�a�;e to p��o}�erty o�i��iers a►tc� gci�ej�al ExEblie ancl attai��t�i�i �i least 3 feet
fi�oi�i fire l�ydc��ttt.
9. Keep pul�lie ai�cl ��ri��ate drive�vays anc! st��eet erossiat�;s o}�en,
10. Rep��ir or re�3E�ce clam�ged laEvi�s, side�v�tlks, st�-eets ar otlicr i�tiE>rove�tients to satisf�cliott of
City's P��ojecl Reg�rese��t�five.
a. Tot�t) lengtli �vhic�t �nate��ials �t�ay be distributecf along route of cc�ttstructio�� at o�ie time is
i,0001i�zea�' feat, u��less otf�e���vise �����rov�cl i�� �vritin� by C[ty's t'��c�ject tZep��esei�t�tive.
CI"1'Y 01� FOR'I' 11'OIZ'I E3 S7'ANf�Altf) CE)\�STitIJC'(1[}N 1Veslsidc 1V.�ler Trealm�stt Plant 13ac6;u�i Gener.3lors
Si'�Ci�[CA"I'ION I)OCU1�1C:A']:S — R'r\TEK FAC[€..d'CY PiLFS31�:CiSCI� l' PftOJfiC7' AIU,\-1BC:R: l U3�4LU
Ravised Juiy ], 2U1 I
UlG(�0-3
PRODUC�!' $'C01iAGG ANl] 93ANll1.,l�G liliQ[1[]tC\fl:l�"t'S
Pa�e 1 of a
1.1 � ��r,LD (SIT�] COND[•�•�o�s �No�r us�v�
1.12 �VAR(2ANTY [NOT USED�
PART 2- YRODUCTS �NOT US�D]
PART 3 - CX�CUTION
3.1 IVSTALLERS [NOT iJS�D�
3.2 �XA�l�III�AT�ON [i�OT iJSLD�
3.3 PREPARATION [NOT US�Df
3.�4 �R�CT10N �vOT USED]
3,5 R�PAIR 1 R�STORAT[ON [IVOT USE�i
3.6 RE-INSTAi.LATTON �NOT US�D)
3.7 FI�;i.D �o�i] S1TE QUALITY CO�ITROL
A, Tests anct i►�spectio��s
1. I►�spect all �rodt�cts or ec��tip�t�e��t deli<<ered to tfte site prioE• to tEnioacii3t�.
8. Noji-Contartt�i�ig Was'k
l. Re�ect all �Zradt►cts or et��iip��ient tklat are damaged, used ar i�i any other �vay �n�satisfacto�•y for
tise on tlae project.
3.8 SYST�lY1 STARTUk' �NOT US�D]
3.9 ADJUSTINC (NOT US�I3]
3,1D CL�ANING [NOT USCD�
3.11 CLOS�OCIT ACT[VIT[�S [NOT US�D�
3.12 PRO"I'I�CTiON
A. Pcatect all pn�odtfcts oe eqt�i����ent iEi accorda�ice �vith i��am�fact�tre�''s �v��itte�s directio��s.
B. Store prodt�cts o►' ec��Eip�t�et�t i►t loc�tia�i to avoit� p�lysical damage to ite���s ��rftile i►1 storage.
C. 1'��otect ec�i�ipment iE-oEn expasure ta e9emei�ts ���d kee� thorougl�ly t�ry if req�iired by t[ie
n���i��factu��er.
3,13 \�IAI�iTCNANCE [IYOT �JSI;Dj
3.14 ATTACHMCNTS �NOT US�D]
�ND O�' S�CTION
C1TY {)P FOR'i' NOR7N S'C4NBr1Rl7 CONS17iUC'flON 11'esisi�le ll'ater'I'r�atnient Plant 13ackap Genemto�
SPECII'[CA7 [ON 1)OCLI\fI�\ CS - lt'r1�CLR f�ACILI"CY f'liOJEC7 5C1'll' E9t07�Ci'vtihil3ER: 101�}10
Re��is'cd Jt�ly� I, 20l I
111GG00-d
PR06UC7' S�d�(3RAGG ANl) FIA�DLING IZEQU[€iE411�I�'I'S
Ptige d ni'4
C17 Y C}F PO[Z']' WOItTH S"f'rl\DrIR� CO\'S'C'1tUCT10N 11'estsicl� 1Y8i1'F � ftilllllt'21i YI:114I E33Ci�lir GL'fll'�IIiiCS
SI'ECIFICA'I�IEIV DOC[7\�11�.NTS —1VA"fli�2 FAG1L9'CY N€�03�CTSCI7�Y PROlEC�C \iLi\�113EIt: [03d IU
Revised J iFly l, 201 ]
DI 70 0� - 1
SECTION �1 70 00
MOBILIZATION AN[3 R�MOBILIZAiION
PART1- G�NERAL
�„1 SUMMARY
A. Section Includes:
1,. Mobifization and Demobilization
a. Mobilization
MO41L€ZATlO[S AND REIVtOBILIZATION
F'age i af 6
1j Transportaiion of ContracYor's personnel, �quipment, and operating
supplies to the Site
2) Establishment af necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for p�rformance and payment bonds
4j Transportat�on of Contractor's personnel, equipment, and operating
supplies to a€�ather location within the designated S9te
Sj Refocation of necessary general facilities far the Contracior's aperation
from � location ta another location nn the Site.
b. (]emobilization
1) Transportation of Contractor's perso�nel, equipment, and operating
supplies away from the Site including disassembly
2) Site Clean-up
3] Remo�al of all buildings and/or other facilities assembled at the Site for
this Gontract
c. Mabilization and Demobilization da not include acti�ities for specific items of
work that are for which payment is pravided elsewhere in the contract.
2. Remobilization
a. itemo�ifization for Suspension of Work specificaily requirec� in the Contract
Documents or as required by City inciudes:
17 [}emobilization
CIZ'Y O�' FE�RT NOFtTI{ \Vestside 11'atea-'['realme��t Plant 13acku� Cienerltnrs
S'CANC3A[ifa GONS`I1tC1C�C[ON 51'1�CIFE('r1T[ON [)(3Cf.1MEN"CS C[7'Y PROJt:C7' NU�tE3kilZ: 103�410
12c��ised Not�ember 22, 201 G
a��oao-z
M081LIZATION AiV� REM081LiZA710N
Page 2 of 6
aj Trans�ortation of Cantractor's personnel, equiptnent, and operating
supplies fram �he Site including disassembiy or ternporari[y securing
equipment, suppli�5, and o�her facilities as designated by the Contract
f�ocuments necessary to suspend ttte Work.
b) Site Clean-up as designated in the Contract Docurnents
2) �ernoE�ilization
a) Transpartation of Contractor's personnel, equipment, and operatir�g
supplies to the Site necessary to resume �he Work.
b) Establishrnent of necessary general facilities for the Contrac�or's
operation at the Site necessary to resume the Work.
3y �Vo Paymer�ts wilf be made for:
a} Mo�ilization and Demobilizatinn from one lacation ta another an the
Site in the norma! progress of perfarming the Work.
f�) Stand-by ar idle time
cj �.ost profits
3. Mobilizations and Demobilizat�an far Miscellaneous Projeefs
a. Mobilization and C�emobilization
1} Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transpartation of Contractor's personnel, equipment, ar�d operating
supplies to the 5ite for �he issued Work Order.
b} Establishment nf necessary general facilities for the Contractor's
operation aE the Site far the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
aJ Transportation of Cantractor's personnel, equipment, and operating
supplies from the 5ite including disassembly for each issued Work
Order
b) 5ite Clean-up for each issued Wo�k Order
c} Remo�al of all �uiidings or other facilities assembled at the Site f�r
each Worlc Oder
b. Mobilization and Demabilizatian do nai include activities for specific items nf
work fnr which payment is provided elsewhere in the cantrac�.
Ci7'Y Of� f'OIt"I' 1VORT}�i Gl'esEside 1Vtiter "I'eentmcatt Pl;tut 13ackiap Cecnerutars
S'i'ANDfVtD C'ON5'f'tLUC't"[OiV SI'IiC[i'ICA't'ION Df�CUR9[?NT5 Cl'I'Y P[iO11:CT NU�b[13t:;fC: ]03d 10
ltevisecf NovemUer 22, 2U I G
DI 7� Dp - 3
M4081LIZATIDN ANp ftiMOBIIIZATI4N
Page 3 of 6
4. finergency Mabilizatians and Demobilization far Miscellaneous Projects
a. A Ma�rilization for Misce6laneous Projeets wher� directed by the City and the
mobilization occurs within 24 haurs of the issuance of the WorEc Order.
B. Deviations from this City of Fort Worth Standard 5pecification
1. None.
C. Related Specification Sections include, t�ut are not neeessarily limited to:
�. Di�ision 0— Bidding Requirements, Contraet Forms and Conditians of the Contract
2. Divisian 1— General �equirements
1.2 PRIC� AIVD PAYMENT PROG�DlfR�5
A. Measurement and Payment [Consult City Departm�nt/Divisian far direction on if
Mobifization pay item to he includec# or the item should be subsidiary. Incfude the
appropriate Sectian 1.2 A. 1.]
1. Mobilization and Demobi(izatian
a. Measure
1) ihis Item is considered subsidiary to �he �arious Items bid.
h. Payr�tent
�.y The +nrork performed and materials furnishecf in accordance with this ]tem
are subsidiary ta the various ltems bid and na other compensation wifl be
alfowed.
2. Remobiiization far suspension of Work as specifically required in the Contract
Qocuments
a. Measurement
�,) Measurement for this Item shalf �e per each remobilization per�ormed.
b. Payment
1) ihe work perfarmed and rr�aterials furnished in accordance witih this ltem
and measured as provided under "Measurement" will be paid for at the
unit priee per each "Specified Remobilization" in accordance with
Cantracf Documents.
c. The price shall incl�de:
C[�'Y {}E' E'OEZ'C' ��'O€2'{'I I
S'i'AhiDA1tD f'[)NS'I'RUC"CEON SPECEPIC�17'TON [IOCUNf1:I�i"CS
Rcvisec� Nu��emi�er 22, 201G
IL'estsic�e �l'ater'l�reatmen( Plant 13Tckup Gencrators
Cl'CY f'[ZOJF.C"!' \U\913E?K: 103�€ l0
Oi 7000-4
M061L3ZATIpN AND REM081UZATlON
Page 4 of 6
1) Demobilization as described in Section 1.1.A.2,a.�)
2) Remo�ilixation as described in Section 1.1.A.2.a.2)
d. IVo payrnents will i�e made for standby, id{e time, or lost profits associated this
item.
3. Remobilization for susp�nsion of Worfc as required by City
a. Measurement and Payment
1) This shall be sul�mitted as a Contract Clairn in accordance wi�h Article 10
of Section 00 72 0�3.
2) No payments will be made for standby, idle time, or lost profit5 associated
with this Item.
4. Mobilizations and Demo�ilizations for Miscellaneous Projects
a. Measurement
1) Measur�ment for this Item shall be for each Mobilization and
Demobilization required by �he Contract Dacuments
b. Payment
1) The Work performed and materials furnished in accordance with t�is item
and measured as provided under "Measurement" will be paid far at the
unit price per each "Work Orcler- Mobilization" in aceordance with
Contract Documents. Demobi(ization shalf be considered subsidiary to
mok�ilization and sha(! nat be paid for separately.
c. The price shal( include:
1j Mobilization as described in 5ectian 1.1.A.3.a.1j
2) Demobilixation as described in Section 1.1.A.3.a.2)
d. No payments will be rrtade for stanciby, idle time, or last profits associated this
Item.
5. Emergency Mobiiizatians and aemobilizations for Miscellaneous Projects
a. Measuremer�t
�.j Measure�nent for this Item shall be far each Mobilization and
[]emabilization required by the Contract �ocuments
b. Payment
CPCY Oi� 3'OR'I' IVOIZ'I'F� GVestsi�ie LVuter'I'€e�tmenl Plauf L3ackup C,ener�tars
S`I'r1NDAR[l CO�IS'CRI1CT10N SPIiC[FICA"['ION DOCUib[I:N'f'S C'I'fY PRO1iiC t' NUn�ti3Elt: I(33�410
fte�°ised ?Jovember 22, 2D 1(
os �a oo - s
MOBfLSZATION AND REMqES1LIZATION
Page 5 of 6
1� The Work performed and materials furnished in accardance with this It�rn
and measured as provided under "Measurement" wili be paic� for at th�
unit price per each "Work Order Emergency Mabilization" in accordance
with Contract Documents. Derr�obilization shall be cnnsidered subsidiary
to mobilization and shall not iae paid for separately.
e. The price shall inclucte
1) Mobilization as described in Section 1.�.A.4.a)
2) Demobilization as described in Section �.1.A.3.a.2)
d. i�a payments wili be made for siandby, idle tirr�e, or fost prafits associated this
Item.
�..3 R�FERENCES [NOT I�SED]
�.4 ADMINISTftA7fVE REQUIREMEN75 [NOT USEDj
1.5 SUSMITTA�.S [NOT USED]
1.6 1NFORMATIONAI. SUBMITTALS [NOT USED]
�.7 CLOSEC}UT 5l1BMITTAlS [N[?T USED]
1.8 MAINTEf�ANCE MAT�RIAL SUBMlTTAL5 (I�OT IJSED]
1.9 QUALi7Y ASS�iRANCE [IVOT USED)
1.10 �ELIV�RY, STORAGE, ANi3 HANDLlNG [NOT US�D]
a..11 FI�LD [SITE] C�f�[]ITIONS [NOT USED]
1.12 WARRAIV�'Y [NOT l!S£Dj
PART 2 - PRODUCTS [NUT US�D]
PART 3 - �XECl1T{ON [N�T US�Dj
EN[} OF SECTION
Revisian Log
DATE NAME SUMMARY OF CHANGE
CC'1'Y OP i'OR'l� 1VOItTk1 IVistsictc !1'ater Tre�3trocnt S']�nt Bacl:up Cicnerafors
S7�A�I[)A(iD CO�1S"C[2€JC�1-ION SPF.CII�[CA"l lON [)C1Cll4[IiN"f5 (:['i'Y E'ti0]EC:�I� NUMk3ER: 10341(�
Revised No��ember 2Z, 201G
fl� �o aa - 6
11/22/16 � Michaei Owen
MOBILIZATIO[V AN� REMQE31L12A71QN
Page 6 of 6
.2 Priee and Paymen# Procedures - Revised specification, including blue text, to
take specification flexible for either suhsidiary or paid bid item far Mnbilization.
CCi'Y (3�' FOR'f ILtOR"CI-[
S"3'ANDAitD CUNS�iRUE C�IOt�I SP�CI��1CA'C[ON �]OC�tIMfsN"CS
IZet�€secl NovemUer 22, 201 fi
�1'eslside 1i <tter Treatmeist E']�nt Backup Gea3eraEors
CCC'Y PRO.E�C7' NUtiiE3G[i: ID34I(�
(11 71 23 - 1
COI�iS"['f2tJC7'If)N S�d�AKdNG AND SUftVE:'1'
Pabe f of 5
S�CT[ON O1 71 23
CONSTRUCTION STAKING �ND SURVEY
PART 1 - CEN�ItAL
1.1 SUI�INIAEZY
A. Section lncl�►des:
l. Rec�i�irettter�ts for cot�structio�� staki�t� a��cl construction s�ir�e}�
B. Deviatia��s fi•om tl�is City of F'ork Wo�'tt� Standa�•d S�ecificatiots
l. Modified 1.2.A.l.b.!
2. Added 1.2.A.1.b.2
3. Modified 1.2.A.2.b.1
4. Acidec� 1.2.A.2.b.2
5. Moc�i�ed 19.A.1-3
G. Modified 1.9.I3.2-3
G Relateci S�eciticatian Sections iizcliide, but are not E�ecessarily li���ikec� to:
I, Division 0— Bidding 17eq��ireE��ents, Contract Poa'�tts and CoEtciitio►�s of the Contract
2. Division I— Gener�l Rec�uire���ents
1,2 PRICC AND PAYNI�NT PROC�DURES
A. Measu��ez»ent �nci Payitle��i
1. Canstruction Staking
a, M��suE•eEnent
1) Tf�is item is considered st�bsiciia��y to the various Itet��s 6id.
b. Pay���ent
1} Unit Priee - Tlie ���ork pek'fc�rmed a�id tl}e �r►aterials ft��'E�ished in accorda►�ce
��rith tf3is Ite��� ai•e subsicliar�� to the varia��s Items bid ai�d �to other
compe��satio�� will be alla�ved.
2) Lun� St�m Pt'ice - Worlc nssociated ►vith ttiis item is ���cluded i�� tl�e
toial lum» su�n ut'�cc.
2. COE1SiCltCf10E1 SIEI'V��r
x, M�3SE11'el3leElt
1) This Ite►�� is cotisidcred subsidiary to the various Ite�tis bid.
}3. �c�}'i312ri1
1) U��it P�•iee - The «rot'k pe�'forined a��ci tlia matet'ials iiirnisk�ect i�i acco►•clance
��rith kltis ite��3 are subsidiary co the various Ite�ns bid and ►aa other
co�t�pe��sation �vill be sllowed.
2) Li�an Siun Price - �Vo�•Ic associatecl �vitl� ti�is Item is ine(ucleci in tl�e
total lurts � st►m ���ice.
C17'l' OI� E�Oft'C' �1rOR'I'kl S'l�r\NDARI) L0�5'I'RUC'I�tO�� 11'estside 1�':uer'Creatuie�it PI<uit l3ackttp Generatc7rs
SPE;C[E�ICr�T[ON D(}CU\�[L:�I7'S -- 1Vf1'CF;R F�1C1L["CY PROJE;C�I'S CI7l' I'Et(3JI:CT i�lJ�-IF3F:lt: l()3410
Rerised 13ece�3iber 20, 2(i 12
U1 7E 23-2
CO�IS"CRUC'I'ION S'CAK[iVG A�[) SU[tVEY
E'agc 2 oC 5
1.3 E2,�1+ER�NCrS [NOT USED]
1.4 ADNIIN(STRATIVE REQU�R�IVI�NTS jNOT US�D]
1.5 SUBMITTALS
A. S�tb���ittals, ifz•eq�iir�ck, shal! E�e in �ccorda►lce �vitE� Section d1 33 00.
B. AEI stib�nittals shall be ��proved l�y tl�e City ��a'io�� to c�elive►•y.
1.6 ACTION SUBiVIITTALSIiNI+ORMATiONAL SUBN�[TTALS
A. Certificates
1. Provide certificake ce�'tifyi�ig that ele�ntions and locatiat�s of i���pt•ove���ents at�e i�l
conform�t�tce of� no►z-canforc���tnce with rec�uiremeiits of tl�e Co��tract Doc«ments.
�. Certificate n�ust i�e sealed by ���egistereci p►•ofession�l la�id s�i►•vey[at' in tk�e
State of Texas.
B. Field Qu�lity Cntttrof Submittals
1. Docume►itatiotl ve�-ifyi��g aceuraey o���ie(d e�3giilee►•ing wc�rk.
�.7 CLOS�OUT SUBMITTALS [NOT USEll�
1.8 NtAINTCNANC� �IATERiAL SUC3NIITTALS (NOT USCDj
1,9 QL]ALITY ASSURANC�
A. Construction St�ki�ig
Co�ist�'uctiQn stalcing ti�ili be ��ei'fo►�E��ed by the � Contr�ctor.
Coordination
t� C-9----__. _, .,,'., _ .,,�.,.,. __.,1. ..U.,...�.�.,....� .L�.3 � ,� � r
�..�,,,a„�:,,.. .,r r.,.,rF....,.a; y�_
6. It is tl�� Coittt•actor's responsibility to coordii�ate sta[ci«�; s��cl� that constructiaE�
�tck[vities a�-e i�ot delayec3 pa• t�egatively im�actcd,
3. General
a. Co�itractor is res�}onsible Foi• �zreser�i►�g and mainl�i��itt�; st�kes €e+r�-is1:�`�
Cit�•
b. It'i�� tlie o��iE�ip�t ot the City, a sufficiei3t etti€z�k���� oFstakes ot' �ttarkings Ilave
bee�� lost, clest�-oyed o�• distti�'E�ed, by C;ontractor's ne�;lect, st►cl� that th�
co�iti�aeEecl Woric can��c�t take plaee, tl�ei� tEfe Cot�traetor �viil be ret�ui�'ed to re-
st;�lce the def�cke��t �u�c�s. ::.:. rYc�.� �,.. ., , � ��.R_Y��:F�. _.�,.:� �s_L���
��� J.
f�n.•srrn`Y'➢`�'�,,. i ik� ..�. :: :,.n,. �.� ;�:::� =;�-i:i-}n'
.
Ee'.'..'.' .�:�.' �.' �,o. ...-�'�'a;��-i:
B. Const�•uction S�t�'�ey
Constr�iction Stirvey �trill be perFor���ed by the Eily-Contract�sz•.
Coorc[inatia�t
a. CoEitracto�� tcz verify ihat control dat�t estaE�[isk�ecl in the desig�i survey remains
i��tact.
b. Caa�'di��at� ��itE� tf�e City ��riot• to field investi�;atiaG� €a deter���it�e 4vE�ich
ktorizontal a�id vertical conti�ol data wi[I k�e �'ec�i�ired for ca��structian survey.
c. It is the C�tttractor's res��onsibilily to coardi�tate Co��strt�ction S��rvey st�cli tl�at
co�tstE-uct�o�� activities �tre iaot dclayed o�• ���gatively ampacted.
C ITY OI I OR"C 1VOR"CE I S'fAIVDAR[) C(3idS`["IZUC"C[E��J IVestside 11�:ttcr `['reatEneut E'1�3n1 I3ackuE� Gc€tcraitors
SE'}:ClF�1CA'f iON i]OC'UA�E�t�1"['S -.. lUA7��Et �'e\CiC,I"CY P[20.IEC"1'S C['1'Y E'IZO.I�C"I' NUV[CiEtt: l[i3�#l[}
lievised l�eceml�er 20, 2U12
U17123-3
(,q�fSTRUC"i�]ON S'1'AKING A3�D SiJRVEY
P1gc 3 ni�5
d. Contractoi' sltali restot•e ot- replace ai�y cot�tE•al d�ta ' F�',� ••n�+��a�-�'
��� d►�e to dan�age caused dtn�ing construction operations.
� r-�:�x�� _;�:F�'r�; .� „�n,. ,:tr_n.,�»�� .�:,{�.• :.=�::u.
Gener�l
a. Const�'��ction survey �vil9 be perfoz't��ed i►� orde�• to ���aintain co���plete �►►d
acc��rate logs of cont�•ol and s��t•ve}� wo��k as it pra�;�'esses fo►• Projeet Recot'cls.
I�. Tl�e Ca��t►•�cto�• shnll }w-� }�
r''�}�erfo►'tn const�•�ictioii stt�-��ey to obtain co��st►'�ict�oia leai��res, i��cf��di�ig
but ttat li�r►ited to the follo�ving:
[ ) All Ut�lity Li►�es
a) Rim and flowline ele�r�tians anci coarcti�lates fo�• eacl� ma��hole or
junctian structt�re
2} W�ter Li��es
a) Top of pipe elevations anci coorciinates for �v�te��ii��es at tE�e follo«�ing
locatioz�s:
( I) Every 250 li�i�ar feet
(2) Ho�•izontal and vertical �oir�ts of i��flectio��, cE�rvat�ire, etc. (�ll
Fittings}
{3) Catltodic protection tcst statio��s
{�) Sa��i��ii��� statini�s
(5) Meter boxeslt���►lts (Afl si�es)
(6) �'ire ii��es
(7) Fire l�ydra��ts
(8} Gate valt�es
(9) Ptugs, stubot�ts, dead-end lines
(10) Air Release ��lves (Manitole rim a�id ve�3t pipe)
{11) Bla�v off valves (Manliole rim and valve lid)
(12} Pressure plane valves
([3) Clea�tin�;�vyes
(14) Casing pipe (e�cl� e»cl)
b) Storn� Sei��er
(1 } Tap of ��ipe elevatioifs a��cl coordinatcs at El�e falla�vin�; locatio�is:
(a) Every 250 1 inear feet
(b} Horizontal and vertical }�oints of inflection, cu►•�rature, ctc.
c} Sai�itary Se«�er
( I) Top o� ��ipe e[e���tions ac�d cao��dinates far sat�it�►•y se��re�� lines at
ti-►e following tocations:
(a) E��e►y 250 ii��ear feet
(b) Hoi�izontal and ve►•tical points of ii►tlectioi�, ci�rvature, etc.
C.
C�.
�C} G�ec�110lIfS
CQ13SiPllC�1Q[1 S€EI'V�y 1��i�1 �?� ]]El'fOi'llleC� lll OCC♦el' �0 111a111�fl1►7 COIll�}�0�0 ilriC�
accti�•�te logs of cot�trol a�id st��'�ey 4vork assoeiateci �a�itl� �t�eetit�g o�• e�ceeding
tEie line aEid g���de ��eqi�i►•ed by these Specificatiat�s.
�'�3e C011�l'�iCt01' Stlil�� '11 7 r . I.,,�.F;.,,� ; .,=«i :^,�. :,;.:: :...^,
�''�e perfo�'m const►•i[ctia�� s��r��ey aaad �e ��erif'y contral clata, IIICIUC�lII� �Llt
�3ot limited to tl�e follo�ving:
1) Established be��chi��arks and cot�tral ��ai��ts �f� �•' +� ��:� �P:'�•"�"��
ttse are acct�rate
2} Bet�el�marks �vere �iseci to f���•►iish �uci �j�aicstain �II refe��er�ee liiies ai�d
grades r,,..��--tf�;::=z b
CETY C31' i'OR"I" 1VE�ItT}[ 5'I��\1VDARD C:Oi�IS`1�Iil)C'i[(31! Nesiside 1L'ater `I'readi��ent Plnnt E3ac[:up tieneratc�rs
SPE:CIElCAT[O� E.�OGiJ\9C.�i"["S - 1VA�['FR E�ACiLI'fY PROJL'C'I'S CI"I'1' PRC)JFC�I' NU�qE3I:[t: 1�3410
Iteviscd DecemUer 20, 2t)12
017f23-4
CONS7'�ZUCT[OI+i S"CAK[AIG AVII SURVLY
i�i4�,.'E'� Of j
3) �,ittes and gracies 4�ere used to establisl� the ioc�ttiott of the pipe
4} St►btt�it to the City co�ies of field �iotes, if �•e uestecl used to cstai�lisl� all
IkilES ZI]({ �Cc�CIBS a��d allo�v ti�e City to ch�ck g��iciai�ce systenl sett►13 prior to
begii�ning each tut��ieli�t�; drive.
S) Provide �ccess for tl�e City� when re[�taestecl, to verify the �t�icla�tce system
and tkte iine aEfd grade af the earrier pipe oi3 a daily �asis.
6) Tl�e Conti•actot• i•em�ii�s fiilly eespo«sible For tl�e accu��acy of the rva�'k a�id
the cai•�•ectio�� of it, as req«irect,
7) Monitor line ai�d �r�cie cc}t�ti��uotisly dtu•i�l�; co��strt�ction.
8) Record deviatic�tt with respect to c�esign li��e and gr�de o«ce �t each pipe
joint �nd sui�mit daily records to City.
9} If t��e installation daes ttok ���eet the s�ecifiecl tole►'anc�s, imi��ediately ttatify
tlie City aitd cori�ect tl�e i��st�llafia�z itt aceorda«ce �vitl� the Coa�tr�ct
Doc��me�its.
1.1� DCLIVCRY, STOI�A�C, AND HANDLING �NOT US�D]
�.1 E �+IELD [SITE� CONDITCONS [NOT USCD�
1.12 WAl2RANTY [NOT 11SCDj
PART 2 - PRODi1CTS [NOT US�D]
1'ART 3 - CXECUTiON
3.1 1NSTALLCItS (N�T USED�
3.2
3.3
3.�
3.5
3.6
3.7
CXA11�11NATION [NOT US�'D�
PRCPARATION [NOT US�D]
APPLiCATION
ItGI'AIR 1 R�STORATION �NOT USED�
RC-INSTALLAT[ON jNOT US�D]
I+IELD �o�tJ S1TC QUALI'TY CONTROL
A. It is the Contr�ctc�R''s responsi�ility to �»aiitt�i�� all st�lces ��ncl eo►�trc�l ciata ��laeed by tlie;
City in acco�'d�nce with tl�is S��eci�cation.
B. Do E�ot cl�an�;e ai• �'elacate sfakes o�• co�itrol data witl�out a�3prov�l ii•a�tt tl�e City.
CITY E)I' F012'I' 15'OR'I'E I S"I'AI�FDAItU CONS7RUC7'ION lYestsi�lc It':iter'I�reatmen( Plant i3��ekup Ge�seratc�rs
Si'I:CIFICA"f[ON I�OCUi�[r�i'I'S -- 11'ATER fAC([,Il`Y PR(}JEC'I'S CI"CY PRQJI�C�[' NU�[[3E:It: i034 [U
Kevised Dece���ber 21), 2012
017123-5
COI�iS'CRC3C'1'10�I S`CAKiNG A�T] SURVL;y
Ps�gc 5 c�f 5
3.8 SYSTCNC STARTUP [NOT US�DJ
3.9 ADJUSTiNG (NOT USCI)j
3.10 CL�',AN1NG [NOT USED]
3.11 CL�S�OUT ACTIVITICS �NOT EJSi�D]
3.12 I'RUTTCTION [NOT L7S�,D]
3.13 NIAINTENANC� [NOT USEDJ
3.14 ATTACH1VtCNTS (NOT USCD�
CND 4F SF.CTION
CI`C1' (33� I�OR�1' �VOIZ"1'l l S'CANDr112F3 COI`'S'C9tl3CT'[ON 11'csis€de 1�':tter'[�re.�tusent Pi�ttt [3ackup C3cneratoes
SPIiC1FiCr\T[0�1 bOCU�9[i�17'S —1�'A1'C�R [�ACI[.1'['Y PROJI:C: ['S CI"CY PtiOJ[iC C�Ill�li3�Et: ]03410
]Ze��ised I�eceusher 2(l, 2012
017d23-1
ci,��n�=��rc;
Page I of d
S�CTION Ol 74 23
CLEANING
PART1- GCN�RAL
I.1 S�1MI�IAItY
A. Sectio�llncludes:
1. Inte►'i3tetliate a�ld Finat cleatti►lg for Work noi iatclt€cii��g special cleaning of cl�scd systei��s
s�ecifiecf else�vl7ere
B, Ueviations f€'atn this City of Fart Wortl� Sia�idaE�d Specificatio��
1. �Iocli�ed t.2.A.1
2. Adc3ed 12.A.2
3. Nlodified 3. f O.D.2
C. Keiated Speciitcatio►1 Sections i��cli�de, but a�'e not necessarily limited to:
1. Division 0� Biddi►lg Rec�ui��e�t�ents, Contract F�or�i�s a►id Conditions of tl�e Co�3t�-act
2. Divisio�� 1— General Require��lents
3. Sectian 32 92 13 — Hydro-Mulclting, Seeding and Soddi�ig
1.2 PRICI� AND �'AYl'I�NT PROC�DUR�S
A. Measureatten! aud Pay�na»t
I. U►�it Pi•ice - Work associated n�itlt tl�is Itei�� is cansidered subsidia►y ta t}�e ��ariotis Ite�ns
bid. No se�arate pay�ttettt �vil! be allo�veci fo�' tl�is Item.
2. Lum � Siim 1'►•ice - IVo�•k associateti �vit1� tl�is Iten� is i��ciudee� i�� tl�e total liim � si�n1
rice.
I.3 R�E"�R�NCES �NOT [�SCD�
1.� All�I1NISTRAT[V� RCQUIR�iVI�NTS
A. Scheduling
l. Scltedule cleaning ope►'atio��s so that dust �ud other contai3ti��a��ts distt�rl�ed by ele���ing
��►�ocess �vi{l not fall on ne�vl}� painted surfaces.
2. Sciied►ile tinal cleatti��g ��po�t co��l�letiot� of Work a��d i�n���ediately priar to fitl�l inspectioEl.
1.5 SCJI3i�1ITTALS �NO"�' USED]
I.6 ACTION SUBNIITTALSI[NTORYIATIONAL SU13l�iITTALS [NOT �S�D�
1.7 CLOS�OUT SUF3�i1'TTALS [NOT US�Dj
1,8 1V[AINT�1��►I�CE �IAT�RiAL SUBNI[TTAL� �NOT USCD�
19 QUALI'CY A55URANCC [NO'C US�Dj
1.10 STORA(a�, AND HANDLING
A. Storage aud Hattdli��g Require�t�e�tls
C17`Y Oi� FC3Rl� 11'DIZ'L'H S"I'rl\I�ARD CO\STRLiC'f[OV 11'cstsicle 11'ater "Creainte�it P4t�nt C3ack€��> Czenzralors
SPI:C[�'EG1'l�lOv BOCU\iF,v'I�S — 11'ATERl�rICIL["Cl' PROJGCTSCITI' E'RO]GC'�!� \U\fE3LR: 103�114
]tcviscd Jul�� i , 20l i
(117d23-2
E'I.LA�'NG
P�ige 2 ofA
i. Sia��e cleani��� products ancl clea��ing wastes in co��taitters specificaily designec{ #'o�• those
mate�•iais.
l.l l P[I:LD [SITC) CONDITIO�IS jNOT USED]
1.12 'V'VARRA�'TY �NOT US�D�
PART 2 - PRO[)�JCTS
2.( O�VI��R-FURNISH�D [o�i] 01VN�R-SI�I'PL,IC�PRODUCTS �NOT US�D�
2.2 MAT�R[ALS
2.3
2,4
A, Cleaning Agents
l. C�ntpatiE�ie «litkl sur��ice beii�g clea�leC�
2. Ne�v and titicont�minatec�
3. Fa�' ma����iact�ieecl stt�'tae�s
a MateE•ial �'ecoi3uneilded by nzarnifact�i�•e�•
ACC�SSOI7l�S [NOT USEi7)
SOLJRCE QUA[.,tTY CONTR�I, �NOT USCD]
PA1ZT 3 - EXCCC1TI01�
3.1 CNSTALL�RS (NOT USCD�
3.2 �XAlV1INATION (I�OT USCDj
3.3 PR�PARATION [[�OT USED]
3,4 APPLICAT[ON �NO'[' US�D]
3.5 R�PAIR 1 R�STORAT[ON �NOT USED)
3.6 I2�-INSTALLATIQN �NOT USf;D�
3.'7 FIFLD (���z] S[T� QUALITY CONTROL (NOT US�Dj
3.8 SYSTCM STARTUP [I�OT US�D]
39 ADJUSTING �NOT USCD�
3,10 Ct,CANIi�G
A. Genera[
I. Prevent acct��t��Elation of �vastes tEtat c��eate h�z��•dous conditions.
2. CO11(iilCt C���[7t11� 3[l(� C{1S�)OSci� O()�l'�iilDI1S t0 G01t1�3�j� 1V1i�1 (�i�VS 8i1(� S�1FEty Ot'[�el'S Ot
�OVGCl11it� �3U1�3p1'I(IeS.
3. Do not dispose c�f ��ol�tile n�astes st�cl� �s �i�ii�er�l spieits, oil c��• paint tl�i��ne�• itt stor�n o��
sa�titary drai��s o�• sewers.
4. Dispose c�f cleg��adabie cleb��is at a�l appro�ed salic! nraste dis�asal site.
CI"1'Y OF i�Qlt'f 1�'(11l'f'Ff 57'ANDAR[) f;0\'S'l'IZUCT3C3N 1V�slside 1Vater "CrealFnenl €'lanl i3n�kup Geiietators
SPECII��lCAT10V []OCiJ�41Gv'I'S —1t'ATEIZ f'FICILCfY !'ROJGC"CSC[9�Y ['RO1[iC"f VU1�113I;R: 103d10
Revi.sed Jtily l, 2011
Oi7423-3
CI.3:A\I�G
�BgC ,? Ot��
5. Dispose of �to�idegradal�le deb�•is at an a����ro�red solid �vaste disposal siEe oi- i�t an alterciate
mai���er appro��ed by City a�td �'egu{atory age�icies.
6. Handle �natec�ials in a eo��tE•ollec! ina�a��e�� �vitl� as fe��l handlings as possil�le.
7. Tkioroughly ele�s�, sweep, ���ash �►ttcl polisli all Wark and ec�ui�ment associ�ted ��rith this
project.
$. Re€l�ave all sigus of temporary eoa3str�ictior� and �eti��ities inciclental to constc•t�ction of
requi�•ed permanent Wark.
9. [f ��t�oject is �aot cleaned to tlte s�tisfaction of tlyc City, the City ��eser�es the �'i�ht to have tkte
cleani��� completec� at tlte erpense of tEle Co��t�'actor.
10. Do not i�t�rn on-site.
B, l�ite��»lediate Cteaning d�u�in� Cot�str��ction
1. Keep Wo�'k areas clea►� so as not ta liinder l�ealtl�, saf�ty nr conveniencc of �e►'soElnef it�
e�isting facility operaiians.
2. Af �l�a�ii»t�m weekly i►lter�als, c{ispose of �rraste materials, debris and rubbislt.
3. Co��itne coitst�'uet€on deb►�is daily itl strltegieally located co��t�ic�er{s}:
a, (,OVeI' i0 }�l'BVe11t �)fp�i'lil� �y \i'lil({
b. Store debris a���ay fi�o�n co�tst�'uctio�� or ope�'atio►�al activities
c. Haul ti�om site at a�niui�ntiEn of once �e�• �vee3c
4. Vaci��un clea�� interio�� areas «=kten ►'eady io ��eceive fi��isl� pai��ting.
a. Cos�titlue vact�u�tl cleaning ai� an as-needed basis, until Fival Accepfance.
5. �'riar to sto�'��� eveEits, ikloroi��ltiy clean site af a[l iaose or unsect�red ite►l�s, �vhieh may
becoi��e ai��borsle ar tcar�sported 6y E7n�r�ing �<<ater durin� tl�e storm.
C. inte►•ios• Final Cle��lin�;
l. Rei�tor�e �;rease, mastic, adilesives, dust, dit't, stai�ls, i�i��erpc'it�ts,l�6els and othet' foreigjt
ntaterials fi'om sigflt-e�posed surfaces.
2. Wipe all ligliting fixtu��e reflectors, lenses, lamps ancl triEns clean.
3. �1�as1� and shi»e glazi�lg anc� mirro►'s.
4. Pol�skt �;lossy stirfaces to a clear sl�itle.
5. Veutilating systems
a. C�ean pe��manent ti�ters a►ld �•eplace dis�osable fiiters if ut3its n�ere ope►�atec� durin�;
COIIS�E'L1Ct l0l1.
b. Clean ducts, blo��fers �i�d coils if utaits ���ere oper�ted �tfithout tilte��s d�u�it7g
C011St1'EIC�I011.
6. Re��lace all burned out lamps.
7. B�'oom clea�t }�►•acess area tloors.
8. Mop affice ancl cont�'ol room tloors.
D. �rte�'io�' (Site ar I�i�ht of Way} Final Clc�ni«g
l. Re�l�a�e tE•asEl and de��'is containers fi�om site.
a. �Ze-seed areas disttn�bed by location of trash and debris cc���tainers i►1 accorda�lce �vitEt
Sectio�3 32 92 i 3.
2, S��ree� flat►vo�'k, �}�vi�ig, ��Zd roadnr�y to remo��e a�l �•ocks, pieecs ot �spl�alt, co�lcrcte or
any otl}er object that �ttay hi�tder ar disrtf��t t�ie �la�v of traffic aloi�g the roadway.
GTI (3k� [�0[tT 1V0[L'['H STr\\[)�VZD C(3\iS't�RUC"fl0\ 11'estside 11'ater'i'rcati€tcnt ]'latat E3ackiy; (ienentors
SYk�CIF[CA"I�10\ DOCl1\�IE�"CS — ��'iI�ER J�r1C[Ll7"Y PEZOIF.CCSCETY PROI�C I\ll\dBP.R: 103�11�
Revised July i, 2U11
O17423-4
C[,4iAN1�iG
Pagedof4
3. Clea�i aiay interior ���eas ii�cluc�in�, bt�t not lii��iied to, vaults, ��la»]�oles, slr��cttu•es, j�iFiction
bo�es a�tcf inlets.
4. [f �ia longer ►•equi�•ec� for i�tainte��a�tce of erosion f�c'sfities, a��d i�po�3 ap�t'oval by City,
remove e�'osion co��t�•ol f►•oi�t site.
5. Clea�� signs, ligl�ts, sigiials, etc.
3.11 -3.1�# �NOT i1SCDj
�ND OF S�CTxON
CI't'Y 0[� FOf27' IVOItT}I S"FAN[)ARi)COi 1STRUC7'iON lt'�sisidc llratcr"Cre11nre3t1 PIviF E3acktt�� Gc�ierilors
SE'f�Cl['IG1'f]E7N DOCIl�[f;V"[�S -11'A'iEii P�1C11,ITY 1'ROJF'.t;TSCCI'Y 1'[tOJGC"C NU�EE3GR: 10341(1
Itet�iseci ]uly l, 20] [
oa �s oo - i
s���f��t�r�Nc n�v�� nj��us�rivc,
Page 1 af 3
01 75 00 STARTING AND ADJUSTING
PART 1- GENERAL
1A1 SiJMMARY
A. Provide step-by-step procedures for starting provided systems, including equipment,
pumps, and pracesses.
B, Pra�ide pre-startup inspections by equipment manufacturers,
C. Place each system in service and operate the system to pra�e performance and �o provide
for initial correction of def�cts in workr�anship, caiibratian, and operation.
p. Pravide for initial maintenance and operation.
E. Include costs for starting and adjusting provided by manufact€�rer's representative in the
Cast af Work for the equipment package.
lA2 STANDARDS
A. Comply with the specifieci star�dards associated with the testing or startup of equipment.
1.03 �OCUMENTAT[ON
A. Provide the follawing docurnents in accordance with Section 01 33 OQ "5ubmittals":
�.. A Plan of Action for tes�i�g, checking, at�d starting equiprnent.
2. Equipment Insta(lation Reports on the farm provided I�y the Construction Manager
certifying that the equipment and related appurtenances have been thoroughly
examined and approved for startup and operation.
3. �peration anc! maintenance manuals per Sectinn 0� 78 23 "Operation and
Maintenance Data." Preliminary operation and maintenance data must be approved
before installatton, tes�ing, and initial operatian of equipment or �roviding training
required by Section 01 79 00 "Training of Dperation and Maintenance Personnel."
1.04 SPECIA� JOB CUIVDITIO�iS
A. Uo not start or test any equipment until the complete unit has be�n installed and
thoroughly checked.
B. Provide the services of a qualified representati�e af th� manufacturer tn attend the tests
and startup procedu�es as requirec� by this 5ectian.
C. Do not start or iest any equipment until the preliminary aperation and maintenance
manual per Section Ol 78 23 "Operation ancE Maintenance Data" has been approved.
PART 2 - PRODl1CTS
2.01 TESTING €NSTRUMENTATION
A. Pro�ide new instr€�mentation and testing devices needed to canduct tests �or maintenance
and operation as recommended in the operation and maintenance manuals. This
CITY OF FORT WORTH Westside Water7reatment Piant Sackup Generators
CIiY PRpJECT Nl3M8ER: 103410
oi�sao-z
s rnrt rirrc� n�r3 nn�us� ir�c;
Page 2 of 3
equiprnent is to become the property of the Owner ar�d transferred in good working arder
as a spare part at Substantiaf Completion. This equipment is to be calibrated and ready for
use during the start€�p proc�cture and for training provided in aecorcfance with
Section 01 79 pp "Training of Operation and Maintenance Persannel."
PART 3 - EXECUTION
3.01 S�RVIC�S OF MANU�ACTURER'S REPRESENTAiIVES
A. Provide the services of experienced and technically competent representatives of the
r�anufacturer for inspectinns, tests, supervision of irtstallation, trairting, ar�d assistanee wit1�
placing equipment in operatian.
8. Perform installatian, adjustment, and testin� of the equipmen� under the direct supervision
of the manufacturer's representative where sp�cified. Certify that Ehe equiprr�ent and
related appurtenances have been thoroug�ly examined and appraved fnr startup and
operation in Ehe Equipment Installatian Reports.
C. Provide on-site services as necessary fnr proper and trouble free operation of the
equipmer�t.
3.02 IfVSPECTlON AND STARiUP
A. Inspect equipment �rior to placing any equipment or system into opera�ion. Make
adjustrnents as necessary for proper operatian. Do not start or test any ap�ara�us ur�til the
complete unit has been installed and Ehoroughly checked.
1. Cheek for adequate and proper lubrication.
2. Determine that parts or componer�ts are free frnrn undue stress from structuraf
members, piping, or anchnrage.
3. Adjust eq�i�ment for proper bala�ce ar�d operatians.
4. Determine that vibrations are within acceptaf�le lirnits.
5. Determine that ec�uipment operates properly under full load conditions.
6. Determine that �he equiprnent is in true alignment.
7. Ensure that the proper procedure is employed in startup of systems.
3,D3 STARTING REQUIREMEIVTS
A. Refer to the individual Specificatian Sec�ions far specifie startup procedures ar other
requirements.
3.04 iNITIAL OPERATION
A. Start, test, and place equiprnent and systems into operation for 30 days to allaw the OPT ta
observe the aperation and o�eralf perfarmance of the equipment and to determine that
controls function as intended.
B. Operate equipme�t whfci� is used on a limited or part-time basis in the presence of the OPT
for a period long enpugh to demonstrate that controls function as specified.
CI7Y OF FORT WORTH Westside Water Treatment PIanE Sackup Generators
CITY Pf20JECT NUMBER: 103410
017500-3
S"1'AIL"CIAlG nN� AD1US'C'[IVG
Page 3 of 3
G. Perform acceptance test as specified in individual Specification 5eetians. (�emonsCrate that
equipment ar�d systems meet the specified performance criteria.
D. Equipment and systems may b� considered as substantially complete at the end o� this
initial aperation periad if the equipment is placed in cant�nuous beneficial use by the
Owner, uniess specifically stated otherwise in the individua9 equi{�ment Speeifications.
3.p5 1NfTiAI. MA[E�TENANCE
A. Maintain equipment in accorda€�ce with the nperatian and maintenance manuals until
Project is substantiaily camplete and pro�isions have been made by th� Owner for
accepting responsibility for equipment operatian in accordance with the General
Canditions.
B. Ser�iee equiprnent in accordance with the operatian and maintenance tr�anua(s
irnmediateiy before releasing the equipment to the Owner.
END OF S�CTION
QTY aF FORT WORTH Westside Waterireaiment Plant Backup Generators
CITY PROJiCT NUMBER: 203410
01 77 19 - l
C'LOSGOiF'C ItEiE�l]IFtIiMt>N�t�S
t*age I aC3
SECTION O1 77 19
CLOSEOUT REQUIRL;MENTS
�'ART i - G�N�RAL
i.l SUII�INIARY
f�. SeCiIOTl jiiC�lEE��5:
I. 'I'E�e proccdu�•e for closit�g o�rt a cot�tract
B. Devi�ttians fi•om tliis City af Fort Warth Sta��clarci Speci�ication
1. Mac3ified 1.2.�.1
2. Added 1.2.A.2
C. Related Specification Sectiot�s i��c[ticle, b�Et a��e nok t�ecess�rily ii���ited to:
i. Divisioit 0�- Bidding ReqtEire�nents, COiltt'HCi �'Ol'1llS Ri1CI C011CIIC1pt7S O�iI72 COlitt'�Ci
2. Divisio�i 1— Ge��e��al Reqi�i►'ements
1.2 PRIC� ANll PAY�VIENT PROC�llUR�S
A. Measu��emer�t and Pa��inent
i. U��it Priee - Wo1•k associated with tl�is Item is eonsicie�•ed sE�bsiciiary to the �ariaus
IteE��s bid. No sepa�'ate payi��ent �vilf be allo�ved far this Item.
2. Li�r�p S�m Price -�Vurlc ;tssociated �►�ith ttiis �te��� 'rs included i��_the total iu�t�
s��m �rice.
1.3 R�FERENC�S jNOT USCD�
1.4 ADN1iNISTRATIVE R�QUTREA�I�NTS
A. Guarantees, Bo��ds and Af�da�rits
1. No appiicatiot� for final pay►��ent wilf be accepted «��til all �;�tara►�tees, honcls,
certificates, licenses aa�d affida�its ��ec�t�ireci foa' Work or ec�ui�n�ent as s��ecified are
satisfaetoi'il�� fiked �vitl� the City.
B. Release af Liens or Clai►�ts
1. No a�plication for fina! payment ���ill be aecepted until satis�actory e�ride►sce of
t'elease of lietis has beeE� sui�mitted tc� tl�e City.
1.5 SUB1VllTTALS
A. S�ib»�it all reqe�ired doce�met�tation to City's Project Represe€ttative.
Cl'E'Y UI' FOR'I' 11'OIZT}�i S'f'f1��ARD CO�S'T�ZllCTt0�1 1Vestside IVater'l�re;ttn�ent Plsmt k3acktg� Cienerators
5Pt?,C[PiCAT[ON [�OCiI\�1HN'l�S - ��'A"C�.R F�r�CI[..I'fY P[tOJL-'C''1'S Cl"CY PROJ{;C'f 1�'iJA�t[3L'fZ: 1f13a 10
ltevisecl .Irily 1, 2a1 l
(i[ 77 t9-2
Ci.C35�OUT I2EE�UIIZGIv1EN'I'S
Pa�;c2oC3
I.G IN1�0lZNIAT�ONAL SUI31VIiTTALS [NOT US�Dj
1.7 CLOSCOUT SUBI��ITTALS [NOT LJSCD]
PART 2 - PRODUCTS [NOT USCD]
PART 3 - EXCCUTION
3.t [NSTALLERS [NOT US�DJ
3.2 CXAN1iNAT[ON (NOT US�D]
3,3 PREPARATION [1�IOT USCD]
3.�1 C�,OSCOUT PROC�DURE
A. Prio�' to req��estitig FiEial Iatspection, s�t�mit:
1. Project RecaE'd DocEiule��ts in accoi'dance 4vitl� 5ectiot� 0! 7$ 39
2. O�e��alioE� ai�d Mait�tet�atica Data, iFreql�ii•ec�, it� �ccordance wifl� Section O1 78 23
B. P��io�• to i•ec�t�esting Final I��spcctiokl, perfo►-i�i tii��l clea=�it��; i�i �ccordaiice �vitlt Section
a 1 7� 23.
C. Final inspectio�3
1. Aftei� fi���E eleaning, ��rovicle i�atice to tlfe City Project Re�3reseittative that the Wark
is campleted.
a. "f Ite City will make an i�titial Final InsE3ectit��t iy�tE� the Contractor p�•eser�t.
i�. U��ot� completio�� of tl�is inspectio«, tlle City 4�i11 �iotify the Contractor, in
�vritii��; �vithin 10 business days, of a��y �>articEilars iit whict� this i��spection
rev�als tl�at ti�e Wark is defective or ii�con��lete.
2. Upon i•eceivi�a� writt�►�► notice fi•om flte City, i���i��edi�tely ���tdertake ti�e Work
rec�t�ired to �-cmeciy defieiencies and eamplete the Work to the s�tisf�etion of the
Cfty.
3. U��o�i ca�t�pletion oF Work �ssociated with tl3e iteuls listed in tl�e City's 4v►•itte��
�totice, i►�fori�� tlie Cify, th�t d�e ��ec�tii�•eci Work I�as been co���pl�tec�, �7��0►� recei�3t
of this tyotice, fiie Cicy, i�i tl�e ��rese��ce [�f t(�e Co��tracto�•, �vill make � sul>sec���ejit
Fina1 I��s�aeetian of tkte ��i•oject.
4. I'rovide all speci�l accessoi�ies ��eq�iii•ec! to �siace each ite��� of ec�uip�t�ent i�l fi►l[
a��eratio��. Tltese special accessoi•y items incliide, b�it are atat li�i�ited to:
�. Sf3ecified s��a►�e p�rts
b. Adec�uate oil a►td �;rease as requireci t'o�• tiie #�tsf lub�•ieatio�� ot'the ec�t�i���»ent
c. fnitial fill u�� o#'all chemical tattks �nci fitel tanks
ri. L,ig1}t bul�s
e. F��ses
£ Vatrlt keys
�;. Ha��cf�vheeEs
!�. Other ex�aet�dable ileins as �•eqtii�'ed fo�� i�iitiaE st�rt-«p acic� o}�eratio�l of all
ec�uipmenc
D. Notice of Pi•oject Co►�Zpletio��
CI'f'Y OF FOKT IYORTH 5'i'AN[7ARl] CO�S'j'ItUCCEO�I Iltestside 1Veter'1�3etttment f'Innt l3�ickup Ge�teritors
SP�C[I�[C�1'I�[ON €30CiI�tE?,N7�5— IVA'C'Eitt ['ACILCfY PROJ8C7'S CI`CY I'ROJI.i(:1'1VUM13E;R: 1f13�1f1
[2evised July 1, 2()] I
ai����-3
CLOSt:OI)�1' ItEf2UilzHIv1BN'PS
Page 3 of 3
1, Once tlte City I'��oject Represe►�tative fi��ds tite Work subsec�t►ei�t to Fi►ial lns��ection
to be sakisfactoEy, tl�e City �vill issue a Natice of Project Co►��pletic}c� (Gree�� Sheet}.
E. Supporting DociEmeE�tatio��
I. Coordinate �vitli tlie City �'t�oject Representative to c�mplete the follo�ving
additional for��ls:
a, Final Payment Request
b. �tatemcr�t of Co��tract Time
c. At��da�it of Pay��3et�t a�fci Re{ease of Lie��s
ci. Consent of S�i�'ety lo �in�i Pa}'i132[lt
e. Pipe Iteport (if ►-eq�tire�!)
f. ContE�actor's E�r�lualiolZ of City
g. Ferfarnla��ce Evaluatiott of Co►�tr�ctor
F'. LeCte�' of Eii��f Accepta��ce
1. U��an revie�v anc� aeeeptance of Notice of Project Coinpletior� ancl Supporling
Docu�nentation, in accoz'cianee �vitli Gei�eral Co��ditions, City �vill issue Lett�r of
Final Acceptance �nd release tl�e Fi��aE Pa}�ment Rcq�iest for pay��3ec�t.
3.5 RCPAIR / RESTORATI[�N �NOT i1S�D]
3.t RE-INSTALLATiON (NOT US�Dj
3.7 TI�LD �c�x] SIT� QUALITY CONTROL �NOT USED�
3.8 SYST�IV� START�JP [NOT US�D]
3.9 AllJUSTING (NOT I1S�D]
3.10 CL�ANiNG [NE}T USED]
3.l l CLOSE�UT ACT�VITIiS [NOT i1S�D]
3.12 PROTECTiON (NOT USCD]
3.13 NIAINT�NANC� �NOT USED]
3.14 ATTACHNI�NTS [Nf)T USED]
�ND O�' STCTIQN
Revisiou Log
DATE Nt1ME SUMI�(ACtY OF CI-iANG�,
CI"I'l` EII� P(31t't' IV�RTI i S'I'e\rl[lA[tD CONSI'R[1C I�ltll� 1Vestside 1Vater "I'rentn�enl PI�u7[ E3ackt�p [ienerator,
Sl'liC1i�ICA7�1(1N I)OCUn7[�IV"t'S - 1t�A�1'I;[i 1��\C;[L1TY ['[tE7.11:C1'S C'I"I�Y 1'ROJI:CCNU,�€I3Hlt: 103d10
Eteviscd lulp l, 20l 1
Ol 7$ 23 - I
OP�RA7'f0� ! AND �9AIN"fl�n'FI�Cfs DAT�1
�'age I of 5
s�c�r�o�v a� �s z3
OPERA'fiON AND MAINT�NANCE DATA
PARTI- GCN�RAL
1.1 SUi�IA�IA[tY
A. Sectio�3l�icludes:
1, Proc�iict clata and rela€ed ii�for���atio�i a�propriate Fo�� City's mainte��ai�ce a�td opei•ation of
pradt�cts furatislted �i��cler Ca�itr�ct
2. S�ich products ��aa}r i�iclude, b�it �re i�oE li��lited !o:
a. Traffic Cottt►'ollars
U. i�'rigation Cont��ollers {ta be operated by tl�e City)
c. Butterfly V�h�es
[3, De�i��ioats f�'oi�l tltis City af �'ort Woa'tlt Standard Specificalio��
I. Madifiec( 1.2.A.1
2. �ldded 1.2.A.2
C. Reiated Specif�atio�� Sectio�ts i�iciude, btit are i�ot necessarily li���itec[ ta:
l, Divisio�� 0—�3icldin� Rec�uiretate�its, Contract For�ns a�td Coi�c�itEOE�s of tlie Coi�tr�et
2. Division i— Gener�[ Rec�t�irenteiits
1.2 PRICC AND PAYi�[ENT PROC�i�URCS
A. Nleast►rentettt ancl �'ayEi�e��t
(. Unit Pt•ice - Wor�C assaciated �vitl� ti�is [tesi� is cansicle��ed si�bsidiary to tlie various i�ei��s bid.
No se�arate p�yn�Enl �vill be �llo«re<f for tltis Ite�n.
2. LitEt> > Sum Yrice -1Vortc �ssoci�ted witii tl�is Item is i�tclucied in tl�e totai Iti��t � suni �c�ice.
1.3 REFI',I�CNCES �NOT llS�D]
l.�l ADNIIiVISTRAiIV� R�QUIR��l�iCNTS
A. Sc��edt�le
1. SuU�uit manuals ir� fi��a[ for�n to tlie Cit,�r witl€i�� 30 eale�id�r clays c�F pa•ocitiet shi��metlt to t�te
��t'oject sitc.
1.S SL}F3NII'f'CALS
f1, 5tibn�ittals shall be ii� acco�'cia�tce �vitEi Sectio�� Ol 33 00 . All stibi�iitt�ils sl�ali k�e ap�ro��ed by tlie
�ity prior ta clelivery.
1.6 INFORi1�iATIONAL SUBNllTTA�.S
A. Sub��littal �'orn�
l, Pre��are c�ata i�� fqt'�tt of an instreictional �nai�tt�tl foE� use �iy City pec�sonnel.
2. Fc�a�t�tat
a. Size: 8'/z i�icE�es x[ l inches
b. Pape��
Cl7'1' QP I�ORr IVOR'I €i S'fr1�llARD CO�S'['IZ[JCI7(3N 1Nestside li'oterTreaiment i'lacu 13arkup Gcncrators
SN€iClf ICAT[O� U(}{��14(C\'TS — FVA"I I:IZ FACILI"1'Y f'lt{7J[iC1�SC[TY I'IZOJE�.C'C �IU1�113E[t: 103�411i
ftevised De�entfmr 2(I, ?U12
Oi7R23-2
OE'L•fi111 [ON A\�D 41AINTENA\CE f}A'['A
Page 3 015
I} �0 �ouncl �ni�tittitnn, �vhite, for typacl ��ages
2) Holes reinforcecl �vitl� plastic, c[otl3 0�• �net�1
c. Text: Nla�l��l'actt�re�''s printecl clata, o►� nealiy ty�e�vrifte�i
d. I)ratvi�tgs
1) Provicle reittforcec{ pui�ckled binde�' tab, bitl(� E11 1�'1ij1 ��7Ci
2} Redt�ce larger d��a«rii��s a�id folcl to size of text pa�es.
e. P��ovicle fly-leaf for eack� se�arate procltict, or each ��iece of operating e�Eiip€uent.
1) Provide lyped desea'ipiiosi of p��oduct, ai�d majnt' con�po��ent ��arts of ec��►i�ment.
2) P��ovicte i�xieYec� t�bs.
f. Gover
1} I�entify eacki vol�nale «ritil typed or �ri�ited title "OPCiZATING AND
MAiNTEVANCE iNSTRUCTIONS".
2} [.ist:
a) Tit[e of Project
�} Ide�itity of separate St►�ucture as ap�licable
c) [dentity of general subject ���atte�� cove�•ed i�i the manual
Bii�ders
a. Co�mnercial c�uality 3-ring binclers �vith dt��'able aEid cleanabie plastic co��ers
b. Wl�e►� n��iltiple bii�ders are used, coE���elale tha c�ata it�to related co►isistent groapiElgs.
If avai�able, �ravide atj eieclro�3ic farm of tl�e 0&M Manual.
B. M�l[lll�� �011�il3�
Neatly ty�e«lritte�� table ot�ca�ite��ts for eacfi volintte, ��'ranged i�z systematic o�'cle�'
a. Ca3itractor, naule of res�o�isible p►'iEtcipal, address a�id telepltane ►it►mbe�•
b. A list of each prod«et ��eqEiired to be i►icl�ideci, i��desed to content of tlte voltEn�e
c. List, �vitli c�tcki pracltict:
1) The na�tte, address a�id tele�l3one E�t�n3ber of il�e subco��tractor o�� i��stalier
2) A list of eacl� p�-oduct reqtiired to be incl�tdecE, ittdesed to co�ttent of tl�e ��olume
3) Ic�entify area of respoElsibility of each
�1) Local source of sttpply for parts anc� replacen�e�it
cl. Identitjr each prod�ict by product na�ne a�ld otiler id�i�tif}�i��g syi��bols as set forth i�t
Ca��t►�act Doc�i�3tettts.
2. Pt�oduc! Dat�
a. [�icltide a�lly tiio�e slieets ��lliicli a��e perti3tertt to tt�e specitic product.
�i. A�tnotate eacli sl�eet to:
1} Clearl}� icEentify specific proc�tict ac }�art installec!
2) Clearly ic�e�ltif�� clata appljcai�le to i�lstallatio�i
3) Delete references to inap��icable infor�t�atio�i
17�'a�r�ings
a. Sap�(e�t�e��t �radt►ct data ���itl� clE'��vit�gs �s necessa��5� to clearly ill��strate:
1) Reiatio��s af cot�lposlent parts of ec�uip�ttent and syste�i�s
2} Con{rol at�d flo�v dia��'atns
b. Coordinate dra��ji���s �vitkl i�3forn�atio�t in P►•oject Record Docunte�tts to �ssuE•e co��rect
illtistration of con��leted i��stal[atio�i.
c. Do i3ot use Project Recorc� Drawings as n�aintenance dra�vi�tgs.
W�'ittel� text, as �-ec���ired to si�p�le�t�ent ��rodt►ct data tor the particuE�3- i�3sta(1{ttion:
Cl��l' OI� FQIz"I 1VOIZTt I 5'fANDARD CO\STRUC C10\ 11'estside �I'atcr "lYc�tment P'lacll I3�icktip Eieiieraiors
51'ECiI�ICr1`CION 1]OC[J\fii\1'S � 11'A7 [:R I�rlCILI3�1 €'ItOJI�CTSCITI' 1'RO)I:C I' \lJ\[F3L•A: 103d10
[tcviscd I3ecentbcr 20, 2013
017523-3
O€'1�;1iA'fI{)n' ANI) A�1A1\'TEVANCI'> 1)rl"CA
Pa�;e 3 uf 5
a. Drgai3ize iia co�isiste��t �ormat t�Eider sepa�'ate l�eadi�tgs for c�ifl'ere�tt �x�acecl�i�•es.
b. P��ovide lo�;ical secluei�ce af ii�st�'uclio��s oFe�€ck� �rocecEure.
5. Copy of eaeli war�•a��t��, bond a�id service cont�'act issi�ec[
a. I'rovsde it�far�natio�� sheet for Gity pe��sai���el giving:
I} Proper ��rocedzires in event of failuee
2) Instances �vl�ich migl�t �Ffect validity oF�varra�ities o�• bo�lds
C. �tanual Foc• Nlateriais anci Finisiies
t. Sl�6ntit 5 copies ot�ca�t�plete ti�a�tu�l i�i �atal forn�.
2. Co��tet�t, for arcE�itect�iral proc�ticts, applied mate�•ials ��tci fiE�is�ies:
il. MiillCl�RCtlii'Cf�S [I�t�i, giving tiall infor�t�ation o�� procfucts
1} Catalo� rnunbes•, size, cotttpasitio�i
2) Colc�e ai�d te,r•i��re desigE�atioitis
3} Inforit��ttio�� rec�ui��ecj for reorde�'ing special ma�tufaettt�'ec� produets
b. Instri�ctio►�s fo�• care and �t�a��itenasice
l) Ma��ufactu�'er's recom���e��cf�tioii foa• iypes of cleai�i�3�; �get�ts ���c� �tiethods
2} Catttio��s agai�ist clea��iiig �t�;ents a�id t»etliads �vliie�t are deU�i�t�ental ta proci��ct
3) Recomn�e�ideci scfteciE�le for ckeaiiing ��td tnaint��ia��ce
3. Coiite��t, for �ttoisiure pratection ai3d weathe�� elpost[re proc[ucts:
a. M��iufact�t€�e�•'s c��t1, gitli�t�; fi�il ii�farmation on pt•oducts
I ) App]icaUle sta��d�rcls
2) �kaeanic�l compositio�i
3) Details oFinstallatior�
b. I��str��etio��s Fc��• i��sp�ctio�i, ���ai�itenattce a�id ►�e���ir
D, tvla��tial foa� �quipi�ietit aiid Syste�t3s
l. S�ibmit 5 capies of con�piete �tlant��l ia tinal form,
Cpstfenk, far eacE� uiiit of ec�tiipit�e�it anc� systei�i, as a��prop►�iafe:
a. Descri�tioii af tir�it anc� compocte�ii }��trts
[) Fttnctio», normal ope�•1lin� cltaract���istics a��d li���itfng couciifiotis
2) �'e��fart»aiice ct�cves, e�igi��eeri�ig data 1nd tests
3j Ca�i�plete rtome�iclatttre and coi�t�t�ercial ntu»be►• of repiace�ble parts
b. Operatir�g �►�ocedtt��es
l} Start-tip, brelk-in, routinc and normal ope�'ating i�istructiai�s
2) Reg��lat€on, co��t�-ol, sto��i�i�, slt�tt-do��f�i atid ei�iergei3cy i►�structiai3s
3} Sllll]I11P.[' iill(I 1ViIlI�C O�)P.l'i1I113�T 1[7Stl'lICClO[1S
�) Special o�eratin�; i�3stractions
c, M�i��tc►�ance ��roc�cit�res
i ) I�outine operations
2) Gttide to "trottE�le sk�oofi�i�"
3) Disasse�ubly, €�epair and ��eassem�ly
4) Aligilment, �djusling and cl�ecking
d. Ses�vici�ig a�3d luba'ic�tio�� scl�edi�le
1} List of E�►brica�tts rec�tfired
e. Ma�ir�factttt�e�•'s pri�ifeci o��er�tii3g and mai�lte�iatt�e i�tstrt�ctiaias
f. Descri�tiai7 of sec�ue�ice of aper�fio�t by control �i�a�trifactti►'e�'
l) P�'eclicted (ife of pa�•ts sttt�ject to wear
2) ltei�is recom��ie�tded to k�e stocked as sp����e parts
g. As i��stalfec! conts�ol c�iag���ms by caittrals ���antEfacture►'
C['I'Y ()f' I�OIt'I' 1VOR"fE[ STA\'DAR[) CONS'I'€2UC f[O\ 11'estside R'ater"]7e,ttEt�enl Plan€ 13tukup Gei�erators
SP�C[E=1Cr1'CION �OC[I11(:V"['S —1VA'I'EIZ f°AC[[.CI Y P[t(3J[�.C"[ SCIT'Y I'[ZOJGC7' N1J11dE31:R: 103d l0
Itevise�f 1)ecean6er 20, 2p l?
U! 7R 23 - �
OPE;[ZA'CION A\I) 41A1V'CG\rl\CC 1)A'CA
P�gc d os 5
lt. Eacli co►tt�'actar`s coordiizatio�i dra�vi�igs
i) As i�ista�lecl colo►� cocied pipit�g diagra���s
i. Cl�a�•ts aFvalve t�g �iui�ibers, �vitf� �ocat'toti anci fi�nctio�� of each val�re
j. List af o►�iginal �ttai3l►lactticer's spare pa��ts, ma���ifacture�'s c��rrent priees, a�ld
recanvnended q��a��tities to k�a inai�jtait�ed i�i storage
k. Otl�er data as E'ec��tit'ed u�zder peE•ti►�e��t Sectio�is of SpecificatioEis
f. Co►�te�tt, for e�cli elech•ic at�ci electranic systeu�, as appropriate:
a. Desc��iptio�i of syste�tt a€td ca�npo►iei�l ��arts
1} Fuuctio�t, E�ormal ope��atir�g cltaracteristics, a�id lirniting co�td€tioi�s
2) Perfor�t3ance cttc'ves, enbinee�•i��g data a�ld tests
3) Co��i�lete �ia»ienc(ature anc� cn�i���lercial i�t�subei� af replaceablc parts
b. Circ�iit dis'ectories of pa��elboarcls
[) Electrical se��vice
2) Co��t�•ols
3} Cosnmttnicatio��s
c. As installed colar eoded wic�ing diag►'attts
cl. Opei�ating �raeeci�i�'es
1) Rol�tine ai�d ��or�t3al o�erati��g inst�'uctio�ls
2) Seqttences E•equired
3) 5peci�l operating ii�striEctio�is
e. Maintei3a�ice p�'ocedti�•es
I ) Rot�tine o�eratio�is
2) Gtsicie to "tro�ible shooting"
3) Disasse�nbly, E'epair and re�ssembly
�t) Ad,jttstme�it ancl cl�ecki�ig
f. ��a�iufacturer's ��'ittted oper�ti�ig anct ma���te�ta�tee instreictioi�s
g. �,ist afo►•i�it�a) �nan�ifacturer's s�a►'e pa€•ts, El�aoiufacturers cu►'a'ent p�'ices, atid
recon��nended qua�ltities to be maii�tained ii� storage
!t, ptiier data as ��eq���red lutder pertit�ent Sectio�ls of Specitications
�, Prepare a��d incl�►de additioE�al data �vhe�i tl�e need for s�icl� data beco►nes appa►•e��t clurii�b
insh•uctio�i of City`s perso�t�tel.
1,7 CLOSCOUT SUF3NIITTALS �NOT USTI3]
1.8 11�IAl1�TI:NANCE ���AT�RIAL SUI3�•I[TTALS �NOT US�D]
l,9 QUAL[TY ASSC1ItANC�
A. P��ovicie o�ez'atio�� a�id �i��inte���nce data �y persoti�le( �vitki tl�e follo��ri�tg criteria:
l, Tr�iuecl aiid eiperie�tced in ntait�tena��ce a�lc� ope►'atia�� of described prod�icts
2. Skilled as teellnic�l �vriter to tl�e exte�3t rec�t�ired to co�ninunicate esse��tial c�ata
3. Skilled as draiis�najt cocl�petei�t to �repare ���qaiired dra�vi�igs
CITY f}l� POIZ'f 11'[)l2TH S"I�A\13AltD CO\5'I'1�UC1'10\ 11'eslsicle 11'�tcr'3'reatment Placll 13ocll'�ip Cie��erators
SPECIFICr1T[(7N I)OCU\�€�ifTS —1l'el'['f:R PflCll,l'I'1' Plti)7LC7'SC17'S' k'ItOJ[CT �UNIE3I;R: LU3d10
Re-��ised �]ecemher 20, 2d12
O17823-5
(}I'E[tE1TfON AN� h�1rUNTEVANCH hATA
Page 5 nl'S
LlU DI�LIV�RY, S'TORAG�, AN[) HANDLING �NOT US�:1)J
1.i ( FI�LD [S['CC� CONDIT[ONS [NOT US�D]
1.12 IVARItANTY ��VOT US�D]
PART 2 - PRODUCTS [NOT USCD]
PART 3 - CX�CUTION �I�OT C1SEDj
I;ND OF S�CT10N
Revision Lob
DATI: IVA�fG SUMNIARY OF GI(f1NG�
8/31/2012 D, Jol�r�so�i I.S.A. I— title ol�section removed
CITI' OF [Oit'f 11'O[t"['H S"frlN[)r1ft1) CONS7'2UC'1'ION ii'cslside 1Vater'1'r<<itmrnt Plant 13�ekup Gener,unrs
5�'EC1I�ICA'[7f}V DOCUI�IF:NTS — �I'ATER f'r1Cl[.[l�l' PROIEC:'I'SCE"fY 1'ROfECT idU��i13HR: 1U3�11(I
Re�°ised D�cember 20, 2012
DI 7R 39- 1
PROJI�Ci RL'CORll bOCUIdEV�fS
I'�gc I ut�S
S�CT10N 41 78 39
t'ROJECT RECORD DOCU�(EIV"fs
1'ART 1 - G�N�RAL
1,1 Si11�iNIARY
A. Sectia�i [ncl�ides:
l. V4lo►'k associated �vifh tl�e doctime�ttii�g tlie project and recoi'ciiEig c1�a��ges to project docui�ie►�ts,
includi��g:
a. Record Dra�vi�igs
b. Water Meter Service Re�orts
C. ��E11ic1Cy SeweE� Se►•vice Reports
d. i.a�'�e ���ater l�[etet• RepoE�ts
B. De�riatia��s fi�o�n tl�is City af Fort Worth Stancia��c! Specificatiot�
1. Modified 1.2.A.f
2. Added 1.2.A.2
C. CZel�ted Specification Sections incltide, b�rt are �lat neeessaril}I lintitec! ta:
1. Division 0-13idcli�ig IZequi3�et31cEits, Cnntract Fo►•��is a��d Co��ditia�ts of the Co�ltract
2. Division 1— General Rec�ttit'e€ljents
1,2 PRIC� AI�D PAYA�ICN'T PRQCEI)UFt�S
A. Measureme��t and Pay�me��t
1. U��it Pt•ice - Wor[c assaciated �vith this 1#em is conside►'ed stt�isidiary ro tl�e varioi�s IteE13s bid.
No se�ar�te pay�nent «�ill be allo���ed for tliis Item.
Z. Li�ni � Sun� Pt•ice - IVorEc �ssociateri �►�itlti this Iten� is it�clucieei in t��e total I�im surtt �rice.
1.3 IZ�;FER�I�C�S [NOT CJS�D�
1.4 ADl1�[[NISTRATI��� REQUllt�ll'IENTS [IVOT US�D]
1.5 SUB�[[TTALS
A. Prior €a suf�ntitti►ig a reqi�est for �'i�ta4 I��spection, cieli�rer Praject Reca�•cE Doci���lents to City's
P��oject Rep��esentltive.
1.G ACTION SUBI�fITTALSf[N['ORI�IAT[ONAL 5UI3l�iITTALS (N4T USI+,D)
1.7 CLOS�Oi�T SUB��IITTALS [NOT [1SED�
1,8 �[A1N'I'�1VANCE A�[AT�RCAL St1BA�lITTALS [NO'T USCDj
1.9 Q�IALITY ASSUE�►NC�
A. Accuracy of €�eco�'ds
l. Tlio�'ot�gltl}r coordi��ate cha��ges n�itliin tl�e Record Dactntlents, i�lakiEig adec�uate attd }�roper
e�ih�ies o►1 each page of S�ecific�tioiis ai�d each slieet of Dra«rit��s anci other Daci��nei�ls �irhere
st�clt e��try is ree�tiireci to 51�on� tl�e ch���ge properly.
Cl'C'Y OF FOIt']� 11'f)R`fF3 S'1'AN67ARD C0\5'€�R[ICT10N 1lreslside IVater `I'rcutment k']acll 13ackup (ienir,itors
SP[CIPLCATtON DOCU1[E�fTS —11'ATER PACII,I"1'Y PRL)lGC1�SCCCY PRO1�C� \11��[BEIt: l{l3�110
Revised liily l, 20l l
O17839-2
€'IZOJEC7' ]ZI�L'OIZD DOG[I\�11:NTS
Page 2 03� 5
2, Accairacy of records sltall be sucli tllat fi�ttt►'e searcli for iteEns s�iowat in tl�c Co�itract
Dacinne�3ts may �•e[y reasonably on inFo�-�nation obt�i�ied ii�o�tt the approvec� Praject Record
❑pCUltlell[S.
3. TO ��Cf�ltatC �CCltl'c�C)r of recards, I71i1�C� elltfle3 LVlt�llil 2� �1Dti1'S A��el' CECeI�x 0� 111�01'111�1�]Oli t�1St
tl�e claa�t�e kias occurred.
4. Provide factual i�ift��•it�atian regarcEin�; all aspects of tlle War[c, bath concealed anc� visibie, to
ei�able Fttture ��iodi�cation of tk�e �Va��k to praceec� without lengtliy ancf ezpe�tsi�e site
atteas�ire�i�ent, i�t<<est[gatio[3 a[�d e�an�i�l�tio�t,
I.10 STORAG� AND HANDL[NG
A, Sto►��ge a��d Hancllit��; Itequi��e�nents
l. Mai�ttain tl�e jab set af Record Doct�it�ei�ts eo�nE�letel}� protected fro►�i deterioration and fco�i�
loss and da�nage i��ttil con��letion of the Work and tr���tsfer of all recorded ciata to tlae �ii�al
Project Record Docttnte�its.
2, In tlae eve��t of loss of recorded data, use »ie�ins necessary to �gai�t secure ik3e data to the City's
approval,
a. [n sucl� case, p►•ovic{e replacec��eiits to the siandards c�i•i�;inally required by the Co�itcact
Doc��€i�e��ts.
1,11 FI�LD [SITCi CO�ID[TIONS [NOT US�ll�
1.12 WARItANTY [IVOT US�D�
�'ART 2 - I'RODCICTS
2.I O�VN�R-FU[tNISH�D [aiaJ OtiVNC�-SUPPL�I;ll PRODUCTS [NOT USED]
2.2 I��CORD 1)OCUIl�IT�TS
A, Jab set
I. f'ro�uptly tollolving :�eceipt of tlte Notice to t'roceecE, sec��re from Ihe City, at no cl�ai�ge to tlte
CoEttracto��, 1 co�uplete set of �li Doc�ime�ils co�t�prisii�g tlie Cont�'act,
B. Final Recorcl Docu��lents
I. AC �l f11710 IleftClll� t�le COI]1�ll�i101i 0� Flle WO1'IC c�[]{I �I101' t0 Fli11I I11S])eCClQlI, provide the City f
complete set aF�tll �'i��al Record D►•a�t�in�;s in tlie Coittract.
C17'Y 01� [�[)RT IVOIZ"C��1 STANI�ARD CD�S'PfLUC7'10\i Westside 1Vater 7'rcalmo�tt YI3nt [3aeku}� Generatora
51'F:CIPICA7'fO\ [){}CLJ4fE��7 S— R'rl"��Et E r1CIL[TY 1'ItOJ[iC CSCiTY Pl�{IJGCT Ntf,i�113E?[t: I(i3�t0
R�vised Jtdy I, ?Ol l
017839-3
PROJLCT RECOYtI) [)OC'UI�dlii�i7S
I'agc 3 of 5
2,3 ACC�SS�RI�S �NOT US�n]
2.4 SOURC� QUALITY CONTR4L [NOT t1S�D�
PART 3 - �X�CUT30N
3.t I1�STALL�I7S [NOT USTD�
3.2 EXA��IINATiON [NOT i]S�D]
3,3 PRCI'ARAT[ON [NOT US�D]
3.4 N1A[�IT�NANCE DOCU�r��ITS
A. Maii�tena�ice of Job Set
1. Immediatel}� i�poEi recei�t af tlie job set, identity each af tlte Doct�me��ts �vitli tfie title,
"RECORD DOCUM�NTS - JOB 5ET".
2. Preservatio�t
a. Co►�sicle��i��g tlie Contraet coEnpletio�� tinte, tlte probable �iu«�E�er of accasioE�s ��po►i nrIllCll
t{le j0� 5et i13liSi �e �a�CEtl Ol[� t0E' t]e1V eiltl'1eS Sli({ �Oi' e�c�i13Ei11tL0[l, c�11C� tl]E CO[IC�IElO[]S E1ilE�e['
�vl�ich tl�ese activities «rill be perfor►�ted, clevise a siiital�le ►lzetftoct for �rotecting tEle job
set.
b. Do not �ise tlte job set fot• any purpose except e��try of �iew data and fo�• revie�v by tlte City,
tintil staE•t of tra��sfer of dat� to fi�ial P€�oject IZecard DocEirnents.
c, Maintai�� the job set at tlte site nt�rvork.
3. Coa�'clinatioi> >vitEl Constri�ctiot3 Sur��e��
a. At a►1�i�tittit�m, in acco►�cia�lce �vitl� tl�e i�ltervals set fa►'th in Sectia�i Ol 71 23, clearly «�ark
c�El�' C�e111ai10[15 fl'011i C011�1'c�Cf DOClI[]1B[lt5 �SSOCI�Ited 11'ti�l 1i7Stc�l�at101] O��f3e kllfl�a5tl'[ICt4lCe.
�1. tvlakii�g entries o�i Dea�viugs
a. Recorct a��}r devi�tio��s fi•o�n Co��tract Doc�iments.
b. Use an erasable ca(o��ec� pe�teil {not ink or i�idelible pencil), cleat�ly describe tl�e el����ge by
gra�3t�ic line a��c6l�ate as reqtEired.
c. Date a11 e�lh�ies.
d. Cali atteiitioit to tl�e ei�tt�y by a"c[ouc!" dr�w�t a��o�ind the az•ea ar areas affectec�.
e, In the event of overlappiEig cl»nges, sise diftei'ent colors for t(le o��e�'la�pi�ig cl���tges.
S. Co��version ot schematic layat�ts
a. Iji some cases o�i tk�e Dca�vi��gs, arraiige�nealts of coi�cluits, circuits, piping, d�icts, a►ld
siE7�ilar items, a�•e slla�v�l schet7iaticall}I a��d are ��at iitte�idcci to �artra}� precise �hysical
layo�tt.
1) Fi�i�l physical a►�rattgejne�it is deteri�iined by tlle Contractor, subject to the City's
ap�ra��al.
2) Howeve►�, clesi�;�t of fut��re �t�odificatio�ts of tlie facilil}� ►l�ay ��e�ttice acc�irate
inlor�zlatio�t as to tlle fi�tal pl�ysical laya�it of ite�ns �vl�ich are sl�onri� o�tly
schematically oi� tl�e DE�a�vings.
b. Slto�v a�� ti�e job set of Reco�'c� Dra���ii�gs, by di�t�e�tsio�t acc�ir�te to �vithi�t l iucli, tiie
ce€�terii�ie of eacl� r�iEl of iten�s.
i) Fi��al pf�ysical ar�'a�lge���eiz! is cleter���ined b�� tEle Contractor, subject to the Cit}�'s
ap�rova[.
Ct Cl' ()F FOR7' 1VOlZ"1 I t SrANDr1RU C()NS'IR�1C`CIO\i We5lside 1lzater 1'realitienl PIa�}t Qacku�i Gei�eraturs
Sl'EC1P[CA"]10\� 1)OCU�-il>\'I'S —1YA"C}31t 1�r1C1L1'I Y 1'ROJEC"CSCfI Y I'ROJECT t'llitlBEft: 103�41{}
R���iscd h�l}� I, ?01 I
017839-4
PiiOJGCT RECE?It[) I)OCUh3L�TS
I'age 4 af 5
2) Sk�o�v, by symE�ol o�• note, the vertical locatio3t of tlic [tem ("�inder slal�", "in ceiling
pleint►»" "eY�osed", a�id the li�Ce).
3) Make al� ic�e�itiiicatio�� suf�icie�atly descriptive th�t it tttay l�e related ��eliably to the
Specificaf io�is.
c. The City �n�ty tvai�e tlie require►i�ents For conve��sio�i of sehemat�e layoi�ts �vl�ere, it� dte
City's jt�dgi3i�nt, eo�iversian ser�res �io tisefiil �u�•pose. Ho�vever, do ��oi ��ely t�pa�� �vaivers
bei��g issi�ecl e�cepi as specif�cally issued in tv�'iting 6y H�e City.
B. Final Project Record Daet��t�ents
1. Ta'ansfe�- of ciata to D►•��i�i��gs
a. Carefi�[ly tra�tsfer cha�lge dafa slto�vn o�� tlie job set aFRecord Dra�vin�s to dte
correspondi�ig fi��al docu�nents, cc�o�•din�ti►tg tlte clianges as rec�t�ired.
b. Clea�•9y iiidieate at eacl� a#'fected det�il anc� otE�er Dra�iring a iiill descri�>tioi� of chan�es
made during eo�ist�•t►ctio�i, anti tEie acttEal locatio�� of ite�ns.
e. C�ll a�te��tion to eael� a��try by dra�vi��g a"cio��c�" a�-outic� tli� a�•ea or areas aFfected.
cl. ib1�lce ehat��;es �ieatl}r, coiisisfei�tl}' �lll({ Li'It�t tll� �lfD�l�l' Itle[Il�l i0 i1SSliE'e IO11�eVlC)� ���d cle�r
�'ep�'oci�ictio�i,
?. Transfer af ciafa to otl3e�� Doc�t�nents
a. If tk�e �7oc�i►»e»ts, ad�er tltan Dr��vings, have beeq kept clean dti�•i�t� �ro�;ress of tE�e Wo►•k,
a��d if eE�tries thereon l�ave bee€i ordcrly to tl�e �pproval of t(�e City, t�ie jab set oi'those
Docui�leEtts, otller tltati Dra�vings, will be accepted as f€�tal Rccard Doct�ments.
b. [f t�ity sucl� Doc�i«�e�it is �iat so ap��€�oved by tlte City, secure a i�e►v co��y of tl�at Daa3�ne�it
t'rot�7 dte Cily at ilie City's ziseial cliar�e for �-ep��oci�iction and li��ndiing, a�ld carefttlly
tra��sfe�' tlte ciiaElge data to the ne��� eo��y to tlte app�•oval of fl�e City.
3.5 R�PA[C21 R�STORAT[ON [NOT USCD�
3.6 RC-iNSTA�,LATION jNOT USI:llj
3.7 FI�LD [oa� SITC Q�JALITY CONTRO�, �NOT USED�
3.8 SYSTCIl�I STAIZTUP [NOT US�D�
3.9 ADJUSTING �NOT US�Dj
3.10 CLCAiVIi�C [NOT' CJS�D�
3,11 CLOS�OUT ACT[VIT��S [NO'C US�DJ
3.12 YROT�CTION �NOT US�D)
3.13 �VIAINT�NA�YC� [NOT US�D�
3,1� A'I'TACH�1�tENTS [IYOT USCD)
CND Or SCCTION
Revisian Log
{:1'['Y U€� FOR'I' �VORTE[ STA\'bARBCONS'f[ZUCI�[ON IVcslside l�'ater"I'realmeitl ['lant [3acki�p (iencralors
SPGCIP[CA ['I(lN t�OC[I\11i�!'C5 —�Vr1'1'EIZ FAC[L3"CY I'IZOJ�CT5C1'i'Y f'R(IJCCT Nll,1€E3[;R: 1113d10
Revised 7u4y l, 301 I
O17839-5
[��tt��t.c�r arcoa�� ooct��tt���t�5
Pa�ge 5 al 5
C["Cl' (if� k O12T 1L'Oit7 H S I'A�4)r11tD CO\57'R(1C €ION 1Vestsidc 11'.�ter �'reatntenl Pla�tt l3�cl:tzp cc�ieratars
SPEC[FICA�'101� f)OC:Uil�iEv��S —11'A'CE€t f'`ACILCI 1' ]'It01EC"1�5C1'IY PR{)JGCT \U\-[aL"fi: I U3410
RcvisedJcily 1,2fl1 I
017900-1
't�[ZAlv[\(3 C7E' [)PLftflTl[)\ AND \-[AI�"CL\fINCf.3 f'F:RSf)NV'LL
Page 1 of S
D179 0�
TRAI(VING OF OPERA710N AND MAINT�NAfVGE PERSONIVEL
PAR�' 1- GENERAI.
3..01 SUMMARY
A. Provide services of Supplier's operation and rnaintenance training specialists to instruct Owner's
personne[ in recnmmended o�eration and rnaintenance proced�res far equipment furnished.
�etail5 for train'sng may be established in the 5peeifications for that equipment.
8. Pro�ide a combination af elassroom and hands on training.
C, Training may be conducted aC Cantractor's or Suppiier's facilit�es pravided Contractar pays for
travel, lodging, and per diem costs of the Owner.
D. Record training sessians on video and submit to the Owner on DVD disk in MPEG-4 for�at for
Owner's later use in instructing Owner's personnel. Include this recording as part of the final
operation and maintenance manual. Provide Iegal releases or pay additional fees required to allow
training by the rnanufacturer to be recorded.
�. include the cosC for training and startup in tE�e Cost of the Work.
1.02 DQCi1M�NTATION
A. Provide documentaiion in accordance wiCh 5ection 0133 00 "Submittals" and include:
1, Equiprnent Installa#ion Reports in aecordance with Sectian Ol 75 0� "5tarting and Adj�asting°
on fnrms pro�ided by the Construction Manager;
2. A lesson plan for training in accordance with Paragraph 3.01.C;
3. Credentials of 5upplier's propased operation and maintenance ins�ruckors demonstrating
corr�plianee with requirements of Paragraph 1.04; and
�. Operation and maintenance manuals per 5ection 0178 23 "OPeration and Maintenance
Data." Preliminary operation and maintenance data must be approved before installation,
testing, and initiai operation of equipment or providing training required by the Seetion.
1.03 SCHE�ULING �F TRA1NiNG
A. Caordinate training services with startup and initial operation of equipment on days and iimes
Owner is available.
Training may be required nufiside of narmal business hours to accammodate sehedules of
opera�ion and r�aintenance persannel.
C. Provide training af Ovuner's persnnnel after acceptable preliminary operation and maintenance
manuals ha�e been approved.
D. Coor�inate training with equipm�nt startup and testing ar�d availability of Owner's personnel.
CITY OF fORT WORTH Wesfside Water Treaiment Plant 6ackup Generatvrs
CIiY PROJECT N11M8�R: 10341[7
Ol. 79 00 - 2
I'IZAI\'lvCi OP OE'FfiA'CIO�' A\D �-1AIN'I'I;�IAVCE PEIZ50NN13C.
Page 2 of 5
E. Pravide a proposed traini�g schedufe for review and acceptance by Owner's Project Team showing
al! training required in the Contract Docurr�ents. Demanstrate compliance with specified training
requiretnents relative to number of hours of training, number of training sessinns, and scheduling.
�. Submit initial training schedule at least 60 days before scheduled start of first training sessin�.
Subrnit final trainir�� schedule, incorporating revisions in accordance with Owner's Project Tearr�'s
corr3ments, na later than 30 days prior to starting the fir5t training session.
G. Owner reserves the right ta modify per�onnel availability for training in accorda€�ce with proeess
or ernergency needs.
H. Schedule for training is ta be appraved by Owner.
1. Schedule training and startup operations for na more Ehan one piece of eq�aiprnent or system
ak a time.
2. Owner may require re-scheduling of training if operations persnnnel are not available for
training an a scheduled date,
3. Provide a minimum of 2 weeks' notice if training must be rescheduled.
4. Training is to be limited to 24 hour5 per we�k.
5. Time required for training is �o be ineluded in the development af the Project schedule.
5ched�le and caordinate traini€�g for equipment or systems uvhich d�pend upon other equipmer�t
ar systems for proper operatio€� so thai trainees can be rnade familiar with the operakion and
maintenance of the entire opera�ing system.
1.04 SERVECES 0� SUPPLIER'S REPRESENTATIVE
A. Supplier's instructors must b� factory-trained by t�e equiprrsen� manufacturer.
B. Instructors must have knowledge of �he theory of operatian and practieal experience with the
equipment ar system.
C, ]nstr€�ctors must be proficient and �xperienced in conducting training of ihe type required and
rnust have successfully conducted similar training courses.
D. Qualifieations of instructors are subjack to acceptance by Qwner's Project Team . Provide serviees
of replacement instructor with acceptable qualifieations if Owner's Project Tearr� does not accept
qualifications oE propased instructor. include each instructor's resume and specific details of
instructor's operating, rnaintenance, and training experience relative to Ehe specific equipment for
which ir�strucior will pro�ide training to den-�ar�strate their qualificaCions.
CITY OF FORT WOR7H Westside Water Treatment Plant 8ackup Generators
CIT'{ PROJECT NUMB�R: 103410
01790q-3
•r�ini���c� «r or�.�it�����on� n�n ��f�����e�,wc€. ��r:us«�re�,
Page 3 nf 5
PART 2 - PRODUCiS (NO7 USEDj
PART 3 - EXECUTION
3.�1 OPE�tATOR iRAINIiVG
A. Provide classroom and hands-an training of the eare and operation of the equiprr�ent to the
Ow�er's personnel.
B. Provide kraining in adequate detail to ensure that the trainees who cornplete the pragram wikl be
qualified and capable of operating and maintaining ihe equipment, products, and systert�s
provided.
C. Pravide a training plan that indicates the scheduie and sequer�ee of the training programs. The
training plan is to include for each course:
1. Number of hours for the caurse;
2. Agenda and narrative description, 9nc{uding the defined objeetives for each lesson;
�. �raft copy of training handbooks;
�4. A descripti�e kisting of suggested reference p�b[ications;
5. Audio-visual equipment required for training; and
6. Type and number of tools or test equipment required for each training session.
�. Provide and use training aids to complement the instruction and enhance learning.
1. Prnvide training handboo[cs for use in both the classroam and the hands-an phases of
training for each course.
2. lnstruc�ional rnaterials must incfude references �o the o�eration and maintenance manuals
and identify and explain t�e use of the ma�ual.
3. Provide a copy of a[{ aud€o/visual training materia[s used in the presentations to the Owner.
E. �peratians training is to include:
1. Orientation ta pra�ide an overview of system/subsysterr� tonfiguratian and operation;
2. Terminalogy, namenclature, and dispiay symboEs;
3. Operations theary;
4. �quiprnent appearance, functions, cor�cepts, and operation;
5. Operating modes, practices, and proeedures under normal, diminished, and emergency
conditions;
6. 5tartup and shutdown pracedures;
7. Safety preeautians;
8. On-ti�e-job operating experi�nce far monitoring functions, supervisory, or eommand
activities. Enckude funetions and activities associated with dirninished operating modes,
failure recagnition, and responses to system/subsystem and recavery prncedures; and
CIT1' OF F6RT WaRTH Westside Water Treatment Plant Backup Generators
CIiY PROIECT NUM[3ER: 103410
017900-4
TIiAI\Ii�G OE� (11'1:RATIO\ A\'I} 1(AI\'E'[:NAI�CE PIiftSO�iVF,L
Page 4 of 5
9. Content and use of operatian and mainienance rnanuals and related reference rnaterials.
F. Aravide training for performing on-site rautine, preventive, and remediai maintenance of the
�quipment or syste�. Maintenance training is to include:
1. Orientation to provide an overview of system/subsystern concept, canfigura�ia�, and
operation;
2. Operations theory and interfaces;
3. InsCructinns necessary to ensure a basic theor�tical and practical understanding af
�quip€nent appearance, layout, and functions;
4. Safety precautions;
5. Use of standard and special tools and iest equipment;
6. Adjustment, calibratian, and use of related test equipment;
7. Detailed preventive maintenar�ce activi�ies;
S. Troubleshooting, diagnostics, and testing;
9, Equipment assemialy a�d disassembfy;
10. Repair and parts replacement;
11. Parts ordering practices and storage;
12. Failure and recovery procedures;
13. Cablin� and/or interface cannectors;
14. Conten� and us� of operation and t�aintenanee manuals and related reference materials;
15. Procedures for warranty repairs;
15. Lubrication; and
17. Procedures, practices, docu�nentation, and materials required ta cammence syst�m
maintenance.
G. Provide training for the equipment fisted in th� table below, �'�e tabfe indicates the minirr�um
acceptable trair�ing time, Provide additional hours of training if required to meet the train�ng
ok�jeetives described in this 5ectian.
Speci#icatian Sectian Equipment/5ystem Description Min.
Haurs
2612 19 Pad-Mounted Transformers S
2b 13 26 Medium Voltage Metal-Clad Swiichgear 8
26 24 19 Low Volkage Motor Contral Cer�ters 8
26 29 87 Electrical Contractor Prnvided Control Panels 8
26 32 1.� Emergency Standby Generator System I6
26 36 23 Low Voitage Enclosed Ata�omatic �ransfer Switch 4
CIIY O� FORT WpRTH Wests�de Water Treatment Plant Backu¢ Generators
CITY PR�JECT NUMBER: i03410
D17900-5
17ZA1\I\G {)9� (3PERA`I'ff)N A�II) �1AI�"I'E�rA\Cti 1'EIiSO\I�EL
Page 5 oF 5
END OF S�CTION
C#TY OF FORT WOftTH Westside Water Treatment Plant Baekup Generators
CI7Y PROIECT NUNiBER: 103410
nlvlsloN o2
D�MOLITION
C324100-1
DEMOLITI�N
Page 1 of A
02 4� 00 DEMOI.ITION
a..oa GENERAL
�..01 W�RK INCLUDED
A. Furnish labar, materials, equipment and incidentals necessa�'y for every type of requir�d
demolition.
B. Furnish equipment of every type required to demol€sh and transport construction debris
away frarn the Site.
C. Goordinate alE demolition work wi�h Section 01 35 13 "Special Project Prncedures"
1.02 PRICE AND PAYMENT pROC�DURES
A. Measuremen� and Payment
1. M�asurement
a. This Item is eonsidered subsidiary to "Miscellaneous Demolition".
2. Payrnent
a. The work perForrned and the materials �urnished in accordance wi�h this Item are
subsidiary to the item "Miscefla�eous Demo€ition" and no other camper�satian will
be allow�d.
1.03 STANDARDS
A. Wark shall be perfar�ned in accordance with the codes and ordinances of the agency having
authority over the Place of Record.
B. Occupationaf 5afety and Health Association (OSHA), 29 CFR Parts 1Q�.0 and 1926,
"Occupational Exposure to Asi�es�as, �remolite, Anthophyllite, and Actinolite", 40 CPR Part
61 -"iVational Emission Standard for Hazardous Air Pal{utants"
1.DA pELIVERY AND STORAGE
A. Stockpile canstruction debris at the S[te only as long as necessary to haul to a disposal site.
Stack materials neatly and handle in an orderEy manner until removed from the Site.
1.05 JOB CONDITIONS
A. Contractor shall visit the 5ite and determine the extent of demolition required and the 5ite
conditions that might affect its proposal. Include costs nf covering a[1 aspects of the
demolition as part of the proposal.
B. The Drawings shall be carefully reviewed to determine the extent of neces5ary c[emolitian
and to identify elements of the existing construction which are to remain in place. Report
any discrepancies to Owner and Engineer before disturbing existing conditions. Praperty
lines and lirnits of demolition shalf be accurately {ocated priar ta beginning site demolition.
Start of der�olition acti�ities shall represent confirmation by Contrac�or that existing
cor�ditions are as presented in the Contract Documents. Demolition outside the limits
indicated on the Drawings, or outside the property lines shall not be perforrt�ed.
C[Tl' OF 1 012'C 1��OR'CH 1 Pr.slsidc 1I'cdEr Trecilixcirt Plrriu Hrre•ktq� Gencrrrinr•.s
C'["!"Y f"f2�JEC7' A'U�[BE[Z: 10341[)
ozaloa-z
QEMOLITSON
Page 2 of 4
1. For electrical demoliiion, verify field measurements and circuiting arrangements are as
shown on the Draw9ngs. Verify that existing wirin� and equip�eni designa�ed to be
abandoned or d�molished serve only abandaned facilities.
C. Material remo�ed during demalition, and any equipment not atherwise designated to
remain the property of the Owner, shall become fhe prap�rty of the Contractor, and shall
be promptly rerr�oved frorr� tt�e Site.
D. Equiprr�ent and material designated as remaining the property of the Owner sha(I be
removed from the structure a�d transported to a designatec� location on �he Site and stored
for the Owner's use. Stare on wood runners raisecf above the surrounding grade and cover
with weather resistant co�ering that is tied secure�y in place,
�. Take necessary precautions in rerr-ioving Owner designated property to pre�ent damage
during the demolitinn process. Equipment s�all be remaved in one piece, Loose
components may be removed separately. Cnntrols and electrical eqt�iprt�ent may be
rema�ed fram the equipment and handled separately, Large units, such as motar dri�en
�umps, rr�ay be dismantled and motors handled separately. i�o not use a cutting torch to
separate the Owner's equipment or material. 5alvagecf piping shall be taken apart at flanges
ar fittings and removed in sections.
2.00 PRODUCi'S
2.01 MATERIA�S
A. New materials and equipment for patching and extending wark shall meet the requirernents
of the individual Sectians in these Con�rac� Documents. Far materials not addressed in
these documents, materials used shall meet or exceed th� dimensions and quality of t�e
existing wark.
3.OU �XECUTiON
3.01 SITE CLEARiNG
A. Perform site ciearing to the iirr�its indicated an the [3rawings. 5crape the Site, remo�ing
brush, trees, weeds and trash. Haul debris away from the Site to an approved site as it
accutnuiates,
B. Grub o�t tree and brush roots within the Eimits af buildings, parking lots, driveways and
other structures. Remo�e rock out-crappings and baufders from any area within the lirr�its of
gracEing or structures. Rernove roots and backfill any excavation resulting from tree removal
with suitable soil for final grading plan.
C. Trees not located within the construction limits, ar otherwise indicated for removal, shall
remain in place. Visit the 5ite with the Engineer or Owner and identify those �rees that are
to remain. Mark all other trees with yeliow paint ta indicate removal. Protect remaining
trees during canstruction. Wrap the tree trunks with 2 x 4 timbers if construction
equipment must aperate in close proximity to them.
D. �nly designated trees shal! be rerr�ovec{. In the event that trees other than those designated
are erroneously remaved flr damaged to the point of distress, install replacement trees of
CITY OF FO[Z"f lVQR�!'I [ If'eslside If'rrler Ti•euluici�l Plcut! I3acknp GenercNui:s
C[TY E'l2OJE,CT tVU�16GR: 103d1E)
oz ni oo - 3
DEMOL[TION
Page 3 of 4
equal size and nurr�ber to com�ae�sate for those destroyed, at no addi�ional cost to the
Qwner.
E. Provide dust control as needed or requested by the �wner.
3.02 BUII.RING DEMOLfTIQN
A. Prepare for demolitian of eEectrical facilities as follows:
1. Coordinate utility service outages with the appropriate utility campany.
2. Meet with Owner and identify any material ta be salvaged.
3. 17isconnect e{ectricai systerns in walls, floors, and ceilings scheduled for remaval.
4. Provide temparary wiring and connections to maintain existing systems in s�r�ice during
demolitian.
5. When work must be performed on energized equipment or circuits, use personnel
experienc�d in such a�erations.
6. Existing Electrical 5erviee: Maintain existing system in service until new system is
complete and ready for ser�ice. Disable systerri only to rnake switchovers and
cnnn�ctions. Obtain perrrtission from Owner at least 72 hours before partially or
completely disabling system. Malce tempora�y connections to maintain services in areas
adjacent �o work area. Minir�ize outage duration.
B. Demolition shall include any item noted on the Drawings or required to make room for new
Work as indicated on the Drawings. Remalition drawings included in the Contract
Documents are �ro�ided for the Contractor's reference, but are not intended to limit the
demolition to those items shown or atherwise noted. Contractor is responsibfe to verify for
himself any demolition necessary �o perform the WorEc.
C, Where electrical companents are rerr�oved, also remove all conduit and wiring back to the
panel. Wh�re a!I laads are rernaved from a branch circuit, keave breaker and re-use for new
Work ar designate as a spare. Rema�e exposed abandoned conduit above accessible ceiling
finishes. Cut conduit flush with walls and flaors and patch surfaces. Where electrical outlets
are rema�ed from an electrical circuit scheduied to remain in use, re-eonnect wiring and
conduit as r�quired to �ake the rerr�aining circuit electrically continuous. Provtde bfank
cover for abandoned outlets wl�ich ar� na� removed.
D. Remove all partitions indicated or� the €}rawings or required to comPlete the new
canstrucCion. Where partitions are noted to be remavecE, alsa remove al! electrical devices,
conduit and wiring ir�side the partitions. Where existing partitions have plumbing stacks or
domestic water piping inside partitions, also remo�� all piping and other related
corr�ponents. Remnve all piumbing fixtures ancl related trirn, fittings and fixture hangers.
Remov� all electricai carnponents schedufed for demolitinn, including light fixtures, dupEex
receptacles, switches, and panelbaards, compfete with related feeders, conduit and wiring.
Remove disconnect switches, motor starters, panelboards and related feeders. Cut conduit
flush with wal[s and floors, and patch surfaces. Where efectrica9 corr�ponents are remov�d
fram an eiectrical circuit scheduled to remain in use, re-connect wiring ar�d conduit as
reqt�ired to make the remaining circuit e�ectrically continuous. Provide blank cover for
abandoned outlets which are not rernoved.
E; [�I� Y Ok= E� [3IZT WORTk 3 !I e.rtsrcle l I fuer 7i�e�rinten7 Ylur�! 13uckrrp Gexeralws
Cf['Y PR(3JI;C[' NU�f[31?It: 103�41fl
oz ai aa-a
D�NfOLITfON
Page 4 of A
Maintain access to existing electrical installations which remain active. Modify instailatian
or provide access panel as appropriate,
Wh�re conduit, piping, or other utilities are presently instaNed under concrete slabs and the
undergrat�nd partion nf the companent is to be a6andaned in place, remo�e conduit or piping
tn a point 2 inches below level of concrete slab surface and cap off. Abandon under floor
cond€�it and piping. Patch cnncret� as required to match surrouncting area.
G. After buried Work has �een corr�pleted, bend the reinforcing I�ars back inta proper place
and add new reinfnrcing of the same size and number as the remaining dowels. Lap ti�e
jaints a minimum of 18 inches and securely t[e in place. Replace cancrete as required io
repair the slafi�. Concret� shall be Type A as specified in Seciion 03 30 fl0 "Cast-In-Place
Cancrete."
3A3 UNQERGROUNi3 PIPII�G
A. Contractor shall be res�onsible for obtainin� [ocation of underground utilities at the Site.
Arrange €or all applicable utility companies to accurately locate undergraund piping and set
color-coded flags along the pipe raute. In�estigate utility campany's recnrds to ascertain
depths and sizes af piping and other ancillary features.
B. In the event that exact (acation of piping cannot be obtained, dig test holes as necessary to
e5tablish location of piping. Contractor shall not use mechanical digging machines within 6
feet of any acti�e buried piping. Far a distance of 4 feet on eit�er side aF buri�d piping, all
digging shall be by F�and excavation. If the piping is not active, or is ta be abandaned or
removed, any form of excavaiion may Eae used. Ar�y exisiing active piping that is damaged
during demolitinr� will b� repaired to new conditian by the Contractor at no ac�ditior�al cost
to the Owner.
3.D4 BACKF(LLING
A. Backfill ca�ities resulting frnm demolition. Fill ca�ities occurring within the limits of
buildings, structures, or pavements in accordance with the requirements of other Sections
of the SpeciFications. Backfill and cnmpact cavities outside the construction limits to t1�e
same density as the surroundin� earth. Na testir�g is required fnr backfill outside the limits
af new construction.
3A5 CLEANING Ai�D REPAIR
A. Clean and repair existing materials and equipment which remain ar are tn be reused.
B. Lights; Use mild detergent to clean all exterior and interior surfaces. Rinse with clean water
anc� wipe dry. Replace lar�ps and broken electrical parts impacted by the demolition
processes.
END OF SECT"ION
C'17 Y O!� I�ORT NOR'CH fYesl.srrle 13'ufer Ti•eulmext Plart l3uckup Ge�reralurs
C'17'Y 1'Ii01[:C"I' l�lUN[[iER: [0341D
DIVISION 03
C ONCRETE
0311 (10- I
Ci)NCE2�'CE 1'E}RMEI�lG
1'agc l ot� 7
03 11 00 CONCR�TE FORMiI�G
PART1- G�N�RAL
I.1 WORK TNCLUDED
A.Ptu'�tish material anci labor to form, tie, be�ce and sti�port wet concrete, reit�fo�'ci�ig stecl anct
emheddcd items i�ntil tha concrete ftas develaped sufficieEyt stre��gth to re�nove fo��ms.
1.2 PRIC� AND PAYNIENT PROC�DURES
A.Meastn•e���e��t and Pay���ent
I. Me�su�-e��ient
a. Tl�is Ite►�� is eonsicle�•ed s��bsidia��y to tlie items "Paving (roaci, et�ive�'t, c��•ir�e��rays,
►���rkin�s)", "Pound�iiort toa' Eleet►'ieat Bt�ifdin�;", �ild "Fc���ncl�tion fo�� Generator 1'ad".
2. Pa��n�ent
a. The �vork performed �nd the tt�ale►'i�is fiirnished i►� accoE•cfa��ce �vitl� this Ite��� are
s��bsidia�•y to tl�e above ]isteci items ancl no oilte�' co��t��e�3sation �r�i11 be �llo��eci.
1.3 QUALITY ASSURANCE
A.Design Criteria: �'orEns shall be desigt�ed for tl�e pressu��e exerted by a liquid ��ei�hing 150
po�inds per cubic foot. The rate of placi��g tl�e concrete, #l�e te�i���e��att�rc of the co��crete, and alf
other perti�ient facto�•s sl�all be kake�� into consideration ��t�en c3etermining tl�e deptl� of tl�e
equivalent liquid. At� aclditio»ai desig�-� li�re foad of 50 pounds p�r sc��►are faot shall be used on
f3orizo��taf si«'faces.
k3.Alignmcnt Control:
I. True aligt�me�zt of �valfs anci okl�er �ertical s���•faees having straigi�t lines oi- i�ectan�;�tkat•
shap�s s�zall be eontralleci �nc� cl�eck�ci by tkte %llo�tling pracedures:
a. Formit�g sll�ll be arra��ged �vitli }�i•ovisio��s for adjusling tlic horizontal ali��tttlet�t aFa
fo�•�n, �fter the foriz� has been filled tvitl� eo►�crete to grade, usii�g �vedges, t�►in buckles,
or atE�e�• adjttst���e��t �nethods. EstabiisE� a tra►�sit line or othea' a'eterence so th�t
adjusti��e�jts ca�i E�e �nacie to att est��lishccl line �vhile tl�e concrete in t��e top of t�le foril�
is still plastic.
b. Adjt►sti�zg faeil'tties si�all be at interv�is ��Il�icl� ��ertt�it ac�jiistme�its to a straigl�t liate.
Cor�c�•ete shall E�ot �e �iaced u�itil �dec�t►ate adjt�sti�ig faciiities are i�� place.
C.Tolerai�ees: Cc�i�st►�uct fornnvork so cottc�'ete mes�-►i�ers and structi�res are of size, sh�pe,
ali�n�t�ent, elevatio��, a��d position ii�dicatEd, �vitk�in tolet'a�ice limits of ACl 117.
1.4 SUSIVIITTALS
A.Stibmittais shall be iaa accorc3ance «itl� Section 01 33 00 "Docume�it Martagei�te�tt" ar�ri sh�ll
irtclt�de:
l. Recard Data.
�. Ma�nifactttrei�s' literature �oa' specifecl prod�icts.
1.5 STANDARDS
A.TIYe app[icable E�rovisions of'tf�e follo�vi�3g st�i�d���ds sE�all a��ly as i('ri�ritte�� 1-►ere in tl�eir
ec�tirety:
1. Antei'ican Concrete l��stit��te (ACI) Speci�icatio�ts:
ACI 117 � 5pecifications for Tolerances for Concrete Construciion and Materials
C[`1�Y OF FOR'f \i'QR'i [3 i!'estsirle II'crlei• Trealixerrr f'1rr�N I3uck�rp Ge�iet•ufor.s
CITY PRO.t�CT �[f�1B[iR: 10341€1
03 I i (i0 - 2
CONCCZt;'fl; E'()iZNtit�IG
P�;ge 2 0l� 7
ACI 301 Specificatians for 5tructural Cancrete
AC1 318 Building Cade Requirements for Structural Concrete
2. Ame�•ican Institute oFSteel Constr��ction (AISC) Pt�t�l[catio►i:
a. A[SC Mant�al of Steel Co�lst����ction.
3. America�� I�•o►� and Steel i�astitttte (AISI) Ps�blicatioi�:
a. AiSI Cold �'ormed Steel Design Mani�al.
4. Americatz Ply�vaod Associ�tkinn (�1,�'A} Standarcis:
a. APA Desi�ttlCo�lst��i�ction G�uc[e: CoEic��ete �or�z�iEig.
1.6 DCLIV�RY AND STORAGC
A.�,��tt�ber for forms shali be Stacked ;ieatEy on platForms �'aiseti at�ove ground.
1.7 JOI3 CONDITIONS
A.TI�� Cont��actot• sh�jll notify die Et�gii�ee�' upo�� cat�tpletio�� of va��ious portio��s of tlle �vork
req�►i�•ec3 for }�lacing co�tc�'ete so that co��ipliance witi� tf�e plans anc! specificatic�ils tttay be
ctto37itoi�ed. ThE E«gi��ee�� wil! a�itl�o�•ize tl�e Conti'�eto�' lo p�'oceed �vith tl�E place�tle��t afteE• tEiis
has bee�� coi��p[eted �nd cor�•ecti��ns, i� t'ec�s�irec[, hava been mac�e.
R. [tt 11ot �ve�ther, both sides of tl�e tace fo�•ms ni�y be req�aireci ta be tre�ted 4vith oil to preve��t
�varping �nd to secure tighk joi��ts.
PART2- PRODUCTS
2. ( NIATERIALS
A.Lt►mbe►•; Prt�pea•E}� seasoned a��c[ ofgaod quality; fi�ee froi3i loase o�• cuisauttri katots, knot k�ales,
twists, sE��kes, decay, splits, ancl ot�jer inlperFcetians tvhicla «oulcf affect its st��e�igtl� o�� impair tl�e
tinisk�ed stu•face of tkte co�icrete.
1. Refe�' to Section 03 30 00 "Ct�st-Itt-['lace Concrete" for fi��ish �'ec�ui�'ei��e��ts.
Q.Fiber Boa�•ci Fori�� Li«ing: FI�t��lf�oat'd finisl�ed smootl3 oi� one side; ulinim€���� tE�ick��ess aF3/16
incl� tlto�'aE��;ltly �vet �vitli ���te�� at least 12 ho�Ers l�efore «sing.
C. Piywaoci Form Li«in�: Co��Fornti�t�; to APA HDO; cxterior ex��osui•e wate►•pi•oof aclhesive, 3/$
i�ich tE�ick.
D.Fo��m Oii: Ligk�t, cle�r oil; sl�ali ��qt cliscolor or inj��riot�sly affect tl�e concrete sti�•face, sut�sec�uet�t
coati►igs, oi• delay o�• intp�ir ctu�i�ig o�ci�atio3�s.
2.2 FA[3RICATIOIYS
A.Lti�ttl�e�•: L,utalber fo►� facing or sk�eathi�yg sk�all be surfaccc! o�� �tt least o�te side ���c! t��o edges, and
size<I to ��nifo����� tiiicki�ess. LeEml�ci• of ►fcm�ii�al 1-ii�ch tl-►ick�iess oi- plywaoti af 3/�-i►�ei�
thicki�ess sE�all be pertttitted for ge��eral use a►s structures, if �acked by � suFficiettt �ae�zuber af
stiids a�3ct �vales.
�3.S�3ecial For��� L�Embei•:
Molding fo►- ch�n�#'e�� st��ips or otlter ��ses s1��[I be E��acle af red«roac[, cypress, or pitte
i��ateri�ls of ��rade tl�at rvill �tot split �vhen «ailccl, and wE�icl� cai� be �»�intai��ed tc� a ta'ue
litte w�itl�o��t �varping. T9�e fo�•�n shail be ��iill cut �nd c�ressed C��t al( f�ces. F�lict forms at
s(���-p corners, 6otli inside �nd aE:tsic�e a«d at ecl�;es, ��[tli tri��igul�►- el�amfee strips at �II no��-
co�itiguot�s edges ex�osed to vie��. TE�o��ouglily oil cha���fe�• sti•ips befai•e it�stal[�tio�1 o�i
forms.
Ci7'Y O!� I�Olt�l� W012!'F[ fi'cs1.��ide If'rrler Ti•euhue�at P1rur1l3uckirp Geirci•utor.s
CfT'Y PftOJI:CI� AlUVfIDf.iR: I U3�F l(f
a3i�oo-3
co�cizr,�rr roR��€�rra
E����e 3 �r'�
2. Coi�struct fo��»�s for railings a��d or«an�ent�l war�C to standards equivalent to Fiist class mill
��oR•k.
3. A[i moldirtgs, pane[ ���ork, a�td bevel stri�>s si�af! be straight �ncl true �vitli �ieatly ►��itered
jo�nts, a��d desig►sed so that the ti��isl�ecl �vork sl�all be trE�e, sharp attd cleat� ci�t.
C. Forms;
1. For���s sh�ll t�e b��ift it�o�'tat' tigljt and oF►��ate�•ial sufficient in st►-engtki to �revei�t bul�;it��
bet«ree�� s��p��orts.
2. Ret�secl forms or for�tt I�imbe�• sl�all be ���ai►�tained clean and in gaod condition as to
accu►•acy, sliape, st�•e►�gtli, i•igi<iity, ligi�tness, and s�nooiitness of stt�'Face.
3. All forms slia[I be so constE'��eteri as to pe�'init ►'emoval «�itho«t d�mage to tlia cor�cE'ete.
Exercise special care i�� fi•a�3�ing farms Co�� copings, offsets, railin�; atxl ari�anle��t�l ��ork, so
Eifak tlier� �vill be no tfa�t�a�e to tl�e concrete �vEzen tk�e forms are �-ei�loved.
D.Farms foa' Cy[ind�'ical Colt�t�zns, Pedestals, anci S�tpports: Metal, gfass-�bet•-rei��farcect plastic,
pape�•, or fiber t��bes that «rill p►-oduce s�ii•faces �vitl� gracival or ab►•i�pt ir�•egularities not eaceeding
specified for�t��vark surface ciass. Fi•ovide ��nits �vith suffieieni �val{ tltick►iess to �•esist plastic
concrete loacis �<<itliotit det�•inteittal deformation.
E. Pan-Type Porn�s: Glass-fiUer-reinforced plast�c oi• formed steel, stiffened ta �'esist plastie
conc�•ete ioads «�ithotit detri«�e�ital cfefor►nation.
F. Carton For���s:
1. Use ne��� ca�'toE� fort�ls of corr��gated c��-ctboarci fo�� slab at�d �racle bea��l constr��ction ort
driiled sl�afts for bi�ildia�gs. Fo►•ms shall be iinpregt�ated th��otEgl�a��t «fith pa�•ai�n a��ci
lat�linatec� �tritll �vater resistat�t adt�esive.
2. �o►-«is of ti�e I�eight ia�dicated o�i the dra�vings sE�aEl be designed to st��po�•t the co��c�'ete load
plt�s a normal consteuction load.
3. install ea��to�i forms accot'ciing to the ma�i�►facti►rer's reco►�si�te�idations a��d n�aintait� itt clry
COI1CIi�1011 �efOYe COTlCY2t� 1S ]3Ic�C�C�. Cal'i011 �Ok'k�1S 1V�liCt1 I]flV£ llOi I�eell Ilic�111i�Et1eCI 111 �i Cil'j�
condition sftall be �'e�laced before conceete is placed.
4. Do nat tised trapezoidal carton forms.
5. Carto�� forms sl�all be fabricatec� �ising ve�•tieal internal celis aiid dividers.
6. Acceptable man��faeturees:
a. StireVoid Prociucts, Inc., En�le«�ood, CO.
1�. Sa�r�vay Ca�•ton Far►ns, lnc., I��vin� TX.
c. Otkte�' �t�an�tfactt�re�•s �vitl� prod�tcts E��eeting the reqt��remeR�ts af this specific�tion a�zd
approved by the ��igineer.
G.Metal Forms:
i. Tlte sp�eificatia��s for "Farms" rega►'ding design, �no►•ta►' ti�htness, flleted corners, 6evelcd
��►-ojections, b�'aci►zg, �lign�nents i'ellt0l'ill, ��e tise, oiling, and «�ettii��; sk�all a�ply equally to
metal fo��ms.
2. Tk�e metal used fo�• fa�•ms shall be af st►c!� thickness tl�at tl�e fat'�tls rrrill i•enlain h�€ie to sE�ape.
Bolt a�id rivet heads a�� tlte facing sides sl��ll be co��nte�•sunk. Cla�i��s, pins, or other
coi���ecting devices shail be desig��ed to hold d�e forit�s a'igidl}� together �nd to allo�v
E•emoval witl�out i�tjtuy to the conc�•ete.
3. Metal forn�s �vhicl� do �3ot present � sn-►ooth s�u'face ot' line �t� �roper[y shall ��ot be used.
F'xercise special care ta keep ���et�l free fi�om r��st, grease, o�� othe►- foreign inate�'ial tl3at
ciiscalors the concrete.
CI"CY OF IY)Rl 1t�C7R'I l[ Il'e.��t.ride i1 crfei• Ti•e« rnie�u Plru�f Brrcku�� Generulors
Ci7'Y 1'R{)J%CTN1J4i[3ER: IU�d[0
[l3 El U(1-4
C()NCItt�"!"fi FORM[NG
Page d of 7
H.Fnrni Linin�s:
I. '�"imber fo���3�s for exposed conc�•ete su�•taces �vhich are to be give�l a rubbed �nisli shall l�e
�ace-IiEied �vitEi an ap�raveci ty�}e af form li��ing ���aterial.
2, If ply��ooci is tEsed for form li�li��g, it sl�al[ be na�tie ��vith waterproof�cil�esive a�id 1�ave a
n�ini���u�y� tl�ickness of 3/4 i�lcl�. It sftall prefe��a61y �e oiled at tE�e �»il[ a�id Elteil►'e-ailed or
l�cqtiereci at� tl�e job befo��e using.
3. If fiber board is used, ap�ly �v�ter to tlte screen side on tl�e bo��rd. Stacfc the bnat'ds sc�'ee��
side to se�•ee« side. Use tk�e smooth k��rd face as tl�e cont�et sut'face of the fo�-��i. Stiel�
surfaces n�ay be forEneti 4vitl� 31�}-is�cli tEiick ply��ood made witi� �vaterproof adhesive if
backed witkt aclec�u�te sfuds an� wales. The �reatest sti•engtE� of thc outer ��lies sftot�ld 6e at
righk a��gles to ihe st«ddi«g. In this case, for��i li�iing vvilE ttoE E�e rec�uired.
4. Carefully a[ign edges and faces of adjacent panels �ncl �'ill tl3e joints betrvee�t p�►nels witl�
patclfing plastet• o�' colcl w�tar �3t�tty to ��reve�lt leak�ge. Li�;lttly saixi ivith No. 0 sand�aper
to �i�ake the joi�its smaoth.
5. Forms ��Eiich �Ere reuseci sh�li have all ��ntised fori�i tie liales filled and smaothed as
s�}ecifieci abo�e.
[. Fo��m-Release Agent: CoRt�ntercially fo�-»�ulateci fo����3-�•ele�se �gent t�aat will ��ot bond �vith, stain,
ar adve�'sely affect concrete surfaces a��d �vill not impai�' s«i�seqiieE�t treatme�its oFco�icrete
s��rfaces.
I. Fp�����i�iate for►��-►�etease agent «�ith r«st inl�ibita�' fnr steel form-F�cing i��ate��ials.
J. Fori�� Ties:
1. Metal form ties sha[I be ��secl to hoid fo�•ms in E�lace a�id to �3►-o�ic�e eas}l �netal ►•�moval, Tlte
use of��vire for ties shall ►�ot f�e ��e�•ittitted.
2. Le�ve tla ittetal or other maferial �vithiE� 1-1/2 iE�el�es of tl�e surFacc, wEfen re���o�in� fo�•i��► tie
�ssen�6[ies wl�iekt ac�e tisecl i�3side the Fc�r�tts to liolcl the ft�rms i�l eo�•reet �t[ignit�e�tt. Tkte
asseml�[y sl�all pra�ricie cc�tte-sE�apeci dcpressians i�3 tlte concrete st�rtace at least 1 incl� it�
tiia�t�eter a�7d 1-1/2 i�icl�es deep to allo�v fil(ing ai�d patcllii�g. Suck� cievices, ��hen renloved,
shall leave a s���ooth c[ep►•�ssio►� in tlte co�7crete slErface �vitl�o�it und�ie i��jury to tkte s�►rface
from chip��i�lg c�r s}�allii��;.
3. BEErni��g off rods, l�olts, or ties sl��Ei not 1�e permitted.
4. Metal ties shzil be hefd i�3 place l�y ctevices attachecl to �valcs. Eacl� de�ice sh�ll be ca��able
of devefo��ing tlie stre��gth of tlie tie.
5. Met��l a��d ��oodei� spi•eade�'s �vktielt a��e separ�te fi�om the foruis sh�tll be «i�-ed to top ol'
fo�•�» anci shall E�e entirely reuiovcd as the concrete is ��laeed.
6. ln the const��uction of base��fcnt or �vate�' beari�lg �v�lls, the ��ortio�i of a si«gle rocl tie that is
to remai�i i►f thc co��c�'eke skt��ll be provicled with a tightky fitted �v�sEte�• �t mEdpoint ta
cantt•ol see��age. M�►[ti-��ocl ties do not rec�«ire rw��shers. "I'k�e fise of fc����ai ties �vhicl� are
ta�erecl o�� e��cased in ���per or oti�e�' ���ateri�l to allo�v tk�e reEtlov�l of com�ziete tie, and
�vhick� le��e a ha[e th�'a«�;it tl3e concrete sU���ct�u•e, sh�ll ��ot be per��titted.
K.Falsework:
1. F�lsewnrk shal( t�e designed �nd conslructed so tl��t no excessive settleE�lent or clefo�•�»atiot�
occurs. False��ork sk��ll �}t�ovi�Ee �iecessary ri�;iciity.
2. 'i'im�er i�seci ii� %lsewn�'k ce�lteri�fg sh�ll be soui�d, i�t �oad candition ��id fi�ee Fi-onl defects
�vlt[ch ii��pair its strengtll.
3. Steel n�embers sliall be t�Faciec�u�te stre��gkl� and sl3ape fo�• thc iE�tencled purpase.
CI'CY Ol� 1'Olt`l� IVO[2Tir{ JPc.sl.��irle fl'uler Ti•rulureirl Plu�rt I3uc•kup Gerrerala•s
CI"I�Y 1'RpJl;C E N13�[L3Git: ]03�110
D31[ OU-5
CO�CRE�I'E FOIZ\41NG
Page 5 0(�7
4. Timber �iling used i�� falsetvork i��ay t�e of any �vood species ���hicl� satistactorily
witl3stands driWiitg �E�d �vlzich adeqi�ately stip��orts the superimposec� load.
S. Wi�en sills or ti►nbe�• grillages are t�scd to s�i�aport falscworlc caiumns, u»less fou��ded on
solid ��ock, sl�ale or otitet' haE•ci ��f�terials, �l�ce tiaem in excavated �its. Back�ll to prevent
tiie softerting of tl�e su�}�orling ���aterial t�roa�i form drip or f►•onl rains tl�at ���►ay occt►�• c!t►t'ixt�;
tl�e coitstrucEio�� l�rocesS. Sills or �;rillages sliall be of a��iple size to su��art tl�e
s�i��erin�pasecl load �vitl-►oiit settlemei�t.
6. i�alsewo�'€c a�ot fatt�tded o►z a s�tisfacta�•y spread footing shail E�e sEi��}�orted o�� piling, �vliich
s1�a11 be ciriven to a t�ea��ing capacity ta st�ppart the stiperi►►�posed loaci �vitl�o��t settlezt�ej�t.
PA[ZT 3 - �X�CUTION
3.1 PREPARATION
A.Before placing coiicrete, enstu•e ti�at eull�edded iten�s are correctly, fir���►ly a��d sect�t'el}� Faste►�ed
into place. Embedded items sltall be tho��oiighly clea�� attci fi'ee of oil �nd othet� foreign material.
Anct�or bolts si�a[I be set to tlte cn�'rect loc�tion, afign��ient and elevacioi� by tl�e �Ese af s�►itable
ancho�• bolt te���pfates.
3,2 INSTALi,ATION
A.P��e-Place���er�t:
f. Dt�ring tl�e elapsed time bet�vee�i b�iilding tl�e farms and placing tl�e concrete, ��laintain the
forms to elii3ti�tate �var�ing at�ci shrinking.
2. Liinit conerete sfu•face irregularities, desi�nated by ACl 3�7R �s abE•u��t or gr�d��al, as
fo llo��zs:
a. For concrete surfaces exposeci to vie��r: Clsss A, 118 it�ch.
b. Fo►• concrete surfaces to receive a ri�bbed finist�: Class A, lI8 i►�cl�.
e. Por conc��ete sl���faces to �•eceive pl�ster, stticco oi• ��ainscotir�g: Class B, l l� i�icli.
d. For co�sc�•ete s��rfaces not ex�ased to vie�iT: Class D, 1 i�sch.
3. Construct forms tight eito►t�E� to preveiit loss of co��crete mortar.
4. �'abrieate forms foj• easy re�t�oval �vithout ha►��meri�a� or pryring a�ainst concrete s€�rCaces.
Frovide crE►sh or �vrecEci���; plates wltere stripping m�y c3a�nage cast cone�'ete surfaces.
Provic�e top for»as for inclinect surfaces steeE�ea• tliat� 1.5 [-►orizontal to t vertical. Ke��f ��oad
inse�-ts for %►•mi���; key�rrays, reglets, recesses, a��d tiie like, fo�' easy t'einaval.
5. Do not use �•ust-stai��ed steel fornz-facing aalate�'ial,
6. Set edge fo�-���s, b��fklteads, ancl inter►�zediate screed slrips for sfabs to acl�ietre cequirecE
eler�atiot�s �nd slopes i�� finished coi�c�'ete stu•iaces. Provide aE�d sec��re u►�its to s��ppo�•t
se��eed sirips; ��se strike-off templates or compacting-type sca'eeds.
7, Treat tl-�e faci►�g of forms «�it9� suitable fori�� oil before concrete is ��laeed. Apply ail 6efoR'e
the ���inforce�ttet�t is placed. Wet fart�� su►-faces �vl�ich «�ill coi��e in cont�ct ��itl� tk�e
co�icrete immecliately i�efoa'e tl�e co»crete is pl�ced.
8. At the tinte of placin�; concrete, the forii�s shall �e clea« ai�d entircly fi•ee f�•am all ct�ips,
ciirt, sa�vdust, anc� otl�er exti'a►�eous matte�• at ti�e time. Far���s for slab, beattt a►�d girder
coilska'uction shall �Zot have tie wire etitti��gs, �tails or a�iy ati�er i�3atte�• �vl�icl� �vo�►ld in�r tlie
appear�nce of the tittishetl constr��ction. Cleat� fo�����s and kee�� tltettt f�'ee af for�i�n ��-�atter
dt�ci��g eo��crete place�7ient.
C;[']'1' OF I�(}R'C �VO[Z"[�1 [ li'e.sf.sidc d1 c�ler Ti�eut»ruFN i'lm�1 I3ucktrp Gefrenrtors
CI'CY PR011;CT NlJ4l33Ls12: li)3�41(1
(73 I k Of] - G
CC)i�iC[�ET�' FOEtIv[ING
[':�ge 6 of 7
B. Wt�e�•e altimi��«m ancl�[»•s, al�i��tinuni slia�es, or alu�tlintu�� clectrical conduits a�-e et��bec€ded in
conci•ete, �aittt alumi►�u��� co��tact su�•faces ��itl� zi��c rick� ���'itz�er. Alla�v tf�e �air�t to t��oroughly
dry befo3�e pl�ci�ig the slu���i����m i�� co��Eact w[th tE�e concrete.
C. P1ace���ent:
�. Sef �1t1CI [tl�tillt3lri f01'1riS fp tll� �111e5 dESI�i1�if�Cl, illi�ll t�le CDIICI'e�e IS SLlf�1C1El1�Ij� Elc�1'Cj�I1eCI t0
�e►•mit fot•tt� removal. If, at at�y stage of tEze �vark, tlae fornts show sigi�s of bu[ging or
sagging, iE��niecliately i•e�zfave tlf�t ��artion af tl�e concrete ca�ising t[�is canciitiau. If
t�ecessary, �•esef tl�e fnt'�tts and sectu�ely b��ace against f�Ei•ther ��toveinent.
2. Provida adeqt�ate cleanoi�t openin�s rvhet'e access to t��e botto�li of tl�e Foi•n�s is �aot
otl3er�vise re�cfily akt�inable,
3. Clta�ttfer eYterior corE�ers and edges of perntatte��tly e�posccE concE•ete.
�. Farm openi►��s, chases, offsets, si��kages, keyways, regEets, blocking, scrcecls, �nd
btilkheacls required i�� t��e Wc�rk. Deteri�iine sizes illlCj IOC�CiOt1S FI'Ottl iCc�E�eS �li'OVIC{lIl� StICEI
t tC17] 5.
5. Coat cp��tact s��►'f�ces of farE��s �vitl� form-rele�se �t�;ent, according to i����n�ifact�irer's �vritten
instr��ctions, beFore pl�cin�; i•etn�oi•cei�te��t. C�reF�tlly atid �ccur�ttely place and st��po��t
i�einfo�•ce►��enk i�3 co��c�•ete st►�e�ctu��Es.
D,Re�a�oval: Remove forEns sa tl�at the tt�i�lerlyi�7g co�ie�-ete stirface is not m�rreci c��• d�niaged i�� a�iy
way. Fo►•c��s sli�ll ►iot be i�e�ttoved iit�til tl�e conc�•ete f�as �ttai��ed sufticie�it stre�igth to safely car�y
tlie dead load, b��t in no case less tl�an ti�e ��►�mbet' of curin = d� s set fc>etl� in the foliorviit � tat�le:
Forms Curing
D2ys
Forms far concret� of minor structural load carrying importance 3. day
Forms for walls, columns, sicies of drilled shafts, massive structural
camponents and other members not resisting a bending moment during 1 day
curing
Forr�s and falsework under slabs, beams and girders where deflections due to ��ays
dead load moment may exist (for spans < or = 10 feetJ
Forms and falsework under slabs, beams and girders where deflections due to �4 days
dead load moment may exist (for spans > 10 feet and < or = 20 feet)
Forms and falsework under slabs, beams and girders where deflections due �0 21 days
dead load mornent rnay exist (for spans > 20 feet)
E. Reuse:
Clean and repair surfaces of for«ls to Eae reused in tk�e Work. 5�lit, fr�yed, delaE�linated, or
otEte�•��ise da��iagecl Fo►•m-iacing material will «ot be acce��table for e�poset[ st�t•taces.
Apply ne�v form-�-ele�se age��t.
2. Wl�en Forms are reiisecl, cleatt st��'faces, remove �t�s �«d l�it�nce, �tll({ tl�Tllf�tl l0 CIOSe�OiEitS.
Ali�;�� ac�d secut'e joints to avoid offsets. Do nof «se E�rltcl�ed forms For eYpaseci conerete
sttrtaces unless ap��roveci by O�v��ei•'s Re}�t'ese�7tative.
F. Shores a►�d Reshores:
I. Camply witk� ACI 318, ACI 301, a��d recommei�ci�fio��s i�� ACI 3�7R fc�r d
2. esign, i�lstallation, a��d removal of shorii�g a��d re-sl�oria��.
Ci.C�iI'iOtl FOF'[tlS:
1. Do «at rvt'a�� cartoa7 fon��s in watei•��roof sf�eeti�ig.
CIT1' OP FOli7' It�Oft"I`E� 1Pesls�idc 1Pnler Ti•eattue�rl PTarN I3ackup Gcire�•utars
CCt'Y I'[ZO.1tiCTNUiv1E3ER: 103�410
03 l l O[l - 7
GONCRG`i'L i'ORIv11NG
1'nge 7 of 7
2. All flat cartotl forms for beains a��ci slabs s13all be p►-otectecl by a 1/4-i��cla e�Ce►•ior h�rc�board
sidi�ig or ce►nentitious tile backea' baa�'d placed an top of tlie fa�•i��s.
3. Carto3� fo�'��fs shall �e fit neatly togethe��. To correcfly form the circular eclge of drilled
shafts, use ma►iufactu��ed �ttings a�' c�tt neatly to fit ancl fii[ small vaic3s ���itli erpai�ding
�►retl�ane foan�.
END OF 5ECilON
Cl`CY OC� l�OR"C �VORT}I !!'eslside 1Fiuer 7're«h�ren! I'Iu�N liuckuf3 Gexe�•a�ars
CI"CY P[t{)JEC"CI�U\�[I3tiR: 103d10
03 2 t 00 - 1
EiEIIVFQRCING ST�Ek
Page 1 of 5
03 z10Q EtEiNFORCING STEEL
1.00 GENERAL
1A1 W�RK fNCLUaED
A. Furnish iabor and reinforcing materials required ta cut, b�nd, tie, splice, place at�d support
the reinforcerr�ent in the material grades, sizes, quantities and locations specified.
1.02 P�tICE A�iQ PAYMENT PROCEdURES
A. Measurement and Payrr�ent
1. Measurement
a. This Item is considered subsidiary tn the items "Paving �road, culveri, driveways,
markingsj", "Foundation far Electrical Bui{ding", and "Foundation for Generatar
Pad".
Z. Payment
a. The wark performed and the materials furnished in accordance with this Etem are
subsidiary to the above listed items and no other eompensation will he allowed.
1.03 QUAI.ITY ASSURANCE
A. Tolerances:
�.. Reinforcing shall be placed where specified, with the following rr�aximum talerances,
pl�s or €ninus:
a. Cnncrete Cover: 1/4 inch.
b. Reinforcing Bar Spacing: 1/4 inch in 12 inches.
1.04 SUBMITTALS
A. Su�mittals shail be in accorclartce with Section Ol 33 00 "Document Management" and shall
ir�c6ude:
�.. Shap Drawings:
a. �teinforcing bar layout drawing with bar lists clearly rnarked and referenced ta the
Drawings. Include:
1). Material, grade, bar schedufes, stirrup spacing, ben� bar diagrams, arrangement,
and suppor�s of conerete reinfarcing.
2). Additional reinforcing required for openings through cancrete structures.
2. Record Data: Manufacturers' literature for specified prnducts.
3. Certified Test Reports:
a. Certiticatian of stee) quality, size, grade and rnanufacturer's arigin.
CE'�'Y OF I�{)IZ f� 1VC)Ei'i7�i 1f'estsirle 11 aler Ti•ealrirenrYlnirl L3uckup Eie�reralnrs
CI'6�Y PKOJi:C"1'vU�E13Elt: 103410
03 21 00 - 2
REINFORCiNG 57EEL
Page 2 of 5
1,05 STANDAi�D5
A. The applicable pra�isiar�s of the following standards shall app4y as if written here in their
entirety:
1. AS�M tnternatianal (ASTM) 5tandards:
AS7'M A1064 Standard Specification for Carbon-5teel Wire and WeEded Wire
Reinforcement, Plain and Defarmed, for Concrete
ASiM A61� Standard Sp�cification for Deformed and Plain Carbon-Steel Bars far
Concrete Reinfarcement
2. Arnerican Concrete Institute (ACI) Pubiica�ions:
ACI �01 Specification for Structural Concrete
ACI SP-6� ACI Detailir�g Manual
ACI 318 Building Code Requirements for Structural Cancrete
3. Concrete Reinforcing Steel Irtstitute (CRSI] Publications:
CRSI Manual of 5tandard Practice
�,.06 DELIVERY AND STORAGE
A. Store reinforcement above t�e surface of the ground upon platform skids or oth�r supports.
Protect from rt�echanicai and ci�emiea! injury and surface deterioration caused by exposure
ta conditions producing rust. When placed in the Work, reinforcement shall I�e free frorr�
dirt, scale, dust, paint, ail and other foreign rnaterial. Tag and store reinforcement for ease
nf cnrrelatian with Shop Drawings.
1A7 JOB CON�I�IONS
A. Proposed deviations from reinforcing indicated an the Drawings nr Specifications shall be
appro�ed in writing by the Engineer priar to fabrication.
B. Lap lengths shail be of �he length shown on the [�rawings nr noted in lap and �mbedment
table, and shali be in compliance with ACI 318.
C. Specified cover for reinfarcing shall be maintained throughout construction. Bars shall be
cut tn ler�gths necessary to allow for praper clearances. Co�er of concrete shall be
measured from face of forms to autside face of reinfarcement.
�. Stirru�s shall be hooked.
2.00 PRODUCi'S
2.01 MATERIALS
A. 5tee1 Reinfarcing Bars: Billet-Steel bars far concrete reinforcement conforming to ASi�M
A615; Grade f0, deformed, with minimum yield strengt� nf 60,000 psi. 5teel reinforcing
bars shall be produced in the United 5tates of America.
C]�1�Y OI� [�OR"[� Ll'Oii`I�1 [ 1 Pestside FPuler Tr�eu!»reiu Pluirt I3uekup Gcnerui�srx
C'ITY YROJECr 3V1JM13E(t: 1{)3d10
03 21 00 - 3
REINFORCW G STEEL
Page 3 of 5
B. Joint Dowe{ Bars: Plain-steel bars, AS7M A615/A615M, Grade 60. Cut bars true to ler�gth
with e�ds square and fre� of burrs.
C. Epoxy-Coa�ed Joint Dowel Bars: ASTM A775/A775M; with ASTM A615/A615M, Grade 6(},
plain-stee! 6ars.
D. Supports (Chairsj: 8ar supports shall be of the proper type far the intended use.
1. Exposec� Surfaee: CRSI Class 2— Moderate Proteciion.
2. Unexpased Surface: CRSI Class 3— No Protection.
E. Spacers: Precast martar blacks with a 28-day compressive strength that is greater than the
specified concrete strength in which the blocks are heing placed. Additianaily:
1. Cure a minimurr� of �4 days.
2. Blocics shall be in the #orm of a frust�m positioned such that its size increases away fram
the formed surface. The surface placed adjac�nt �o th� forms shall not exceed 2-1/2 x 2-
1/2 inches or 3 inches in diameter.
3. 8locks sha€I{ be accurately cast to the thickness required and the surface to be placed
adjaeent to the forms shafl be a true plane free of surface imperfections.
Wires ties far securing reinforcement shall be embedded in the l�lack.
F. Zinc Repair Maierial: ASTM A780, zinc-based so(cEer, paint containing zinc dust, or sprayed
zine.
3Ap EX�CUTION
3.0�. FABRICATION
A. Reinforcing bars sha[I be bent eold by machine to shapes indicated on the Drawings; true io
shapes i�dicated; irregulariti�s in bending sl�alf E�e cause for rejection. Unfess otherwise
r�nted, alf hook and bend details and tolerances shali conform to the requirements of ACI SP-
66 and ACI 318.
1. Fabrieate reinforcement to �rovide lapped connections, bends and transitions in
reinforcement as required for continuity of t�e typical reinforcement specified ar� the
Drawings.
2. tJnless otherwise detailed, i�tersecting wall and/or beam reinfnrcement shall extend to
the far face and terminate in a standard hoak. Reinforcement at the a�tside face of
corners shall be continuous or provide lap sp[ices at each sic�e of �he corner.
3.OZ PREPARATION
A. Clean reinforcement of loase rust ar�d miil scale, earth, ice, and other foreign materials.
B. Accurately pnsition, support, and secure reinforcement against displacemen�. Locate and
support reinforcement with bar supparts to �aintain minimum cancrete cover. Do not tack
weld crossing reinfarcement.
C['CY OI� I�OIi'[� 1VOfZ'C�EC lJcslside ifirler Ti•errtu�errt AI�uN llrrcktrp Gefreralt�rs
Cl'CY PROJrCT NU�9E3tiR: 103d l0
osz� oo-a
REINFOf2ClNG STEEL
Page 4 of 5
3.03 iNSTALLATI�IV
A. General: Place the reinforcement carefully and accurately in the concrete s�ructures.
Rigidly tie and support the reinforcement.
B. Sp[ices:
1. Sp[ice reinfnrc�ment only as indicated ar� the Drawings ar as ap�roved by the Engineer
prior to fabrication. Splices shall preferably occur at poin�s of minimum stress.
2. Lap Splice: L�ngths shal] be as indicated on the Drawings. Rigidly wire the bars at all
splices. Overiap sheets of wire fabric sufficiently to rriaintain a uniform strength and
securely fasten.
C. Placement:
1. Place reinforcement, as indicated on the Drawings with the specified tolerances. HaItE
sec�rely in place during the p[acing of the concrete. The rr�inimum clear distanc�
between bars shall be per ACI 31S unless noted otherwis�. Always pass vertical stirrups
around the main �ension m�mbers and sec�rely attach thereto. Wire reinforcing
together at a sufficient number of interseetians tn prnduce a sound, sturdy mat or cage
of reinforcement that will rriaintain the reinforcement in correct positiar�s when the
concrete is placed.
2. �lold the reinforcing steei in cancrete slabs firmly in plaee with wire suppor�s or "chairs."
Sizing and spacing of the chairs shall be sufficient tn praperEy support the steeE, and shall
be in accordance with CRSf Publications "Manual af Standard �ractice in."
3. Space the reinforcing steel in cancrete wal[s che proper distance from the face of the
forms, as indica�ed on the Drawings:
a. Far wall surfaces exposed ta view, use chairs.
b. Far wall surfaces not exposed to view, use chairs or precast mor�ar blocks.
4. Where reinfnrcing eanflicts with location af anchor balts, inserts, etc., submit prompt
natifications so that revisions can be made �efore concrete is pfaced. No cutting of
reinfo�eing sha{I be perr�itted witl�out tF�e prior approvaE of the Engineer.
5. Welded wire shail be fal�ricated flat sheeis, in longest practical lengths. Lap joints one
mesh. Do not locate end laps o�er beams of continuous structures or midway between
supporting beams. �ffset end iaps of adjaeent widths ta pre�ent continuous iap. Fasten
ends and sides of welded wire fabric at �8 inches O.C. with tie wire.
6. Reinforcin� shall extend through canstruction joints.
7. Da not cu� or punctur� vapor retarder. Repair damage and reseal vapor retarder before
placing concrete.
3.a4 FIELD QUALITY CONTROL
A. Concrete shall not be pfaced until the Engineer has observed the final placing of the
reinforcing steel, and has given permission to place concrete.
Ci"I�Y pl� T�Q1�'1' 15'ORT'H R'c+.slsfrle 11 aler Ti•eulnirlrl Plusiy I3uc�kt�p GvFreru7or.v
CI`CY PROJEC"f NlIVl13[iR: I()3�410
aszl ao-5
REINFOfiCING STEEI
Page 5 of 5
END OF S�CTI�R!
CI'fY OF i�012�i� �5'Oft�l'F[ Aesfsirle I['crler Ti•ecrtnieirf Plrrril Brrrkarp Generruar�.s
C;i7'Y I'RO1EiC1'A'1JMf31iE2: 903410
o33oao-1
CAST-{fS-PLACE CONCRETE
Page 1 of 35
03 30 00 CAST-I�f-PLACE CORlCR��E
1.0� G�N£RAL
�..01 SUMMARY
A. Furnish labor, materials, rr�ixing and transporting equipment and incidentals necessary to
prapartion, mix, transporY, pface, consolidate, finish, and cure concrete in the s�ructure,
1.Q2 DEFINITIOI�S
A. Ce€�nentitiaus Materials: Portland cer�ent aione or in combination with one ar more of the
following: blended hydraulic cement, f{y ash ar�d silica furne; subject to compliance with
requirements.
1.Q3 PRIC� AND PAYMENT PROCEDlJRES
A, Measurernent and Payment
1. Measurement
a. This ltem is eonsidered suE�sidiary to the items "Pa�ing (road, cuiv�rt, driveways,
marki�gs)", "�aundation for Electrical Building", and "Founctatian far Generator
Pad".
2. Payment
a. 1"he work perforrr�ed and the materials fumished in accordance with this Item are
subsidiary to the abo�e listed items and na other compensation will be allowed.
1.03 SiJBMITTALS
A. Submittais shall 6e in accordance with Section 01 33 00 "Document Management" and shal)
include:
1. Sho� Drawings:
a. Mix Design: �or each mix desigr�, prov€de documentation using field test data or
trial mixtur� data in accordance with ACi 301, which includes a�erage strength
documentation using either field strength test data or trial mixtures.
k�. Submit a schedule to the Owner's representative which shows the sequenee of
concrete pfacements.
2. Certified Test Reports:
a. Materials used in the mix design and which will be used during produetion of
concrete for the project.
b. Water: Verificatian that all potable mix water and curing water sources da nat
exceed the non-potable wate� firnits listed in ASTM C1b02 Table 2.
c. Aggregate, conforming to ASTM C33, including the test reports for soundness and
abrasior� resistance.
CiTY OF fORT WORiH Westside Water Trea[ment Piant Backup Generafors
CITY PftOIECT Nf1MBER: 103410
033QOD-2
CAST-IN-PLACE CONCRETE
Page 2 of 35
d. Aggr�gate:
1). Verification that aggregake is nai "potentially reackive" per ASTM C�.260.
2). Or a cement chemical analysis indicating that the tatal alkali content is
acceptable per Paragraph [2.02.A].
e. 7-day and 28-day compressive strength tests results.
f. lf the sum total of chlorides in mix water and aggregates exceeds 80 �ercent of t1�e
specified limik far hardened concrete, then prior to use of concrete, test mix design
ta verify acceptable chloride ion concentrations in accordance with ASTM C1218.
3. Recnrd Data:
a. Manufacturer's literature an specified materials.
b. [7ocurnentatian indicating conformance with A5TM C94 requirements.
1). Concrete delivery tickets in accordance ASTM C94.
c. Uocumentation of supplier's Natinnal Ready Mixed Cnncrete Association
certification.
1.04 QUALITY AS5URANCE
A. Installer Qualifications; Ar� experienced installer who has campfeted concrete work sirrkilar
in material, d�sign, ancf extent to that indicated for this Praject and whose work has
resulted in construction with a record of successfuE in-ser�ice performance.
B. Manufacturer Qualifications:
1. A firm experie�ced in mar�ufacturing ready-mixed cnncrete praducts cornplyir�g wi�h
ASTM C94 requirements for production facilities and equipment.
2. Manufactur�r must be certiFied according to the fVational Ready Mixed Concr�t�
Associatian's Certification of Ready Mixed Concrete Production Facilities.
C. T�sting Agency Qualifications:
1. An independent testing agency, acceptable to authorities having jurisdiction and the
Engineer, qualified aecardir�g to ASTM C1077 and ASTM E329 �o conduct the testing
indicated.
D. 5ource Limitations: Obtain each type or class of cementitious material of the same brand
from ihe same manufacturer's plant, each aggregate irarn one source, and each aclmixture
frorr� the same manufacturer.
3.0� D�l.lV�RY, ST(�RAG�, AND HAND[.ING
A. D�li�er cement in bulk or i�ags which are plainly rr�arked with the brand and manufacturer's
name. lmmediately upor� receipt, store cernent in a dry, weather-tight, and properly
ventilated struc�ure which excludes rr�nisture. Storage facilities shafl permit easy access for
inspection and identification, Cement not stored in accordance with the requirements shall
not be used.
CITY flF FORT WORTH Westside WaterTreatment Plani Backup Generators
CtTY PftOJECT NUIViBER: 103410
o33oao-3
CA5T-IN-PLAC� CONCRET£
Page 3 of 35
B. 5ufficient cement shafl be in storage ta complete placement of concrete star�ed. In order
tha� cement may not became unduly aged after delivery, maintain records of del€very dates.
Use cement which has been stored at the Site for 60 days or more E�efore using cement of
lesser age. No cemen� shall be used which is iumped, caEced, stored more than 9(3 days, or
whose temperature exceeds 17(l F.
�.CJ6 STANDAR(]S
A. Mixing, sampling, p(acing, curing and testing of concrete, and the materials used shall be in
cornpliance wiih the latest revisions nf the follawing standards, unless otherwise noted in
the Con�ract Documents. ihe Contractor shall maintain one copy of each af the appficable
standards at the constructinn fi�ld nffie�.
1. ASTM International [ASTM) Stanc{ards:
; ASiM Standards
ASTM C31 Standard Practice for af Making and Curing Concrete Test
Specimens in the �ielcE
ASTM C33 Standard Specification for Concrete Aggregates
ASTM C39 Standard Test Method f�r Compressive Strength of Cylindrical
Cancrete Specimens
ASTM C42 Standard Test Methad for �btaining and Testing l�rilled Cores and
5awed Bearr�s af Concrete
ASTM C94 Standard Specificatian af Ready Mixed Concrete
ASTM C109 Stanc�ard Test Method for Corr�pressive Strength of Hydraulic
Cement Mortars
ASTM C125 5tandard Terminolagy Relating ta Goncrete and Concrete
Aggregates
ASTM C138 Standard Test Method far Density (Unit Weight), Yield, and Air
Gontent {Gravimetric) of Concrete
ASTM Ci�l3 Standard iest Me�hod for Slump of Hydraulic Cement Concrete
ASTM C150 5tandard Spec[fication for Portland Cement
ASTM C171 Standard Sp�cification for Sheet Materiafs for Curing Concrete
ASTM C172 Standard Practice for Sarr►pling Freshly Mixed Concrete
ASTM C173 �tiandard Test Method for Air Content o� Freshly Mixed Concrete
by the Volumetric Method
ASTM C191 Standard Test Method for Time of Setting of Hydraulic Cemeni by
Vicat Ne�dle
ASiM C192 5tandard Practice for Making and Curing Concrete Test Specirnens
in the La6oratory
ASTM C231 Star�dard Test Method for Air Content of Freshly Mixed Concret�
by the Pressure Methad
ASTM C260 Standard 5pecification for Air-Entraining Admixtures for Conerete
ASTM C309 Standard Specification for Lic{uid Membrane Forming Cflmpounds
for Curing Concrete
ASTM C494 Standard Specification for Chernical Adrr�ixtures for Concrete
CITY OF FOftT WORTH Westside Water Treatment Plont Backup Genera[ors
CITY PROIECT NUN€6ER: 103410
033060-4
CAST IN PLACE CONCfiETE
Page 4 of 35
_ ASTM 5tandards ,
5tandard Test M�thods fnr Cor�pressive Str�ngth nf Chemical
ASTM C579 Resistant Mortars, Grouts, Monolithic S�rfacings, and Polymer
Concretes
Standard T�st Method for Flexural Strength and Madulus of
ASTM C58Q Elasticity of Cherrtical Resistar►t Martars, Grou�s, Manolithic
�urfacings, and Polym�r Concr�tes
ASTM C595 Standard Specification for Blended Hydraulic Cements
ASTM C61$ Standard Specification for Coal Fly Ash artd Raw or Calcined
Natural Pozzalan far Use in Concrete
ASTM C827 $tandard Test Method for Change in F�eight at Early 5tages of
Cylindrical 5pecirr�ens af Cementitiaus Mixtures
ASTM C845 5tandard 5pecification for Expansive Hydraufic Cement
ASTM C881 $tandard Specification for Epoxy Resin Base Bonding Systems for
Cancrete
ASTM C1116 Standard Specificatian far Fiber-Reinforc�d Concr�t�
ASTM C1218 Standard Test Method for Water-Soluble Chloride in Mortar and
Concrete
ASTM C1240 5tandard Specifieation for Silica Fume used in Cementitious
Mixtures
ASTM C�.26Q Standard Test Method for Potential Alkali Reactivity of Aggregates
(Martar-Bar Methnd)
AS�'M C1602 Standard Specificatinn for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASiM D994 Standard Specification for Preformed Expansion Joint Filler for
Concrete (Bituminous Type)
St�ndard Specificatior� for Preformed Sponge Rubber Cark and
ASTM D1752 Recyc[ed PVC Expansion loint Fillers for Concrete Paving and
Structural Cnnstructinn
ASTM D2240 5tandard Test Method for Rubber Property Durometer Hardr�ess
ASTM D669p Standard Specification for Joint and Crack 5ealant, Hot Applied,
For Cnncrete and Asphalt PavemenCs
ASiM E96 Standard Test Methads for Water Vapar Transmission nf
Materials
2. American Cancrete lnstitute (ACIj Stanctards:
ACi 5tandards
ACI 2�.�,.�, Standard Practice for Selecting Proportions for Narmal, Neavy-weight,
and Mass Concrete
ACI 301 S�ecification for Structural Conerete
ACI 305,1 Specification for Hot Weather Concreting
ACI 30b.1 Standard Specification for Cold Weather Concreting
ACI 3a8.1 Specification far Curing Concrete
CITY OF FORT WORTH Wesisicie Woter Treatment Alanf 8nckup Gerrerafors
CI7Y PROJEC7 NIiM[3Eft: 103410
033000-5
CAST-IN-PLACE CONCRETE
Page 5 of 35
ACI S�andards . .
ACI 318 Bu9ldir�g Code Requirements for Structural Concrete
3. federal Specification:
a. TT 5 00227E - Type II, Class A or B, Expansion loint 5eaiant.
4. Concrete Plant Manufacturers Bureau (CPMBJ Standards:
a. Cancrete Plant Standards,
2.00 PR�DUCTS
2.�1 MANUFACTURERS
A. In other Part 2 ar�icles where titles below introduce lists, the folfowing requirements apply
ta produet selection:
1. Available Products: Subject to compliance with requirements, products that �nay be
incnrporat�d in�o the Work include, but are not limited to, producis specified.
2. Products: Subject ta com�fiance with requirements, pravide one of the products
specified.
3, Avaiiable Manufac�urers: 5ubject to compliance wit� requirements, manufacturers
affering products that may be incarporated inta the Wark indude, but are not lirnited
to, manufac�urers specified.
�1. Manufacturers: 5ubject to corr�pliance with requirements, provide producrs by nne of
the manufacturers specified.
2.02 CaNCRETE MATERIALS
A. Cementitious Material; General: lf the fine and/or cnarse aggregates test "Pa�entially
Reactive", in accordar�ce with ASTM C126C1, then a low alkali cementitious materia[ shall be
used. A Inw allcali cementitious material shall be such that, th� Sodium oxide Equiva[ent
(NazOe�,] shall not exceed 0.6 percent af the to#al cementitious material content.
B. Cement; iype:
1. Type I ar I/II Partland cement, conforming to ASTM C150; used for all concrete, unless
noted oti�erwise.
C. Supplementary Cementitious Materials (SCM�:
1. Fly Ash/Pnzzolans: Cor�forming �o ASiM C61S, Class C f[y ash; used in al( classes of
concrete.
[7. Coarse Aggregate:
1. Crushed stone or gravel conforr�ing to ASTM C33, in the gracEa�inn size sp�cifi�d.
a. Class: 5evere weathering regian, but nat less than 3S.
�i. Aggregate shall have a coefficient of thermal expansion �CoTE) of 4.5 microstrain
per degre� Fahrenheit.
CITY OF KpR7 WOR7W Westside Wafer 7reatment Plant Backup Generators
CETY PROJECi Nl1M8ER: 103410
03300D-6
CAST-IN-PLACE CqNCREiE
Page b of 35
2. For gradation size number 467, a maxim€�m aggregate size af 1-1/2 inches is:
Sieve 5ize Percent Retained Percent Passing
2" 0 100
1-1/2" a-5 95-100
3/4" 30-65 35-70
3/8" 70-90 �.0-30
No.4 95-100 0-5
3. For gradation size number 57, the �aximum aggregate sixe of 1 inch is:
Sieve Size Percent Retained Percent Passing
1-�./2" 0 �.DO
1" a-5 95-100
1/2" 40-75 25-60
No.4 90-10fl 0-10
No. S 95-100 0-5
�. Far gradation siz� number 67, the rnaximum aggregate size of 3/4 inch is;
5ie�e Size Percent Retained Percent Passing
1" 0 100
3/4" 0-10 90-100
3/8" 45-80 20-55
No.4 94-100 10-10
No.B 90-100 0-5
5. For gradation size number 8, the� maximum aggregate size of 3/8 inch is:
Sie�e 5ize Percent Re#ained Percent Passing
1" 0 100
3/8" 4-15 85-100
�3a, 4 70-90 10-30
f�o.8 90-100 0-10
No.16 95-100 0-5
E. Fine Aggregate:
1, Washed and screened natural sands or sands manufactured by crushing stanes;
confarming ta ASTM C33. The gradation in ASTM C33 for afr entrained concrete is:
Sie�e Size Percent Re#ained Perce�tt PassEng
3/8" 0 1fl0
CITY OF FORT WORTH Westside Water Treatment P1ont f3nckup Generators
CITY PROtECT NIJMBER: 103910
a�3ooa-�
CASi-IN-PLACE CONtRETE
Page 7 of 35
5ie�e Size Percent Retained Percent Passing
#4 �-5 95-100
#8 0-20 80-100
#16 15-50 50-85
#30 40-75 25-60
#50 70-90 10-30
2. Fine aggregate shall hav� not mnre than 45 percent retained between any two
consecutive sieves. Its fineness moc(ulus, as defined in ASTM C125, shail be not less
than 2.3 nor rnore than 3.1.
F. Nor�al-Weigh� Aggregate for Slab-an-Grade: ASTM C33, corribined gradations as falfows:
1. S to 18 percent far 1-1/2 inch stone.
2. 8 t4 22 percent for 3/4-inch or 1-inch stone.
3. 8 to 15 percent far #30 and #50 sieve.
4. €l to 4 percent on top size sieve.
5. 1-1/2 ta 5 pereent on the #�00 sieve.
G. Lightweight Aggregate: ASTM C330.
2.03 ADMIXTURES
A. Measure and dose admixtures in accnrdance with manufacturer's recammendatians.
B. Air Entraining Admixtur�: Con�orming to ASTM C260.
C. Water Reducir�g AdmExtures: Canfarming to ASTM C494; Types A or D.
D. Set Retarding Admixtures: Conforming ta AS�M C494; Types B and D.
E. Water Reducing Admixtures, High Range (HRWR}: High Range Water Reducer shall comply
with ASTM C494, Type F or G. HRWR shall be added to the concrete mix at the concrete
batch plant. HRWR may not be added at placement site except to redose a batci� and only
after appravai af the HRWR mant�facturer. The high range water rec{ucing admixture sha[f
be able to maintain the plasticity range without signi�icant loss of slurnp ar rise in concrete
temp�rature �ar 2 haurs. �ther admixtures rnay only be used with the HRWR if appro�ed by
the HRWR manufacturer. A repres�ntati�e of the kiRWR manufacturer sha11 be present
duri€�g ar�y large placernent, placement of slabs, or during times of unusual cErcurnstance
which may require changes to the praduet formulation.
1. Manufacturers:
a. GCP Applied Technofogies.
b. Master Builders Sofutions US LLC.
c. 5ika Corporatian.
CITY OF FpR7 WOR7H Westside Wnter Treatment Plant Backup Generotars
CITY PROIECT NUM6ER: 103410
03 30 fl0 - 8
CAST-IN-PLAC� CONCREiE
Page S oF 35
2,�4 WAT�€:STOA5
A. 5eff-Expanding Strip Waterstops (Hydrophilic): 5elf-expanding strip waterstops shall be us�d
only where specifically indicated. Manufaetured rectangular or trapezoidal strip, sodium
bentonite or other hydrophi{ic material for adhesi�e bonding to concrete.
1. Prod�cts:
a. De Neff Swellseal Joint; GCP Applied Technologies.
b. Adeka Ultra Seal; Mitsubishi International Corporation,
c. Sika Hydrotite; 5ika Corporatinr� — U.S.
2.D5 VAPOR RETAR�ERS
A. Plastic Vapor Retarder: ASTM E1745, Class A. Include rnanufacturer's recommended
adhesive or pressure-sensitive tape for sealing lap joints, penetrations, and as required for
securing terminatinns.
1. Avaifable Products:
a. Fortifiber Corporation; Maistop Ulira A.
b. Raven Industries inc.; Vapor Block 15.
c. Reef Industries, Inc.; Griffolyn Type-105.
d. Ste�o Wrap (15-milj Vapor Barrier; SiEGO II�DUSTRIES LLC.
e. Huskey Y�flow Guard, 15-mil Vapor Barrier; Paly-America, t.P.
B. Bituminous Vapor Retarder: 110-mil-thick, semi-flexible, seven-ply sheet membrane
consisting of reir�forced care and carrier sheei with fortified asphalt layers, protective
weather coating, and remavable plastic release liner. �urnish rnanufacturer's aceessories
including bonding asphalt, pointing mastics, and self-adhering joint tape.
1. Water-Vapar Permeance: �.00 grains/h x sq. ft. x inches Hg; ASTM E154.
2. Tensile Strength: 140 9bf/in.; ASTM ��54.
3. Puncture Resistanc�: 9� Ibf; AS�"M �154.
4. Avaiia�[e Product: "Pre-rt�olded Membrane Vapor Seal" by W.R. Meadaws, Inc.
2.06 2.07 CURING MATERIAl.S
A. S�eet Curing Material: Conforrr�ing to A5TM C171.
1. Waterproof paper.
2. Palyethylene film.
3. White burlap - polyethylene fi{m.
4. AASHTO M182, Class 2, burlap cloth made fram jute or icenaf, weighing approximateiy 9
oz. per sq. yd. dry.
CITY OF FOf27 WOR7H Weststde Water Treotment Plant 8uckup Generators
CITY PROJECT �3f1MBER: 1U34A0
033000-9
CAST-iN-pLACE CONCRETE
Page 4 of 35
8. M�mbrane Curing Cnmpounds: Memiarane curing cort�pound confarming to ASTM C303;
applied aecarc�ing to the manufacturer's recorr�mendations. Clear, Water�nrne, Membrane-
Forming Curing Carnpound: ASTM C309, Type 1, Cfass B, 18 ta 22 percent solids.
1. Products:
a. Diamond Clear VOX; Euclic4 Chemical Co.
b. Lambca Glazecote 30; Lambert Corporation.
c. Dress & 5eal; Laticrete fnternational, lnc.
d. Vocornp-20; W.R. M�adows, Inc.
e. Cure & Seal 250E; Nox-Crete Products Group, Kinsman Carporatian.
f. Starseal OSaO; Vexcon Chernicals, Inc.
g. Approved eq€�al.
C. �inishing Aid: Spraying material designed to form a mono€nolecular film on fresh concrete
that red�ces the rate a# evaporatior� of surface maisture prior to #inishing. �'his material is
not a curing cornpound. Concrete must be cured as specified.
1. MasterKure ER 5Q; Master 8uilders Solutions US LLC.
2. Approved equal.
2.08 Fi�LATED MATERlALS
A. Joint Materials for Water-Retaining 5tructures:
1. Bituminaus-type, preformed, expansian joint fi!ler; conforming to ASTM U994.
2. Pre-rnolded, resilient, non-bituminous expansion joint filler conforming to ASTM �1752,
Type I, in the thickness specified.
B. Bonding Agent: Water-based epoxy madified, with integral corrasion inhibitor. Install
according �o the manufacturer's recommendations.
�.. Sika Artr�atec 11Q EpoCem; Sika Corporatian.
2. MasterEmaco P 124; Master Builders 5o[utions iJS LLC.
3. Approved equaE.
C. Non-Shrink Grout:
�.. General: Non-shrink grout for grouting of pump, motor, and equipmen� baseplat�s or
bedp[ates, calumn baseplates, other miscellaneous baseplates, piping bfock auts and
other uses of grout. Grout shall meet the folfowing requirements, as verified hy
independent labaratory tests:
a. No shrinkage from the time of placement, or expansion after se�, under ASTM C827
and CRD C621 8� (Corps of Er�gin�ersj. When non-shrink grouts are tested under
CRD C62183, the graut shall be tested in a fluid state. A fluid state shaEl be defined
as flowing through a flow eone at a rat� of 20 secands, plus or minus 5 see4nds.
b. Ar� initial set time of nnt less than 45 minutes under ASTM C191.
CI7Y qF FqRT WOR�H Wesisrde Water Treatment Plant 8ackup Generntors
CITY PROJECT NIiMBER: 103410
o�3aoa-�a
CAST-IN-PLACE CONCRETE
Page 10 of 3S
2. Non-Shrink IVon-Metallic Grout: Pre-mixed, non-staining, nnn-shrink grout; minimum
28-day campressive strength of 5000 psi.
a. 17o not use for vibrating equipment.
b. Prod�cts:
�.). MasterFlow 10�; Mast�r Builders Salutions US LLC.
2). Fi�e Star Graut; Five 5tar Products, Inc.
�). SikaGrout 212; Sika Corporatian.
3. Non-5hrink E�axy Structural Grouts: Furnished in two components fram the faciory and
mixed on the 5ite; canforming to ASTM C579, ASTM C580, and ASTM C827; chemical
resistant, water resistant and a rr�inimum 7-day compressive strength of 12,QOQ psi.
a. Use for vibrating equiprneni.
E�. Praducts:
1j. Sikadur 42, Grout-Pak; Sika Corporation.
2). Five Star HP �poxy Grout; Five Star Products, Inc.
3). MasterFlow 648; Master Builders Solutinns US tLC.
D. Normal 5hrinkage Graut: 1 part Portland cement, Type I, ta 3 parts of clean, first quality
sand; propartioning on a valumetric basis; used for non-structuraf applications for grouting
areas as shown on the Drawings which do no� require non-shrink grout.
E. Zinc Rich Primer: Aluminum surfaces which contact or are embedcEed in concrete sha[I be
coatecf with zinc ric� primer. Primer shal{ 6e:
1. Tneme-Zir�c; Tnemec Company, Inc.
2. MasterProtect P 8100AP; Master Builders Snlutions liS �LC.
3. Appro�ed equal.
F. Reglets: Fabricate reglets of not [ess than 0.0217-inch thick gal�anized steel sheet.
Temporarily fill or cover face openin� of reglet to prevent intrusion af cancrete ar debris.
G, Davetail Anchor Slots: Hnt-dip gal�anized steel sheet, not less than 0.0336-inch thick, with
bent tab anchors. iemporarily fill or cover faee opening af slats to prevent intrusion of
cancrete or cfebris.
2.09 REPAIR MAT�RIALS
A. Structural Concrete Repair Material: Low-shrink, non-sfump, non-metallic, quick setting
patching mortar; as appra�ed by the manufacturer far each application and applied
accordance with the manufac�urer's recom�-nendations.
i. Products:
a. Fi�e Star 5truc�ural Concrete; Five 5tar �roducts, 1nc.
b. SikaTop 123; 5ika Corparation.
c. SikaTop 122; Sika Corporation.
CITI' OF FORT WORT}i Wesiside WaYer Treafinert[ Plant 8ackup Generatars
Ci7Y pRp1ECT NUM8ER: 103410
03 3� 00 - 11
CAST-iN-PLACE CqNCRETE
Page 11 of 35
d. MasterEmaca N 425; Master Builders Solutions US tLC.
e. Approved equal.
B. RepairTopping: Traffic-bearing, cement-based, pofy�ner-madffied, self-Ie�eling product tF�at
can be applied in thicknesses from 1/4 inch.
1. Cement Binder: ASTM C150, Portland cement or hydrau[ic or b6ended hydraulic cement
as defined in ASTM C219.
2. Primer: Product af topping manufacturer recommended for substrate, canditions, and
application.
3. Aggrega�e: Well-graded, washed gravel, 1/8 ta 1/4 inch or coarse sancf as
recommended by topping manufacturer.
4. Compressive 5tren�th: I�ot less than 5700 psi at 28 days when tested according to
A5�'M C109/C�.d9M.
2.10 CONCRETE MIXTURES
A. Design Criteria:
1. Provide a mix design for each concret� application indicated. This may necessitate
multiple rnix designs far each class of concrete depending on HRWR, entrained air, and
other requirements.
2. All C�ncret� shal! �e r�ormal weight concrete composeci of Portland cement, fine
aggregate, coarse aggregate, admixtures, and water, as specified.
3. ACI 211.1 sha11 be the basis for selecting the pro}�ortians for eoncrete made wit�
aggregates of nortnal and high cEensity anc� of workability suitable for usua) cast in place
str�ctures.
4. The warkability of ar�y rr�ix shalf be as required for the specific placing conditions and the
method of placernent. 7he concrete shal{ have the abi[ity to be warkec� readily into
corn�rs and arourtd reinforcing steel without the segregaiion of materials ar the
colEectian of free water on the surface. Comp[iance with specified slump lir�itatians
shall not necessarify designate a satisfactory rnix,
5. ln no case shall the amaunt af caarse �r►aterial produce harshness in placing ar
honeycombing in the structure, when forms are removed. i�he rr�aximum arnaunt of
coarse aggregate (dry (aose �olume} per cubic foot of finished concr�te shail n�t �xceed
0.82 cubic feet.
6. In calculating water-cemertt ratio: The water content shall include the amount of water
batched or to be addecf later, plus the free water in the aggregate, and minus the water
content at 5SD conditions.
7. No allowance shall be made for the evaporation of water after batching. If additianal
water is required to obtain the d�sired slurt�p, a compensating arnouni of cernent shall
also be added. In no case shall the r�aximum water cement ratio exce�d the specified
maximum ar chat of the appraved mix design.
CITY OF FORT WORTH Vlestside Water Trentment Plant 8ackup Generafors
CITY PROiECT Ni1MBER: ID3410
o� ao 00 - az
CAST-IN-PLALE CONCRETE
page 12 of 35
8. Air Entrair�ment: Provide the percent a9r entrainment in each cancrete mix design as
recommended by ACI 318
a. Exposure Class: F1, un[ess otherwise specified/restricted:
lj. Do nat pro�id� air-entrainment in drilled shafts unless �laced unc�erwater.
2j. Qo not pro�ide air-entrainment and �ntrapped air shall not exceed 3 percer�t for
the following a�plications:
aJ. Interior slabs.
b}. Slabs on campasite metal decks.
9. Maximum water-soluble chloride ian content in conere�e, by percent weight of
concrete, shall not exceed ACI 318 Expasure Class C1.
10. When job conditions dictate, water-reducing and set-cantrolling adrr�ixtures may be
used. Only specified admixtures shall be used. Admixtures shalE be batched at the
batch plant.
11. High Range Water Reducer (HRWR}: Provide HRWR in mix designs for the following
specified applications:
a. Drilled shafts, footin�s, walls, columns, and beams.
b. Interior of building curbs which are not cast monolithically with slabs.
c. Precast concrete.
d. Exe�ptian: Qo not pro�ide HRWR in slabs and pavement (a water reducer is
perr-rzitted provided perFormance rec{uirem�nts are met},
�2. If fly ash is to be used in �lace of cemer�E, na more than 25 percent of the cement may
be re�alaced
13. Concrete shail be capa6le of deveioping two-thirds oF the required 28-day compressive
strength in 7 days
B. Concrete Classificatians;
Min. ZS-Day Max. 5ize
Max. Water: Min. Sac[cs of
Class �o�pressi�e qgg��g��� �������tious Slump +/- Cement Per
5trength (psij (inchesj Materials 1(inchesj Cubic Yard
Ratio **
A 4000 1.5 0.45 3(8* ) 5.75
5ixe No. �167
� 3��� Size No. 467 n.47 3 5.75
C 4000 1.fl 0.45 4(8*) 5.75
Size Na. 57
0.75
C} 5�00 Size No. 67 �.�7 4 5.00
E ���� 5ize No. 467 �'�0 4 4.OQ
CITY 4F FORT WORTN Westside Water Treotment Plant 8ockup Generators
CITY PftOJEC7 NUMBER: 1.03410
03 30 DO - 13
CAST-IN-PLACE CEINCRETE
Page 13 of 35
Min. 28-Day Max. Siza
Max. Water: ' Min. Sacks of
Class Can�pressi►►e . Aggregate Cemer�ti#ious Slump a�/- Cement P�r `
Strength {ps�] (inchesj Materials 1(inches) Cubic Yard
, . ' Ratia ` �x�
F 40QQ ����� 0.47 3 6S0
Size No. 8
* S{urnp shown is with HRWR
** Provide nne additianal sack af cement per cubic yard if concre�e must be cfepasiteci in
standing water.
C. Concrete Usage:
: `Class ' Usage
Ciass A Use Footings at�d slabs, and ather unless noted otherwise
Class B Use Pa�ement, gutters, sidewalks
Class C Use Walls, columns, beams, drilled shafts
Class F3 Use Precast concrete and precast �anels
Class E Use Cradling, blocking, mud slab, lean concrete I�ackfil{
Class � Use Stair pans and landings, interior t�uilding cu�bs
D. Required Average Compr�ssive Strer�gth:
1. All concrete is required to have an a�erage compressive strength greater than t�e
specified strength. The required average cornpressive strength shafl be established
according ta the requirements of ACl 301.
2. Standard Deviatian: Calculate a standard deviation and establish the required average
compressive strength (fcr') in accordance with ACI 301. If field �est records are not
a�ailable, select the required average strength from ACI 301.
E. Dacumentatian of Required Average Compressive Strength:
Dacurnentation indicating the proposed concrete proportions will produc� an average
compressive strength equal to or greater than fcr'. Documentatian shall consist of field
strength records or trial mixture.
Field 5trength Test Records: Document field strength test records according to ACI 3Q1,
which is partialky restated here:
a. If field test data are availai�le and represent a single group of at least 10 consecutive
strength tests for one mixture, using the sarne rnaterials, under the same
conditions, and encompassing a periad of not less than 45 days, verify �hat the
average of the field test results equals or exceeds fcr'.
b, ff the field test data represent two groups of strength tests for two mixtures, plot
the a�erage strength of each group versus the water-cemen�itiaus materials ratio of
ti�e corresponding mix�ure propartions and interpolate betwee�i the� to establish
the required mixture proportions far fcr'.
CITY OF FORT WDRTH bVestside Water 7reatment Plont 8ackup Generatars
CiTY PRO1�C7 NUMtiER: 103410
a� �o oa - �4
CAST-IN-PLACE tONCRETE
Page 19 of 35
3. Trial Mixtures;
a. Establish trial mixture proportions accarding io ACi 3D1, which is partially restated
here;
1). Make at least three trial mixtures complyin� witi� perfarmance and design
rec�uirements. Eaeh trial mixture shal[ have a different cem�ntitious material
content. Select water-cerr�entitious materials ratias that will praduce a range of
carnpressi�e str�ngths �ncompassing fcr'.
2). Sub�nit a plot of a curve showing the reiationship between water-cem�ntitious
tnaterials ratia and compressive strength.
3). �stablish mixture prapor�ions so that the maximurr� water-cernentitious
rnaterials ratio is nat exceeded when the slump is at the maxim€�m specified.
b. Trial mixtures shall be designed, samp(ed, and tested by an independent testing
laboratory, retained and paic# by the Contractar and appro�ed by t�e Qwner.
c. Provide 7-day and 28-day strengths test results.
4. Revisions ta cancrete mixtures:
a. When less than 15 compressive strength tests resul�s for a gi�en dass of cnncrete
are available frnm the c€�rreni Project:
1). If any of the following criteria are met, taEce immediate steps to increase
a�erage campressive strength of the cancrete.
a). A 7-day compressive strength test result multiplied �y 1.5 falls beiow the
r�quired Z8-day cornpressive strer�gth.
b). A 28-day compressive streng�h test result is deemed not sa�isfactory.
b. When at least 15 corr�pressive strength test results for a given class af concrete
�eco�e available from the currer�t Prajec�:
1). Calculate the act�al a�erage cornpressive strength, standard deviatinn and
required average compressive strength using the pre�iaus 15 cor�secutive
strength tests. 5ubinit results in graphical form with each 2S-day test result Far
that class of cnncret�.
2). [f any of the following criteria are me�t, fake immediate steps to increase
average cnrrtpressive strength of the concrete.
a). A 7-day campressive strength test result multiplied by the average job-to-
date ratio af 7-day to 28-day compressive strength falls below the required
28-day campressive strength.
b). A 28-day compressive strength test result is deemed not sa�isfactory.
c). The average cnmpressive stren�th fa61s below the required average
compressi�e strengtl�.
c. When revisions to th� mix design are required, natify the Engineer in writing of the
eorrective actions taken,
CITY OF FORT WOiiTH Westside Water Treatment Plant Backup Generatars
CiTY PEtOJEC7 NUMBER: I03410
03 30 00-15
CASi-IN-PLACE CONCRET€
€'age 15 af 35
2.11 OFF-SIT� BATCH P�ANT
A. Batch plants shall be an estak�lishec# cancrete batehing facility meeting the requirements of
the Concrete Plant 5tanc�ards of the Concrete Plant Manufacturers Bureau.
2.12
2.13 CONCRETE MIXI�fG
A. Mixers may be s�ationary, truck, or paving mixers of appro�ed design. They shail be capable
of combining the rnaterials ir�ta a uniform mixture and of discharging witha€�t r-nixture
segr�gation. Statio�ary and paving rnixers shall be provided with an aecep�able device to
lack the discharge mechanism until the required rnixing time has elapsed. The mixers or
mixing plant shall include a device for autamaticaNy counting the total number of batches of
concrete mixed. 7he mixers shall be operat�c! at the drum or mixing blade speed desig�ated
by the manufactur�r on tMe narne plate.
B. The mixing time for stationary mixers shall be based upon the mixer's ability to produce
unifarm cancrete throughout the batch and fram batch to batch, For g€�idance purpases,
the manufacturer's recommendations, ar 1 minute for 1 cubic yard plus 1/� minute far each
adc�itional cubic yard may be �sed. Final mixing time sha11 be based on mixer performance.
Mixers shall nat be chargec[ in excess af the capacity specified by t�e manufac�urer.
C. When a stationary rnixer is used for partia! mixing nf the concrete (shrink mixed), the
stationary mixing time rnay b� reducecE to the minimum necessary to interrningle the
ingredienCs (about 30 seconds).
D. When a truck mixer is used, either far compEete mixing {transit-mixedj or to fin€sh the partial
mixing in a stationary mixer and in the absence af uniformity test data, eaeh batch of
concrete shalf be mixed not less than 70 nor more �han �.00 revolutions of the drum, at the
rate of rotatior� designated by the rnanufacturer of the equipment as mixing speed. If the
batch is at least 1/2 cubic yard less than th� rated capacity, in the absence of uniformity test
data, the number nf revolutions at mixing speed may be reduced to no less than 50.
Additianal rnixing shall be performed at the speed designated by the manufacturer of the
equipment as agitating speed. When necessary for proper control of the co�crete, mixing af
transit-rnixed cortcrete shall not be permitted until the truck mixer is at the Site of the
concrete placem�n�. Truck mixers shal� be equipped with accurate revolutian counters.
Pa�ing mixers may be either single compartrnent drurr� or multiple compartment drum type.
A sied or I�ax af suitable size shail be aitached to the mixer under the bucket to catch any
coner�te �pillage that rr�ay occur when the mixer is discharging concrete inta the b€�cicet.
Multiple eompartment drum paving mixers shall be properly synchronized. T�e mixing time
shall b� c{etermined by time required to transfer th� co�crete E�etween compartments of
the drum.
�. Vehides used in transporting materials frorn the batching plant ta the pa�ing mixers shall
have bodies or eampartments af adequate capacity ta carry the materials and to deliver
each batch, separated and intact, to the mixer. Cernent shall be transparted frQm the
batchir�g plant to the rnixers in separate campartments which are equipped with windproof
and rain pronf covers.
CI7Y OF fORT WORTH 4Vesrsrde Water Treatment Plant Backup Generptors
CITY PROJEC3 NIIMSER: 1a3410
03 30 00 - 16
CAST-IN-PLACE CONCRETE
Page 16 of 35
3.00 �X�CUTION
3.01 P�iEPARATI�N
A. iVotify ihe Dwner's repr�sentative upon completion af various partions of the work required
far placing concrete, so that inspection may be made as early as possible. Keep the Owner's
represen�ative inforr�ed of the anticipated concrete placing schedul�s.
B. AI! items, including lines and grades, forms, waterstops, reinfarcing, inserts, piping,
electrical, plumbing and the Contractor's concreting materials and equipment shalE be in
com�liance with the Contraet Documenis b�fore proceeding.
G Do not place any cvncrete until formwork and the p[acing reinfarcement in that unit €s
camp{ete. Place no eoncrete beFare ih� completion of a{I adjacent aperatians which might
prove detrimental to the concrete.
D. Brilliantiy light the Site sn that ail operations are plainly visible when concre�e mixing,
placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall
be completed in daylight hours.
E. When placing concrete, the forms shali be d�art and entireiy free from alf chips, dirt,
sawdust and other extraneous matter. �arms for slab, bearr� and girder construction shall
nat have tie wire cuttings, nails, ar any other matter which wou[d mar the appearance of
the finished construction. Clean farms and keep them free of any foreign matter during
concrete placing.
F. The cancrete shalf be rriixed in quantities required far imrnedtate use. Any concrete which is
not in place within the time limits specified shall not be used. Concrete shall not be re-
tempered,
G. Concrete shall not be plaeed if impending weather conditians would impair the quality of
the finished Wark.
H. llnless otherwise pro�ided, the fol[owing requirements sha(1 go�ern the time sequence on
which cor�struction operations shall be carrieci.
�. Forms for walis or columns shall nnt be erected on concrete footings until the eancrete
in the fonting has cured for at Eeast 2 curing days. Cnncret� may be pfaced in a wafl or
column as soon as the forms and reinforcing stee! p(acements are appraved.
Steel beams or forms and falsework for superstructures shalf not be eree�ed on graund-
supported cancrete substructures until the substructure concrete has cured for at least
4 curing days.
3. �alsework required for superstructures shall not be erected un�il the substructure has
cured for 4 curing days, and shall not be rernoved until allowed for by Section 03 11 ��
"Concrete �or�ning."
3A2 EMB�C]DED ITEMS
A. Where aluminum anchors, aluminum shapes, or aluminum electrical cor�duits are
embedded in concrete, paint aluminurrt cantact surfaces with zinc rich primer. Allow the
paint to thoroughly dry befnre placing the aluminum in contact with the concrete.
CITY DF FORi WOftTH Westside Water Treafinent Flont BQckup Generators
CI7Y PROI�CT N1JM6ER: 103410
03 30 00 - 17
CAST-IN-PLACE CO�ICRETE
Page 17 o€ 35
B. Paint steel or other ferrous metal tn he mounted on ar placed in contae� with dry/cured
concrete, and coat in accardance with 5ection 09 96 OOA1 "High-Performance Caatings"
prior to installation.
C. Place and secure anchorage devices and other embedded items required for adjaining Work
t�at is attached to or supported by cast-in-place concrete. Use setting drawings, t�mplates,
diagrams, instructions, and directions furnished with items to be embedded.
1. fnstall anchor bolis, accurately lacated, to elevations r�quired.
2. lnstall reglets to receive tap edge af foundation sheet waterproofing and to receiv�
through-wall flashings in outer face of concrete fra�ne at exterior walls, where ffashing is
shown at lin�els, shelf angles, and other canditions.
3. lnstall dovetail anchar slots in concrete structures as indicated.
3.�3 VAPOR RETARDERS
A. Place, protec€, and repair vapor-re�arder sheets according tfl AS"fM E1643 and
manufacturer's written instructians. At a minimum, provide the following:
1. La� sheets not less than six inches at all jaints. IJse pressure-sensitive tape at all laps.
Lap reinforcement dir�ctly over film before plaeing concrete, taking precautions to
prevent punctures.
2. Carefully cut film arour�d pipes and wiring outlets. Instal! reinforcing sheets and apply
pressure sensiti�e tape around penetrations as recommended by the man�facturer.
�. Terminate vapor barrier as indicated on the Drawings.
B. Granular fi11 below �apor retarder she�t shall be srriaothed and free of protrusions that
rnight damage ar rupture the sheet.
C. Compl�tely cover subgrade with the vapor retarder sheet as indicated on the Drawings.
3.04 JOlNT5
A. �xpansion Joints and Devices:
1. Workmanship: Exercise eareful workmanship in joint construction to separate the
concrete sections f�y an apen joini or by the joint materiais, and make th� joints tr�e ta
the outline indicated.
�xpansion Joints: Canstruci expansion joints and devices ta provic[e expansion and
contraction. Construet joints which are to �e left apen or filfed with poured joint
material with forms which are adaptable for loosening or early rerr�oval. In order to
avoid jarnming by the �xpansion actian of the concrete and the consequent iiicelihoad of
injuring adjacent concrete, remove or loasen these forms as soon as possible after the
cancrete has initially set. Malce �rovisions for {oosening the forms to permit free
concrete expansian w9thout requiring full remavai.
B. Cans�ruction loints:
Canstruction joints are farr�ed by placing plastic concrete in direct contact with
concrete which has attained its initial set. When concrete is specified as monolithic, the
CIiY OF FORT WORTH Westside Water Treatment Plant (3ackup Gerrerators
CI7Y PROJEC7 NUME3ER: 103A10
03 30 00-18
CAST-4N-PLACE CONCliE7E
Page 18 of 35
term shai( be interpreted as the manner and sequence nf concrete placement so that
canstruction jaints do not occur.
2. Additional horixontaE and vertical cons�ruction joints, when submitted and appraved by
the Engineer, may have an impact on reinforcing c[etails. Revise reinfarcing details to
reflect additianal joints.
3. Llnless otherwise pravided, construction join�s shal] be square and normal to the forms.
Pro�ide bulkheads in the forms for alI joints except harizantal joints.
4. C[ean horizontal construction jaints for receiving the succeeding lift using air water
cutting. The surface shall be exposed sound, clean aggregate ►uith a 1/4 inch amplitude.
After cutting, wash the surface until there is no trace of cloudiness in the wash water.
5. In areas where air water cutting cannat be satisfactorily accomplished, or it� areas where
it is undesirable to disturb the surface of the cancrete before it �as hardened, prepare
the surface far receiving the nexi lift by w�t sand blastir�g to irnmediately remnve al(
laitance and unsound concrete prior to placing of the next lift. Tharoughly was� the
surface nf the concrete after sand bfasting to remove all loose material.
6. �rovide constructiot� joints with concrete keyways, reinforcing steel dowels, and
waterstops where indicated on the Drawings. The method of forming keys in keyed
joints shall permit the easy removal of forms without chipping, breakir�g, ar damag�ng
the cnncret�.
7. Construction joint layout unless otherwise indicated nn Drawings:
a. Maximum horizonta€ spacing of construction joints shai( be 45 Feet.
b. Maximum vertical spacir�g of construction joints shall be 15 feet.
C. Control Joints in Slabs-nn-Grade: Form weakened-plane contraction join�s, sectioning
concrete into areas as indicated, Construct cor�trol joints far a depth equal to at least one-
fourth of concrete thickness, spaced at not more than 15 feet on cent�r, and as foElows:
D. i]owel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at
joints where indicated.
1. Use dowel sleeves or lubricate or asphalt-coat one-haif of dowel lengt� to pr��ent
concrete banding tn ane side of joint.
E. Hardened Concrete: Where new concrete or grout is to be placed in can�act with existing or
recently harc{ened concr�te, texture the existing ar recently hardened surface by chipping nr
oiher rneans so that an irregular surface having a height variance of not less than 1/4 inch is
created. The existing or recently hardened cancrete shall then b� caated with a banding
agent and new cor�crete ar grout piaced.
3.05 WATERSiOPS
A. Self-Expanding 5trip Waterstops:
Instal! in construction joints and at at�er locations indicated, according to
manufacturer's written instructians, bonding or rrtechanically fastening and #irmly
pressing ir��o plac�.
CITY �F FORT WORTH Wesfside Water Treatment Plant 8pckup GeneraYors
CtTY PROJECT IVUMSER: 103A10
03 3D 00 - 19
CAST-IN-YLACE C4NCRETE
Page 19 of 35
Waterstop shalf be bonded to the substrate using a continuous bead af swelling
sealant or adhesi�e as reeammended by the manufacturer.
1}. ADEKA Ultra Seaf P-201.
2). Sika Leakmaster.
2. lnstall i� langest lengths practicable.
3. Protect from moisture, oil, d'€rt, and sunlighf priar to the placement of concrete.
Coordinate wi�h manufacturer for adcfitianal requirements.
B. Stee! Waterstops:
1. Splices shail be factory made, where possible. Splices shall be water-tight, with ends of
joined pieces in true alignment.
2. lnstall waterstops to form a continuaus waier�ight diaphragm in each joint.
3. Correctly position waterstops in the forms and adequately su�aport forms to prevent
movement or disturbar�ce duriRg the placing of concrete.
3.05 CO[VCRETE PLACEMENT
A. Cold Weather:
1. lf air ternperature has fallen to, or is expectecl �n fall below 40 F during the protection
period (a minimum of 48 hours E�ut not (ess than that required by ACl 306.1J, then cofd
w�ather concretirtg shail be performed ir� accordance with ACI 3d6.i.
In cases where the temperature drops beiow 40 F after the cancreting operations have
been star�ed, suffici�nt canvas and framework ar other type of housing shall be
furnished to er�close and protect the structure, in aceordance with the requirements af
ACI 306.1. S�ffici�nt heaiing apparatus to provide heat shal) be supplied, and heating
source and protection from cambustion gas shall be in accordance with ACI 306.1. The
concrete shail be pro�ected when pkaced under all weather conditions. 5hould concrete
placed under such eonditions prove unsatis�actory, rerna�e and replace the concrete at
no cost to the Owner.
3. When the air temperature is above 3� F:
The minirnum concrete temperature at the iime of mixing shall be 60 F unless cither
requirements af ACI 306.1 are met, which rrtay allaw far a lower mix temperature.
The minimum cancrete temperature at the time of placernent and during the
protection period shall be 55 F unless other requirements of ACI 306.1 are met,
whieh may allaw for a fower temperature.
4. The means used to heat a concret� mix shalf be in accordance with ACE 306.1.
5. Salts, ehemicals, or other foreign materials shall not be mixed with the concrete ta
preventing freezing, Calcium chloride i� not permitted.
B. Hot Weather:
1. Hot weather is defin�d as any combination of high air temperature, low relative
hurnidity, and wind velacity ti�at impairs the quality of the concrete. Hot weather
cancre�ing shall be in accordance with ACI 305.1. Concrete sha11 be placed in the forms
CITY flF FOftT WCIHTH Westside Wafe� Treatment Plpnt Batkup Generptors
CITY PROJECT NUMBER: 10341�
03 30 00 - 20
CAST-IN-PLACE CONCREiE
Page 20 af 35
without the addition of any more water than that required by fi�e design (slump). No
excess water shall be added on the concrete surfac� for finishing. Contral of initial set
of the concrete and extending the time for finishing operations may �e accomplished
with the use of approved water reducing and set retarding admixture, as specified.
2 Maximurr� time intervals between the addition of rrtixing water and/or cement to the
batch, and the placin� of concrete in the forms shall no� exceed the foflowing (excluding
HRWR admixture use):
Cancrete Temperature Maximum time From
Water Batch to Placerrsent
Non-Agitated Concrete
Up to 8(3 F 3D Minutes
Over 80 F 15 Minutes
Agitated Cor�cret�
lJp to 75 F 9Cl Mittutes
75 F ta 89 F b0 Minutes
a. The use of an ap�roved set-retarding admixture wifl permit the extension of the
above time maximums by �0 minutes, far agitated cnncrete only.
b. The use of an apprpved high range water reducing (HRWR) or hydration-controlling
admixture wili alEow placement time extensions as determined by the
manufacturer.
The maximum temperature of fresh concrete at time of discharge shafl not exceed 95 F.
The tetnperatures af t�e mixing water shall be reduced by the use of chilled water or
ice.
4. The maxim€�m temperature of fres� concrete with high range water reducing admixture
shal! not exceed 100 F at tirne of discharge.
5. lJnder extreme heat, wind, or hurnidity conditions, cancreting n}�erations may be
suspended if the quaiity of the concrete being �laced is not acceptable,
C. �landfing and Transporting:
Delivery tickets sha(I be rec�uired for each batch and shall be in accordance wit� AS�'M
C94. Each deli�ery ticket must show plainly the arnount of water, in gallans that can be
added to the mixer truck at the Site withnut exceeding the maximurrt water cement
ratio appraved for that mix d�sign. Amount of water added must be i� proportion to
contents of truck,
2. Arrange anc� use chutes, troughs, ar pipes as aids in p9acing concreEe so that the
ingredients of the concrete are nat segregated. They shali be steel or steel lined. When
steep slopes are necessary, equip the chutes with baffles ar rnake in short lengths that
reverse the direction of movement. Extend ope�n troughs and chutes, if necessary,
inside the forms or through holes left in the forms. Terminate the ends of these chutes
in vertical downspauts.
CITY OF FORT WORTH Wesfside Waier TreQtment Plant 8ackup Generators
CI7Y PROIECT NUM6ER: 303410
03 30 Ofl - 21
CAST-IN-PLACE COfVCRET�
Page 21 of 35
Keep chutes, trot�ghs, and pipes clean and free frnm coatings of hardened concrete by
thoroug�ly flushing with water before and after placement. Discharge water used far
flushing away from the eoncrete in place.
4. Use pumping equipment that f�as sufficient capacity so that:
a. Discharge of �ump concrete does not result in segregation.
b. Modification of aecepted cancrete mixture is not requirecl.
5. Carting orwheeling concrete batches on completed concrete floor slab shall not be
permitted until the slab has aged at I�ast A cur[ng days. lfnless pne�matic tired carts
are used, wheel ihe carts on timber planking so that the loads and impact are
dis�ributed over the slab. Curing operatinns shall not be interrupted for �he purpase of
wheeling cancrete a�er finished sfabs.
D. bepasiting:
1. The me�hod and manner of placing shall pre�ent segregatian or separation of the
aggregate or the d'€splacement of the reinforcement. Use drop chutes or trernies as
necessary.
Z. Free Fall: Concrete shall not be allowed to free fall rnore than 10 feet when HRWR
admixture is used nr 5 feet without the use of HitWR. Fr�e fal[ing concrete shalf avoid
striking reinforcing during placement. Placerr�ent of concrete for heights exceecting the
free fall limit shall be placed using a trer�ie.
a. Concrete shall not be allowed to free fall thrnugh water. Place as indieated i�elow.
3. Pre�ent the splattering of forms and reinforcing bars if the splattered concrete will dry
ar harden before incarporation into the mass.
4. Fill each part of the farms by directly depositing concrete as near its final positiar� as
possible. Work the concrete �nder and araund the reinforcement bars. �epasiting
large quantities at one point in the farms, then running or warking it along the forms
shall nat be permitted.
Place required sectians ir� one continuous aperatian to avoid additional coid joints.
Each fayer shafl be fluic{ and concrete shall not ha�e taken initial set when a new
[ayer is placed upon it. Not rt�ore than 1 hour shalf �lapse between the placing of
successive concrete layers in any por�ion of the structures included in con�inuous
placement.
5. Place in continuous harizontal layers wi�h a depth of from 1 to 3 feet. If excessi�e
bleeding causes water to form on the surface of the concrete in tall forms, rev'tse mix
design to reduce the bleeding.
6. In tal[ walls, place the cancrete ta a paint about 1 foat below the top of the wall and
allow to settle far 1 hour. Resu�ne and complete c�ncreting �efore set occurs.
7. For slopes greater than two percent, start concrete placement at low end and proceed
upslape.
S. After the concrete has taken initial set, the forms shall no� be jarred. No force ar load
shal! be placed upon prajecting reinforcement.
CITY OF �OR7 WORTH Westside Water ireatment Alant 8ackup GenerQtors
C1TY PROJECT NUMBER: 103410
o33oao-zz
cnsr-i�v-P� ae� cnNCR� r�
Page 22 of 35
E. Consolidating:
Campac� each layer of concrete and flush th� mortar �o the surface of the forms by
cantinuous-working rr�echanical vibratars. Apply the vihrator to the concrete
imrnediately after deposit. Mave vibratnr throughout the layer af the newly pfaced
concrete, several inc�es inta the plastic layer below. Thoroughly wor�C the concrete
around the reinforcement, embeddetf fixtures and into the corners and angles of the
farms until it is well-campacteci.
Mechanical vibrators shall not be operated so that #hey penetrate or disturb previously
piaced layers which are partialiy set or hardened. They shall not be used to aid the fiow
af cnncrete laterally. i"he vibratian shall be of sufficient duration to carr�pl�tely compact
and embed reinfarcement artd fixtures, but r�ot to an extent causing segregation.
3. Keep �ibrators constantly moving in the concrete and apply vertically at points
uniforrnly spaced, not farther apart than the radius over which the viFiratar is �isibly
effective. The vibrator shall not be held in or�e focation Eonger t�an required ta produce
a liquified appearance nn the surface.
4. When submerged in concrete, internai �ibrators shall maintain a fr�quency of not less
than 60�0 impulses per minuie for heads with diameters greater than 5 inches and
10,000 impulses for smaller vibrator heads. The vibration intensity (amplitude) sha[I be
sufficient to produee satisfactory consolidatiQn.
Vibrator head shall be suffici�ntly srnali to aflow piacement between reinforcir�g
steel.
b. Provide at least ane star�dby vibrator.
c. Check vibrators intended for regular servic� or standby service prior to cancreting
operations.
F. Place�nent in Water:
1. Deposit concre�e in water onfy when dry canditions cannot be obtained. The �orms,
cofferdams, or caissons shall be sufiiciently ti�ht to prevent any water flowing through
the space where concr�te is to be deposited. Pumping af water shall nat be perr�itted
while the concrete is being pfaced, nor until it has set for at leasi 36 hnurs,
Carefufly place the cancrete using a tremie, clased bottom dumping bucEcet, or ano�her
approved method which does not permit the concrete ta fali thrnugh the water without
protection. The cancrete shail not be disturbed after being deposited. Regulate
depnsiting ta maintain htorizontal surfaces.
When a tremie is used, it shali co�sist of a tube canstruct�d in sectians having water-
tight connections. �'he means of suppnrtir►g the tremie shal( perrt�it the movement of
the discharge end over t1�e entire top surface of the work, and shall allow the tret�ie to
be rapidly lowered to retard the flaw. The number of times it is necessary to shift the
lacation of the tremie shall be held to a minimur� for any continuous placement af
concrete. During the placing of concrete, keep the tremie tube full to the E�attam of the
hopper. W1�en a batch is dumped into the hopper, sfightly raise the tremie, but not out
of the eoncrete at the bo�tom, until the batch discharges to the level of t�e botrnrri af
the happer. Stop the flow by lowering the tremie. Cantinue placing op�rations €�ntil the
vuork is completed.
CITY DF FORT WORTFi Westside Water Treatmertt Plant 8ackup GeneraYnrs
GTY PROJEGT NUMBER: 10341D
03 30 00-23
CAST-IN-PLACE CONCRETf
Page 23 of 35
4. When concrete is placed by means of the bottom d�rnp bueket, the bucket shal[ have a
capacity of not less tt�an 1/2 cubic yarc[. �ower the bucket graduaily and care�ully untii it
rests upon the concrete already placed. Raise it very slowly during the discharg� iravel
to maintain s�ill water at the point nf diseharge and ta avoid agitating the mixture.
Use a sump ar ather approved method to channel displaced fluid and concrete away
from the shaft excavatian. Reca�er slu�ry and dispase of it as approved. Do nat
cfischarge displaced fluids into or in close praxirnity ta streams or ather bodies of water.
G. Placement in Slat�s:
1. Allow concre�e in columns, walls and deep beams or girders to stancf for at least 1 hour
ta permit �ull settlement from consolidation, before cancrete is placed for sfabs they are
to support. Haunches are considered as part of the slab and shall be pfaced integrally
with them.
2. When monolithic slabs are piaced in strips, the widt�s of the strips, un(ess otherwise
specified or indicated, shall insure that concrete in any one strip is not allowed ta lie in
place for more than 1 hour before the adjacent strips are placed.
3. Immediately before placing cancrete, thoroughly damper� ihe subgrade to receive
concrete to pre�ent maisture absorption from the concrete.
4. As saon as eoncreie placing is eomplete for a slai� section af sufficient width to permit
finishing operations, fevel the concre�e, strilce aff, tamp and screed. The screed shall be
of a design adaptable to the use intended, sha11 have pra�ision for vertical adjustment
and shalE be sufficientfy rigid to hold true to shape during use.
5. The initiaf strike off shall leave the concrete surface at an efevation slightly above grade
so that, when consalidation and finishing op�ratior�s are completed, the surface of iF�e
s[ab is at grade ele�ation.
6. Cantinue �amping and screeding operatians until the cnncrete is proper[y consolidated
and free of surface �oids. Sring �he surfiace to a smooth, true alignment using
longitudinal screeding, flaating, belting, and/or other methods.
7. Wh�n used, ternplates shall be of a design which permits early rer�o�al so satisfactory
finishing at and adjacent to the template is achie�ed.
S. While the concrete is still pfastic, stra€ghten the surface as r�qui�ed to achie�e specifiec�
flatness requirements. Remo�e high spots and fill depressions with fresh concrete and
re-float. Continue to checic during the fina( finishing operation, until the surface is true
to grade and free of depressinns, I11gE1 5�d�5, vaids, or rough spats.
9. Where floor drains are shown in slabs and sloping the sla� is nat inc�icated, slope slab ta
drain ort a grade of �/16 inch per faat. TMe thickness of slab at fioar drain shall be the
thickness of slab as indica�ed on the �rawings.
H. Placement in Foundatians: Place conerete in deep foundatians so that segregation of the
aggregates or displacement �f the reinforcement is a�aided. Provide suitabfe chutes or
vertical pipes. When footings can be placed ir� dry foundation pits witho€�t the use of
cofferdams or caissans, forms may be orr�itted and the entire exca�ation fifled with eoncrete
to the elevation af the tap of footing. The placing of concrete bases above mud slab is
permitted after the forms are free from water and the seal eourse cleaned. Exec�te
CITY OF fORT WORTH Wesfside Water Treatment Plant 8ackup Gerterators
CiTY PftOJECT NUMBER: 1p3410
03 30 00 - 24
CAST-IN-PLACE CONCRE7E
Page 24 of 35
necessary purr�ping nr bailing during concre�ing from a suitable sump located outside the
forms.
I. Equipment Bases and Foundations: Pro�ide machine and equipment bases and faundations
as shown on the Drawings. Set anchar bolts far machines and equipment at cnrrect
elevatians, complying with diagrams or templates of manufacturer furnishing machines and
equipment.
3.07 FINISHING FORME[3 SURFACES
A. Forms for walls, columns, and sides of beams and girders shall be rernav�d as s�ecified in
Section D3 11 0� "Concrete �orming." Patch, repair, finish, and c[ean concrete after forrr�
remo�al. Finish concrete nnt mnre than 7 days after form removal. Cure concrete as
finishing pragresses.
B. Air ��ids, far all types of finishes, are defects and shall be removed by ru�bing or patching.
C. Finish 5ehedule;
Type of Finish Lacation
Surfaces which are not Wisible from the inside or
outside of the completed structure, are rnore than
No Finish 12" below finish grade, and where a
coating/rnembrane/drainage board will not be
installed
Surfaces expased to view, areas below to a point 12"
Smaoth �inish below grade, and where a
coating/membrane/drainage board wi11 be installed.
a. No Finish: Patch tie hales. Repair de�ects larger than 1-1/2 inches in diame�er ar 1/2 inch in
deep. Remave projections larger than 1 inch.
Smooth �inish: The form facing material shall produce a smooth, uniform texture fln the
concrete. Patch tie ho[es. Repair defects larger than 3/4 inch wide or 1/2 inch deep.
Remove projections flush w€th the adjacent surface.
3.Q8 FINiSHING FLOORS AND SLABS
A. General: Screed, restraighten, and finish concrete surfaces. �a nnt wet concrete surfaces
B. Finish slabs, plaiforrns, and steps monolithically and apply as indicated on the prawings and
the following schedule of fini$h�s:
Type of Finish Location
�loat Finish Top of walls, vault top slabs not subject ta pedestriar� faot traffic.
Interior slab surfaces exposed to view nr to l�e covered with resilient
Trowel Finish floaring, carpet, and ceramie or quarry tile set a�er a cleavage
membrane, paint, or another thin fiim-ftnish coating system.
Broom Finish Exterior concrete piatforms, steps, and rarrtps.
1. �loat Finish: Finish surfaces using a float to a true, even plane with no caarse ag�regate
visible. [n the initial floating, while Ehe concrete is plastic, use sufficient pressure an the
C17Y Of FORi Wp�iTH Westsrde Water Frentment Plant Backup Generators
CITY PROJEC7" NUMBER: 203410
03 30 OD - 2S
CAST-fN-PLACE C�NCRETE
Page 2S of 3S
fioat to bring excess moisture to the surface far removal. Apply a final "[ight float" finish
ta the surface as the concrete hardens. The surface shalf ha�e a uniform granular
texture and shall meei the straightness requirerr�ents.
2. Trowel Finish:
a. After applying fioat finish, apply first trowel finish and consolidate canerete by hand
or power-ciriven trowel. Continue troweling passes and re-straighten until surface is
free af trowel marks and uniform in texture and appearance. Grind smooth any
surface defects that would telegraph through applied coatings or floor coverings.
b. Finish surfaces to the following talerances, measured within 24 hours according to
ASTM E1155/�1155M for a randomly trafficked floor surface:
c. Finish and measur� surface so ga� at any point between concrete surface and an
unle�eled fireestanding 10-foot long straightedge, resting on two high spots and
placed anywhere on the sur�aee, does not exceed the followi�g:
1). 1/8 inch.
Broom Finish: Immediately after ffoat finishing, slightly raughen trafficked surface by
braoming with fiber-bristle broom perpendicular to main traffic rout�. Coardinate
required final finish with tYte Engineer before ap�6ication.
C. Give sidewalks a brush finish, uniess noted otherwise. Score sidewalks at a spacing equaf [n
the width of the walk and �dge on each side using a tool with a radius of approximately 1/4
inch.
D. Finishing in Not, Dry Weather: During periods of high temperature and/or low hurr�iciity,
take extreme eare in finishing the sla�s to eliminate initial shrinkage cracks. �ollowing the
initial set af concrete, but while th� concrete is still "green" continue ta finish as required to
remove sF�rinkag� cracks which may occur. (n hot, dry weather, keep a cemertt finisher on
the job fa�lawing normal finishing operatians for a sufficient length of tirne to insure the
removal of initial shrinkage cracks.3.09
3.10 MISCELLANEOUS COIVCRETE {TEMS
A. Normal Shrinkage Grouting:
Prior to graut applicatinn, t�aroughly clean the surface of all foreign mat�er. Roughen
concrete surface ta CSP 4 and wet as required For a saturate surface clry condition {SS[}}.
Set forms in place; tight and securely anchored to prevent the loss af grout.
2. i'he necessary materials and taols shall be on hand before starting grouting aperations.
�. After pre�aring surface and im►nediately prior to grouting, pro�ide scrub coat of grout
material. Do not allow scrub coat to dry prior to pfacing grout.
�. After ��tixi�tg, t�uickly a��d co��tii�uously place tkte ��'o��t ta ar�oid over�vorking, seg��egatio��
a�id 6t�eaki��g clo�vn ot tlae initi�l set. Mix a��d place the �rout wl�ea'e it�dicated o►�► the
Drawings. Ci�re grotil tisit�g wet c��rin�; ittetltod for conerete. Grotd sf�all recei�le a
t►•o���el finish, uE�less othe�'�vise noted.
CITY OF FqR7 WORTFi Westside Water Treatment Plant Eackup Generators
CITY PROlECT NUMBER: 10342D
03 30 OD - 26
CAST-IN-PLAC� CONCRETE
Page 26 of 35
B. Non-Shrink Grout:
Obtain field technical assistance fram the grout manufacturer, as required, to ensure
that graut rr�ixing and instailation comply with the manufacturer's recomtnenciatians
a�d procedu�es.
Raughen concrete surface as required by the manufacturer, but nok less than C5P 4.
5aturate the surface to achieve an 55a candition. 8aseplat�s shall be free of ail, grease,
laitance ancE other foreign substances.
a. Epoxy grout: 5urface shal[ be dry as recnmmend�d by the manufacturer.
Place grout according �a the manufacturer's directians so that spaces ar�d cavities below
the battom of the baseplates are corr�pletely filied. Provide forms where structural
eomponents of the baseplates do not confine the grout. Trowel finish the non-shrinic
grout where the ed�e of the graut is exposed ta vi�w and after the grout has reached its
ir�itial set. Cut off the expased edges of t�e grout at a 4S-degre� angle to the baseplate,
bedplate, m�mber, ar piece of equiprnent.
4. Wet cure a minimum of 3 days, but not less than that recamrnended by the
rnanufacturer.
a. Epoxy Grout: Dry curing is acceptable if recom€nended by the manufacturer.
5. Use epoxy non-shrink grnut under ali machinery, pumps, equipmet�t, and where
chemicals are present that woulc{ abate cementi�ious r�on-shrink grouts,
C. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated
items. Cast-in inserts and aceessories as shown on the Drawings. Screed, tarrtp, and trowel-
finish concrete surfaces.
3.11 CONCRETE PROTECTI(7N AND CURING
A. General: Give careful attention ta proper concrete curing. The c��ing rnet�ads shall be wet
curing, sheet materials conforming to ASTM C171, or membrane curing campa€and
canforrr�ing to ASTM C309. Membrane curing is not perrr�ikted on surfaces to be rubbed or
on surfaces �a which additionai concrete, plaster mix mortar, or terrazzo is to be applied.
Unless the curing method is specified otherwise, select the appropriate curing method.
8. Length af Curing Period:
1. A"curing day" shall be any day on which the atmospheric temperature taken in the
shade, or the air temperature adjacent to the cor�crete, remains abave SO F far at least
18 haurs,
2. Cure concrete for a periad af 7 consecutive days. In cold weather, when curing may be
retarded, extend this period to 7"curing days", up to a Eimit of 14 consecuti�e days.
C. Wet Curing:
�.. fr�mediately fol]owing the finishing operatians, cover concrete slabs, including raof
slabs, with wet catton mats or wiEh a temporary covering of ean�as ar burlap. Keep
thnrnughly wet for a period of 4 curing days after the concrete is placed. The covering
sttall be he[d in direct contact with the cancrete. A temporary covering s�all be required
when the size of slab, size of mats, or other factors dictate that the mats cannat be
CIiY OF fORT WORTH Wes[siAe Water 7reatmeni Plant Backup Generators
CITY PiiQJ�CT NtJEv16ER: 1U3410
D33fl00-27
CAST-IN-PLACE CONCIiETE
Page 27 of 35
�lacec[ immediately after the finishing operations without marring the finishing of the
sfab.
2. Water used for curing shall be free frorn injurious amounts of oil, acid, alEcaii, salt, or
other deieterious substances.
3. Canvas or burlap co�ering material shall weigh not less �han �2 aunces p�r square yard.
Place the sections with a lap at the edges of at least 8 inches. Saturate co�er material
with water previous to pfacing. Keep saturated as lang as it remains in pfac�. Use care
in the placirtg of the cover material to prevent marring the eoncrete surface,
�}. When temporary coverings are used, keep them in place anly until the slab has
sufficiently harde�ned sa that a catton mat covering can be substituted without marring
or disturbing the slab finish. Thoroughiy saturate cotton ►nats before placing and keep
the mats on the slak� in a saturated condition for a period of at Eeast 4 curing days.
D. Sheet Curing: Sheet materials s�al! canform to AS'iM C171. They shalf be in contact with
the entire concrete surface and appfieci aecording to the manufacturer's recommendations.
Patch all hales. Where pedestrian traffic is unavoidable, provide suitable walkways to
protect the sheet r�aterial.
�. Membrane Curin�:
1. Membrane curing shall not be used on surfaces which receive pain�, #laar harc{ener, or
plaster mix finish or other finish which would be hindered by the use of the curing
compaund.
2. Co�er the surface of the cancrete with a continuous, unifnrm, wa�er-irnpermeable
coating.
3. Immediately after the removal of the side and end forms, apply a cna�ing to the sides
and ends of a!I eoncrete. Apply the solutian under pressure with a spray nozzle so that
t�e en�ire expnsed sur�ace is compEetely covered with a uniform filrn. The rate of
applieation shall insure complete coverage, l�ut the area caveret{ shall nat exceed 15�
square feet per gallon of curing compound.
4. The coating shaEl be sufficientfy transparent and free of permanent cofar to not result in
a pranounced color cE�ange from that of the natura! concrete at the conclusion of the
curing p�riod. The coating shall, however, contain a dye of cofor strength to render the
fifm distinctively visible on the concrete for a period of at least 4 hours after applicatian.
5. After application and under norrnal conditions, the curing campaund shall be dry ia
touch within 1 hour and shal[ dry thoroughly and cor�pletely within 4 hours. When
thoroughly dry, it shall provide a continuous flexible membrane free from cracks ar
pinholes anc{ shafl not disintegrate, check, pee9, or erack during the required curing
period.
6. If the seai is brolcen during the curing period, immediately repair it with additianal
seaiing solution.
3.14 CONCRETE 51�RFACE ftEPAIRS
A. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remave
and replace concrete that cannot be repaired and pa�ched to Engineer's apprnvai.
CITY OF FORT WORTH Westside Water Treafrnent Plant f3ackup Generators
CiTY PROJECT NUMB£ft: 1034I0
03 30 00 - 28
CAST-IN-P�ACE COiVCRETE
Page 28 of 35
B. After the tie rods are broicen back or remaved, thoraughly clean the hnles ta re�-nove �rease
and loase particles. Patc� holes with structural concrete repair rnaterial ar non-shrink
graut. After the holes are comp�etely filled, strike off flush excess rnartar and finish the
surface ta render the filled hole inconspicuous,
C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks,
spalls, air bubbles, honeycombs, rock packets, fins and other projections on the surface, and
stains and other discolprations t�at cannot be remavecE by cleaning.
1. If the surface of the concrete is bulged, uneven, or shaws honeyco[nbing or form marks,
which in the Engineer's npinion cannot be repaired satisfactorily, remove and replace
the entire section.
2. Patch honeycomb and minor defects in a(I concrete surfaees with structurai concrete
r�pair material. Cut back each defective area with a pneumatic chipping tool as deep as
the defect extends, but in no case iess than 1/2 inch. Prepare the existing concrete and
appiy repair material aceording ia �he manufacturer's recommendaEions. Finish the
surface of the patches ta rrtatch finish on surrounding concret�.
3. Immediately after form removal, cut out haneycombs, rock pockets, and v�ids to expose
solid concreCe but not less than 1-inch in depth. Make edges of cuts perpendicular to
cancrete surface. Clean, dampen with wate�r, and brush-coat holes and voids with
bonc{ing agent. Fill and compact with repair material before bonding agent has dried,
4. Repair defects on surfaces expnsed to view by blending white Portland cement and
standard Por�(ar�d cement so that, when ctry, patching martar will match surrounding
calor.
D. Repairing Unformed 5urfaces: Test unformed surfaces, suc� as floors and slabs, for finish
ancf v�rify surface tolerances specified far each surface. Correct 1ow and high areas. Test
surfaces slaped to drain for trueness of slope and srr�aothness; use a sloped template.
1. Repair finished surfaces cantaining defects. Surface defects include spafls, pop outs,
honeycombs, rock pockets, crazing and cracks in excess of 0,01-inch wide or that
pen�trate to reinforcement ar completely thraugh unreinforced sections regardless af
width, and other objectionable conditions.
2. After concrete �as cured at (east 1.�1 days, correct high areas by grinding.
3. Correct localized low areas during or ir-nmediarely after completing surface finishing
operations by cutting out low areas and replacing with patching mnrtar. Finish repaired
areas to blend into adjacent concrete.
4. Correct other Iow areas scheduled to receive floor caverings wi�h a repair
underlayment. Prepare, mix, and apply repair underlayment anc[ primer according to
manufacturer's written instructinns to produce a smooth, uniform, plane, ancE fevel
surface. �eather edges to match adjacent fioar ele�ations.
5. Repair defecti�e areas, except randam cracks and single hales 1 inch ar less in diameter,
by cutting out and replacing with fresh concrete. Remove defective areas with clean,
square cuts and expose steel reinforcem�nt with at least 3/4-inch clearance alf around.
Dampen concrete surfaces in contact with patching concre�e and apply bonding agent.
Mix patching concrete of same rnaterials ar�d mix as original concrete except without
CITY OF fDRT WORTH Westside Water Treatment Plartt 8uckup Generatots
GTY pRqJ�CT NUMBER: 103410
03 3a aa - z9
CASF-IN-PLACE CONCRETE
Page 29 of 35
coarse aggregate. Place, corr�pact, and finish to blend with adjacent finished concrete.
Cure in same manner as adjaeent concrete.
Repair random cracks and s[ngle holes 1 inch or less in diameter with patch[ng mortar.
Groove top af cracks and cut out holes to sound concrete and clean off dust, dirt, and
loose particles. Dar�pen cieaned concrete surfaces and apply bonding agent. Place
patching mortar befare bonding agent has dried. Compact patching mortar and finish to
match adjacent concrete. Keep patched area continuously moist for at least 72 haurs.
E. Perform structural repairs of concrete, subject to Engineer's appro�al, using epoxy adhesive
and patching martar.
Repair materials and insta�latian nnt specified abo�e may be used, subject to Engineer's
approvaf.
3.15 FIEL� QUALITY CONTROL
A. Testing:
�.. General:
a. Tests shail be required �hroughaut the Work ta monitor the quality of concrete.
Samples shall be ta[cen in accordance with ASTM C�.72.
The Engineer rnay wai�e these requirements on concrete placements of ten cubic
yards nr less. Nowever, evidence shalf be furnished shawing a design mix which
rr�eets the Specifications.
c. Unless noted otherwise, testing of the materials, ready mix, transit mix, or central
plant concrete will be by an independent testing agency. The independeni testing
agency will be appra��d by the Owner and paid by the Con�ractar. A sumrr�ary af ali
t�sts perforrned wil[ be available. No concrete shali be p6aced without a
representative presen� at either the plant or at the Site.
d. l�nless th� Owner's labaratory is on the Site, pravide housing for the curing and
storage of test specimens and equipment.
2. Siurnp Test: Slump tests, in accordance with ASTM C143, shali be usec[ to indicate the
warkal�ility and cansistency af the concrete rr�ix from batch to batch. Generaily, a sfump
test shall be made at th� star� of aperations each day, at reguiar intervais throughout a
warking day, and at any time when the appearance of the concrete s�aggests a change in
uniformity.
3. Air Content Test: Tests for the concrete's air content shall be made in accordance with
ASTM C231 or ASTM C173, at the point of delivery af concrete, prior to placing in farms.
The test shal! �e made frequentiy to rnonitor a praper air conient unifarm from batch to
batch.
4. Temperature Test: Test for the cancrete's temperature in accardance with ASTM C1q64
and as follows: the temperature af the concrete to be placed shall be taken with a
thermometer imm�diateiy before p{acerr�ent, with the point ofi measurerr�ent being in
the chute or E�ucket. Temperature test shall be performed for each truck. Record
temperatures on batch tic€cet.
CITY OF �qit7 WOR7H Westside Water Treatment Plant Bpckup Generators
CITY PROJECT NLtMBER: 10341a
03 30 QO - 30
CAST-tfV-P€AC€ CONCRETE
Page 3� o€ 35
S. Compression Test:
a. Compression test specirnens shall be 6-by-�.2-inch concrete eylinders made and
cured in accordance with ASTM C31. !f the r�aximum aggrega�e siz� is no iarger
than �. inch, �#-�y-S-inch concrete cylinders are acceptable. IVo fewer than two 6-by-
12-inch or three 4-by-8-inch specimens s�alf be made for each test 5ampl�.
Sarrtples shall be taken at a minir�um of every 5� cubic yards of concrete far each
class placed. At feast one set of test �pecimens per day shall be made for e�ach class
af concrete used that day. Specimens shall be cured ►ander labaratory conditions
specified in ASTM C31. Additianal concrete cylinders rnay Fie required far curing on
the job under actual jol� curing conditions. These Samples cauld be required when:
1). There is a possibility of the air ternperature surrounding the cnncrete falling
below 40 F, or rising abo�e 9C} F.
2J. �"he curing procedure may need to E�e impro�ed and/or lengthened.
3). 1t is n�cessary to determir�e when the structure may be put into service.
Compressinn s�r�ngth tests shall be made on the laboratory-cured and jab-cured
concrete cyEinders at 7 and 28 days, in aecordance with ASTM C39. The �alue of
each test result s�all be the average compressive strength of all of the cylinders in
the test Sample. All cylinders within a test Sampie shail be taken a� the same time
fram the same batch of cor�crete. F'or the Z8-day cylinders, the strength level st�all
I�e satisfactory if the a�erages of ail sets of three consecutive sirength test results
exceed the rec�uired design compressi�e strength, and no individual strength test
result falls below the required compressive strength by more than 5Q4 psi.
6. High �arly Strength Concrete Test: When Type "I!I" �[igh Early Strength Portland cement
is used ins�ead of Type "I° Portland cement, the minimum allowable 28-day s�rength for
Type "I" Portland cement concrete shal{ be at 7 days. �he ages at �im� of test for Type
"!II" shall be 3 days and 7 clays, instead of 7 days and 28 days, respectiveiy, for Type "I."
7. Failure to Meet Requiremer�ts:
a. Should the 7-day strengt�s shown E�y the kest speeirnens fail below the required
values, addiiional curing shall be performed on those portions of the structures
represented by the test specirnens at the Contractar s expense. Test cores sha1) be
obtained and tested in accordance with ASTM Test Method for Obtaining and
Testing [�ri{led Cores and Sawed Beams af Concrete, Designation C 42. [f additional
curing does not give the streng�h required, the Owner reser�es �he right to require
strengthening, replacemen� of those substandard pnrtians of the structure, or
additional testing, at the Contractar's ex�ense.
b. Upon receipt of the Cantractar's written request, substandard concrete wark may
be r�examined in plaee by r�ondestrueti�e testing methods or core Samples, in
aceordance with ACI 3E11. The services af an independ�nt testing laboratary shall be
retain�d and all expenses paid without compensation from the Qwner. La�aratory
results shall be evaluated �y the Engineer, who shall make th� final decision an
accep�ability of the cancrete in question. Core Sample holes shall �e repaired.
CI7Y bF FpRT WORTH Westside Water TrepYment Plont 8ackup Generators
CITY PROJECT NUMB�R: 103410
a33000-3i
CAST-SN-PCACE CONCRETE
Page 31 af 35
Nondestructive Testing: : Impact hammer, sonoseope, ar other nandestructive
device �ay be permitted by Engine�r b�at will not be usecE as sole basis for approval
or rejeciion of cancrete.
d. Additional T�sts: Testing and inspee�ing agency shal! rrtake additional tests of
cor�crete when test results indicate that slurr�p, air entrainment, compressive
strengths, or other requirernents have not been met, as directed by Engineer.
Testing and inspecting agency may conduct tests to determine adequacy of cancrete
by cored cylinders eomplying with ASTM C4Z or by ather methads as directed by
Engineer.
B. The Owner may withhold payrneni far any section of concrete which dnes not rneet the
requirements of �he Specifications. Withheld payment shall be based upon the unit prices
established far concrete and reinforcing steel. Payment shall be withheld until ihe
unacceptabfe cancrete has been refinished, remaved and replaced or otherwise brought
into canforrr�ance with the Specificatians.
END OF SECTIDl�
CITY OF FORT WORTH Westside Water Treatment P1ant 8ackup Generatars
CITY PROJfCT Nl1Mk3ER: 103410
03 30 Ofl - 32
CAST-lN-PIACE CO1VCf2ET�
Page 32 nF 35
Praject i�ame:
FNI Project Number:
Project Lacatinn:
Owner:
General Contractor:
Mix Number / Class:
A. Mix Design:
Cement
Fly Ash
Other Cementitious Material:
Fine Aggre�ate
Coarse Aggregat�
Water
Water Reducing Admixture
High Ra�ge Water Reducer
Air Entraining Admixture
Other Admixture:
Slump
Gross Weight
Air Content
Water/Cement Ratia
B. Materials:
Concre#e Mix Desi n
�b/yd3
Ib/yda
fb/yd�
fb/yd3
Ib/yd3
Ib/yd3
oz/yda
oz/yd�
oz/yd3
nz/yd3
inches
Ib/yd3
percen�
Sauree ASTM Type Remarks
Cement
Fly Ash
Other Cementitious Mat�rial:
Fine Aggre�ate
Coarse Aggregate
Water
Wacer Reducer
High Range Water Reducer
Air Entraining
CITY OF �ORT WORTH �S/estside Wafer Treatmenf P1nnt 8ackup Generators
G7Y pRq1�CT NUMFSER: 103410
03 3fl €)0 - 33
CAST-IN-PLACE CONCRETE
Page 33 of 35
Source ASTM 7ype Remarfcs
Other Admixture:
C. i3etermination o� Average Strength Required (fer'):
1. Test Records Available:
A. 5urr�mary of Test Records (Provide Supporting Docurr�entation):
Test IVo. of `: `' Specified . Standard
Group Consecuti�e Strength De�iatian :
I�a . Tests i' ` (psi} [Psi) '
Average 5tancfard De�iation:
B. Standard be�iation Madification Factor (ACI 30 1, Tahle 4.2.3.3.aj:
C. 5tandard Deviation Used:
�. Average Compressive Strength Required:
2. Test Records �€ot Available:
A. Average Compressive Strength Required (ACE 30 1, Table 4.2.3.3.b, if required):
D. Qocumentation of Required Average Ca�rrpressi�e 5trength (Check Qne):
�. Field 5trength:
a. Field Strength Test Records (ACI 30 1, Table 4.Z.3.3.a): .*Complete Attachment A.
2. Tria! Mixtures:
a. Tria6 Mixt�res (ACI 3�1, Table 4.2.3.3.b, if required): .*Complete Attachmen� 8.
I, certify that the above information is correct and all gradations,
cement certifica�tons, and test results are lacated at our place of business far review by the Engineer.
Name:
Title:
Company:
Address:
CITY OF FORT WOiiTH
Date:
Westside Woter Treatment Plnnt 8ackup Generators
CIIY PROIECT NUNiB�R: 10341€l
03 30 00 - 39
CAST-IN-PLACE CONCRETE
Page 34 of 35
Attachment A
Documentation of Required Average Strertgth — Field Strength Reeords
€AC13D1, 4.2.3.4.a)
A. Summary of Test Recards (Provide Supporting DncumentationJ:
Wa�er-. Avera e
No. af Tests irr. Duration of �
Test Record Na. CementitiauS Stren th si
Recore[ Recnrct (days) � �!� ��
Materials Ratio
B. lnterpolation used?
1. Provide an interpolation cafculatian nr plo� of strength vers€�s proportians.
C. Submit the fallowing data for each mix:
1. Brand, type, and amount nf cement.
2. Brand, type, and amount of each admixture.
3. Source o� each material used.
�. Amount of water.
5. Proportions of each aggregate material per cubic yard.
fi. Gross weight per cubic yard.
7. Measured slump,
8. Measured air cor�tent.
9. ResulEs of consecutive strer�gth tests.
END OF ATTACHEM�NT A
CITY OF FORT WOf27H Westside Wpter Treatment Plant 8ackup Generators
CITY PR0IECT NE3MBER: 103410
03 30 OD - 3S
CAS7-€N-PLACE CONCRETE
Page 35 0€ 35
Attachment 8
Documentation of Requiret� A�erage 5trength — Trial M�x�ures
[ACi 301, �#.2.3.4.b)
A. Sumrr�ary of Test Record(s}:
7-Qay Tests 28-day Tests : Water-
Air .
Trial Mix Cementltious Slump Temperature
No. of : No. of Cantent
�o. Strength Strength ' Materials (in� . (Fj
Test Test ' (percent�
Cylinders �ps�� Cylinders ��Sjj ' Ratio
B. Maxirnum water-cerr�entitious materials ratio
1. Provide an interpoiation calculatiar� or plot of strength versus water-cementitious materials
ratio.
C. Submit the follnwing data for each mix:
1. Brand, type, and amount of cement.
2. Brand, type, and amount of each admixture.
3. Amount of water used in trial rnixes.
4. Propartions af each aggregate material per c�abic yard.
5. Gross weight per cubic yard.
5. Measured slump.
7. Measured air content.
8. Cornpressive sirength deveioped at 7 days and 28 days, from not less than three test cylinders
cast for eac� 7-day and 28-day test.
END OF ATTACHMENT B
CITY OF FORT WORTH Westside Water Treatment Plant Batkup Generators
CITY PROJECF NUMBER: 10341fl
034100-i
PRECAST CCiNCRE7E t3iJ3LD[NGS
Page 1 of 4
03 43 OD PRECAST C�NCRETE BUILDIIVGS
1.00 GENERAL
1.D1 WORK INCLUDED
A. FurnisE� labor, rrtaterials, equipment and incidentals necessary to instaN precast cnncrete
buildings.
�..02 PRICE AND PAYMENT PROCEDURES
A. Measurert�ent and Payment
1. Measurement
a. This itern is considered subsidiary to "Precast Efectrical Building".
2. Payment
a. The work perfor�ned and the materials furnished in accordance with chis item are
subsidiary to �he item "Precasi Electrical Building" and no other campensation wilf be
al[awed.
1.03 QUALfiY ASStJRANCE
A. besign Criteria: Each building shall be designed and constructed in aceordance with the
follnwing design parameters:
1. Dead ioad: Weight of structure and superimposed loads, including lighting, cable trays
with cables, and canduits.
2. Rnnf Live Load: 20 psf.
3. Wind Load: 135 mph Ultirna�e Wind Speed, Exposure C, Risk Category Il.
B. Manufaeturer's Representative: Provide the ser�ices of a rrianufacturer's representaiive in
accordance wiih 5ection 01 75 00 "5tart�ng and Adjusting."
C. Experience Requirements: The precast concrete �uilding manufacturer shafl have at least 5
years of successful experience in €he design, manuiacture, and erectian of b�ildings of the type
and size specified. �'he manufacturer shall be a produeer rnernber af National Precast Concrete
Association and/or Architeetural Precast Association. The manufacturer shall be EASI-S�T
Industries, Speed �ab-Crete, Lonestar Prestress Mfg., Inc., or an approved equal.
1.04 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 fl0 "Submittal Procedures" and shall
inc{ude:
1. Shop �rawings a�td engineering calculations signed and sea9ed by a professional engineer
kicensed in the state where the Project is located.
2, pperation and Mainter�ance Manuals.
3. Equipment lnstallation Report.
CITY C3f FORTH WORTN Westsrde Water rreatment PIQnY 8ackup Generamrs
CITY PROJECT NUMSER: 10341D
o3aiaa-z
i'RECAST CONCf2E7E BtJII pINGS
Page 2 of 9
�..05 SiANDARDS
A. f'recast concrete buildings shail �e designed and constructed in accordance with local, state
and nationaf codes that have jurisdiction or authority o�er the Work. If the standards and
codes conflict with eaeh ather, the most stringent shall apply.
B. T�e applieable provisions of the follawing standards shal! appfy as if written here in their
entirety:
ACI 318 Building Code Requirements for Reinforced Cancret�
A5CE 7 Minirn�m �7esign Loads far Buildings and Other
Struct�re5
Concr�te Reinforcing Steel Institute Manual of Standard Practice
International Code Council International Building Code
1.06 DELIV�RYANDSTQRAG�
A. Building components shalE be delivered to the 5ite along with all accessories and fasteners,
Provide a means for un[aading and handling at the job Site. If companents are stored prior to
erection, place on wnod runners raised a�ove ground level. Protect from damage.
2.00 PRO�UCTS
2.01. MATERIALS
A. Fasteners: �./2-inch diamet�r stainless steel balts.
B. Caulking: Sikaflex -1a, lirnestone, as manufactured by Sika Corporation, or appro�ecE equal.
C. Reinforcing Steei: ASTM A615, Grade 6Q.
2A2 MIXES
A. Concrete: Steel reinforced, polyprnpylene fib�r reinforced, 50(}0 psi minimum 28-day
compressive strengkh, air entrained in accardance with ASTM C260.
2.03 FABRICATIQNS
A. The building shall �e precast concrete witf� scheduled dimensions and 3-inch roaf averhang an
all sides. Exterior walls shail have exposed aggrega�e finish. Interiar walls shall have a smooth
steel farrn finish. The roof s�all have a smooth travel finish sealed with a clear waterproofing.
8. Panels shall be securely fastened tog�ther with 3/8-inch thick stainless steel brackets.
Anchoring and mountir�g hardware shall be sta�nless steei. Joints between panels shall be
caulked on the exter[or sur�ace of the joints.
G The precast building shall be installed cort�plete with foundatian as shown on the Plans. The
foundatian shalf be castan-place by th� Contractor. The rrtanufacturer ar�d Contractor shall
coordinate all hardware to be cast into the slab.
CI TY OF fORTH W ORTH Westside Wa ter Treatmen t Plant Dockup Genera [ors
CITY PR03EC7 EVUMB�R: 103410
�3aiaa-3
PRfCAST CONCRETE 8VILDING5
Page 3 of A
D. The manufact�rer shall fumish and install a wall-mounted exhaust fan oi schedufed capac[ty,
with insect screen, and have an adequately sized intake Inuver appasite from the fan.
E. Doors ar�d frames shal! camply with Stee! [700� Ins�itute (S[�I 10a) "Recammended
Specifications for 5tandard 5tee[ i�oors and Frames", and as specified herein. The building shall
be equipped with 18 gauge meta[ doors as scheduled, with honeycomb core, CECO Regent
#RB6068MRHRA-801, or equal. Door frarnes shall be bonderized and paint�d with one coat of
rust inhibitive primer, SF343�0�6fl68RHRA-601. Where scheduled, provide 12-inch by 12-inch
gas-tight windaw of wire-reinforced glazing.
F. Door hardware shall �e vandal-proof and constructed of s�ainless steek.
1. For standard personnel access doars a deac{bolt lockset with satin finish stainless steel and
matching keys shail be provided. Hinges shall be stainless steel ball bearing with non-
removable pins. Surface bolts may be stainless steel. An aluminurn threshold with
neoprene insert shall be pro�ided. Doar staps far securing the doors full apen shall be
provided. Provide stainless steel hydraulic elosure mechanism an each door. Equip 4ne
daor of each �air with panic type hardware.
For access contrnl doars a�adge reader and associated electronically acEuated locking
hardware must be included in addition to the appur�enant hardware fisted in section 1
a bove.
G. Overhead Coifing Qoor shall be as specified in Section D8 �3 23 OVERHEAD COILING DOQRS.
The building contractor shall coordina�e with the overhead cailing door suppfier and installer
and coordina�e penetraCions and ma�nting.
H. Packaged wall-rnount air eonditioning shall be as specified in 5ection 23 81 �.3 PACKAGED
WALL-MOUNT AIR CONDITIONIiVG UN1T5. The bt�ilding contractor shalE coordina�e with the
air-conditioning subcantractor and caordinate penetrations and rnnunting.
I. All opening in the wal{s for wal!-mount air cnnditioning unite shall be coordinated with
Mechanical and Electrical drawings with respect to size and location of the openings prior ta
fabrication.
1. Provide {ight fixtures as indicaied on the Plans.
K. �ightning prateciion shall be as specified in Sectian 26 41 13, LIGHTN{NG PROTfCTION F�R
STRUCTEJRES. The building eontractor sha{l caardinate with the lightning protection
subcontractor and coordinate a!I connections and hangers. The hangars and accessories for
the lighting proteetion system shak! be discnniinuo€�s with the prestressing wires, reinforcing,
ar other meial components of the building.
L. All efec�ricai work shafl camply with �ivisian 2� Specifications and shall be cor-npleted under
the direct supervision of a Master Efectrician holding a current license in the sEate in which the
Project is located.
M. Pravide all electrical out[ets and appurtenances indicated on the plans and required by the
National Electric Code.
N. All Wnrk shaEl com�ly with the la�est version of t�e Natinnal �lectric Code and local ordinances.
ClTY OF FORTH WDRTH Westside Wacer Treat»�ent Plant 8pckup Generators
CITY PROJECT NUMBER: k03410
034tOD-4
PftECA57 CONCRETE 8UILDINGS
Page 4 of 4
Q. Pravide power distribuiion panel in the building with a main circuit breaker. Electrical system
for the building shall be cor�piete, with a singl� point of cannection for the electrical service.
3.00 EXECUTlDN
3.01 PREPARATION
A. Shave all protruding polypropyiene fibers flush with walls �rior to painting. Paint interior walls
with one coat of interior cancrete and masonry primer and 2 coats of interior low-luster acrylic
enamel. Paint doors and frames wit� one coat of acrylic-latex paint far exterior application.
Paint colnr tn be sel�cted by tf�e Owner.
3.Q2 I�lSiALLATION
A. Install the building in strict accordance with the manufacturer's recommendatians and as
shown on the Plans.
3.03 FIEG.D QllALITY CONTROL
A. l)pan ins�allation, the building shall be level to within O.D1 foot in eac� direction, and plumb tn
withir� 1/4 inch.
3.04 SCNEDUL�S
A. Buildings shall be furnished in accardance with the fallowing sch�duEe:
Building Narr�e. Ou#side Dimensinns Door No.
(L X W x �Ij & Rimensions
Electrical Building 72 -0 42 -0 14 -0 �nur 3'-0" X 9'-0" X 1-1/2"
{fnterior Clear Height] Overhead coiling 12'-Q"
END OF SECTION
CITY OF FORTH W�RTH Westside Water 7reatment Plant f3ackup Generotors
CITY PR0IECT NlJMf3ER: ip3qJp
DTvlslo�v os
METALS
os si aa - �
M�TAI. STA3RS AN� PLATFORMS
Page � of i
05 510Q ME�TAL STAiR5 AlVD PLATFORMS
�..00 G�N�RA�
1.01 RELAT�D DOCUMENTS
A. Drawings and general prnvisions of the Contract, including General and Suppiementary
Conditions and Divisian 01 Speeification SecEions, apply to this Section.
�.02 PR{CE AND PAYMENT PROCEDUR�S
A. Measurement anc[ Payment
�.. Measurement
a. Tf�is Iterr� is considered subsit�iary to "Metal Platforms at Generatars".
2. Paymertt
a. The wark performed and the materiais furnished in accordance with this Item are
s�absidiary to the item "Metal Pfatforms at Gen�rators° and no other compensation
will f�e allowed.
1A3 Sl1MMARY
A. Section Includes:
1. Industria6-typ� stairs and platforms with st�el grating treads.
2. 5tee! tul�e railings attached to metaf stairs and p€atform.
�. Steel tube handrails attached ta walfs adjacent to metal stairs.
B. Refated Sections:
1. Section 05 52 13 "Pipe and Tube ftaifings" far pipe and tube railings.
1.04 PERFORMAIVCE REQUIREMENTS
A. Delegat�d Design: Desigr� metal stairs, including comprehensive engineering analysis by a
qualified professiona! engineer, using perfarmance requirements and design criteria
indicated.
B. Structura l Performance of Stairs: Metal stairs shall withstand the effects of gravity loads
and the following loads and stresses within limits and uncEer canditions indicated.
1. Uniform i.oad: 100 Ibf/sq. ft. (4.79 4cN/sq. mj.
2. Cancentrated Load: 300 (bf (�.33 kN) applied on an area a# 4 sq. in. (2580 sq. mmJ.
3. Uniform and eoncentrated loads need not be assumed to act eoncurrently.
4. Stair and Platform Framing: Capable of withstanding stresses resuiting frotn railing
loads in addition to loads specified above.
5. Limit deflection af treads, pfatforms, and framing merr�bers to �/360 ar 1/�4 inch (6.4
rr�mj, whiche�er is less.
CITY O� FORT WORTW Westside WaYer Treatment Plant Backup Generators
CITY PROJECT NUMB�R: 103410
OS 51 O(3 - Z
METAL STAIRS AND PfATFOfiMS
Page 2 of 7
C. Structuraf Performance of Railings: Railings shall withstand the effects of gra�ity loads and
the foflowing loads and stresses within limits and under conditions incEicated.
l. Handrails and Tap Rails nf Guards:
a. UniForm load of 50 Ibf/ ft. �0.73 kN/mJ applied in any direction.
b. Concentrated load of 200 Ibf (0.89 kNJ applied in any direction.
c. Uniform and eoncentrated loads need not be assumed to act cancurrently.
2. Infill of Guards:
a. Concentrated load of 5[} (bf (�.22 kN} applied horizor�tally on an area of 1 sq. ft.
{0,093 sq, m).
b. lnfill laad and other loads need nat be assumed tp act concurrently.
1.�5 ACTION SUBMIT�'ALS
A. Product Data: �ar me�al stairs and platforms and the failowing:
�. Abrasive nosings.
Z. Grout.
B. Shop Drawings: Include pians, elevations, sectians, cEetails, and attachments to other work.
C. Samples for Verification: �or the fallowing products, in manufacturer's standard sizes:
1. Grating treads.
2. Abrasive r�osings.
D. Defegated-Desi�n 5ubm[ttal: For instali�d products indicated tn comply wi�h perfarmance
requirements and design criteria, including analysis data signed and sealed by the qualified
professional engineer responsible fnr th�ir preparation.
1.06 INFORMATIONAL SUBMITTALS
A. Qualificaiion Data: �or qualified professianal er�gineer.
8. Weldirtg certiFicates.
C. Product Test Repnrts: 8ased on evaluatian of com�rehensive tests perforrned by a qualified
testing ag�ncy, for stairs, platfarms and railings.
1. Test railings according ASTM E894 and ASTM E935.
1.07 QEIALITY ASSURANCE
A. Installer Qualifications: Fabricatar of products.
B. NAAMM Stair 5tandard: Comply with "Recommencfed Voluntary Minimum 5tandards for
Fixed Metal Stairs" in NAAMM AMP 510, "Metal Stairs Manuai," for cfass of stair designated,
unless mare stringent requirements are indicated.
1. lndustrial-7ype Stairs: Industrial class.
CITYOF FORT WORTH Westside WaterTreatment Alant Bpckup Gerterators
CITY PROJECT NUMBER: iD3q10
ass�oo-�
METAL STAIRS AND PIATFORMS
Page 3 of i
C. Weld'fng Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.�M,
"Structural Welding Code - Steel."
1.08 COQRDINATION
A. Coordinate selection of shop primers with topcoats to E�e applied o�er them. Comply with
paint and coating manufacturers' written recommendations to ensure that shop primers
and topcoats are compatib[e with one anather.
B. Coordinate insta[la#ion o� anchnrages far metal stairs. Furnish setting drawings, templates,
and directions for instailing anchorages, including sleeves, concrete ins�rts, anchar bolts,
and items with integral anchors, that are to be eml�edded i� concrete ar rnasanry. Deliver
such items to Prajec� site in time for installation.
2.D0 PRDDUC�'S
2.01 M�TA�S, GEN�RAL
A. Metai Surfaces, Generai: Pro�ide materiais with smooth, fla� surfaces unless otherwise
indicated. For tomponents expased to view in �he completed Work, pro�ide materials
witho�t searr� rriarks, roller marks, rolled �rade names, or blernishes.
2.02 FER�20U5 MfTALS
A. Steel Plates, Shapes, ant� Bars: A5TM A36/A36M.
B. Steel Tubing: ASTM A5q0.
C. Steef Bars for Gratir�g �'reacfs: ASTM A36/A36M or steel strip, ASTM A1011/A1011M or
ASTM A1018/A1018M.
D, Wire Rod far Grating Crassbars: ASTM A510 (ASTM A510M}.
�. Cast lron: Either gray iron, ASTM A48/A48M, or malleable iron, ASTM A47/A47M, unless
otherwise indicated.
Z.03 ABRASIVE N�SINGS
A. Cast-Metal lJnits; Cast iron, with an integra) abrasive, as-cast finish consisting of aluminum
oxide, silieon carbide, or a car�bination of bo�h. Fabricate units in ler�gths necessary ta
accurately fit openings ar candttions.
1. Manufacturers: Subjeet ta campliance with requirements, available manufact€�rers
offering praducts that may be incnrparated into the Wark include, but are nat iimited
to, ihe folfowing:
a. American Safeiy Tread Co., Inc.
b. Balco I nc.
c. Barry Pattern & Faundry Co., lr�c.
d, Granite State Casting Ca.
e. Safe-T-Me�al Company, lnc.
CI7Y dF FORF WORTH WesYside Water irentment Plant Backup Generators
qTY PROJECT NUMBER: 103410
OS Si D0 - 4
METAL STAINS AN(] PLATFORMS
Page 4 af 7
f. Wooster Products Inc.
2. Canfiguration: Cross-hatched angie-shaped units, same d�pti� as bar-grating ireads and
1 to 1-1/2 inci�es (25 to �8 mrn) wide.
2.04 FAS7ENER5
A. General: Provide zinc-piated fasteners with coat9ng cornplying with ASTM 8633 or ASi�M
F1941 (ASiM F194�.Mj, Class Fe/Zn 12 for exteriar us�, and Class Fe/Zn 5 where bui(t into
exterior walls. 5efect fasteners far type, grade, and class required.
Z.05 MISCELLANEOUS MAi'ERIALS
A. Welding Rods and Bare Electrodes: 5e(ect according �o AW5 specificatEons for metal alloy
welded.
B. Galvanizing Repair Paint: High-zinc-dusf-content paint complying with SSPC-Paint 20 and
campati�le with }�aints specified to be used over it.
C, iVonshrink, Nonmetallic Grout: Factory-packaged, non-staining, nancarrnsi�e, nongaseous
grnut compiying with ASTM C1107, Provide grout s�ecificaily recommended by
manufacturer for interior and exterior applications.
2.Q6 �ASRICATIQfV, GENERA�
A. �rovide carripleta stair and platform assemblies, including metal framing, hangers, struts,
railings, e(ips, brackets, bearing plates, and other components necessary to support and
anehor stairs and �latforms on supparting structure.
1. Join components by welding unless ot�erwise indicated.
2. Use connections that rnaintain struci�ral value of jained pieces.
B. Preassembled Stairs and Piatforms: Assemble stairs and �latforms in shap to greatest
extent possible. Disassemble units only as necessary far shipping and handling limitations.
Clearly mark units for reassembly and coordinated installation.
C. Cut, drilf, and punch metals cleanly and accurately. Remnve burrs and ease edges �o a
radius af approximately 1/32 irich (1 mm) unless otherwise indicated. Remo�e sharp or
rough areas an exposed surfaces.
D. Form bent-me�al corners to smallest radius possible without causing grain separation or
otherwise irr�pairing work.
�. Form exposed work with accurate angles and surfaces and straight edges.
F. We(d connections to comply with the fo(lowing:
1. Use materiafs and methods t�at minirnize distortion and develop strength and corrosion
resistance of base metais.
2. Obtain fusion without undercut or overlap.
3. Remav� welding flux irnmediatefy.
4. Wefd exposed eorners and seams continuously unfess otherwise indicated.
CITY pF FORT WORTH
Westside Water Treptment Piant BQckup Generators
CiTY PROJEC7 tVUMBER: 103410
as si oo - s
METAL STAIRS AND PLATfORMS
Page 5 of 7
5. At expased connections, finish exposed welds to comply with NOMMA's "Voluntary
loint Finish Standards" far Type 2 welds: completely sanded joint, some undercutting
dRC� �]Ii1ilO�E'S OiC�v.
G. Farm exposed cannections with hairline joints, flush and smooth, using concealed fasteners
where possible. Where exposed fasteners are required, use Philiips flat-head (countersunk)
screws or bolts unless otherwise inc[icated. Locaie joints where feast conspicuous.
N. Fabricate joints that will be exposed to weather in a manner ta excfude water. Provide
weep holes wh�re water may accur�ulate.
207 STEEL-FRAMED 5TA1R5 AND PLATFORMS
A. Man€�facturers: Subject to compliance with requirements, availabfe man€�facturers offering
products that may b� incorporated into the Work incfude, E�ut are not limited to, th�
following:
1. Alfab, Inc.
2. Arnerican Stair, Inc.
3. Sharon ComPani�s Lid. (Thej.
B. Stair and Platform Framing:
�.. Fabricate stringers of steel pfates, channels, or tubes.
a. Provide closures for exposec[ ends of channel or tube stringers.
2. Construct platforr�s of steei plate, channel, or tu�e headers and misceflan�ous framing
members as needed to comply with performar�ce requirements.
�. Weld ar bolt stringers to h�aders; weld ar baft framing members ta stringers and
headers. If using laolts, fabricate and join sa bolis are not exposed on finished surfaces.
C. Metal Bar-Grating Stairs and ��atforrr�s: Form treads and piatforms to con�igurations shown
from metal E�ar grating; fabricate to corr�ply with NAAMM MBG 531, "Meta! Bar Grating
Manual."
1. Fabricate treads and platforms from welded or pressur�-locked steel grating with
openings in gratings no more than 3/4 irtch {19 mmj in least cEimensian.
2. 5urfaee: Serrated.
3. Finish: Galvanized.
4. FaE�ricate grating treads with cast abrasive nosing and with steel angle or steel plate
carrier at each end for stringer conneciions. Secure treads to stringers with boits.
5. Fabricate grating platforms with nasing rr�atching that on gra�ing treads. Provide
toeplates at npen-sided edges af grating platforrns. Weld grating to platform framing.
2.08 STAIR ANR PLATFORM RAILlNGS
A. Comply with applicable requirements in Section 05 52 13 "Pipe and Tube Railings."
2.09 FINISH�S
CITY OF fQRT WORiFi
Westsrde Water Treatment P1anf Backup Generators
CITY PRpJECT NUM8Eft: 103410
ossioa-6
METAL STAIRS AN� plA7FORM5
Page 6 of 7
A. Comply with NAAMM's "Metal Finishes Manc�al for Architectural and Meta[ Praducts" far
r�commendations for applyi�g and designating finishes.
B. Finish metal stairs after assembly.
C. Galvanizing: Hnt-dip galvanize iEems as indicated ta comply with ASTM A153/A153M �nr
steel and iron hardware and with AS7'M A1.23/A�.23M for other steel and iron products.
1. Fill vent and drain holes that wiil be exposed in finished Work, unfess indicated tn
remain as weep holes, by piugging with xinc soider and filing off srr�antl�.
3.00 EX�CUTION
3.01 iNSiALLATION, GENERAL
A. Fastening ta In-P(ace Construction: Provide ancharage de�ices and fasteners where
necessary f�r securing meta( stairs to in-place construcCion. Incl�ade threaded fasteners for
concrete and �-rasonry inserts, through-bolts, lag bolts, and other connectars.
B. Cutting, Fitti�g, and Placement: Perform cutting, drilling, and fitting required for ir�stailing
metal stairs. Set units accurately in locatian, alignrr�ent, and elevatian, measured fram
established lines and levels and �ree aF rack.
C. Provide temporary �racing or anchars in formwork for items that are to be built inta
concrete, masonry, or simiiar construc�ion.
D. Fit expased cnnnections accurately togeth�r to form hairline jaints. Weld connections that
are rtat to be left as exposed joEnts but cannot be shnp welded because of shipping size
limitations. Do r�ot weld, cut, or abrade surfaces of exterior uni�s that have been hot-dip
galvanized after fabrication and are for bolted or screwed field connections.
�. �ield Welding: Camply with requirements for welding in "Fabrication, General" Article.
3.02 IN5TALLING METAL STAIR5 AND PLATFORMS WITH GROUT�p BASEPLAT�S
A. Clear� concrete bearing surfaces of bond-reducing materials, and roughen to improve bond
to surfaces. Clean bnttom surface of basep[ates.
5et steel stair baseplates on wedges, shims, ar leveling nuts. After stairs have ��en
positioned and aligt�ed, tighten anchor bolts. Do not remo�e wedges or shims but, if
pratruding, cut off flush with edge of bearing plate before packing with groui.
1. Use nanmetallic, nonshrink grout unless otherwise indicated.
2. Pack �rout salidly between bearing surfaces and plates to ensure that r�o voids remain.
3.03 lNSTALLING RAILINGS
A. Adjust railing systems before anchoring to ensure matching alignment at abutting jaints.
5paee posts at spacing indicated or, if not indicated, as required by design laads. Plumb
pasis in each directinn. Secure posts and rail ends to building canstruction as fol(ows;
�. Anchor posts to steel by welding directly ta steel supporting members.
3,p4 AI�J!lSTING AND CLEANING
CITY OF FOftT Wfl€iT#i
Westside Wnter Treofinent l'lant Bnckup Generators
CITY PROJECT Nl1M$ER: 103410
ass�ao-�
IVIETAL STAIRS AND PLATFORMS
Aage 7 of 7
A. Galvanixed Surfaces: Clean iield welds, bolied connections, and abraded areas and repair
galvanizing ta comply with ASTM A780.
END OF 5�CTION
CITY OF FOI�T WORTH
Westsrde Wafer Treatment Piant Backup Generators
CI7Y pROJECT NUM8ER: 1fl3410
OS 52 13 - 1
PSPE AN6 TUBE RAILiNG5
Page 1 of 8
05 52 �3 PiPE AN[7 TUBE RAILINGS
i.00 GENERAI.
1.01 fiELATED D�CUMENTS
A. Drawings ancf general pro�isions af the Contraci, including General and SuppEementary
Conditions and Division �1 Specificatian Sections, apply �o this 5ection.
1.02 PRICE AND PAYMENT PROC�DURES
A. Measurement anc� Payment
1. Measurement
a. This Item is considered s�absidiary to "Metaf Platforms at Generators".
2. Payment
a. The work perforr�ed and the materials furnished in accarc�anee with this lt�m are
su{�sidiary to the item "Metal Platforms at Generatars" and na other compensation
wil[ be allowecf.
1.03 SUMMARY
A. Section Includes:
1. Stee{ pipe railings.
B. Reiated Requirements:
1. 5ectian 05 5100 "Metaf Stairs and platfarms" for steel tube railings associated with
metal pan stairs.
1.04 COORbINAiION
A. Coordinate installatian of a►�charages for railings. Furnish setting drawin$s, templates, and
directi�ns for installing anchorages, ine[uding slee�es, concrete inserts, anchor bolts, and
items with fntegraf anchors, that are ta be embedded in concrete or masanry. Deli�er such
items to Project Site in tirne for insta{lation.
B, Schedule installatian so wall attachments are made or�ly ta completed walls. Do not support
railings ternporarily by any �neans that do not satisfy struetura! performance requirements.
1.05 ACTION SUBMITTALS
A. Product Data: For the following:
�. Manufacturer's product lines of inechanically connected railings.
2. Railing bracicets.
B. Shap Drawirtgs: lnciude plans, elevations, seetions, details, and a�tach�ents to other work.
C. Delegated-�esign 5ubmittal: For railings, includin� anafysis data signet� and sea[ed by tt�e
qualified professional engineer responsible far their pre�aration.
CITY OF FDRT WORTN Westsrde Water Treatment PJant 13ockup Generatnrs
Ci7Y PROIECT NUMBER: 10341a
055213-2
PIPE AND Ti18E RAILINGS
Page 2 of 8
1.06 INFORMATfONAL SUBMiTTALS
A. Product Test Reports: For pipe and tube railings, for tests performed by a qualified testing
agency, according ta ASTM E894 and ASTM E935.
8. Evaluatian Reports: For post-installed anchors, from lCGES.
1.07 QUALITY ASSURANCE
A. Weldir�g Quaiifications: Qualify procedur�s and persannel according to the fol(owing;
1. .AWS D1,�/D1,1M, "Siructurai Welding Code - Steel."
1.08 D�LEVERY, ST�RAGE, AND HANDLING
A. Protect rnechanical finishes on exposed surfaces from damage �y applying a strippable,
temporary proiective covering befare shipping.
1.09 FIEL[] CONDfT1C)N5
A. Field Measurements: Verify actual locatinns of walls and other construction contiguous
with metaf fabrications by fiefd measuremenis before �abrication.
2.00 PRODUCTS
2.01 MANUFACTURERS
A. Steel Pipe and Tube Railings:
1. �iollaender Mfg. Co.
2. Kee 5afety, Inc.
3. R& B Wagner, Inc.
4. Trex Cammercial Products,...
5. Tuttle, a Dant Claytan Di...
6. ViVA RaiEings, LLC
B. Saurce Limitatians: Obtain each type of railing frorn single source from sin�le manufaciurer.
2.02 PERFC)RMANCE REQi11REME�fTS
A. Delegated Design: Engage a qualified professionai engineer, as defined in Seciion O1 40 00
"Quality Requirements," to design railings, including attaehment to building construction.
S. 5tructural Perfarmance: Raiiings, inclucEing attachmer�t to building construction, shall
withstand t�e effects of gravity loads and the fallowing loads and stresses within limits and
under conditio€�s indicated:
1. Handrails and �'op Rails of Guards:
a. Uniform load of 50 fbf/ ft. (n.73 f�N/rn) applied in any directian.
b. Coneentrated load nf 20D lbf (0.89 kN) applied in any direction.
CITY OF FqR7 WOR IH Westside Water Treatment Alont Backup Generato�s
CITY PROJECT Nt1iV1[3ER: 1q3410
055213-3
PIPE ANQ TUB� RAILINGS
Page 3 of 8
c. Uniform and concentrated laads need not be assumed to act cancurrently.
2. Infill of Guards:
a. Concentrated {oad af 50 Ibf (0.22 kN) applied horizantally on an area of 1 sq. ft.
{O.a93 sq. m).
b. Infill load and other loads neecf not i�e assumed to act cancurrenEly.
C. Thermal Movements: AI[ow for therrr�al movements from ambient and surface temperature
changes.
1. Temperature Change: 120 deg F(67 deg C), ambient; 180 cEeg F(1�0 deg C, rnaterial
surfacesj.
2.03 METALS, GEi�ERAt
A. Metal Surfaces, General: Provide materials with s�nooth surfaces, without seam marlcs,
roller marks, rolled trade names, stains, discol�ratians, or blemishes.
8. Bracke#s, Flang�s, and Anchors: Cast or formed metal of same type of material and finish as
supported rails uniess otherwise indicated.
1. Provide type of bracket with predrilled hole far exposed �olt anchorage and that
pro�ides 1-�./2-ineh (38-mmj cl�arance from inside face of handrail to finished wall
surface or guardrail.
2.04 STEEL AN[� lR�N
A. Pipe: ASTM A53/A53M, 7ype F or Type S, Grade A, Standard Weight (Schedule 40), unless
another grade and weight are required by structural lnads.
1. Pro�ide galvanized finish for exterior installations and where indicated.
B. Pfates, 5hapes, and Bars: ASTM A35/A36M.
2.a5 FASTENERS
A. General: Provide the fallowing:
1. Hot-[7ip Gal�anized Railings: Type 304 stainless-steel or hat-dip zinc-coated st�el
fasteners complying with ASTM A�.53/A153M or ASTM F2329 for zinc coating.
2. Pra�ic�e exposed fasteners with finish matching appearance, including color and texture,
af railings.
8. Fasteners for Anchoring Railings ta Other Canstruetion: Selec� fasteners o# type, grade, and
class required to produee canr�ections suitable fnr anchoring railin�s ta other types af
construction indicated and capable of withstanding design loac[s.
C. Fasteners for Intercannecting Railing Components:
1. Provide cnncealed fasteners for interconnecting railing componen�s and for attaching
therr� ta other work, uniess atherwise indicated.
CITY flF fORT WORTH Westside Water 7reatment Flant Backup Gerrerators
CITY PROJECT NUM�ER: 103410
055213-4
P1PE AND TUBE RAILINGS
Page 4 of 8
Provide conceaied fasteners for interconnecting railing camponents and for attaching
them to other work, unless exposed fasteners are unavoidable ar are the standard
fast�ning methad for railings indicatecE.
D. Post-Installed Anchors: Torq€�e-controlled expansion anchors or cherr�ical anchors capable
of sustaining, withouk failure, a load equal to 5 times the load imposed when instalfed in
unit masonry and 4 times the load imposed when installed in concrete, as determinad by
testing according to ASTM �488/E488M, canducted by a qualified independent testing
agency.
1. Material for Interiar Locations: Carbon-steel cort�ponents zinc-platec� to comply with
ASTM 8633 ar ASTM F1941 (ASTM F1941M), Class Fe/�n 5, t�nless otherwise indicated.
MateriaE for Allr Lncatians and Where Stainless Steel Is Indicated: Ailoy Group 2(A4J
stainless-stael balts, ASTM F593 (ASTM �738M), and nuts, ASTM F594 (ASTM F83GM).
2.06 MfSCELLANEOUS MATERIALS
A. Welding Rods and Bare Electrodes: Select according tn AWS specifications far metal alloy
vvelded.
B. Etching Cleaner for Galvanized Metal: Complying with MP1�25.
C. Galvanizing Repair Paint: High-zinc-dust-content �aint complying with 55i'C-Paint 20 and
compatible with paints specified to 6e used over it.
D. Nonshrink, Nonmetallic Grout: Factory-packaged, r�onstaining, noncorrosive, nangaseous
grout complying with A5�'M C1107/C1147M. Provicfe grout specifically recommended by
manufacturer far interior and exterior applications.
�. Ancharing Cetn�nt: Factory-packaged, nonshrink, ROIl5t81Clfllg, hydraulic-control(ed
expansion cement farmulation for mixing with water at Praject Site to create pourable
anchoring, patching, and grouting compound.
1. Water-Resistant Product: Pravide formulation that is resistant ta erosion from water
expasure without needing protection by a sealer or waterpraof coating and that is
recommended by manufacturer for exterior use.
2.07 �ABRICATION
A. General: Fabricate railings to comply with requiremer�ts indicated for design, d€mensions,
rr�ember sizes ar�d spacing, details, finish, and anchorage, but not [ess than that required to
support structural foads.
Shop assemble railings to greatest extent possible to minimize field splicing and assembly.
Disassemble �nits only as necessary for shipping and handling limitations. Clearly mark units
for reassembly and coordinated installatinn. Us� cannections that maintain structural vaiue
of joined �ieces.
C. Cut, drill, and punch metals cleanly and accuratefy. Remove burrs and ease ed�es to a radi�s
of approximately 3./32 inch (� mm) unless otherwise indicated. Remove sharp or rough
areas on exposed surfaces.
D. �orm wark true tn line and level wit1� accurate angles and surfaces.
CI7Y OF FpFiT WORTH 4�Iestside Water Treatment Plont Bockup Generators
CiTY PROJECT NU{VIBEft: 1�341p
055213-5
PIPE Af�Q 7tSBE RAiLINGS
Page 5 of 8
Fabricate connections that are exposed ta weather in a rrtanner that excludes water. Pravide
weep f�oles where water may accumu6ate.
Cut, r�{nforce, dri{I, and tap as indicated ta receive finish hardware, screws, and similar
iiems.
G, Connections: Fabricate railings with either welded or nonwelded connections unless
otherwise indicated.
H. Welded Gannections: Cope components at connections ta provide close fit, or use fittings
designed far this purpase. Weld a!I around at connections, including at fittings.
1. Use materials ancf inethods that minimize dis�ortion and develop strength and corrasion
resistance of base meta{s.
2. Obtain fusion without undercut or overlap.
3. Remov� flux immediately.
4. At exposed connections, finish exposed surfaces smoo�� and blended sa no roughness
shows after fiinishing and welded surface rr�a�ches contours afi adjaining surfaces.
Nonwelded Conneetions: Connect members wi�h coneealed mechanical fasteners and
fittings. Fabricate members and fittings to procfuce flush, smaoth, rigid, hairline joints.
1. Fabricate s�lice joints for field connection Using an epoxy structural adhesive if th[s is
rnanufact€�rer's standard splicirtg method.
J. Forrt� Changes in C3irection as Fallows:
1, By bending or by inserting prefabrieated e9bow fiitings.
K. For ehanges in dir�ction made by bending, use jigs to produce uni#orm curvature for each
repetitive configuration required. Maintain cross section of m�mber thraughout entire bend
w€thout buckling, twisting, cracking, or otherwis� deforming exposed surfaces of
eomponents.
�. Clase expased ends of railing members with prefabricated end fittings.
M. Pravide wal[ returns at ends of walE-mount�d handrails unless otherwise indicated. Close
ends of returns unless dearanc� between end of rail and wall is 1/4 tneh �6 mm) or less.
N. Brackets, Flanges, Fittings, and Anchors: �rovide wall brackets, fianges, miscellar�eous
fittings, and anchors to intereonnect railing tnembers to ather work unless otherwise
indicated.
0. Pro�ide ir�serts and other anchorage devices for connecting rai{ings to concrete or masanry
work. Fabricate anehorage devices capable of withstanding loads impased by railin�s.
Coordinate anchorage de�ices with supporting structure.
P. �or railing posts set in concrete, provide stainless-steel sleeves nat less than 6 inches (150
mmJ iong with insici� dimensions not less than �/2 inch (13 mm} greater than ou�side
dimensions of post, with metal plate forming battom closure,
Q. For rer�ovable railing posts, fabricate slip-fit sackets fram stainless-steei tube or pipe whose
ID is sized for a close fit with pasts; limit move�ent of post without lateral laad, measured
CiTY OF FORT WORTH
Westside V1�ater rreatment Alnnt 8ackup Generntors
CITY €'ROIECT NUME3ER: 1034J.0
assz ��-s
PipE ANQ.TUBE RAILINGS
Page 6 of 8
at top, to not r�ore than or�e-fortieth of post height. Provide socket covers design�d and
fabricated to resist being dislodged.
1. �rovide chain with eye, snap hook, and staple across gaps formed by r�mo�able railing
sections at locations indicated, Fabricate from same metaf as railings.
R. Toe Boards: Where indicated, provide toe �oards at railings around openings and at edge o�
open-sided f[oors and plat�orms. Fabricate to dirr�ensions and details indicated.
2A8 STEELAND IRON FINlSNES
A. Galvanized Railings:
1. Hot-dip galvanize s�eel raiEings, induding �ardware, after fabrication.
2. Cor►-�ply with A5TM A123/A123M for hot-dip galvanized railings.
3. Comply with ASTM A153/A153M fnr hot-dip gal�anized harclware.
4. Fi![ vent and drain holes that are exposed in the finished Work, unless indicated to
remain as weep holes, by plugging with zinc soEder and filing off srnooth.
B. For galvanized railings, provide hot-dip galvanized fittings, brackets, fasi�ners, sleeves, and
oth�r ferrous components.
3.00 EX�CiJTfON
3.01 INSTAI.�.ATION, GENERAL
A. Fit exposed connections togetl�er to form tight, hairline jnints.
Aerforr� cutting, drilling, and fitting rec�uired for installing railings. Se� railings accurately in
lacation, alignment, and elevation; measured frorn established lines and levefs and free of
rack.
Do not weid, cut, ar abrad� surfaces of railing compnnents that are coated ar finished
after fabrication and that are intended for field connection by mechanical or other
means without further cutting ar fittin�.
2. Set }�osts plumb within a tolerance of 1/15 inch in 3 feet {2 rnm in 1 m).
3. Align rails so variatinns from le�el for horizantal members and �ariations from paraflel
with rake of steps and ramps far sloping members do not exceed 1/4 inch in 12 feet (6
mrn in 3.5 m}.
C. Control of Corrosion: Pre�ent galvanic actian and other farms of corrosion by insulating
rr�etals and other materials from direct contact with incompatible materials.
1. Coat, with a hea�y coat of bituminous paint, concealed surfac�s of aluminum that are in
contact with grout, concrete, masanry, wood, or dissimilar rr�etals.
D. Adjust railin�s before anchoring to ensure matching alignrn�nt at abutting joints.
E. Fastening to (n-Place Construetian: lJse anchorage devices anct fas�eners where necessary
for securing railings and for properfy transferring Ioads to in-place construction.
CITY Of f4RT WORTH
Westside Water 7reatment Plant 8ackup Generotars
CITY pRO1ECT NUNiBER: 1D341D
055213-7
PIPE AND TUBE RAlLIIVGS
Page 7 of 8
3.02 RAILING CONNECTIONS
A. Nonweided Connections: Use mechanical ar adhesive joints far permanently connecting
railing cornpone�ts. Sea! recessed hnles of exposed locking screws using plastic cement filler
eolared to match finish of railings.
B. Welded Connec�ions: Use fufly welded joints for pertnanently connecting railing
corr�ponents. Comply with requir�ments for wefded cannections in "Fabrication" Article
whether welding is performed in the shop or ir� the fiefd.
C. Expansian Joints: Install expansion joints at locatior�s indicated but not farther apart than
required to accomrr�odate thermal rt�ovement. Provide slip-jaint internaE slee�e extending 2
inches (50 mm) b�yond jaint an either side, fasten internal sleeve securely to one side, and
locate joint within 5 inches (150 rr�m) of past.
3.03 ANCHORING P05TS
A. Use meta! slee�es preset and anchored into cnncreYe for installing posts. After posts are
inserted into slee�es, f'til annular space between post and slee�e with nor�shrink,
nonmetallic gro�t or anchoring cement, mixed anc� plaeed ta comply with anchoring
material manufacturer's written instrucrions.
B. teave ancharage joint exposed with 1/8-inch (3-mr�-�j buildup, sloped away from post.
C. Anchor posts to metal surfaces with oval flanges, angle type, or floar type as required by
conditions, connected to �osts and tn metal supportin� memE�ers as fallows:
1. Far steel pipe railings, weld flanges ta post anc� bolt to rnetai supporting surfaces.
D. InsCa11 rema�able railing sections, where indicatec�, in slip-fit metal sockets cast in concrete.
3.a4 ATTACHING RAIlINGS
A. Anchor rai{ing ends at walls with round flanges anchored to wall construction and connecied
to railing ends using nanwelded cannections.
B. Anchar railing ends to rr�etal s€�rfaces wi�h flanges boEted to metal surfaces and connected
to railing ends using nonwelded connectians.
C. Attach railings to wall with wall brackets. Locate brackets as indicated or, if not indicated, at
spacing required to support structural loads.
�. Secur� wall brackets and raiiing end flanges ta building constructian as follows:
1. For concrete and salid masor�ry anchorage, use drilled-in expansion shields and hanger
or lag bnits.
2. For hoilow masonry anchorage, use toggle bolts.
�.05 ADJtJ5T{NG AND CI.�ANING
A. Galvanized Surfaces: C€ean field welds, bolted connectior�s, and abraded areas, and repair
gal�anizing to camply with ASTM A780/A78�M.
CITY Of FORT WQ[i7H
Westside Water Treatmenf Plai�t BQckup Generators
CITY PROJECTlV11MBER: 1434i0
055213-8
PlPE AND TfJBf ftAILINGS
Page 8 nf 8
�.06 PRQTECTION
A. Proteet finishes of raiii�gs from damage during canstruction periocE with temporary
protective co�erings appraved by railing manufacturer. Remove protective coverings at time
of Substantial Compfetinn.
END OF SECTiON
CITY OF FOR7 WORTH
Westside 1Noter 7reatment Plant Backup Generatars
CI7Y pROJECT NUMBER: 103410
DIVISION 08
QPENINGS
083323-1
OVERi�EAD CDILING []OORS
Page 1 of 8
Q8 33 23 �VERHEA� COfLING DOOftS
1A4 G�I�EFtAL
�.0� RELA�I'EL1 DOCUMENTS
A. Drawings and general provisions of the Contract, inclucEing General and Supplemer�tary
Candiiions and Division 01 Specification 5ections, apply to this Seetion.
1.02 PRICE AND PAYMENi PROCEDURES
A. Measure�eni and Payment
1. Measurement
a. This fter� is considered subsidiary to "Precast Electrical Building".
2. Paym�nt
a. The work performed and the materia{s furnished in accordance with this Item are
subsidiary to the item "Precast Eleetrical Building" and no ather compensation wi{I
be allowed.
1.03 SUMMARY
A. Section lncludes:
1. Ins�alatecE ser�ice daors.
B. Related S�ctions:
1. 5ection 03 4100 "Precast Concrete Building5" for door hardware.
�.04 PEf:FORMANC� REQUIREMENTS
A. Delegated Design: Design overhead coiling cloors, induding cnmprehensive er�gineering
analysis by a qualified professional engineer, using performance requirements and design
criteria indicated.
B. Structuraf Performance, Exteriar poors: Exteriar n�erhead cai(ing doors shall withstand the
wind loads, the effects of gra�ity loads, and loads and stresses wi�hin limits and under
cflnditions indicated accarding to S�I/ASCE 7.
1. Wind Lnads: As indicated on Drawings.
2. Deflectian �imits: Design overhead coiling doors to withstand design wind [aad without
evidencing perrnanent deformation or disengagement of door components.
C. Operability uncter Wind �oad: Design a�erhead coiling doors to rernain operable under
design wind Eoad, acting inward and outward.
f�. Windborne-Debris-Impact-Resistance Perfnrmance: Pra�ide impact-protecti�e o�erhead
coiling doors that pass missile-impact ar�cf cyclic-press�re tests when tested according to
ASTM �1886 and ASTM E1996.
1. Large Missile Test: For overhead cailing daors located within 30 feet (9.144 r�) nf grac�e.
CITY QF FORTFi WORTH Westside Water Treatmeni Planf Backup GeneroYars
CITY PROJEC7 NUMBER: J03410
D83323-2
OVERHEAa COICIPVG �04R5
Page 2 of S
2. Small Missile Test: For o�erhead coiling doors located more than 30 feet (9,144 m)
abo�e grade.
E. Operatian Cycles: Pro�ide overhead cailing door campanents and operators capable of
operating for not less than r�umber af cycles indicated for each door. One operation cycle is
camplete when a door is opened from the closed position to the fully open position and
reCurned �o ti�e dosed position.
1.05 ACTlON SUBMITi'ALS
A. Product Data: Far each type and size of overi�ead coiiing door and accessory. Include the
follawing:
1. Canstruc�ion detaifs, material descri�tians, dirr�ensions of individual campnnen�s,
profi�es for slats, and fir�ishes.
2. Rated capaeities, operating characteristics, electrical characteristics, and furnished
acc�ssories.
3. Far fire-rated doors, description of fire-release system ind€�ding testing and resetting
instructions.
B. Shop Drawings: For each installatian and for speciaf components not dimensioned or
detailed in manufacturer's product data. Include plans, elevations, sections, details, and
attachments to other work.
1. Detail equipment assernblies and indicate dimensians, weights, loads, required
clearances, method of fieid assembly, components, and location and size of each fie[d
cor�nection.
Z. Wirin� f�iagrams: �or pawer, signai, and control wiring.
C. �elegated-Design Submittal: For o�erhead coilir�g doors indicated to eamply with
performance requirements and design criteria, including analysis data signed and sealed by
the qualified prafessional engineer responsible far �heir preparation.
1. Detail fabrication and assembly of seismic restraints.
2. Summary af forces and loads an walls and jambs.
1.06 INFORMATIONAL SUBMITTALS
A. Qualification f3ata: �or qualified Installer.
�,.a7 CL05EOUT 5UBMITTALS
A. Maintenance Qata: For o�erhead coifing doors to include in maintenance manuals.
1.08 QUALITY ASSiJRANCE
A. Installer Qualifications: Manufacturer's authnriz�d representative who is trained and
approved for both installation and maintertance of units required for this Project.
B. Source Lir�-�itations: Obtain overhead cailing doors from single saurce frorn single
mantafacturer.
CITY OF FOR7W WORTH Westside Water Treatment Plant 8ackup Generotors
CITY PRQIEC7 NIJN€BER: 103410
asa3z�-3
OVERHEAD COILING a00R5
Page 3 oi 8
1. Obtain aperators and controls from overhead cailing doar manufacturer.
2.�0 pRODUCTS
Z.01 DOOR CURTA1fV MAT�RIALS AND CONSTRLIC�"IOi�
A. f7oor Curtains: Fabricate overhead cailing-door c�rtain of interlocking rnetal slats, c{esigned
to withsiand wind foading indicated, in a continuous length for width of door without
splices. Ur�less otherwise indicated, provide slats of �hickness and mechanical properties
reeommended by door manufacturer for performance, size, ar�d type of door inclicated, and
as follows:
1. Steel Doar Curtain Slats: Zinc-coated (galvanizedj, eold-rolled structuraf steel sheet;
corr�pfying with ASTM A6653M, with G90 tZ275) zinc coating; nominal sheet thickness
(coatedj of �A28 inch (Q.71 rnm) and as required to me�t requirements.
2. Insulation: Fill sfats far insufated daors with manufacturer's standard therma[ insulation
complying with maximum flarr�e-spread and smoke-developed indexes of 75 and 450,
respecti�ely, according to A�TM E84. �nclose insulation cam�letefy within slat faces.
3. Metal Interiar Curtain-Slat Facing: Match meta{ of exterior c�rtain-slat face.
4. Gasket Seal: Provide insulated slats witi� mant�facturer's standard interior-to-exterior
thermal break or wi�h continuaus gaskets between slats,
B. Endlncks and Wir�dlacks for Service Qoors: Mall�able-iron casings gal�anized after
fabrication, securec! to curtain slats with galvanized rivets or high-strength nylon. Provic{e
locks ort not less than aiternate curtain slats for curtain alignrnent and resistance against
lateral mavement.
C. Bottom Bar for 5�rvice Doors: Cansisting of twa angles, each not less than �.-1/2 by 1-1/2 k�y
7./8 inch (38 by 38 by 3 mm) thicEc; fabricated from manufacturer's standard hot-dip
galvanized steel, stainless steel, ar aluminum extrusions to match curtain slats and finish.
2AZ HOOD
A. General: Farrn sheet metal hoocf ta entirely er�c{ose coiled curtain and operating
mechanism at opening head. Contour to fit end brackets to which hoot4 is attached. Roll
and reinforce tap and bottom edges for stiffness. Form closed ends for surface-mounted
hoods and fascia for any portian of between-jamb mounting that projects beyond wall face.
Equip hood with intermediate support brackets as required to prevent sagging.
1. Gal�anized Steef: Nominal 0.028-inch (0.71-mm) thic[c, hot-dip galvaniz�d steel sheet
with G90 (Z27S) zinc coating, complying with ASTM A6653M.
2.03 LOCK[NG DEVIC�S
A. Locking bevice Assembiy: Fabricate with cyfinder lock, spring-loaded dead bnit, operating
handle, cam plate, and adjustable locking 6ars to engage through slots in tracks.
1. i.ack Cylinders: Pro�ide cy4ind�rs speci�ied in a3 4100 "Precast Cancrete Buildings".
e. Safety Interlack Switch: Equip pawer-operatert doors with safety interloek switch to
disengage power supply when door is locked.
CIiY OF FDR7H WOftiH Westside Water Treatment PlanY Backup Generators
CI7Y PROIECT NUMBER: 103410
083323-4
OVERHEA� COfLING DOORS
Page 4 of 8
2.04 CURTAIN ACC�SSORfES
A. Weatherseals: Equip each exterior door with weather-stripping gaslcets fitted to entire
p�rimeter o� door for a weathertight ir�sta!latior�, unless otherwise indicated.
A� door head, use 1/8-inch (3-mr-rij t#�ick, replaceable, continuous sheet sec�red to
inside of hoad.
2. At doar jambs, use replaceable, adjustabfe, continuous, flexible, 1/8-inch (3-rr�m) thick
seals of flexible vinyl, rubb�r, or neoprene.
B. Push/Pull Handles: Equip each push-up-op�ratad or emergency-operated dnor with lifting
handles on each side af door, finished to rnatch door.
1. Provide �ull-down straps or pole hooks for doors more than 84 incttes (2130 mm) high.
2.05 COUNTERBALAf�CENG MECNANISM
A. General: Counterbalance doors by means of manuFaCturer's standard rnechanism with an
adjustable-tensian, steel hefical tarsion spring mounted around a steel shaft and contained
in a spring barrel connected to top of curtain with barrel rings. lJse grease-sealed bearings
or self-lubricating graphite bearings fnr rotating members.
B. Counterbalance Barrel: Fabricate spring barre� of manufacturer's standard hot-formed,
structural-quality, welded or seamless carbon-steel pipe, of sufficient diameter and wall
thickness ta support rolled-up curtain without distartion nf slats and ta limit barrel
deflection to not mare t�an (3.03 in/ft. {2.5 mm/m) of span under full load.
C. Spring 8alance: One or mare oil-tempered, heat-treated st�el helical torsion springs. Size
sprin�s to counter�alance weigl�t of curtain, with uniform adjustment accessibEe from
outside barrel. Secure ends of springs to barrel and shaft with cast-steel barrel plugs.
Ci. Torsion Rod for Counterbalance Shait: Fabricate of manufacturer's standard cold-rolied
steel, sized to hold fixed spring ends and carry torsianai lcaad.
E. Bracicets: Man€�facturer's standard mounting bracicets of either cast irnn or cofd-ralled steel
plate.
2.Qf, EL.ECTRIC DOOR OPERATORS
A. General: Electric door operator assembly of siz� and capacity recommended and provided
by door manufacturer fnr door ar�d aperation-cycles rec�uirement specified, with electric
mator ar�d factory-prewired motor contrals, starter, gear-reduction unit, solenoid-opera�ed
bra�e, clutch, remote-control stations, cantrol devices, integral gearing far locking door, and
accessnries required for proper operation.
1. Comply with NFPA 7Q.
2. Provide control equipment corrtplying with NEMA ICS 1, N�MA IC5 2, and I�EMA ICS 5,
with NFPA 7i� Class 2 control cireuit, rr�aximum Z4 V, AC or DC.
iJsage Classification: Efectric operator and components capable of operating for not less
than rtumber of cycles per hour indicated for each daar.
C. Door Operator Locatior�(s}: Operator location indicated for each door.
CITY OF fORTM WORTH Westside Water Treotment Plant 8ackup Generators
CITY PROJECT NUMBER: 10341D
083323-5
OVERHEAD COILING DOORS
Page 5 oi 8
1. Wall Mounted: Operatar is mounted to the inside frant wali on the left or right side of
door and connected to d�or drive shaft with drive chain and sprockets. Side room is
req�aired far this type af mounting. Wall mountec� operator can aisa he mounted above
or belaw shaft; if abo�e shaft, headroorn is required.
D. Hectric Motors:
1. Electrical Characteristics:
a. Phase: Palyphase.
1). Volts: 46� V.
2j. Hertz: 60.
2. Motor Type and Controller: Reversible motar and controll�r (disconnect switch) for
motor expos�re indicated.
Matar Size; Minimum size as indicated. lf nat indicated, large enough ta start,
accelerat�, and operate door in either direction fram any �osition, at a speed nat less
than 8 in./sec. (203 mm/s) and not more than 12 in./see. (3�5 mm/s), without exceeding
nameplate ratings or service factor.
4. Opera�ing Cont�als, Control{ers (Disconnect Switchesj, Wiring De�ices, ar�t� Wiring:
Manufacturer's standard t�nless otherwise indicated.
5. Coordinat� wiring requirements and electrical characterisCics of motors and other
electrical devices with building �lectrieai system and each location where installed.
E. l.imit 5witches: Equip each motarized doar with adjustable switches interlocked with r-notor
cantrols ancl set to autamatically stap door at fully opened and fu11y closed positions.
F. Obstruction Detection Device: Equip motorized door with indicatecf externa! automatic
safety sensor capa6le of prntecting full width of cfoor apening. For non-f[re-rated doors,
activation of de�ice �mmediately stops and reverses downward door travel.
�.. Photoelectric 5ensor. Manufacturer's standard system desigr�ed to detect an
obstruction in door apening without contact between door and obstruction.
Self-Monitaring Type: Designed to interface with door operator contrnl circuit to
detect damage to or disconnection o# sensing device. When self-monitoring feature
is activated, door cfoses only with sustained pressure on close button.
Sensor Edge: Automatic safety 5ensor edge, kocated within astraga) nr weather stripping
mounted to battom bar. Contact with sensor activates device. Conr�eet to contral
circuit using rnanufacturer's standard take-up reel or self-coifing cable.
a. Seif-Monitoring Type: Four-wire configured device designed to interface with cEoor
n�eratar controf circuit to detect damage ta or disconnection of sensor edge.
G. Remote-Con�ral Station: Momentary-contact, three-button co�tral station with push-
button cnntrofs labeled "OPEN," "CL05E," and "SiOP."
1. Interiar units, fu[I-�uarded, surface-mounted, heavy-cEuty type, with general-purpose
NEMA ICS 6, Type 1 enclosure.
H. Emergency Manual Operation: Equip each eEectrically powered door with capa6ility for
emergency chain type manual operation.
CtTY 4F FORTN WORTH Westside Wnter Treatment Plant Backup Generators
CITY PROIECT NUMBER: 203410
OS 33 23 - G
DVERHEAD COILING ppqft5
Page 6 of 8
f. Motor Rernoval: C?esign operator so motor may be rerrtoved witMout disturbing limit-switch
adjustment and without affecting emergency manual aperation.
J. Audible and Visual Signals: Audible alarm and visual indicator lights in compliance with
regulatory requirements for aceessibility.
2.Q7 QOOR ASSEMBLY
A. Insufated 5ervice Door: Qverhead coiling door formed with curtain af interlocking rr-retai
slats.
1. Manufacturers: Subject to compliance with requirements, provide products by ane of
the following
a. Overhead coiling Doors.
1j. Cookson Company.
2). Carnefl Iron Works, lnc.
3), Qverhead [}aor Carporation.
4J. Raynor.
5j. Southwestern Steef Rnlling Door Co.
B. O�eration Cycl�s: Nat less than 20,000.
1. Incfude tamperprnof cycle counter.
C. Curtain R-Value: 4.5 F x h x sq. ft./BTU (0.792 K x sq. r�/W j.
D. Door C€�rtain Material: Galvanized steei.
E. Door Curtain Slaks: Flat profile slats of [2-5/8-@nch �67-mm)] center-to-center height.
1. Insulated-5lat Interior Facirtg: M�tak.
�. Curtain larnb Guides: Galvanized steel with exposed finish matching curtain slats. Pro�ide
eontinuous integral wear strips to prevent metal-to-metal contact and to minimize
operational naise.
G. Hood: Galvanized steel.
1. Shape: Rour�d.
2. Mounting: Face of wall.
H. Locking Devices: Equip daar with focking device assemb[y.
3.. l.ocking Device Assembly: Cret�'tone type, bo�h jamb sides locking bars, opera6le from
inside with thutnb turn and �lectronic intercannect with aperator to assure door
apera�ar wil! not operate when door is lacked.
I. Electric Door Operatar:
�.. Usage Classification: S€andard duty, up to fi4 cycles per hour.
2. Operator Location: Walf.
3. Motor Expasure: Interiar.
CITY O� FORTH WOH7W Westside Water Treatment Plpnt Bntkup Generators
CtTY PROIECT NUME3Eti: 303410
083323-7
OVERHEAD COILING D04R5
Page i af 8
4. Emergency Man�a� Operation: Chain type.
5. �bstruction-Detection Device; Automaiic p�atoeleciric ser�sor; self-manitoring type.
6. Remote-Control Station: Interior.
1. Door Finish:
1, Baked-Enamel or Pawder-Coated Finish: Co1or as selected by Architect f�om
manufacturer's full range of cnfnrs.
2. Interiar Curtain-Slat �acing: Match finish of exterior curtain-slat face.
2.08 GENERAI. FIN15H REQUIR�MENTS
A. Camply with fVAAMM's "Metal Finishes Manual for Architectural and Meta) Products" for
recammendations for applying and designating �inishes.
B. Appearance of Finished Work: Noticeable variations in same piece are not acc�ptable.
Variatians in appearance of adjoining components are acceptable if they are within the
rarzge of approved samples and are assernbled or insta{led to minimize con�rast.
2.09 STEE[. AND GALVANIZED-ST��L FINISHES
A. Baked-Enarrtel or Powder-Coat Finish: Manufaciure�'s standard baked-on finish consisting
of prime coat and thermosetting tapcoa�. Comply with coating manufacturer's written
instructions for cleaning, pretreatment, application, and minirr�um dry fifm thickness.
3.00 EXECU710N
3.01 EXAMINATION
A. Exar�ine substrates areas artcf conditians, with �nstaller present, far compliance with
requirernents for substrate canstruction and ather conditions affecting performance of the
Wark,
B. Examine locat[ans of electrical connections.
C. Proceecf witi� instalfation only after unsatisfactory conditions ha�e 6een correcteci.
3A2 I[VSTALLATION
A. lnstall o�erhead coilir�g doors and aperating equipment complete with necessary hardware,
anchors, inserts, hangers, and equipment supports; according to manufacturer's written
instructians and as specified.
B. Install overh�ad cniling t{oors, hoods, and operatars at the mounting focatians indieated for
each daar.
C. Accessibility: Install overhead cailing doars, switches, ar�d contrafs along accessible routes
in compfiance with regulatory requirements for accessibi�ity.
3.03 STARTUP SERVICE
A. Engage a factary-authorizec� service representative to perform startup s�r�ice.
C1iY OF F�R7H WC3RTH Westside Water Treatment Plant BUCkup Generators
CITY PROIEC7 NIIMEiEEZ: ID3410
083323-8
DVERHEAD COILtNG pqORS
Page 8 af 8
1. Perfarrn installation and start€ap ehecks according to manufactu�er's written
instructions.
2. Test and adjust controls and safeties. Replace damaged ar�cE malfunctioning controls
ancf equiprnent.
3. Test doar closing when activated by detector or aiarrrt-connected fire-release system.
Rese� door-closing rt�echanism after successful test.
3.04 ADIUSTING
A. Adjust hardwar� and moving parts to fut�ction smnnthly so that doors operate easily, �ree of
warp, twist, or distortivn.
B. Luiaricate bearings and sliding parts as recornmended by manufacturer.
C. Adjust seals to provide weathertight fit around entire perimeter.
3.�� DEMONSTRATION
A. Engag� a factory-authorized service represe�tati�e to train Owner's tnaintenance personnef
ta adjust, operaCe, and maintain overhead coiling doors.
�ND OF SEC710N
CITY OF FOftTH WORTH Westside Wpter 7�reatment Pfant Eackup Generators
CI7Y PROIECT NUMS�R: 103410
nlvlsloN o9
FINISHES
os 9� ao.oi - i
HIGH-PERFORNiANCE COATIIVGS
Page 1 of 28
09 96 OO.Q1 HIGH-PERFORMANCE COATlI�GS
1.00 G�NERAL
1.01 WORK IiVCLU[}ED
A. Furnish labor, materials, equipment and incictentals necessary to a�ply protective coatings
to material and equipment as specified herein, inclucEing the preparation oi surfaces priar to
application of coatings.
B. Protective coatings must be applied to the foflowing surfaces:
1. Metal s�rfaces located outside of buiidings and other structures anywhere nn the Site.
2. Petrolatum �Wax) Tape at the following locations:
a. Buried flexible couplings.
C. The fa{lawing must not be coated and must l�e protec�ed �rort� drips, overspray, etc. �anless
indicated otherwise
1. Stainless steel piping, rnaterials and eqvipment.
2. Galvar�ized steel piping, materiafs and equipment unless specifieally indicated ta be
coated.
�. Alurninum materials ar�d equipmer�t.
4. Interior e{ectrical items.
D. Special applications for painting incfuc�e the fallawing:
1. Afurr�inum surfaces in con�act with or embedded in concrete rr�ust be treaiec� in
accordance with Section 03 30 00 "Cast-ln-Place Cnncrete."
E. Contain, treat, and dispose of any dust, s}�ray, drainage, or spi{lage resulting from coating
operations. It is the Contractar's responsibility to determine if the materials to be disposed
of are classified as Hazarc{ous Waste. Disposed of waste, hazardaus or atherwise, must be
in accordanc� with applicable regulations. Contractor must be aware af and understand the
regulations concerning disposal of waste generated by coating o�erations.
1.02 PRICE AN� PAYMENT PROCEDUR�S
A. Measurement and Payment
1. Measurement
a. This Item is considered subsic�iary ta the structure or ltems being placed.
2. Payment
a. The work perforrned and the materials furnished iR accordanc� witi� this ltem are
subsidiary to the structure or [terr�s beir�g placed and no other compensation will be
al9owed.
C[TY Ol� FOR'I' 1��(1R'1�11 fi'e.sl.��id� fi'cr1e�� Trerillrieiu Plcnu I3rrckxp Gencrular.s
C.17'Y f'120.IC:CT�i)IVl�3�R: 10341(3
099600.01-2
NiGH-PERFORMANCE C(7ATfNGS
Page 2 of 28
1A3 QUALITY ASSURANCE
A. Aeceptable Manufacturers: Products which cot-nply with t�e Contract Documents and are
manufactured by the fallawing companies will be acceptabie:
1. Tn�mec Company, 1nc.
2, Carbaline.
3. PPG Protective & Marine Coatings.
4. The Sherwin-Williams Company.
5. Akzo �foi�el / International Paint, LLC,
6. ICI Devoe High Performance Coatings.
7, Plasite Pratective Coaiings.
It is desired that the pair�t produets be furnished by as few manufacturers as possibfe to
meet the requirements of the Specifications. Coating products of the sam� type must be
supplied by the same manufacturer. Da no� mix prnducts from different sources.
B. Applicator's Qualificatinns: Applicators must be qualified in this line of worEc and ha�e a
minir�um of 5 years of experience in the application of the pratective coatings of the typ�s
specified hereir�. Submit a list of recent projects and names of reference�s far those projects.
C. Product Quality:
1. Use at�fy the caatings specified in t�is 5ectian. Use onfy those thinners and solvenis
recommended by the manufacturer, only in the amaunts necessary to praduce the
manufaeturer's recomrnended spreac�ir�g rate, and in amnunts not exceeding the
maxirnum quantities stated in t�e rnanufacturer's literature.
Z. The coating rnaterial must not show excessi�e settling in a freshly opened full can and
must be easily re-dis�ersec� with a paddle to a smooth, horr�ogeneous state. It rriust
show no curdling, livering, caking, or colar separation and rr�ust be free of lumps ar skirr�
surfaces.
D. I nspection:
1. Inspect and provide substrate surfaces prepared i� accardanee with the Contract
Documents and th� printed directions and recomrnendations of paint manufacturer
whose product is to be applied.
2. Provide Engineer minimum 3 days of notice prior �o start of surface preparation work or
eoating applieatian work.
3. Perform Work or�ly in the presence of Engineer, ur�l�ss fngineer grants priar apprnval to
perforrn such Work in �ngineer's absence. Approval to �erform Work in the Engineer's
absence is limited to the current day unless specifically noted to extend beyond the
completion of the workday.
4. Inspection by the En�ineer, or the waiver of inspeciion of any particular portion of the
Work, must nat be canstrued to relieve the Contractor of respansibility to per�orm the
Work in accordance with the Contract Dacuments.
CI'CY {}F f ORT 1VOE2"['i f [Ye.stsrrle Il'uter 7i•eulnreni PIrnN 13ueku�� Ge�percrlur.s
CI�CY P[20.I�Ci' NU�i13I�.it: 103�110
09 96 QD.OI - 3
HIGH-PERFORMANCE COATINGS
Page 3 af 28
Contrac�or is solely responsible for testing for �his Section, at no further cost to the
Owner. �ngineer rnay also make such tests if it is considered necessary. Coaperate with
the Engineer, pro�iding equipment, scaffolds, and ather equiprr�ent as requested by the
Engineer.
E, Testing Equip�ent: F�arnish �he testing apparatus r�ecessary for testing coatings, including
the following:
One set of U.S. Department of Commerce thickness calibration plates, certified by the
National Bureau of Standards, to test dry fiim thickness.
Wet-film thickness gauges. Give one to Owner's representative. Each painter must
keep one to #est paint as it is applied.
3. One electronic dry-film thickness gauge capable or measuring 0-200 rt�ils with
calibration standards approved by the Bureau ofi Sfiandards.
�4. �ne Elcometer 319 Dewpoint Meter nr appro�ed equal.
One Tinker and Rasor Modef M 1 Haliday Detector and recammended wetting agent
and/or High Voftage Holiday Detector if rec�uired for coating thickness specified.
6. One set af SSPC-VIS 1, 3 and 4- Visual Standards as applicahle.
F. Testing Reports: Submit an inspectinn report for each coating applied on the Project. The
testing repnrt must be completed on a form furnished by �he Engineer and rnust bear the
signature of the Contractar and the Owner's representati�e.
G. The Contractor must schedule a construction conference prior to any field work being
complefied. The meeting wifl be at the Site and will include the Dwner, Contractor, painting
superintendent, Engineer, Owner's re�resentati�e and caatir�g manufacturer's
representative. At this meetin� the caating plan and seheduie will be reviewec{ in detail.
�.04 SUBMITTALS
A. Subrnittals rnust be in accordance with Sectian 01 33 00 "Document Management."
B. The following Prnduct Data for products, including manufacturer's data sheets, are due prior
to ordering coating and surface preparation materials:
1. Coa�ing manufacturer's eolor selection literature far coating materials and caulk.
2. Sample warranty document for products.
�. Pro�tde certi�ication from the manufactur�r that all coatings will not contain more than
0.06 pereent by weight of lead in the cured coating for each coat applied.
4. Coating manufacturer's Praduct Information and 5afety Qata 5heets (SDS) for each
coating and caulk material. Product Infarrnation must inc{ude the follawing:
a. The manufacturer's published instructions for use in specifying and applying all
proposed coatings.
b. A�plication instructions written and published by the coating manufae�urer.
c. All anticipated limitations, preeautions and requirements that may adversely affect
the coating, that rt�ay cause unsatisfactory resufts after the application or that may
cause the coating not to serve the purpose #or w�ich it was irttended, must be
CI�I�Y [7F I�OItT 1t'ORT}{ 1!'e.stsiele 1 P�r�er T�•ealu�erir Ylcr�u liuckrif� Geirei�ri�ors
C['t�Y P[tOJEC7' NU19f3F:lt: lU3a I�
og 96 ao.oi - a
HIGFi-PERFORMANCE COA7INGS
Page 4 of 28
cleariy and completely stated in the instructions. E.imitations and requirerrients
m�st include, but are not necessariiy lirnited to the following:
1), Surface preparation.
2). Method{s) of applicatian,
3j. Thickness of each coat (maximum and minimum i7FT}.
4}, prying and curing time of each coat.
5). Time (minimum and maximum) allowed between coa�s.
6). Thinner and use of thinr�er.
7). Prn�er mixing of coating before application.
8j, Weather limitations during and after application (temperature and humidity,
time weighted).
9). Physical properties of coating, including percent solids content �ay volume,
10).Equipment settings (air cap, fluid tip, equipment pressure settings, etc.).
11).Pot iife at various temperat�re and �umidity conditions.
12). Pravid� documentatian that interior coating system is compatible with t�e
cathodic protectian system.
C, ihe foilnwing samples are requir-ed prior to orciering the materials:
Three samples of selected exterior finish eolors for apprn�al on 6-inch by 6-inch
swatches. Label each swatch with the manufacturer's name, coating name/type, cafor
name and number.
[3. The following Product Data is required prior to coating Wark:
1. Coating Plan:
a. Anticipated caating process schedule by date, including dates when hold-point
inspectians are anticipated. Schedule must indicate detailed acti�ities on a daily
basis.
b. Detailed procedures and schedule For all pre-eleaning, surface preparation and
application of coating, including touch-up and repair procedures for all coating
systems.
c. Recoat schedule on the submitted coatir�g rnateriais.
Qata sheets must inc(ude curing characteristics and recammendations regarding
complete coa�ing curing.
Provide a written plan documenting haw spent cleaning debris and/ar paint over
spray or drnplets will be contained/canfined to the jobsite and tank site during �he
surface preparation and coating application operations. Reasonable care rnust be
exercised by the Contractor to prevent damage, nuisance, or hazardous conditians
to adjacent or nearby property owners. Incl�ade all materia[s and rriethod tn be used
for protecEion of exterior surfaces and aflow for recovery and disposal of paint
scraps and blast media.
CI7'Y 09� I��OR�1 ti1'ORTH 1PesL��ide J!'irier Ti•eulixertl Planl Ilrrckup Gciterulor.s
CCE'Y PRO,fGC7' NiJ�f13E]t: I(1341[i
09 96 00.01 - 5
HIGH-PERFORMANC� COA7INGS
Page 5 of 28
2. Pro�ide dacumentation on prnposed cantainment system methods for blas�ing and
coating operations.
3. Co�tractor must submit evit�ence af natification of the appropriate affice af �he Texas
Commission on Environrr�ental Quality (TCEQ) prior to abrasive blasting as required.
Subrr�it capies of any obtained permits.
4. Coating Manifest - Within 48 haurs af caating delivery to the jobsite, the Caniractar
must record the batch number stamped on each coating container and submit a typed
list to the Qwner's representative. Minimum information required is listed below.
a. Date of delivery ta jol�site.
b. EUame and signatur� nf superintendent recarding the data.
c. List of batch number ir�cluding corresponding coating identification, color, date of
manufacture and �olume of each container.
E. The foliawing Certified '�est Repor�(s} are required prior to coating Work:
1. S€7S sheets for all al�rasive to be used on the project.
2. Certification and laboratory test results indicating recycled meiallic abrasive per SSPC-
AB 2 or 4 and atomic absorp�ion test results.
1.05 STAN[}Afi�S
A. The applicable provisions of the foliowing standards apply as if written here in the�r entirety.
Adhere to ihe latest standards and codes published by the foliowing organizations.
S. ln the e�ent of a conflict between the publishec� standards, codes, and �his Section, the
rnore stringent requirernent govern as interp�eted by the Engineer.
C. Refer fio Sectian 02 83 03 "Removing, Handling and Disposing of Coatings and 5oils
Containing Heavy Metals" for additional standards applicable to heavy metal-based coating
remnval and ciisposal.
�.. NSF International (NSFJ / American Natianaf Standards Institute (ANSI):
N5F/ANS[ Standard 61 Drinking Water System Components — Hea6th Effects
2. ASTM International (AS"fM):
ASTM D523 Standard Test Method for Specular Gloss
ASTM D610 5tandard Test Method for �valuatir�� Degr�e af Rusting on Painted
Steel Surfaces
ASTM !]2244 Standard Practice for Calculation of Color Tolerances and Color
�3ifferences from Instrumentaliy Measured Co1or Conrdinates
ASTM �3359 5tandard Test Methods for Ra�ing Adhesion by Tape Test
ASiM D4214 Standard Test Methods for ��aluating the Degree of Chalking of
Exterior Paint Films
ASTM D4258 Standard Praciice for 5urfaee Cleaning Concrete for Coating
ASTM D4259 Standard Practice for Abrading Concrete
ASTM D4250 Standard Practice for Liquid and Gelled Acid Etching of Concrete
Cl"I�l' OC� }�E)A'C �VOR'CEi ti'est.ride fi'crler Ti•errtnrerrl i'lrrr�! 13cickxpGetrerruar.s
CCCY PROdI:C [� NUi4113f:R: 103d 10
09 96 oa.a� - s
HIGH-PERFOE2MANCE COATiNGS
Page 6 of 28
ASTM D4263 �����ard Test Method for lndicating Moisture in Concrete by the
Plastic 5heet Method
ASTM D4285 Standard Test Method of Indicating Oil and Water in Compressed Air
ASTM i34417 Standard Test Met�nds for FielcE Measurement af Surface Profile of
Blast Cleaned Steel
ASTM D4541 ��a�dard Test Method far Pull-Off Strength of Coatings Using
Portab[e Adhesion Tester
ASiM �4787 Standard Practice for Cantinuity Verification of Liquid or Sheet
Linings Applied to Concrete SuE�strates
ASTM D5162 Standard Practice for Discontinuity (Holiday} Testing of
Nanconductive Protective Coating on Metallic Substrates
AS7M D6386 Sta€nc�ard Practice far Preparatian of zinc (Hot-aip Galvanizedj
Coated Iron and Steel Product and Hardware Surfaces for Painting
ASTM D7234 Standard Test Method for Pul1-Off Adhesion Strength of Coatings on
Concrete Using Pull-�ff Adhesian Testers
ASTM D7582 Standard Test Method for Replication and Measurement af Concrefe
5urface Profiles Using Repliea Putiy
�tandarcE Practice Test Method for Measuring Humidity with a
ASTM �337 Psychrometer (the Measurement of Wet- and Dry-Bulb
Terr�peratures)
ASTM F�8b9 Standard Test Method for Measuring Moisture Vapor Emission Rate
of ConcreEe Subfloor Using Anhydrous Calcium C�loride
3. American Water Works Association {AWWA):
AWWA C21Q
AWWA C222
uid-Epoxy Coating and Linings fnr 5�eel Water Pipelines
rethane Coatings and Linings for Steel Water Pipe and Fiktings
- _
4. Cnnsurner Product Safety Act, Pa€rt �.303.
5. Enviranmentai Protection Agency (EPA).
6. InternationaE Concrete Repair Institute (ICRI):
Technical 5electing artc[ 5pecifying Concrete Surface Preparation for
Guidelin� No. Coatings, Sealers and Polymer Overlays
03732
Standard 3�.0.2 Selecting and Specifying Concrete St�rface Preparation for Sealers,
Coatings, Polymer Overlays and Concrete Repair with C5P Chips
7. NACE fnternational (NACEj:
i�ACE TPC2 Coating and Lining for Immersian 5ervice: Chapter Safety, Chap�er
2 Surface Preparation, Chapter 3 Curing, and Chap�er 4 Inspection
NACE SP�178 ��sign Fabrication, and 5urface Finish Practices for Tanfcs and
Vessels ta be L�ned for Irr�mersion Service
NACE SP0188 d�scontinuity {Haliday) Testing of New Protective Caatings on
Conductive Substrates
C°[7'I' O�' T'OR7� 11'tJ[t'[ E{ fl'e.��l.sirle �f'ulrr Treulnrenl Pl�u�l f3uc�k« p Gerterrrrors
CI�I�Y PROJ%Ci'NU�[]3EdZ: ]03d10
09J6�0.01-7
HIGN-PERFORMANCE COATING5
Page 7 of 28
NACE SP0178 Surface Finishing of Welds Prior to Coating; Weld Replica Only ta
be used with NAC� SP0178
NACE RP�287 Field Measurement of Surface Profile of Abrasive 81ast Cleaned
Steel Surfaces Using a Replica Tape
8. National Associatio€� of Pipe FaE�ricatars (NAPFj:
Surface Preparation Standard far Ductile Iron Pipe and Fittings in
i�APF 500-03 Exposed Locations Receiving Special External Coatings and/or
5�ecial Interna[ Linin�s
9, Occupational Safety & Nealth Administration (OFISAj:
1.9�.5.35 5tandards - 29 CFR Painting
19Z6.62 5tandards - 29 CFR �ead
1Q. The Society for Protective Coatings (55PC}:
SSPC-V15 1 �uide and Reference Photographs for Steel 5urfaces Prepared by
Dry Abrasive 81ast Cleaning
SSPC-VIS 3 G€aide and Reference Photographs for 5teel Surfaces Prepared by
Power and Hand "fool Cleaning
SSPC Vol. 1 Good Painting Practices
SSPC-AB 1 Minera! and 51ag Abrasives
55PGAB 2 C1eanEiness of Recycled Ferrous Metallic Abrasives
SSPC-AB 3 Ferrous Metallic Abras[ves
SSPC-AB 4 Recyclable �ncapsulated Abrasive Mec{ia in a Compressible Matrix
SSPC-SP 1 Sol�ent Cleaning
SSPGSP 2 Hand Tool Cleaning
55PC-SP 3 f'ower Tool Cleaning
SSPC-5P 11 Bare Metal Power Tool Cleaning
SSPC-SP [6 �r�sh-Off Blast Cleaning of Coated and Uncoated Galvaniz�d Steel,
5tai�less 5teels, and Non-�errous Metals
SSPGPA 1 5hop, Fieid and Maintenance Painting of Steel
55PGPA 2 Determining Complia�ce to ftequired DFT
SSPC-PA 10 ��E�e to 5afe�y and Nealth Requirements for Industrial Painting
Projects
SSPC-PA 17 �rncedure for Deterrnining Conformance to Steel Profile/Surface
Roughness/Peak Cnunt Rec�uirements
SSPC Guide 6 Eantainment of Debris
(CON)
SSPC Guide 12 Illumination of Pa[nting Projecis
55PC Guide �.5 Retrieva! and Analysis of Soluble 5alts
11. SSPC/NACE Internatianal Joint Standards:
SSPC-SP 5/[�ACE 1 White Metaf Blast Cleaning
SSPC-SP 6/i�AC� 3 Commercial Blast Cleaning
S5PC-SP 7/NACE 4 B�ush - Off Blas� Cleaning
55PGSP �0/NACE 2 Near - WMite Metal 81ast Cleaning
CI'CY Ol� €�OEt7' 1t�pRTH [I'esl.cirle fi'<rle+• Treut�tie�rl Pl�rnl Racktrp Gener•urors
(;1"f1' f'12E)7GC7' N€J\-TEtii[i: 1E13�110
€199600.01-8
H#GH-PERFDRMANC� C4ATINGS
Page 8 of 28
SSPC-SP 13/NACE 5 Surface Preparation of Cancrete
12. iexas Corrimissian or� Enviranmental Quality (TCEQ):
30 TAC Chapter 290, Subchapter [� Rules and Re�ulations for Public Water Systems
1.06 DELIVERY AND STORAGE
A. Deliver coating products to the jobsite in original unopened containers, with rnanufacturer's
label and batch nurt�ber attached. Do not apply products until the Owner's field
representative has approved the product far use.
B. Use one locatian at eac� jo�site for tf�e storage of coating products. Protect the floor fram
spiils and other damage. Protect the products from extrerr�e �eat or cold. Keep cantainers
covered. Keep the storage roor�ns dean of trash and c{ebris. Dispnse of oily or used rags
daily. Unc{er nn circumstances wifl they be allowed to accumulate. TalCe precautions to
prevent fires. The storage of flammable liquids must comply with the city, state, or other
fire codes.
C. Storage of eoatings and oti�er products must be in accordance with the manufacturer's
requirements. Coatings that have been damage or not stored praper[y must r�ot be applied
and must be remo�ed fram t�e jobsite.
D, A[I products and coatings that are not approved for the Project must be removed from the
jobsite and must not be stored at the jobsite.
E. AI1 rna�erials must be delivered to the joi�site in original sealed containers with the date of
manufacture and batch number starnped therean by the caatir�g rrtanufacturer. Materials
are subject �o random observations by the Dw�er's representative at the jobsite.
1.07 Ei�VIRONMENTAL CONf71TION5
A. Do not apply coatings under conditians that are unsuitabfe for the �roductian of good
results. Remave trash and debris from enclosed buildings and thoroughly elean prior to
applicatian of caatings. Do not begin application of coatings in areas where other �rades are
working, or where construction activities result in airborne dust or other debris. Do nat
apply coatings in conditions which do not conforrrt to the recommendations of the coatings
manufacturer.
B. Coatings must only be applied when canditions fali within the parameters listed in the
manufacturer's printed data.
C. Contractor must pro�icEe dehumidification equipment sized to �naintain dew point
temperature 5 deg F or more above surface temperature of inetal surfaces to be prepared
and coated.
D. Do not apply any coatings when weather concfitians are unfavorable. fn the event that
climaiic conditions are not conducive for best r�s�fts, postpone application of coatings until
conditions conform ta the rnanufacturer's recammendations and the provisions ofi this
Sectinn.
C[l'Y OE� FL)[i'I' �1'OK"f'I-1 !1'esl.ri�le fYrrler Ti•enl»rerri f'l�nrt I3uc•krq� Geue�'alr�r.+•
Cf'I'Y PK(3JrC�C IJUN1k3EiR: ]03�410
a9 96 oo.os - �
HlGFf-PERFORMANCE COATINGS
Page 9 of 28
[}o not apply coatings to a wet ar damp surface in wet or damp weather conditions, or when
there is dust in the air. Surfae�s �xposed to direcY sunEig�t must he shaded by awnings or
other protective devices while caatings are being applied, if recommenc{ed by coating
manufacturer. When necessary, pro�ide t�mparary heating devices of a type that produces
no fumes or water va�or which will discolor the paint system.
F. H�ating and Dehumidificat[on:
1. �ehumidification equipment rnust be used ta cantrol the environment during surface
preparation, rehabi[itatian, coating application and coating curing at no additianal cost
to the �wner, if acceptable en�ironmentai conditions cannot be tnet.
If the Contractor eannot mee� the required environmental conditions to apply the
interior cnating system per this Section and the coating rnanufae�urer's written
recommendations, Contracior will cease operations until ap�ro�ed dehumidification
equipment ha5 been pravided and acceptable en�ironrnental c�nditions are achieved.
If coating system is applied without dehumidification ar in conditians nat acceptable by
this Seetion and by the coating manufacturer's written requiremen�s, Contractor must
fuily remove coating system appiiec[ and replace per the Engineer's direction.
2. Contractar must furnish afl labor, materials, equipment, fabricatian and quality cantrol
inspections, and al! other ir�cidenials required to control and maintain the environment
of Yhe reservair within the parameters s�ated in �his Section and must incorporate these
and any other expenses into its bid.
Owner reserves the rights, in the e�ent the dehumidification equipment is not
perfarming to the minirr�um requirements stated in this 5ection, to require the
Contractor to modify and or add additional equipment tn satisfy the conditions of this
Sectian, at the sole cost to the Contractor.
4. It is the Contractor's responsibi[ity to pro�ide adeq€aaie dehumidification equipment to
meet this specification and the coating manufacturer's requirements of this Section and
coating manufacturer's requirements. The coating manufiacturer's limits of surface
temperature, tank inside air temperature and relative humidity requirements will
govern, if more string�nt than the requirements stated within this Sectinn.
G. �orced Ventilatian:
1. Provide continuous forced fresh air ventilation when working inside of containment
systems or enclosed areas that are not openly �ented fram the beginr�ing of surface
pr�paratian through final coating operations and caating curing.
2. Forcecf �entilation must be supplied per the recoat time required by the coating
manufaeturer and at least 48 hours after the final coat has been applied.
3. From the beginning of interior eoating applications to until the coating system is cured,
the Contractor must monitar the air for the lower expfosior� limit (LELj as published in
the coating manufacturer's product S[?S.
4. Cantractor is responsibl� far supplying, installing and maintaining the forcec� ventilation
system.
Cl'I'Y OF FOR"C �l'[JRTH 1C'e.rlsidn JJ'uler Tre�rfx�eir� Y1rrn1 1lackrq� Garieralvi•s
CfCY P[t[),fEC7' �IiJ�tE3�[2: 103�41t)
os g6 oa.ai - sa
HIGH-PERFORMANC� CpATINGS
Page 10 of 28
H. Containrnent System:
1. Contractor must pravide cnntainment methods, either full or partial, which allows for
the containment of t�e environrnentally sensitive waste, dust and paint aver spray that
will be generated during the abrasive blasting and painting operation.
Note to Sp�cif.ier: Class 1A/1W/1P shauld he speCified when remo�in� coatin�s with heav_y_„metals.
CEass 2A 2W 2P ma be s eci�ied for most ro'ects with abrasive hlastin . For smaller ra'ects
minirr�al cnatin s class 3A 2W 2P ma be s ecified as a minimum.
2. Minimum Containment for Field Surface Preparation:
Provide a minimum SSPC Guide 6{CQN) Class 3A.D1.E3 containment system when
dry abrasi�e blasting.
b. Provide a minimum 55PC Guide 6(CONj Class ZW containment system when wet
abrasive blasting. All water must be contained and properly disposed af.
c. Pravide a minirnum SSPC Guide 6(C�N] Class 2P.�3 containment system when
power toal cleaning.
3. The ground surrounding the project area must be pratected fram all cEebris, emissions,
dust, and nther materials generated in the cleaning nperations with a minim�m of two
fayers of polyethylene covered with plywood or the same material used For the
perimeter containrnent system.
4. Containment is not rec�uired when blasting on the interior of a campletely enclosed area
(i.e. roaf is in placej as lang as no visible emissions are created.
5. Con�ractar must ensure t�at no spent cleaning/blasting debris, dust, overspray, caating
drnple�s, ar emissians of any kind, escape to the atmosphere, or to ac�jacent buildings,
private �roperty, work sites, parking lots, etc.
6. Owner reserves the right to sto� Work or require containment, additianal containment
or different contairtmeni methnds if the Contractar's operations create a nuisance
beyond the tank site praperty line in the safe apinion of the Owner, the Engi€�eer, the
Owner's representative, any regulatnry agency, or neighbor. All casts of �roviding an
adequate containment system must be incfuded by the Contractor in the Base Bid.
Contractor will be respansil�le �or all materials that are used and for any apparatus usecl
to cantain dust emissions, debris, o�erspray, and caating droplets. 7'he containment
systerr� attachments to existing ar proposed structures must be designecE by a
professional engineer, licensed in the state where the Project is lacated, not to impose
excessive loadin� on the structure. Cantractor must submit the designed and sealed
details of the containment system on the tanlc.
S. Any dama$e to the structure(s) as a direct ar indirect result af the containr�ent system
must be repaired or sectians replaced by the Contractar ai no additional cast to the
Owner. Neither the Owner, nor the Owner's Engineer, assumes any responsibiliky far
the structural ability of the structure to support the containrnent syst�m.
9. If tarps are used as part of the containment system, the tarps must be an impervious,
solid, flame-resistant mat�rial, reinforced with a fiber mesh and must a{low as much
light as possible to pass through the material.
Cl [�Y t)F C'ORT 1VOR"ff I �PesGside JYaler `i'reuLrae�v Plmu 13rrc�kiy� Gc�reratnr,s
CI'CY P[ZOdGC l' I�lIJM13ti�2: 1U341f�
09 96 Ob.di - ii
HIGH-PERFORMANCE COATINGS
Page il of 28
i. Visible Emissions:
1. Contractor must contral visibie ernissions and reteases while dust prociucing activities
are underway.
Visibfe emissians more than SSPC Guid� Fi, Level 1(�. percent af the workday or 5
rninutes in an 8-hour shiftj are unacceptable. Sustained emissions ofi more than 1
minute, regard{ess of the total time af emissions for the day is unacceptable. 1f
unacceptaf�ie err►issions are observed, Gontractor must shut down immediaiely anc[
correct the situatian and clean up any debris generated frorn the release to the
satisfaction of the Engineer before continuing Work.
1.08 WORKING CON€31TIONS
A. Provide adequate lighting at any location that caatings are being applied ar testing is
�erformed. Illumination must be of s�afficient intensity to achieve good results. Pro�ide
explasion-praaf fighting when required.
B. Te€nporary ladders and scaffolds must conform ta a�plicable safety requirements. Erect
temporary scaffolds where needed �o cover large areas. Provide ladders ar scaffolding
during �esting procedures.
�..p9 WARRAIVTY/GUARAiVTEE
A. Protecti�e coating must be guaranteed for a periad of 1 year fror� the date of the Owner's
acceptance of the Praject.
8. A warranty inspectian rnust be conducted prior to the end af the warranty period. Any
Defeeti�e Work discovered at this date must be corrected by the Contrackor in accardance
with the Contract Docurnents at no additianal cos� to the Owner.
2.00 PRODUCTS
2.01 GENERAL COATING REQUIREM�NTS
A. All coatings must be free of hea�y metals such as arsenic, barium, chromium, selenium,
sil�er, lead, mercury and cadrnium.
B. All coatings in contact with patable water must be certified as per iVS� 61.
C. All coatings submitted or used on this praject must comply with the EPA's Clean Air Act for
r�aximurr� VOC (volatile organic compound) ]imits.
D. Finish coatings must be from the sarne batch.
2.02 MATERIAI.S
A. Caating praducts are to be as follaws:
TYpe A- Alkyd-Phenolic Universal Prim�r
Manufacturer Appror►ed Coating
Tnemec Series 37H Cher�-Prime H.S.
S�erwin-Williams Ker-r� Kromik Universaf
C[7'Y OF I�f)IL'C IVOR"['i [ f!'e.st.side fPcrlei� Trcabrreirt I'lnFrF Rrrrktrp Gener•�rtrrrs
CI"I'1' PROJEC.1'�IIJ�fE3LR: ]03�41()
0996D0.01-12
�33GH-PERFOftMANCE COATINGS
Page 12 of 28
Type A- Alkyd-Phenolic Uni�ersa� Primer
' Manufacturer . , Appra�ed Coatirtg
Akza Nobel /
Internationaf Paint, LLC lnt�rlac 57�
De�oe Caatings [?e�prime �.403
Carbolir�e Carbocoat 150UP
PPG Multiprime 43F0
TYpe B - Epoxy-Poiyarnide Primer
Manufacturer Approved Coating
Tnemec Series 65
Sherwin-Williams Copoxy Primer
Afczo Nobel / Intergard 251; Int�rgard 269 for �alves and gates, subm�rged
Internationai Paint, L.LC structural stee! and tnisc. rr�etals, and submerged piping
Devoe Caatings Devran Z01V Series
Carbofine 890
PPG Amercoat 385
TYpe C- Penetrating Epoxy Pre-Primer
Manufacturer Approved Coating
Tnemec Apprnved Equal
5herwin-Williams Macropoxy 920 Pre-Prime
Akzo Nobel / Interband 6D0
[nternatianal Paint, LLC
I]evoe Coatings Approved Equal
Carboline Rustbond P�netrating Sealer
PPG Amerlock Sealer
Type D- Inorganic Zinc Primer (Minimum 80% Zinc by Weight�
Manufacturer Apprn�ed Coating
Tnemec 5eries 90-98 Tneme-Znc
Carboline Car�ozinc 12 VOC
Sherwin-Williams Zinc Clad 11 Plus
PPG Dimeicote 9 VOC
Appro�ed Manufacturer Approved Equa!
C1'I�Y OP f�0[Z C�VO[t"CE 1 IYeslsr�le It'aler Tf�e«lmeiri f'lcn�! Buckdrp Geire�•ertnrs
CITY t'IiOJEC7' NU4fE3ER: 103�itfl
09 96 Od.01 - 13
HIGH-PERFORMANCE COATINGS
Page 13 of 28
Type E- Organic Zir�c Pr�me� (Minimum 80% Zinc by Weightj
Manufacturer Appro�ed Coating
Tnemec Series 90-97 ar 9DG-1K97 Tneme-Zinc
Carboline Carbozinc 859
Sherwin-Williams Corothane I Gal�apac
PPG Amercoat 68HS
Akzo Nobef /
Internatianal Paint, LLC Interzinc 52
Approved Manu�acturer Appro�ed Eq€�al
Type F - Alkyd Enamel
' Manufacturer Approved Cnating .
Tnemec Series 2�1 i�i-Build Tneme-Gloss
Sherwin-Wii(iams DTM Alkyd fnamel
Akzo Nobel / Interlac 665
Interna�ional Paint, LLC
De�oe Coatings De�lac 1431
Carboline Carbocaat 8225
PPG �ast C3ry 35
Type G - �paxy-Palyamide Coatings `
: Manufacturer Approved Caating
Tnemec Series 6£
Sherwin-Williarns Macropoxy 6�F6 Epoxy
Ir�tergurd 475H5; Interseal 670N5 for valves and gates, PVC
Akzo 1Vabel / ��p� �nd conduit, submergecl structural steel and misc. metals,
Internationai Paint, LLC
and submerged piping
De�ae Coatings Bar-R€�st 235
Car�oline Carbaguard 6a
PPG Amerlock 385
Type H- Epaxy-I'olyamide Coatings fnr' Pntable Water (NSF 61 Certifiecf)
Manufacturer ` Approved Coa.ting
Tnemec Series 20 Pata-Pax nr N140 Pata-Pox Plus
Sherwin-Williams Tank Clad Epaxy
Akza Nobel / lnterline 850 or Interseal 570HS (NSF colorsj
InternationaE Paint, I.LC
E;['i'Y OF l�C7R'C 1VOtt"Cli il esLside ]f4rter Ti•rulnteiu f'laitf Ncrckry2 Ge�aeru�nr,s
C[TY PROJI3C�['NUh�il3k:lt: l(13d10
099600.01-14
iiIGH-PEiiFCIRMANCE COATINGS
Page 14 of 28
Type H- Epoxy-Palyamide Coatings for Potahle Water tNSF 61 Certified)
Manufacturer Approved Coating
[levoe Coatings Bar-Rust 233H 5eries
Carboline Carboguard 61
PPG Amerlock 2/400
_ Type 1- Aliphatic Polyurethane Ename[
Manufacturer Appro�ed Coating
Tnemec Series 1074 Endura-Shield II
S�erwin-Williams Hi-Solids Polyure�hane
Akza Nobel / ��terthane 990 Series
Internatinnal Paint, LLC
Devae Coatings Devthane 379 Series
Carbo[ine CarE�n�hane 133HB (Satin) or Carbathane 13��[G (l�igh Gloss)
PPG Pitthane Ultra Series
Type 1- Silicone Aiuminum Coatings for High �emperature
Manufacturer Apprn�ed Coating
Tnemec Series 39 Silicone Aluminum
Sherwin-Williams Sil��r Brite Aluminum B5958
Akzo €Vobel /
Intertherm 5Q Series
lnterna�iona[ Paint, LLC
17evoe Coatirtgs Intertherm 50 Series
PPG Hi-Temp 50fl
Carf�oline Carbozinc ��.; Finish: Thermaline 4700 Series (up to 1000 d�g
F); ih�rmaline 4900 (up ta 45� deg F)
TVpe K- Epoxy Cancrete Coating
Manufacturer Appro�ed Caa#ing
Tnemec 5eries 46H-413 Hi-Buifd Tneme-Tar
5herwin-Williams iar Guard Epaxy
Akzo Nobel /
International Paint, LLC Interzone 954
Devo� Caatings [�evtar 5A Series
PPG Amercnat 78HB Coal T'ar �poxy
Car�oline Bitumastic 3flDM
CITY OF POR'C �V€alt'I�Ei tPestside JPrifer Ti�eul�ucn! PG�i�f 13crc'krrp (Fe�rera�rn•s
C1TY PRO1I:C�C' NUMI3GIZ: 103�E1(}
0496C10.01-15
HSGH-PEfiFORMAM1iCE COATINGS
Page 15 of 28
Type l. - Navolac Vinyl Ester/fVavolac �paxy Concrete Cnating - High Frictian 5urface
(NFS)
Manufacturer ,4pproved Coating
`fnem�c 5eries G436 Perrna-Shield / Chernbloc Seri�s 252SC
Sherwin Williarr�s Dura-Plate 82pq
Akza Nobel / ��ilcote 380 / 242GE Flakeline System
[nternational Paint, LLC
PPG SFT 675 / FlakeRez 83Q3
Carboline Carboguard 510 Series / Plasite 4500 5eries
Type M-,High Salids Epoxy Silaxane _
Manufacturer Appro�ed Coating
Carboline Carboxane 2000
5herwin-Williams 5her-€.oxane 800
PPG Psx 70a Polysiloxan�
Approved Manufacturer Approved Equal
Type N - Epoxy MasCic
Manufacturer :Appr.o�ed Coating
Carboline Carbomastic 15
Sherwin-Williams Epoxy Mastic II
PPG Amerlock 2/40D AL
Tnemee Chembuild 5eries 135
AkzoNobel/International
Pain�, Li.0 Interseal G70HS
Type O - Eiastomeric,Palyurethane Hybrid
Manufacturer `Appro�ed Caating
Carboline Reactamine 760 Series
Sherwin-Williams Paly-Cote 115
pPG Amerthane 490
Tnemec Elasto-S�iefd Series 405
Akzo�fobel/Internatianal polibrid 745E Elastomeric
Paint, LLC
7ype P- Giass Flalte Reinforced Epoxy
` Manufac#urer ' Appro�ed Coating
Carboline Approved Equal
C["1'Y OF FOR'€' �1'ORTE-1 It'csl.srrlc i!'uter 7i-euf»reiu PImr1 L3crckarp Cie�ae�'rriur'.�
CIZ'Y PROJf:C�C NIJivLFi�.R: L034L0
os �s oo.ai - i�
HIGH-PERFQRMANCE COAilNGS
Page 16 af 28
TYpe P- Gfa.ss Flake Reinforced Epoxy "
Manufacturer : Appraved Coating
Sherwin-Williams 5her-Glass FF
PPG Am�rlock 2/400 GF
Tnemec Tnemec Series G�435
Akzallobe!/Internatianal Appraved Equal
Paint, LLC
Type Q- 100 Percent Solids Epaxy for Wastewater
Manufacturer Appro►►ed Coating
Carboline Plasfte 4550-5 No�olac Epoxy
Sherwin-Williams f3ura-Plate 600U Amine Epoxy
PPG Novaguard 890 or Nnvaguard 810 Novolac �poxy
Tnemec �e��a-Glaze Series G435 ar Series G435 Modified Ao[yamine
E�oxy
AkzoNobe!/international �ppraved Equal
Paint, G.I.0
B. Petralatum (Wax) Tape;
1. Petralatum (wax} ta�e must be installed per the manufacturer's written
recommendations. Provide all primers and appurtenant materials as required for
installation per the recommendaiior�s.
2. Approved Manufacturers:
a. Tr�nton Corp. - Trentan Prirner and #1 Wax-Tape.
b. €3enso Nnrth America, Inc. - �ensn Paste and Densy( Tape.
c. Approved equal.
C. Pipe Wrap Tape System:
1. 5ystem must be designed to mechanically protect caated piping From corrasion and
abrasion in above grouncf, below ground and submerged ca�ditions and be com}�atibEe
with specified pipe coating system(s).
2. Syst�m must be UV resistant and may be constructed of HDPE, PVC, or fiberglass with
an adhesive backing on one side for application to coatec! piping.
3. 5ystem m�st include a fiberglass reinforced outer shield for abrasior� resistance and be
able to be top coated for aesthetics.
4. Approved Manufacturers:
a. SealForLife.
b, Denso North America, Inc.
c. Approved equal.
C:ITY OP FOR"C �ifUlt7'I I Jf'e,rfsrrle �Putcr Ti�rrrtuier�t Plrut! I��rc•kup Gerrc�rnlor,s
C17"Y E'ItOJEiCT iVUN[�3EIZ: II)3�V1{)
09 96 OU.01 - 17
iifGH-PERFORiNANCE CQA�iINGS
Page 17 of 28
2.03 COLOR SELECTlOfV
A. The col�r chart must include the com�fete availabie range af colors, incfuding tints and
shades. Owner wi[1 sel�ct the co{ors during constr�action.
B. Use a rnulti-color system coating for any surface receiving more than one caat. Each coat
must be tintec{ differently frorrl �he preceding coat in a rnanner that will a11ow the various
coats to be easily distinguished. Colors must generally be fro�n light tn dark shades, but the
Contractor may ha�e the option to sefect t€nt shades to insure coats will receive adequate
coverage without bleeding or otherwise showing through ihe preceding coat.
C. Piping and equipr�nent must be color coded in accordance wi�h the requirements of the
TCEQ.
3.pU �XECUTION
3A�. GEi��RAL
A. All coatings must be appfied in strict confarmance with the coating manufacturer's
published specifications, this Section, or as approved by the Engineer.
e. 5urfaces which will be inaccessible after installati�n rnust be eoatecE p�ior tn instailation or
must be coated and appro�ed in s�ages as the Work is installed.
C. Engineer wi[l approve surfaces far application of coatings at each stage. Any material that is
coatec4 prior to th� Engineer's appro�al wifl be stripped back to bare rnetal and repainted.
p. At least 7 days or as required by the coating manufacturer, must be allowed for drying of
finished surfaces before any machinery can be placed into service.
E. The number of coats cal{ed for in this Section are considered the mini�urn required. If
mare caats are required to pro�ide the specified dry filrn thickness pr for comple�e coverage
and ur�ifarm appearance, they must be prn�icfed at na additional cost to the Owner.
3.02 STEEL SURFACE PREPAFiATiON
A. The adequacy af the preparation o� steel surfaces will be determined by comparing the
surface with SSPC VIS 1"Pictarial Surface Preparation �tandards for Painting Steel 5urfaces"
and SSPC VIS 3"Guide and Reference Photographs for Steel 5urfaces Prepared by Power and
I�ar�d Tool Cleaning." Prepare surfaces in accordance with the following requirements:
1. SSPGSP 1— Solvent Cieaning.
2. SSPGSP 2— Hand T'oo! Cl�aning.
3. 55PC-SP 3-- Pawer Tno! Cleaning.
4. SSPC-SP 5/ NAC� 1— White Metal Blast Cleaning.
5. 5SPG5P 5/ fVACE 3�-- Commercial Bfast Cleaning.
6. SSPGSP 7/€�AC� 4— Brush-Off B{ast Cleaning.
7. SSPGSP 10 / NACE 2— Near-White Blast Cleaning.
8. SSPC-SP 11 — Power Tool Cleaning to Bare Metal.
C`I'I�1' Qi� €�ORT IV�R'l�l i �l e,slsi�lu dPaler Trecrtmeirt 1'!mr! Rcrck�q� Ge�rerulur.r
CI"I'Y YROJEC'C vU�[13G1t; LD3d10
09 96 0�.�1 - 18
HiGH-PERFORMANCE COA�INGS
Page 18 oF 28
B. The resulting surface profile must be in accorcEance with the coating manufaeturer's
recommendations.
C. "Solvent Cleaning" must be performed �arior �a subsequent surface pr�paration, including
abrasive E�last cleaning.
D. AI! sharp edges and welds must be ground smooth to a raunded contour and all weld
splatter must be remaved prior to abrasive blasting. Edges af inetal to be caated must be
rounded to a minimum of 1/16-inch radius nf chamfered a rriinimum of 1/1C inch at an
angle of �45 degrees.
E, Welds and adjacent areas:
1. Prepared such that there is:
a. No undercutting or reverse ric�ges on the weld bead.
b. No weld spatcer on or adjacent ta the weld or any other area ta be painted.
c. �!a sharp peaks or ridges alang the weld bead.
d. Grind embedded pieces of electrode or wire flush with the adjac�nt surface of the
weld bead.
2. Wefd profiles must confarm to NACE RP0178, Profile `�'.
3.Q3 C3UCTIL� IRON PIPE AI�D FITTIfVGS 5URFAC� PREPARATlOI�
A. Pre�are surfaces in accordance wiih the Following requirements:
1. NAPF 500-03-0� — Sol�ent Cfeaning.
2. iVAPF 500-03-02 -� Hand Tanl Cleaning.
3. NAPF 500-03-03 — Pawer Toal Cleanir�g.
�t. NAP� 500-03-(}4 — Abrasive Blast Cleaning for Ductile Iron Pipe.
5. NAPF 500-03-05 -� Abrasive 81ast Cleaning far Cast Ductile Iron Fittings.
B. "Sol�er�t Clear�ing" must be perfarmed prior to subsequent surface preparation as specified
in NAPF 500-03.
3.04 PETRQLATUM {WAX) TAPE
A. Petrolatum (wax) tape must be installed per the manufacturer's written recommendations.
Provide all prirners and appurtenant �aterials as requireci fnr instaElation per the
recnmmendations.
B. Tape must �e installed on aIl buried flsxibfe couplings and at lacations indicated on the
Drawings and as specified.
3.05 PIPE WRAP TAPE SYSTEM
A. i'ape must be it�sialled per the rttanufacturer's written recommendations. Pravide all
primers and appurtena�t �ateriafs as required for installation per the recnmmendations,
B. Tape must be installed on all piping at the transition between above grade and below �rade.
Coat piping a minimum af 2 f�et vertically a�aove and below the ground surface.
CITY OF i�Q1t'i' 1VORTE� !t'eslsidc lI nler Ti•euliue�rl Plrr�il liuckxp Ce�rerufnr•.s
CCCYk'R(]JEC3'N[Ji19f1i:R: tD3�il[f
a9966t1.01-19
HIGH-P�ftFpRMANCE COATINGS
Page 79 nf 28
C. Paint wrap to match adjacent piping.
�.06 CONCRETE SURFAC� PR�C'ARATION
A. ihe adequacy af ihe preparation of concrete surfaces will be determined by cornparing the
surface with ICRI 5urface Finish Cnmparatars. Prepare surfaces in accordance with the
following require�nents and the coating manufacturer's recommendations:
1. SSPGSP 13 / NACE 6-�- Surface Preparation of Cancrete.
2. ICRI C5P 3-- 5, or as required by the coatir►g manufacturer.
B. AI{ow a minimum of 28 days curing time to elapse before coatings are applied. Concrete
surfaces which are scheduied to receive coatings must be in accordance vuith the coating
manufaeturer's ma9sture requirements. ContracEor must pro�ide any primers required by
the coating manufacturer to address outgassing, as needed.
C. Contractor must field �erify that the pH of the concrete is suitable for appfication per the
coating manufacturer's product requirements.
D. Bug holes, air }�ockets, voids ar ir�perfections in the concrete surface must be filfed or
patched with a cernentitious resurfacing material appro�ed by the coating manufiacturer.
�. All coating terminations points, including firam eoncrete to metal are ta include a 1/4-inch
key cut.
F. Concrete Surface Preparation Inspection:
1. Adhesion Testing:
Tensile testing of the surface preparation rnust be performed by the Contractor
using a Type 4 ar'�ype 5 pneurna�ic adhesion testing equipment in accordance with
ASTM D7234 usir�g 2-inch diatr�eter dollies far concrete surface adhesion testing.
Pro�ide a minirnum of three tests (dolfiesj per area and coating system. �ngineer
will selec� location of tesi dollies.
b. Concr�te surface or applied coating must be scored for concrete acihesian testing.
c. Adhesive failure greater than 50 perceni of the dofly surface area indicate
inadequate starface preparatior�.
d. Cohesive faifures which result in loss of so�and concrete will be acceptable pro�ided
the loss is greater than 50 percent of the dolly surface area.
e. Low adhesian cohesive faiiures with a thin layer of concrete due to weak concrete
or laitanee over 50 pe�cent af the dolly surface wifl be rejectecf.
2. Concrete Soundness: Concrete soundness will be determin�d using the scratching or
hammer impact methods as defined in SSPGSP 13.
3. Moisture Cantent: Maistur� must be tested as specified in SSPGSP 13 and in
accordance with ASTM D4263 and ASTM F1869 (far canditioned spaces). Moisture
cantent cannot exceed the maisture cantent recommer�ded by th� coating
manufacturer.
C.CI'Y OP ['OEtT 11'OR"ffi 11'esGsidc lf'nler T�rnt�ne�rt Plrrit113ackup Gc�nercr�ors
CI'i'Y €'R07EC'CI+IU�fF3L'Et: iO3�#[d
09 96 00.01 - 2D
H1GH-PFRFORMANCE COATINGS
Page 20 of 28
3.07 StJRFACE PREPARATIO�!
A. Clean and degrease surfaces prior to abrasive biasiing by solvent cleaning as specified using
sol�ents, d�tergent/water, emulsions, and stearri. Propased method must be dncumer�ted
in the coating plan. Contractor must cantain and properly dispose of all runoff and debris
from cleaning.
B. If t�e following conditions exist or are pre�alent, surface pre}�aration and coating must be
delayed nr postponed until canditions are �avnrabfe. Eaeh day's coating must be com}�leted
in time to �errnit the film sufficient drying time prior ta damage by atmospheric conditions
or changes. No surface preparatian can begin or coating applied:
1. When the sur�ace, air or material is befow or abave the� manufacturer's printed
instructions.
Z. When surfaces are wet or damp.
3. D€�ring weather conditions of rain, snow, fog or mist.
�i. When the air and steel temperature is less than 5 deg � above the d�w paint
temperature.
5. If the relati�e humidity is abo�� 85 percent.
6. When it is expected that the dew pnint, air and/or surface temperature will be below or
above the coating �anufac�urer's recomrr�er�dec[ ternperatures within 4 hours after
ap}�lications of coating, minimum. Caating manufacturer may require additional time
between ap�lication and tem�erature and weather changes.
C. Shop Surface Preparation:
1. Notify �ngineer at least 7 days prior to start of shap blast cleaning to allow for
inspection of the Work during surface preparation and shop applicatinn of paints. Work
is subject to the �ngineer's approval before shipment to the jobsite.
2. Iterns such as structural steel, rt�etal doors and frames, metal louvers, and similar iterrts
as re�iewed and appro��d by the Engineer may be shop p�eparecE anc{ primed.
Centrifugal wheel blast cleaning is an acceptab(e alternate to shop blast cleaning. Blast
clean and prime in accordance with the Specificatians.
3. Prepare surfaces by abrasive blasting as specified and apply shop prime coat. Shop
primed steel plates must not have prirr�er extended within 4 inches along all edges to be
welded. A{I prirner within 4 inches af an area ta be welded must be removed prior to
welding. Welding of painted surfaces will not be ailowed.
D. All pre-assembled shop primed items must be prepared in accardar�ce wi�h these
specifications and inspected by the Owner's representative befor� and after priming,
�. Ai�rasive Bfasting:
1. Priar to commencir�g abrasive blasting operatinns, the Contractor must perform a test
blast to verify that the surface clear�finess and profife meet the requirements of this
Sectian ar�d meet the coating manufacturer's require�rnents for the coating to be
appfied. If tE�e test section does not meet the requirements, the Cnntract must make
changes to the abrasive materia[s and/ar methods tn pravide suitab{e blast.
Cl"fY 01' PORT �t�OR'C'E 1 !I'c.sl.+ide !f'rrter Trecrlurenl C'lanl I3arkrrp Gcrierrilor.c
C["1'Y 1'IL{3J1;C1' l�![1�1E31;Ct: 1 f)3<� 11)
os �6 ao.ai - zi
HIGH-PERFORMANCE COATINGS
Aage Zi of 28
2. Abrasive blast only the amaun� of surfaee area which can be primed the same day or
before any rust starts to farm, whichever accurs first. Areas which are not painted the
same c�ay rnust b� re-blasted on the day the prim� coat is applied.
3. Shrouding or recovery af all blast material wili be tnandatary durin$ all ext�rior blasting.
4. Contractor must cantain ail wast� and proeess discharge in accordar�ce with the
accepted method� for the process ar�d materials that are in al�atement.
Where abrasive blast cfeaning wi{I not rernove or properly prepare metal surfaces, hand
and/or pawer tool cleaning €nust be used to remo�e such conditions as welc{ splatter,
laminations and radius-sharp edges. Nand tool or power tool must be used on areas
less than 2 feet in diameter or smaller or on corners and edges.
6. All abrasive blast equipment must be equipped with, including but nat limitec� to the
following:
a. Nnise reducing de�ices.
b. �iose caupling safety de�ices.
c. Electrical grounding devices.
d. Moisture traps and filters.
e. Fresh air hoods �ar all 6lasters.
f. "Dead Man" switches on a1[ blast hoses.
g. Air dryers.
F. Surface profile must be in accordance with manufactur�r's printed requirements.
G. The adequacy of t1�e preparation of s€arfaces must be cfeiermined by eomparing the surface
w�th SSPC-VIS 1, SSPC-V!S �, NACE RPa178 and ICRI Surface Finish Comparators,
H. Adequate surface preparation rnust be verified throughnu� surface preparation per SSPC-PA
17. Minimurt� testing requirements:
1. Test the surface profile within the first 15 minutes and ane additianai time during each
work shift or 12-hour period, whichever is shorter for each gt�n or blasting apparatus
used or at any time the process producing the acceptahle profife indicated above is
changed, as interpreted by the Engineer.
2. Select a minimurr� of three 6-inch square locations and take two readings. The average
to the two readings is a"prafile measurement." The group af three lacations is the
"laca�ion a�erage." The location average must be within the specified profile range.
3. Contractor must report the Incaiion a�erages (lowest lacaiion a�erage and highest
lacation a�erage, and the profile measuremen� for each surface preparation apparatus.
Ef th2 substrate has been pr��iously coated, an existing profile may exist. Cantaetor
rnust adjust blast rnec�ia size to ensure that the resulting st�rface profile meets the
profile required.
Wherever the words "salvent cleaning", "hand tao! deaning", "wire brushing", or "blast
cleaning", or similar words of equal intent are used in the Specifications or in paint
CI"C'Y OF E=�R't� �VO€Z'[�f-[ JPe.sGside 1('uler 7'reutment Plau I3rrckrrp Ge+rerulrn•.s
C[TY PIZOJEC'[' NtJ\�]E3ER: 1034iO
09 96 OO.� t- 2�
HIG}!-PERFpRMANCE COATINGS
Page 22 of 28
manufacturer's specificatinns, they are understood to refer to the applicable speeifieations
indicated.
J. Where 05HA ar EPA regulations predude standard abrasive blast cleaning, wet or vacuum-
blasting methods may be required. Coating manufacturer's recomrr�endatians for wet blast
additives and first coat applica�ion will apply.
�C. Clean surfaces of dust and residua! partid�s from cleaning operatinns by dry (no oif or water
vapor) air blast cleaning or other method �riar to painting. Vac�um clean enclasecE ar�as
and other areas where dust settfing is a prabfem and wiped with a tack eloth,
3.08 PREPARATIOfV OF HO�"-D!P GALVAf�IZED COATEU ST�EL, STAI€Vl.�SS STEEL AND IVON-FERROUS
M ETALS
A. �or gafvanixed coated steel, remove all solubie and insaluble contaminants. �repare hot-
dipped galvanized coated iron and steel products in accordance with ASTM D6386.
B. Abrasive blast per SSPC-SP (6 to ach�eve an angular anchor profile as required by the coating
rnanufacturer,
C. Contractor is responsible far coorc{inating with t�e coating manufacturer to verify
compatibility af the specified coating system with the provided svrface preparation.
3.09 PR�PARATfOR[ OF EXISTING COAT�D OR SHpP PRIMED 5l1RFACES
A. General:
Factory-appliecf primers to equipment must be those specified or verified by the
Contractor to be compatible with the s�ecified coating systems. Where possible, natify
manufacturers which shop prime coats will be requir�d in order ta be compatible witF�
field-appli�d finish caats.
Wf�ere equipment is pUrchased which has ihe manufacturer's standard primer or a
factory finish which is other than as specified in this Seetion, remo�e the factory-applied
paint system ar apply passivators ar other speciak cnatings as required to rr�ake �he
surface cnmpatible with the tinis� coat specified.
2. Do not apply any coating to machinery, piping, ar nther surfaces before testing has been
cotnpleted and systems appro�ed. Any damage ta caatings resulting from su�sequent
corrective procedures must be stripped back to bare metal and repainted with the
appropriate paint system as directed by the Engineer.
Check �or compatibility when app[ying coatings over existing coatings. Apply a test
patch of the recammended coating system, covering at [east 2 to 3 square feet or as
directed by the Engineer. Allaw ta cure 1 week before testing adhesian per ASTM
D3359 in the presenc� of fhe �ngineer. If adhesion does not rneet the manufacturer's
published data, eonsult with the Engineer.
4. 5hop primed or caated s�rfaces rr�ust i�e review�d with the Engineer ta determine if the
extent of damage to the coating and suitability of finish coats to adhere to shap applied
coats.
Cf"[�Y OE� F'(31Z�1' 1i'OR'CE 1 If e,slside Il'uler Ti�eutnren! Plu��1 f6uckrrp Geirerrrtur.s
C'I'CY PROJI�;C'I" �]Ulb[BGIt; 1�13d1li
04 96 Ofl.01- 23
HIGH-PERFORMA[SCE COATENG5
Page 23 of 28
If a cured e�oxy, polyurethane, or plural-component material is to be top coated
pro�ide brush-aff blast as specifiecf herein or as recarnmended by the coatir�g
manufacturer.
5ur�ace preparation recarrimendatians af caating manufacturer are subject to approval
of the Engineer,
B. To Be Recoated nr Final Coated:
1. Snl�e�t clean.
2. Perfarm tauch-up repairs af existing coa�ing.
3. Asphaltic coated ductile iron pipe will require an application of a seal caat prior to the
applicatian a� a cosmetic finish coat.
C. ToucM-Up Repairs:
1. Clean loose, abraded, or damaged coatings to substrate by power tool �o i�are rr�etal per
SSPGSP 11 and/or NAP� 50t1-03-Q3 "Power Tool Cleaning."
2. Feather surrounding irttact coatin$.
3. Apply one spat caat of the specified prirner to bare areas overlapping the prepared
existing coating.
4. Apply ane full �inish coat of the specified primer or finish caat{s} overall.
D. Application af a Gosmetic Coat:
1. The exact nature of shop-applied coatings is not known in al) cases.
2. Check eompatibility by applieation to a small area prior ta starting the coating.
3. If Iifting or other prablems occur, request disposition frorn the Engineer.
3.1Q APPLICATION
A. Coniractor and painting technicians are responsible for the application af the coating system
and must have current ap�licator approvals fro�n the coating man�facturer, as required.
B. After abrasi�e blast deaning, dust and spen� abrasive must be removed from ttte surfaces by
�acuum process or with clean, dry, oil-free eompressed air.
C. The prime caat must be app]ietE as saon as possibl� after the blasting and surface cleaning is
eompEeted, inspected and approved by the Inspeetor. Blasted surfac�s must be coated
before rust forms an the surface. No prepared surfac� wi[I be allowed to receive a coating if
"rust bloom" or surface discoloration has occurred. All blasted surfaces must be cpatecf to
within 6 inches of the edge of a blasted area. No �isible rust must be coated unc{er any
circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed
tirr�e between blasting and coating. Lea�e an uncoated strip of expased metal to clearly
identify where abrasive blasting was ha(ted.
[�. Provide mist caat if recommended by the coating manufacturer.
E. Ail we[d seams, gaps, edges, bolts and difficult areas to coat must receive a s�ripe coat.
Stripe coat must 6e a contrastir�g color. Stripe coat may be applied with intermediate or
finish coating, btat must be applied prior to tF�� installation af the finish coat.
C[TY UI� f�f}IZ"C �VOR`[�Ii !li�.ti7.side If uter Treuhire�it Yla�! Iiuckup Geirerntors
ci�r��r�iiolr:c�r�vu�«�L�z: i«3�io
09 96 oo.oi - za
H[GH-PERFqRMANCE COATINGS
Page 24 of 28
F. Contractor must apply each coat at the rate and in the manner specified by the coating
manufacturer, �xcept as rr}ay be modified herein. If material has thickened ar must be
diluted ior applicatior�, caatir�g must be buift up to achieve the dry film thickness as specified
for each coat of t�e compfete system,
G. Maximum and minim�m DFT must be per the su�plied coating r►�anufacturer's printed
requirements and as requireci by this Section. DFT will be measured per SSPGPA 2, Level 2
with an allowable measurement of spot DFT of:
1. Minimum [3fT, as specified.
2. 120 percent nf maximum ��T specified.
H. Contractor and painting t�chnicians are responsible for th� appiication of coating system
and must have current applicator certifications from the coating manufacturer. 5ubmit
certifications with coaiing su�mittal.
Coatings which have an expired sheff or pot life may not be used and must be removed frorr�
the jobsite,
J. Coatin� must be applied by skilled workmen and must be brushed out or sprayed evenfy,
withaut runs, crazing, sags, or ather blemishes.
K. Sand I�etween coats to rernnve over spray and dry fall.
L. Apply the first coat ia the surface, includir�g cutting in around edges, before the second coat
is applied. The secor�d caat and any successive coats rnust not to be applied before
notifying the Owner's fieEd representative and obtaining appro�al. �ach cnat must be tested
before the successive coat is applied.
M. The coating curin� period must be adjusted to compensate far less than adequate weather
conditions, as recommended by the coating �-nanufacturer, for complete curing of Yhe entire
caating system. The full curing time recomrr�ended by the manufacturer must be provided.
N. Coating must be cantinuous and must be accorr�plished in an orderly manner to facilitate
proper inspection cor�trol.
O. Where a roller ar brush is used to apply the coating, additional coats may be necessary ta
ac�ieve th� recvmmended dry film thickness and/or to achie�e total coverage of the
uncEerlying surface. Coated surfaces must be totally free af all roller nap, rolfer marlcs, brush
bristles and l�rush marks.
When using canvenrional coating spray equipment For coatir�g operations, effective oil and
water separators cambined with after conlers of deliquescent dryers must �e used in
compressed air lines to remave detrimental oil and rnaisture from the air. Separaiors must
be pfaced as fiar as practical from the com�ressor. Compressars must be tested periodica{ly
6y the Contractor for oif and wa�er eantamination of campressed air. Testing must foflow
ASTM D4285 "Standard T�st Method of lndicating �il and Water in Compressed Air." All
cnrr�pressor units fo�and to produce unacceptable arrtounts of oil and ar water, as
determir�ed by results nf ASTM D4285 test data must be replaeed with a carr�pressor that is
acceptable.
Q. For porous surfaces, such as concrete or masonry, a prime coat may be thinned to provide
rnaximum penetration and adhesinn. The type and amount of thinning must be determined
by �he coating manufacturer and is dependent on surfac� density and type of coating.
Cl�['Y OF FOR'[' �VDR71 I f1'eal.side 1 Pnler 7'reult7rerit Plcuz� liucktip Gexerrr�ns•s
C'1'CY PRO11iC ]' NU�I[3ER: l[}3�f I U
ag s6 oa.oi - zs
HIGH-PERFORMANCE CDATINGS
Page 25 of 28
R. Concrete and Steel Flnors and Walks, includ9ng Bulk Storage Areas:
1. Provide nan-skid surface in wa4kway areas and on floors.
Contractor is to indude non-skid addi�ive such as aluminum oxide to caatings or may
use 50 mes� dry wash silica sand broadcasted into the film anc� Eaack rolled to
encapsulate as recommended by the eoating manufacturer.
Contractor is to provide a test area to confirm with Owner that the non-skid surface is
ac[equate and consisteni. Gontractar must modify methocf or products used as required
to provide an acceptable surface.
3.3.1 FfEL[� QUALITY CONTROI.
A. Field Tests: Make wet filrr� tests during painting operations to assure proper thicknesses of
coating are heing applied. After each coat has been applied, test the paint film thickness
with a nondestructive, magnetic type thickness gauge. The total dry-film thickness for each
coat must be per Paragra�h 3.10.G. Apply additiona{ caats until the specif'sed thickness is
reached ar exceeded.
B. F�oliday Testing:
1. Holiday testing must be performed in accardance with NACE SP0188 ar ASTM D5162 for
steel substrates and ASTM 04787 for eoncrete substrates.
Test the entire surface of coated steel and piping in moderate or severe environrroents,
as d�termined by the Engineer, with a holiday detector. �or thickness between 10 and
20 rr�ils (250 ta 500 micrans} a non-sudsing type wetting agent, as recommended by the
hfll'sciay detectar rnanufacturer, must be added ta the water prior to wetting the
detector sponge.
3, Holiday det�ct coatings in excess of 2D mils with high voltage holiday testers as
recornrnended by the coating manufacturer.
4. Mark and repair failures in accardance with the mantafacture�''s printed instructions,
then retest fai{ure areas. No failures or other irregularities wilf be permitted in the finai
coats. Areas containing holidays must be repaired until tests indicate na holidays.
3.12 PROTECTI�N OF SURFACES NOT TO BE PAIfVTED
A. �emove, mask, or otherwise �rotect hardware, lighting fixtures, switch plates, alurriinum
surfaces, machined surfaces, coupfings, �shafts, bearings, �ameplates on machinery, and
other surfaces r�ot intended to be paint�d.
B. Pro�ide drap eloths to �re�ent paint materials from fal[ing on or marring adjacent surfaces.
C. Protect warking parts of inechanical and electrical equipment from damage during surface
preparation and painting process.
D. Mask apenings in motors to prevent paint and other materials from entering the mators.
3.13 dAMAGED COATINGS, A€NHOLES, AN� HOL{[}AYS
A. Feather edges and repaired in accordance with the recommendations of the paint
rnanufacturer.
t:l'1'Y C)i� FOEZ7' �V�It�I l[ !{'esYsrrle f i'�r1e+• Treur7rieirf Pl�rrr� Bac•ktq� Ge�lerrrfnrs
CI'�"Y f'I2OJE.CE NU\-[13ER: lf)3410
09 96 ao.oz - zs
HiGH-PERFORMANCE COATINGS
Page 26 of 28
B. Repair fusion bonded coatings to be as recommended by the original applicator. Ap�ficator
must pravide IiquicE repair icits for this purpose as recommended �y the coating
manufactur�r,
C. Apply finish coats, including touchup and damage-repair caats in a manner that will present
a uniform texture and eolar-rnatched appearance.
3.14 U1�5AT15FACTORY APPLICATION
A. If the item has an imprnPer finish color, ar insufFicient film thicicness, clean and topcoat
surface with specified paint materia! �o obtain the specified color and caverage. Obtain
specitic surface preparation iniormation from t�e coating manufacturer.
B. l�and or power sand visible areas af chipped, peeled, ar abrad�d paint and feather the
edges. Follow witf� primer and finish coat in accordance with the Specificatinns. Depending
on the �xtent of repair and its appearance, a finish sanding and topcoat may be required.
G E�idence of rttns, brid�es, shiners, iaps, or other imperfections are cause far rejection.
D. Repair defects in coating system per written recor�mendatians of coating manufacturer.
�. Lea�e afl staging up until the Engin�er has inspected the surface or coat�ng. Replace staging
remo�ed prior to approval by Engineer.
3.15 COATING INSPECTION
A. General:
1. A11 coats wil) be subject to ins�ection by the Engineer and the coating manufacturer's
representative.
2. Visualiy inspect cancrete, nar�ferrous metal, piastic, and wood surfac�s to ensure praper
and complete coverage has b�en attained.
3. Give par�icular atter�tion to edges, angles, fianges, and other areas where insufficient
film thicicnesses are likely ta be present and ensure proper millage in these areas.
8. Coating Thicfcness Testing:
Owner's representative may conduct caating thickness testing as necessary and without
fimitation.
Measure coating thickness specified in mils with an efectronic type dry film thickness
gauge.
3. Check each coat for if�e carrect millage.
4. Tests for concrete coatir�g thickness may be taken �asing a Tooke Gauge or gauge
appro�ed for testing coatings over concrete substrates. Contractor rnust repair coating
after thicfcness testing, if required,
C'1TY Of� f�(31�'I' WORTH 11 es7.�idc JPn�cr 7'reedniei�ll'hrtu Huc�ktrp C;eiierulars
C!"I�Y Pit�JEC7' NUi�9E3�.R: ID3d10
09 95 00.01 - 27
H1GH-P€RFORMANCE C(3A11NG5
Page 27 of 28
C. Coating Continui�y [Holiday) Testing: Owner's representative wilf witness haliday testing
performed f�y the Contractor.
3,�.6 CLEANING AN� ADJU5i1NG
A. Pramptly remove trash and debris resulting from painting operation from the Si�e. Remo�e
drop clo�hs, masking tapes and other protecti�e ca�erings. Remove paint spifls, splatters,
overfap of paint from adjacent matertal ancf other defects. Spot paint nicics and ather
defects.
B. Remove paint containers and waste products. Thoroughly clean paint storage roams,
removing spilled paint from walls and floors.
C, bamages du� to over spray on buildings, vehicles, trees, or other surfac�s not specified to
be �ainted wo�ld be the responsibility af the Contractor.
3.17 SCHEQULE
A. Protective coatings must be appiied in accordance with the fallowin� paint schedu{e. If
additional or alternate primers, etc. are recommended by the cnating manufacturer for any
of the coatings specifi�d, they must be provided at no adc�itional cost to the Owner to
prtivide a complete ar�cf compatible coating system, as approved by the Engineer.
C[TY OF E{}RF �V(}R'I'E{ IPestside 1Pater T�•enr7nerr� Pluru I3uckup Generak�r.r
C['1'Y i'Rt)JEC C �Ll�\�1Ei13R: 1U3�11D
N �q
I_7 N
Z a
� �
O N
u �
w �
u d
z
¢
�
�
0
�
d
x
�
_
�u
J
�
�
W
_
U
ci'f
H
Z
Q
a
�
C7
Z
F--�
Q
O
U
u�
�
�
F
O
�
�
i� .:
Ea y �
Q� ..... , � � �
� � � o ni �m .� � �� o o ��
� `�-' � O O C
���- ��� �� m fYf� 00 fV l¢
N � H �
O � �1 G1 QJ N
O Q `"^� ,. G r-I N Y N `1:. w-i r-� . E
Z� u u cs c�
H F H H
� � � �
ii. i„�: � ii u=
� 0 .`� p � � �o �'
0 � G�
a� � o a� � '� � � � �
�- -a a � � �.' � � � �-
� � j E�� o c E a � a � c.�
3 v X '� „� ��„�a 'c c 'C a ' o w G
T7 � p � � '� � �` � � � O �
`G �
h 'L �L .0 C� .O" (4
a a W � Q � ln Q y,�,� (/� � � Q-� +�+
� s! ' O � � I � � � �^ CO � e � �
� J � Q � L.L E.L �
�
ri � � � � � } � � � �
H- n_
Q.
Q1
L1L
tE0
u m u� c
� � rri � r3 ,� � � �
� � � � 0. d fl_ fl,. �
{/� � V1 V] (n i/7 _ f./� N
C-1 U U U V U V;-'
a� a. a � a. Q-�
N� �� �� �'�
�r
� � � �
p � � '� o
+r � � o +, �+--
+n fl- � cv � c �n
�a � � � � � �
u �p o L
ar
`� � � � u .� � �
.c � o Q y° � � a'
U u � � � Q' �
� � Q `� `II -o '� rcv a�i � �
� �i � � ,L' � v' �; m � �
�► D r� � � W ct, �.. `� . ' v
Q O�` n r�o (lf � �� � tn X
O � "- � O � � C Q � Ol � �
dq � aJ ,� , u ur � i, u
� � � +.. � +� �. m °i u -o � `� �
v L c n � •
�
u a� � o ro �,c a� r�o ;o � �s
�,.�� a�� � cv u '� as �n ar ,.,_ c)
�— VI �� L... (q r�"' Q �1, � 'L�
a � ��� � ��� Wv� ;��, �
�.
� O ',�-,� S v7i 1U Q Q 4J c_�j G �f3
V1 �L � '� � � U1 LJ i' ~ Ep �
Ua�-+ � � a"' � � � a-' O "L `� .� 'O.
ID C u itl �n �II Z7 �'' X�- �,� � L],
� � .'�i � � al ftl Ql U1 �+ � � � U
W aA � `' V'
tn .� (�D � "t� vi � � C � .D '� �
O ��'� � ++ Q en v� � �S u" D Qi
O �
p � C � '> � �. � �X � � � y� u
Ei �"C� � O � � d�D „� a:,, � Z3 Q�
�l C � Y �- p Q� C � C O �
� � � �n �n � � dl O � � (D O vi
�3 � 0� � o c� i7 Qy �� D p O
{�y C r�6 u fl � ,l�,4„ � � � O � p �
.Yd Y
Q vl .� �..� � a Q (O Q 4�-. � Q LL3
� m �t �n to
� � � z z
Z
�
�
w
N
�
�
�
Z
w
��
o �
.�j <�
� o
C� �
� CQ
��
mz
q. [y[1
rvn
��
`a �
� �
tiU
�
O
3
�
�
0
�
0
r
�-
�
DIVISION 23
HVAC
238113-1
PACKAGED WALL-MpUi�T AIR CONDITIONING UNITS
Page 1 of 5
23 81 13 PACKAG�D WALI.-MOUNT A1R-CONDITIONING UNITS
1.00 GENERAL
1A1 W�RK INCtUQED
A. This Section incluc{es packaged wall mo�ant air conditioning units and their accessories and
controls, in the follawing configuratians:
1. Vertical Walf Matant.
1.02 PRlCE AND PAYMENi PROCEDURES
A. Measurem�nt and Payment
1. Measurement
a. This Item is considered subsidiary to the item "Packaged [3X A/C Wall-packs".
2. Payment
a. ihe worlc perforrned and the materials furnished in accordance with this Item are
subsidiary to the item "Packagec{ [3X A/C Wall-pac[cs" anc! r�o other compensatian
will be allowed.
L�3 QUALITY ASSi7RANCE
A. Product Options: Information on Drawings and in Specifications establishes requirements
for system's aesthetic effects and performanc� characteristics. Aesth�tic effects are
indicated by dimensions, arrang�ments, alignmen#, and prafiles of components and
assemblies as they relate to sightlines, to one another, and to adjoining construction.
Performance characteristics are indicated by criteria sul�jecf to verification by one or more
methods including preconstruction testing, field tesiing, and 9n-ser�ice performance.
B, Eiectrical Components, De�ices, and Accessaries: Listed and labeied as defined in N�PA 70,
Article 100, by a testing agency acceptable to autharities having jurisdiction, and marked for
intended use.
1.Q4 SUBMITTALS
A. Product Data: Include rated capacities, operating characteristics, furnished specialties, and
accessories.
8. Shop Drawings: Show installatian details for wail penetratians.
C. Wiring Diagrams: Power, signal, and control wiring,
D. �peration and Maintenance �ata: Include emergency, operation, and maintenance
manuals.
E. Warranties: Specia[ warranties specifiec[ in this Section.
1.05 CO�RDINATIDN
A. Caordinate laynut and installation of packaged wall-mount air cnnditianing units and wall
eonstruction with other constructian that penetrates walis or is supported by thern.
CITY Of FORT WORTH Westsrde Water Treatme�r Plant 8ackup Generators
CITY P€tOJEC7 iVUMBER: 103410
z3ai13-z
FACKAGED N1ALL-MOUN�AfR CONDIT30iVING UNITS
Page 2 nf 5
1.06 WARRANTY
A. 5pecial Warraniy: Manufacturer agrees to repair ar replace eomponents of packaged,
terminal air conditEoners that fail in rriaterials or workmanship within specified warranty
p�riod.
�.. Warrar�ty Period for 5ealed Refrigeratian System: Manufacturer's standard, but not less
than fi�e years From date of Substantial Completion, including companents and labar,
2. Warranty Period for Non-sea(ed System Parts: Mantafacturer's standard, but not less
than five years from date of 5ubstantial Co�-npietion, ineluding only components and
excluding labor.
3, Warranty Period for �eat Exchang�rs; Manufacturer`s standard, but not less than five
years from date af Substantial Completior�.
4. Warranty Period for Energy R�co�ery Ventiiator: ManuFacturer's standard, �ut not less
than five years �rom date of 5ubstantial Completian.
2.QQ PRODUC75
2.01 MANUFACiURERS
A. Manufacturers: Subject to compliance wikh requirements, provide products by one of the
folfowing:
1. Industrial Climat� Engineering - Airxcel
2. 5pecific 5ystems
3. �ubank
4. Bard
5. Marvair
2.02 MANUFACTURED UNiTS
A. Description: �.2,5-nominal ton, 460/3/60; Specific 5ystems, AfRPAK 15D Series; factory-
assembled and tested, se(f-contained, packaged wall-maunt air conditioning units with
�lectric refrigeration system and temperature cnntrols; fully charged with refrigerant and
filled with nil.
B, Cabinet: Slopecf top, O.D52-inch (1.32-mrn) thick, gal�anized steel.
1. Mac�nting: Wall with wafl brackets.
2. Finish: �poxy Coating.
�. Access Door: Hinged daor i� cabinet for access to controls.
4. Wall Slee�es: Factory-furnished double-wail galvanized steel with integral insufation.
C. Refrigeration System: airect-expar�sinn coils with capillary restrictor, hermetically sealed
scroll compressor with internal spring isolation, external isalation, permanent-split-capacitor
motor, and overload protection. Dual-circuit cooling cail and dual compressors for two
stages of cooling.
CITY OF FOftT WOlt7H Westsrde Water Trsotment Plant Bnckup f'ieneratars
CI7Y PROJECT NUMSER: 103410
23 SI 33 - 3
pACKAGED WALL-MOUNTAIR CON�ITIONING UNITS
Page 3 af 5
p. Indoor Fan: 7,200 CFM centrifugal fan, with two-speed perrnanent-s�lit-capacitor motor.
E. Filters: 2" MERV-8 Pleated and filt�r rack to access filter from return grifle.
F. C�ndensate Drain Piping:
1. Copper Tubing: For 4-inch diameter and less, {ASTM B88}, �"ype L, hard drawn.
2. Fittings: ANSI/ASME 5�.6.18, cast brass, or ANSI/ASME 816.22, wraught copper.
3. Joints: (ANSI/ASTM 832), solder, (Grad� 95TA) or Capper Pipe 2 thrnugh 6 inches may
be installed usin$ mechanical type couplings on rol!-groa�ed pipe; coupling housing,
ductile iron (ASTM A536} grade 65-45-12, with factory coat copper alkyd enarnel paint.
Gaslcets, flanges, shall be rated for the system by the manufacturer.
4. Pro�ide coated galvanized-steel drain pan and wet p-tra�. Direct condensate to the pea-
gravel sump pit. Refer to drawir�g H-� & 2 for details.
G. Outdoor Fan: Prapeller type wit1� separate perrnanent-split-capac"ttor rrrator.
H. Unit shall be provided in reverse airfiow configuration.
I. 7.� kW factory-fumished eleciric heat strip.
J. Factory-f€arnished enthalpy-controlled econamizer to provide 100% outsic�e air cooling per
1ECC 2015 requirements.
K. Factary-furnished duct collars and supply and return grilles.
2.p3 COlVTROLS
A. Control Moduie: Factory CommStat 6 lead/lag contraller for redundant cantrals in NEMA 1
{indaars] or NEMA 4(outdaors) enclosure. Controller shali be powered frorn the air
conditioning unit.
B. Control Panel Door: Lockable with key.
C. Low Ambient Control: Allows cooling-cycle opera�ion to 20 F, outdoor-air temperature.
a. Fan-Cycle Switch: Allows fan operating mode i� be either eontin€�ous or cycied on and off
by thermostat.
�. Compressor Qverride: Manuai switch �revents compressor operatian.
F. Programmable Thermostat: Mierocomputer based with ad}'ustabfe setpnints.
G. Economizer Op�ration: Motorized intake-air dar�per controlled by an enthaipy sensor and a
mixed-air sensor to provid� natural coaiing when the outdoor air temperature is fa�orable.
2.04 EQUII'MENT 51GN5
A. ASTM €37'09, Type I, cellulose, paper-base, phenalic-resin-laminate engraving stock;
Grade E5-2, black surface, black phenolic core, with white melarr�ir�e sub-core, unless
otherwise indieated. Fabricate in sizes required for message. Pro�ide holes for rnechanical
fastening.
1. Data: Instructions for aperation af equiprnent and for safety procedures.
CITY C3F �ORT WORTH 4Vestside Water 7reatment Plnnt Backup Generators
CITY PROJECT NUMB�R: 103410
238113-A
PACKqGEEI WAL!-MOUN€A!R CON�ITIONING UM75
Page 4 of 5
2. EngraWing: Manufacturer`s standard letter style, of sizes and with terms ta match
equipmer�t identification.
3. Thickr�ess: 1/16 ir�ch (1.6 mm) for units up to 20 sq. in. (130 sq. crr�j or 8 inches {2QQ
mm) in length, and �./8 inch (3.2 mm) for larger units.
4. �asteners: Self-tapping, stainiess-steel screws or contact-type, permanent adhesive.
2.05 WARNING TAGS
A. Pr�printed or partially preprinted, accident-prevent[on tags; of plasticized card stock with
matte finish suitabi� for writing,
1. Size: Approximately �l by 7 inches {100 by �78 rnmj.
2. Fasteners: Brass gromrnet and wire.
3. Namenclature: Large-size primary captior� such as �AfVGER, CAUTION, or DO NOT
OP�RATE.
4. Calor: Yellow background with black lettering
3.00 �XECiJTION
3.01 I NSTALLATION
A. Install units level and plurnb, maintaining manufacturer's recomrr�ended clearances and
tolerances.
8. lnstall duct coilar in finished wall assembly; seal and weath�rproof.
3.02 CQNNECTIONS
A. Electrical System Connections: Comply with applicable requirements ir� Di�isian 26 Seciions
for power wiring, switches, and rr�otnr controls.
B. Ground equipment accarding to Division 26.
C. Tighten electrical connectars and terrninals aceording tn manufacturer's published torque-
tightening values. If manufacturer's torque values are not indicated, use those specified in
i1L 486A and UL 4868.
3.t]3 FIEI.R QUALITY CONTROL
A. Manufacturer's Field Service: Engage a factnry-authnrized service representa�ive to inspect,
test, and adjust field-assembled components and equipment ins�ailatian, induding
connections, and to assist in �ield testing. Report resul�s ir� writing.
B. Remove rt�alf�anctioning units, replace with new units, and retest as specified above.
�.04 S�ARTUP SERV[CE
A. �ngage a factory-authorixed ser�ice representative to perform startup service.
B. After installation, verify the fallowing:
1. Unit is leve! on �ase and is flashed in exterior wall.
CITV OF fOHT WpRTH Westside Water Treatment Plpnt 8ackup Generatars
CITY PROJ€CT NUNE6ER; J03410
238113-5
PACKAGE[] WRLL-MOUNT AIR CONi]tTEONiNG UN175
Page 5 oF 5
2. Casing, compressors, cnils, fans, and controls ha�e no visible damage.
3. Labels are cl�arfy visible.
4. Cont�'ols are connected and operable.
5. Shipping balis, t�locks, and tie-dawn straps are removed.
6. �ilters are insta[led and clean.
7. �rain pan and drain line are installed correctly.
C. Verify that electrical wiring installation complies with manufacturer's submittal and
installation requirer�ents in Division 26 Sections.
D. Comp{ete installation and startup checks according to rrtanufacturer's written instructions,
including the following:
�. Lubricate bearings an fans.
2. Check fan-wheel rotation for carrect direction without vibration and binding.
E. After startup service and performance test, change filters.
3.05 Ai7.iUST1NG
A. Adjust initial temperature set points.
B. Set field-adjusiable switches and circuit-breaEcer trip ranges as indicated.
C. Oceupancy Adjustments: When requested within 12 manths of date of Substantiai
Com�9etion, provide on-site assistance in adjusting system to suit actuai occupied
conditions. Pra�ide up to twa visits to site o�tside narmal occupaney hours for this purpose,
without additianal cast.
3.06 DEMONSTRATION
A. Engage a factory-authorized service representative �o train Owner's maintenance personnel
to ad}'ust, operate, and maintain packaged wa31-mount air conditioning units.
END OF SECTI�N
CI3Y OF FOR7 WOit7H lNestside Water Treatment Plant Backup Generators
CITY PROJfCT NUMBER: 2D3410
nlvlsloN zs
ELECTRICAL
2600�0-1
ELELTRICAI — GEN ERAL PROVI51C3N5
Page 1 of 12
26 00 00 ELECTRICAL - GENERAL PR�VISI�NS
1A0 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor, materials and equipment required to install, test and pro�ide an
operational, electrical system as specified and as shown on the Drawings.
B. Ali equipment descril�ed herein shall be subr�iiied and furnished as an integra! part af
equipment specified elsewl�ere in these Specifications.
C. All electrical work provided under any Division of the Specificatians shall f�{ly comply with
the requirements of Division 26.
D. The work shall include furnishing, installing and testing the equipment and materials
detailed ir� each Sectian of Division 26.
E. The work shalE include furnishing and installing the following:
�.. Electrical service from the Power Company.
2. Pravide a corr�plete raceway system, wire and field connectians for all motars, motor
controllers, cantrol devices, contral panels and electrical ec�uipment furnished under
ot�er Divisions. Coordinate construction schedule and electrical interface with the
supplier of electrical equipment specified under ather Divisions as required by the
Contract Documents.
3. Provide a compfete raceway system, wiring and terminations for a[l field-mounted
instruments f�arnished and mounted under other Divisions, including process
instrume�tatian primary elements, transmitters, local indicators and contrnl panels.
l.ightning and surge protection equipment wiring at process instrumentation
transmitters. Install �endor furnished cables specified under other Divisions as required
by the Contract Documents.
4. Provide a compie�e raceway system for tF�e Data Cables and special�y cable systerr�s,
including ihose furnished under oth�r Di�isions. Instal! the Data Cat�les and other
specialty cable systems, in accordance with the system manufacturers' installation
Instructions. Review the raceway layout, prior ta installation, with the Process Control
5ystem supplier and the cable manufacturer to ensure raceway compatiE�ility with the
systems and materials being furnished. Where redundant cables are furnished, instali
the cables in separate raceways as required by the Contract Dacuments.
5. Fumish anc� install precast electrical and instrumentation manholes, hand hnles and
light pole fo�andations as required by the Contrac� �oCumentis. Pole foundations shall be
desigr�ed and installed in accordance with the structural Divisions af these
5pecifications.
6. All k�idders shalf visit the site of the project, prior to subrr�itting a bid, and satisfy
themselves as to any questinn that they might have, relating to existing site equipment,
condition or any construction issues
7. Provide standby generators to keep the Owner's process in service as r�quired by the
Contract dacuments.
City of Fe3rt IVat'[h A eslsirle i1'vler 7reuf�uenl Plrnrt l3ackrip C�e+ter�crtars
Ci!) Projec't�1'iunGer: 1(13d10
26oaaa-z
ELECTRICAL-� GEfVERAL P1iOVISEQNS
Page Z of 12
Maintain the Owner's process aperations during all construction including any required
electrical or control system outages. Prior to bidding, oE�tain all need�d process operational
requirerr�ents and restrictions from the Owner's staff durin� the site �isits to determine the
effect the operationa! restriciions may have on the construction schedule and/ar bic[ price.
Verify any process related information which may be shown or specified, 1f the obtained
information conflicts with infarmation in the Contract Documents, nntify the En�ineer in
writing prior to bidding. As a minimum, include in the Cnntract Schedule and Bid Price �he
folln+nring items required to cornply with nperational requirernents:
1. Additional Time and/ar Expense
2. Additional Expense for after-t�ours work,
3. Additianal equipment, materials, and p�rsonnel.
4. Siandby generation with fuei,
G. Provide all tools, equipment, supplies, and shall per�orm al[ labor required to install the
equipmen� specified in the Contract Uocuments in order to install, test, and place into
satisfactary o�eratian in t�e tirne specified for campletion in the Con�ract Documenis.
Failure of any of the Contraciors sub-contractnrs ar suppliers ta perform the work as
specified shall not constitute an acceptable reason for the Owner to grant any change in the
Contraet Price or additions to the Contract Time.
H. Power System �tudy
1. Engineer wi{i perform the Power System Study. The cantractor shall provide alf
necessary daCa required from the manufacturers.
The contractor is responsible ta provide information to the engineer to assist in the
campletion of the power system study. The information includes, but is nat limited ta,
the following:
a. Wire size
b. Wire Length
c. Power company information
ci. Breaker types and rnadels based on the approv�d shop drawings.
e. Any existing field conditions not previo�s[y identified.
Genera�ar Switchgear Pawer 5ystem Study and Coordinatian shall be performed by
the Generator t�anufacturer a�d provided to the Engineer to include as part of the
Power System StucEy.
3. The contractor shall produce a table organizing the information required under the
previous paragraph in the following similar fashion:
conductor
DWG Tag IDt! Voltage Length Size Sets Insu€atipn Protective �evice fl6odel N/ Plug Source/ �astination
Cily oC �'ort 1Vnrt3� �l e.sl.+ide IYcuer 7reutmer�� f'Irurt L3uckry� Ge�rernro�s
Ci�}' Projecf A�trt�t6eic 1(13d IlJ
26 QO 00 - 3
ELEtTRICAL— GENiRAL PROVISSONS
Page 3 af 12
a. The contractor shall update the table with the protecti�e device and plug type
provided per the approved sho�a drawing.
b. The cantactor is respor�sible for coordinating with the power study Engineer and
inform of any changes to the design documents that accur durir�g construction
ineluding field changes and modifications and shall updat� �he table accardingly.
4. The engineer wil{ pro�id� the following information to the contractor upon receiving the
�ower study infarmation required:
a. Preliminary shart circuit analysis of new equipment to be installed
b. Breaker settings, and relay programming anc� settings prior to startup of the
equipment.
c. Arc flash hazard labels to be installed on new or existing equ9�ment, per contract
requirements.
5. The contractor shall be responsible for inputting the low �oftage breaker settings and
inputting the program settings for the relays as required based on the inforr�ation
pra�ided by the power study engineer.
6. The contracior shali coordinate the installation of arc fEash hazard labels with the pawer
s�udy engineer. ihe contractor shall assist in the ir�stallation nf the labels where
inaccessible to the power study engineer (rooftop, confined spaces, etc.
7. The contractor shall notify the power study �ngineer 60 days in ad�ance af any
deli�erable they require.
1.02 EL�CiRICAL WDRK REQUIR�D IN OTHER DIVISI�i�S
A. No refierences are rr�ade to any other section which may contain work related to any other
section. The Contract Dnc€aments shall be taken with e�ery sectian related to e�ery other
section as req�aired to meet the requirern�nts specified, The organization of the Contract
Documents into specification divisions and sections is for nrganizatian of the documents
themselves ar�d does nat relate to the division of suppliers or labor which the Contractor
may choose to employ in �he execution of the Contract. Where referenees are made to
ather Sectians anc{ ather Di�isions of the Specificatians, pro�ide such information or
additiional work as may b� required in thase references, and include such information or
work as may be specif€ed. �xamine ail Sections of the Specifications and []rawings and
de�ermine the power and wiring requiremer�ts anc� pra�ide externa[ wiring and raceways, as
required tn �rovide a fully functior�ing pawer, controf and process cantrol systems. If the
equipment requires mnre canductars and/or wiring, due �o different equipment being
supplied, provide the additional conductors, ra€ceways and/or wiring, and indude in the
Contraet Price and Schedule.
B. Process Divisinns
1. Examine all Process �quipment Specifications and Drawings, determining pawer and
wiring requirements. Pro�ide external wiring and raceways, as required to provide a
fully functioning Process Cantra! Sys�em. If the equipment rec{uires more canductors
anc{/or wiring, due to different equipment being supplied, furnish the additiona[
cor�duetors, raceways and/or wiring, with no change in Contract Price or Schedule.
Cit�' of Fart 1lfurth 1 Pcstsrcle lf i�ler 7"reufineiu 1'Imrt liackup Geirerc��ors
Cil�� Pruject �\'ir»rher�: 1f)3�l11)
260qU0-4
ELECTRICAL— G�iVERAL PROVISIONS
Page 4 oF 32
C. Mechanical Divisions
�xamine all Mechanical Equipment 5pecificatior�s and Drawir�gs, deterrt�ining power and
wiring requirements. Provide external wiring and raceways, as required to provide fully
functioning Meehanical Equipment Control Systems. if tf�e equipment requires mare
conductors and/or wiring, due to di�fere�t equipment being sup�lied, furnish the
additional canductors, raeeways and/or wiring with no change in Contraci Price or
Sehedule.
Q. Efectric Va(ve Operaior �ivisions
1. Exatr�ine all Electric Valve Operatar �quipment 5pecifications and Drawin$s, determining
power and wiring requirements. Pravide external wiring and raceways, as requir�d to
pravide a fully functioning Electric Valve Operator Control System. ff the equipment
requires more eonductors and/or wiring due to different equipment being supplied,
furnish the adcfitional conducto�s, raceways and/or wiring with no change in Contract
Price or Schedule.
1,p3 SUBM[TTALS
A. Submit Shop Drawings, in accordanee with Division 1 requirements, for equipment,
materials and afl other items furnished under each 5ection of []ivision 26, except where
s�ecifically stated otherwise. An individually packaged submittaf shall be rr�ade for each
Section and shall contain all the infarmation required by the Section. Partial submittals will
nat be accepted and will I�e returned without review.
B. Su�mittals will not be accepted for Section 26 00 00.
C. �ach Section submittal shall be corr�plete, contain all of the items listed in the Specification
Section, and shall be cleariy marked to indicate which items are applicable on each cut sheet
page. The 5ubmittal shall list any exceptions to the Specifications and Drawings, and the
reason for such deviation. Shop drawings, nat so checked and noted, will be returned
without review.
D. Check sMop drawings for accuracy and contract requirements prior to submittal ta ihe
Owner/�ngineer. Errors and omissions on ap�raved shop drawings shall not relieve the
Cantractor �rom the responsi�ility of providing ma�erials ancf workmanship required by the
Specifications and Drawings. Shop drawings shall be stamped with the date checked and a
statement indicating that the shop drawings conform to Specificaiions and Drawings. Onfy
ane Spe�cification Section may be r�ad� per transmittal.
E. Material shall no� be ordered or shippec{ un�il the shop drawings have been a�pro�ed. Na
material shall be ordered, ar shnp work s�arted if the related shop drawings are rr�arked
°APAROVED A5 i�OTED CONFIRM", "APPROVED AS ND7'�i3 RE5UBMIT", "iiEVlSE AND
RESIJBMIT", "REJ�CTED", or "NOT APPROVED".
�. The Contractor is required to ha�e an approved shop drawing in his possession for the
Owner's Inspectar and Owner's Engineer, for �erification at the time of delivery of
equipment ta the jol� site.
G. Up-to-date Record �rawings shall be promptfy furnished when the equiprnent insta{lation is
complete. Payment will be withheld until Reeord Drawings have been furnished and
approved.
City uf For1 I��ortEt �J �sl,sicle �Yulcr Tr�cubxc�:t 1'lu�t! 13uckxp Geuerulor�.s
C'i1y� Pf�ajec•I A'r��i�her: 10,�d IO
260000-5
ELECTRICAL— GENERAL PROViSiOf�S
Page 5 of 12
H. All shop drawing submittals and all O&M submiitafs sha�l be submitted in hard copy forrnat
and in eEectronic format using PDF files including a Table of Contents which is ir�dexed on
DVDs. El�ctranic submittals are mandatory and thase which are received not indexed as
specified will be returned without review. Hard capy submittals rt�ay not be required if sa
stip�lated in the Contract bocumer�ts. No change in Contract Amount or Contract Time will
he a{lowed far delays due tn unacceptable submitta{s.
1.p4 REFERENCE COD�S AND STANDAROS
A. Electric equipmen�, materials and instaflatiort shall comply with the National Electrical Code
(NEC) anc{ with the latest editian of the fallawing codes and standards:
1. National �lectrica[ Safety Code (NESC]
2. Occupational Safety and Heaith Administration (OS1�A)
3. National Fire Protection Associatian (NFPA)
4. National Elecirical Manufacturers Assaciation (NEMA)
5. American Na#ional Standards Insti�uie (ANSI}
6. lnsulated Cable Engineers Association (lC�A)
7. International Society of Automation (1SAj
8. Underwriters Labarataries (lJL)
9. Factory Mutual (FM)
10. Local City Amendments/ Code
B. Where reference is made to one af the above standards, the revision in effect a� the time of
bid apening shall apply.
C. All material and equipment, for which a U� standarcf exists, shall bear a UL label. Na such
rnaterial or equipment shal9 be �rought onsite without the UL label affixed.
[�, IF the issue of priority is dc�e to a conffict or c{iscrepancy betwe�n the provisians of the
Contract Documents and any refereneed standard, or eode of any technical saciety,
organizatian or association, the pro�isions of the Contract Docurrients will take precedence
if they are more stringent or pres�mptively cause a higher {evel of �erformance. If there is
any conflict or discrepancy between standard specificatians, ar codes of any technicai
society, arganization or association, or between Laws and Regulations, the higher
perfarmance requirement shail be krinc[ing on the Contrac�ar, unless otherwise directed by
the Owner/Engineer.
�. In accorcEance with the intent of the Con�ract Dacuments, the Contractor accepts the fact
that compliance wi�h the priarity order specified shall not justify an increase in Contract
Price or an extension in Contract Time nor (imit in any way, the Contractor's responsibility to
compfy with all Laws and Regu[atians at all times.
1.05 S�RVICE AND METERING
A. The power company serving this prajeci is Oncar.
Cit}' uf Fort 1lforth 1J'esfsicle JPaler Trecr��uen1 Plrrir! Hrrekup GeriercNor.s
Cih° 1'rnjecl Ahmrher: l03�10
26 �D 00 - 6
ELEC7RICAL— GENERAL PROVISIOfVS
Page 5 of 12
B. Contractor st�all coordinate the disconnection and reconnectian of services for change over
ta new distriE�ution systerr�.
C. AEI outages shall b� coordinated with Owner.
1.Q6 HAZARDOUS AREAS
A, Equipment, materials and installation in areas designated as hazardous on the Drawings
shal! comply with NEC Articies 500, 5��., 502 and 503.
B. Equkpment and rnaterials installed in hazardo�ts areas shail be UL listed for the appropriate
hazardous area classification.
1.07 CODES, INSPECTION AND �EES
A. Equipment, materials and it�stallation si�all comply with th� requirements of th� local
authority having jurisdiction.
B. Obtain all necessary permits and pay all fees required far permits and inspectians.
C. The Co�tractor shall make all arrangements with t�e pnwer campany for obtaining electrical
service, pay all pawer company charges and �urnish all labor ancE materia! required for the
electrical service.
1.08 51ZE QF EQUIPMEfVT
A. Investigate each space in the structure through which equipr�ent rriust pass to reach its final
focation, Goordinate shipping splits with th� manufacturer to permit safe handling and
passage through restricted areas in the structure.
B. The equipment shall be kept uprighi at afl times during storage and handling. When
equipment must be tilted for passage through restricted areas, brace the equipment to
ensure t�at ihe tilting does not impair the functional integrity of the equipment.
1.D9 RECORD DRAWINGS
A. As the wnrk progresses, legi�ly record all field changes on a set of Project Contract
Drawings, hereinafter cailed the "Record Drawings". The Record Drawings and 5pecifications
shall be kep� up �o date throughout the project.
8. The Record €3rawings shali be reviewed in a rneeting with the Owner/Engineer monthly,
C. Record Drawings shalf accurately show the installed condition of the following it�ms:
1. One-line Diagrarn(s).
2, Raceways and pull boxes.
3. Conductor sizes and conduit fills.
4. Panel Schedul�(s).
5. Cor�tral Wiring Diagram(sj.
6. Lighting Fixture 5chedule(s},
7. �ighting fixture, receptacle and swiich outfet locations.
Cit}� of P'orl IL'urti� fNe.vy.srde 3!'crter Trcut»ie»l f'!{nN I�nckaq� Gerief�utvrs
C�rfs' Pru�ec! �Y�mrber: Il13�110
z6oaoa-�
ELECTRICAL— GENERAL PR�VfSI0N5
Page 7 of 12
8. Underground raceway and duct bank rauting. 7he drawings shall indude the measured
width and height of the duct bank and s�all survey the ele�ation of the top of the duct
banEc or record its depth of burial below grade at inter�als not �o exceed 5a feet along
the entire length. Changes in direction betw�en termination points shall b� surveyed
and recorded on the recard drawings.
9. Planview, measured dimensians and iocations of switchgear, distribution transformers,
substations, mator control centers and panelboards.
10. Modifications to cantrols systems or any piece af electrical equipment includ€ng field-
verified existing cnt�trols and all changes clearly identified.
11. All protective device and electrical system mnnitoring de�ice settings.
D. Submit a typical exarrtple of a schedul� of control wiring raceways and wire numbers,
including the following inforrnation:
1. Cireuit origin, desiination and wire numbers.
2. Field wiring terminal strip �arnes and numbers.
E. As an alternate, submii a typical example af point-to-point cannection diagrams showing
the same information, rriay be submitted in place of the schedule of control wiring raceways
and wire numbers.
F. Subrrtit the record drawings and the schedule of cantrol wiring raceways and wire numbers
�ar the point-to-point connectian diagramJ to the Owner/�ngineer.
G. The Contractor's retainage shall not be paid until the point-to-point conneciion diagrams
ha�e been furnished to the Owner/Engineer.
1.10 EQfJIPMENT INiERCOi�N�CTIONS
A. Re�iew shop drawings of equipment furnished under other re6ated Divisions and prepare
coordinated wiring interconnection diagrams or wiring tables. Submii copies af wiring
diagrarr�s or tables with Record Drawings.
B. Furnish and install all equip�ent interconnections.
1.11 MATERIALS AND EQUIPMENT
A. Materiais anc� equipment shall be new, except where specifically identified on the Drawings
tn be re-used.
B. The Contractor shall not bring ansite, �naterial or equipment frorn a manufacturer, not
submitt�d and approved for this project. Use of any such material ar equiprr�ent, will be
rejected, removed and replaced by the Contractor, with the approved material and
equipr�ent, at his own expense.
C. Material and equipment shall be Ul. listed, where such listir�g exists.
[?. All rnaterial, �roducts, equipment and workmar�ship b�ing furnished far the project sha{l be
replaced if it does not meet the rer{uirements of Contract Documents ever� if instafled, with
no change in Contract Price or Schedule.
1.12 10651TE QEL.IVERY, STOftAGE AND HAN[�I.ING
City ol� Port �Vorlh t! eaGsi�Ie !1 �il�r Tre«f��rent Ylnirl i3rrckrrp Genercrinrs
Ci1 y' Prqject rlhrnrhes•: 1 p3�� 1�)
z�aoao-a
ELECTRICAL—GENERAL PROVISIONS
Page 8 of 12
A. Prior to jabsit� cfelivery, successfully complete all submittal requirernents, and present to
ti�e Owner/�ngineer upon deli�ery of the equipment, an approved capy of a!I such
s�i�mittais. Reli�ery of incomplete constructed equipment, or equipment which failed any
factory tests, wiil be rejecied and shall be removed and replaced with no change in Contract
Price ar Schedule.
B. Equipment and materials shall be handled and stored in accordance with the manufacfiurer's
instructions, and as specified in the individua! Specification Sectians.
1.13 WARRANTIES
A. Manufacturer's warranties shall b� provided as specified in each af the Specification
Sectians.
1.14 �QUIPMENT IDENTIFiCATiON
A. Identify ail equipment (discannect switches, separately mounted motar starters, cantral
stations, etc.) furnished cander Divisian 26 with the name af the equipment it serv�s, Motor
cantrol centers, control �anels, panelboards, switchbaards, switehgear, junction or terminal
boxes, transfer switches, etc., shall have nameplate designations as shown on the Drawings.
Engineer shall keep and record equiprnent list per 01 78 23 for major electrical equipment,
2.00 PftODUCTS (NOT iJSEDj
3.fl0 EXECUTIOIV
3.a1 If�TERPRETATIQN �F DRAWINGS
A. The Drawir�gs are not intended to show exact lacations of conduit runs. Cnordinate the
conduit instaflation with other trades and the aetual s�pplied equiprnent.
e. Install each three-phase circuit in a separate conduit unless atl�erwise shown on the
Drawings.
C. Unless oth�rwise approved by the Owner/Engineer, conduit shown expased shall be
installed exposed; conduit shown concealed shalf be installed concealed. Submit a Request
for fnformation far any conduit route which is not c(early identified as cn�cealed ar exposed
in the Contract �ocur�ents prior to its installation.
D. Raceways shall be field routed where circuits are shown as "hame-runs". Field routed
raceway shall avaid blackir�g access to equipment either exis�ing or spaces planr�ec� for
future equipment, shall avoid blocking personnel egress through doors, and shall provide all
nec�ssary supports, fittings and boxes for a compfete raceway ir�stallation.
�. Verify the exac� lacations and mounting heights of lighting fixtures, switc�es and receptacEes
prior to installation.
Gity ot� Furl 1Vorth lPe,slside 1Pu�er Ti•eulirze��! Pluiil l3rrekirp Generulars
Cil�' f'rnjec� A'mi�b�3-� II13d 111
26 lifl 00 - 9
ELECTRtCAL-� GENERAt PROVISIQNS
Page 9 of 12
Except where dimensians are shown, the locations of equipment, fixtures, outlets and
similar devices shown on �he Drawings are approximate only. Exact lacations shall be
determined by the Cantractor and approved by the Owt�er/Engineer during construction.
Obtain inforrnation relevant to the placing of electrical work and in case of any interferenc�
with other work, praceed as d9rected by the Owner/�ngineer and furnish al[ labor and
materials necessary to complete the wark in an approved manr�er.
G. Circuit [ayouts ar� not intended to show the number �f fittings, or other installatiort details.
Furnish all Ial�or and materials necessary to install and place in satisfactory operatian afl
pawer, lighting and oth�r elecYrical systems shown.
N. Redesign of electricai, structural, or mechanica! wnrk, which is required due to the
Contractor's use of a pre-appra�ed alternate itern, arrangement of eq�aiprnent and/or layout
ather than specified herein, shall be done by the Contractor at his/her awn expense.
Red�sign and detailed plans shall be subrni�ted to the Owner/Engineer for approval. No
addi�ionaf corr�pensation wilE be pravided for changes in the work, either his/her own ar
others, caused by such redesign.
Raceuvays and conductors for lig�ting, switches, receptacles and nther miscellaneous low
�oltage pawer and signal systems as specified are no� shown on the Drawin�s. Raceways
and conductors shall be provided as required for a complete and aperating system. Refer to
riser diagrams fnr signal system wiring. Homeruns, as shown an the �rawings, are to assisi
the ContracEar in identifying raceways ta be run exposed and raceways ta be run concealed.
Raceways install�cE exposed shall be near the ceiiir�g or alang wa11s of the areas �hrough
which they pass and shall be ro�ted �o avaid canflicts with HVAC ducts, eranes haists,
monorails, equipment hatches, daors, windows, etc. Raceways installed concealed shall be
run in the center of concrete flaor slat�s, a�ove suspended ceilings, or in partitions as
requirecE.
Pra�ide all conduit and wire to RTU and/or PLC termination cabinets, where designatec� on
the Drawings or atherwise required by the Specificatians, the manufacture of the
equipment, or submitted and appra�ed systems. The canduit and wire as shown an the
interface drawings may na� necessarily �e shown on the finor pfan.
K. Install candc�ctors carrying law �oltage signafs (typica{ly twisted shielded pair cal�i�s} in
raceways total[y separate from all nther raceways containing pawer or 1z0-Vo{t control
cand�ctors.
L. Raceways and conduetars for thermasta�s control{ing HVAC unit heaters, exhaust fans and
similar equipment are nnt shown on the Drawings. Pro�ide raceways and conductors
between the thermostats, the HVAC equipment and the motor starters for a complete and
operating system. All raceways and pawer conductors shall I�e in accordance wi�h Di�ision
26. Raceways shall be instalied concea(ed in all �inished spaee and may be installed
conceaied ar exposed in process spaces. Refer to the HVAC drawings for the locations of t�e
thermostats and controls.
M. Raceways and cond�ctors far �he fire afarm, sound and page party systems are not showrt
an the Drawings. Provide raceways and c�nductors as required by t�e system manufacturer
for a compfete and operating systerr�. A!I raceways and pawer conc�uctars shall be in
accordance with Divisian 26. Raceways shall be instaEled cancealed in all finished spaces and
rrtay be installed exposed or conceaied in proeess s�aces.
Cit�� of� I�ort ll'nrtic f€`e,sLside !Z'uler 7i�enln�cr�l Plcr��f I3rrc6�rtE� Ge�reralor•.r
L'it�= f'rqject i1'trmher: 1!)3d!(1
zsnaoo-�o
ELECTRICAL — GEN EftAt PROVISIONS
Page 10 af i2
3.fl2 �QUIPMENT PADS AND SUPPORTS
A. Electrical equiprr�ent pads and supports, of concrete or steel ir�cluding str�cturaf reinfarcing
and lighting pole foundations, are shown on the Structuraf E?rawings.
No el�ctrical equipment or raceways, shafl be attached to or supported from, sheet metal
walls.
3.03 SLEEVES AN� FORMS FOR OP��lING5
A. Provide and place all sleeves far candcaits penetrating floors, walls, partitions, etc. Lacate all
necessary s)ots for electrical work and form before cnncrete is poured,
B. Unl�ss measurements are shown on the drawings, the focations for stubbing up and
terminating conceafed conduits which are shown an the dra►uings are apprnximate. Exact
locations are required for stubbing-up and termir�ating cancealed conduit. Obtain shap
drawings and iemplates fram equipment vendars or other subco�tractars and Incate the
concealed conduit before the fioor slab is poured.
C. Where setting drawings are nat availa�le in titne to a�oid deiay in scheduled floor slab
pours, the Owner/Engineer rnay allaw t�e 9nstallatians af such conduit to be exposed.
Requests far this deviation must be submitted in writing. No change in Contract Price or
Schedule for such change will be ailowed.
D. Seal all openings, sleeves, penetration and slots as specitied in Sectian 25 05 33.
3A4 CUTTING AND PATCHING
A. Coordinate with Divisions 2 and 3 for cutting and patching.
B. Core drili holes in concrete floors and waifs as required. All cuttings of fEoors and walfs shall
be x-rayed and a�proved by structural engineer. Obtain written permission from t�e
�wner/Engineer before core drilling any hales larger than two inches,
C. instal) wor€c as to require the minimum amount of cutiing and patching.
D. Cutting or driiling holes for the installation of raceway through joists, beams, girders,
columns or any other struc�ural members is strict[y prahibit�d, lf a structural member is cu�
or dril6ed, restore the structural member to its previous condition in compiete accordanee
witi� the instructions of the Siructurai Engir�eer, with no change in contract price or schedule
regardless of the extent of the repairs required tn restore the member ta its previous
condition.
�. Cut o�ening onfy Iarge enougi� to allow easy ir�stallation of the cor�duit.
F. Pa�ching shall be of the same kind ar�d quality of maierial as was removed.
G. The campleted patching work s�ali restare the surface to its originai appearance or better.
#�. Patching ofi waterproofed surfaces shail render th� area af the patching campletely
waterproofed.
I. Remave rubbie and excess patching rriaterials from the premises.
J. Existing conduits are cut at the floor line of wa11 line, they shall be filled with grnut of
suitable patching material appraved by the Structura! Engineer.
City n1� f ort �1'o��ti� ft'evlside fi'uter Ti�errtuie��l PTunl H�rckrrp Geirerulr�r-.r
Ctll' Prnjec! A'trr�nc�r: /03d f 0
26 00 00 - 11
ELECTRICAL — GfN ERAL PftQVl51pNS
Page 11 of 12
3.05 INSTAL�AT'ION
A. Any work not instafled accarding tQ the Drawings and this Section shall be subject to change
as directed by the Owner/Engineer. fVo change in Contract Price or Schedule wi[I be allowed
for making these changes.
B. All dimensions shail be field verified at the j�b site anci coordinated with the work of all
other trades.
C. Eleetrical equipment shall always be proteeted against m�chanical or water damage..
Electrical equipment shall nat be stored outdoars. Electrical equipment shall be stored in
dry perrnanent shelters as required 1�y each Specifica�ion Section. Do not install electrica{
equipment in its permanent location until structures are weather-tight. If any apparatus has
been sui�ject to possible injury by water, it shafl be thoroughly dried out and tested as
directed by the �wner/Engineer or shall be replaeed with no change in Contract Price or
Scheduie, at the �wner/�ngineer's discretion.
D. Equiprnent that has been damaged shall be replaced or repaired by the equipment
manufacturer, at the Owner/Engineer's discretion.
�. Repaint any damage to the factory applied paint finish using tauch-tap paint furnished by the
equipment mar�ufacturer. If the rnetaliic portion af the panel or sectior� is damaged, the
entire panei or section shall be replaced, at na additional cost �o the Owner.
NEMA 3R, 4 ar 4X encfos�res shall not ha�e raceways entering from the top if the enclosure
is instafled in a dat�p or wet area. Should raceways be installed entering the iop, the
�nclosure shall be repfaced and raceways re-routed to enter the side or bottom.
Car�ductors, if instalEed shafl be removed and replaced. Correction of raceways entering the
top and conductor replacement shall be at the Contractor's expense with no char�ge in
Contract Price or Time.
3.06 MANiIFACTURER'S SERVICf
A. Provide manufacturer's servic�s for testing and start-up of the equipment as listed in each
indi�iduaf Speeifica�ion Section. AI! settings, including those settings and arc flash labels
required by the Pawer 5ystern 5tudy, shail be made to the equipmen# and approved by the
Qwner/Engineer prior to energizing of the equipment.
B. Testing and stariup sha11 not be corr�bined with training. Testing and start-up time shall not
be used far manufacturer's warranty repairs.
3.Q7 T'ESTS ANQ SETTINGS
A. Test syster�s and equipment #umished unc{er Di�ision 26 and r�pair ar replaee a!I defective
work. Make adjustrr�ents to the systems as specified and/or required.
B. Priar to energizing electrical eq€aipmer�t, malce all tests as required by the individual
specificatior� 5ections. Subrr�it a samp[e test form or procedure. and suf�mit the required test
reports and clata to the Owner/Engineer for approval at least two weeks prior ia the startup
of the �ested ec�uipment. Include names of al! test p�rsonnel and initial each test.
C. Check motor rtameplates for correct pl�ase and vnitage. Check bearings for prnper
lubrication.
Cily oE�P'c�rt Nor[ii 1Pe.sl.ride ti'ruer 7�•eul�rieii[ Plan! I3ackup Gener�lfnr,s
Cr!>> 1'i•qjec°! :1'amiber_ 1113�71 D
26000Q- l�
ELECTRICAL — GENERAL PROVISI�NS
Page 12 of 12
D. Check wire and cable termirtations for tightness.
E. Check rotatfon of motors prior to en�rgization. Disconnect driven equipment if damage
could occur due to wrnng rotatian. !f the motor rotates in the wrang direction, the rotatian
shall be immediately correctec�, or tagged ancE locked out until rotation is corrected.
F. Verify ali terminations at transformers, equipment, capacitor connectians, panels, and
enclosures by producing a�. 2 3 rotation an a�hase sequenced motor when connected to
'�A'� ,�B" and ��C�� phases.
G. Provide mechanica) inspection, testing and setting nf circuit breakers, disconnect switches,
motar starters, con�rol equipment, eic. for proper operation.
H. Check interlacking, cn�tro) and instrument wirir�g for each system and/or part of a system to
prove that �he system wilf functian properly as indicated by schematic and wiring diagrams.
I. Check the ampere rating of t�ermal overloads for motors and submit a typed reeord ta the
Owner/Engineer of same, including MCC cubicle iocatinn and load designation, motor
service factor, horsepower, full load current and starting code letter. If inconsistencies are
found, new thermal elernents shall be supplied and insta[led.
J. Verify motor pnwer factor capacitar ratings.
K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in
advance. Provide qualified test personnel, inskruments anc� test equipment.
L. Refer to the individual equipment sectians for additional s�ecific testing requirements.
M. Make adjustments to the systems and instruct the Qwr�er's personnel in the prnper
operation of the systems.
3.08 TRAIN)NG
A. Pravide manufacturer's iraining as specified in each individual s�ction of the Specifica�ions,
�ND OF SECTION
City nf ]�ort Nu�t1� f['c.sl.side 1!'rurr 7'realnren! Plr���113uckrrp GenerralrTr•.s
Ci1�' Pt•qjecf �1'xnrher: If13d 111
260513-1
MEDIUM Vql7AG� CABLES
Page 1 of 12
26 D5 13 MEDIt1M VOL"�AG� CAB�.�S
�..00 GENERAL
7..0�. SCOP� OF WORlC
A. Furnish, install a€nc{ test the medium �oltage cables and accessories as shown an the
Drawings and as sp�cifi�d herein.
S. This Seetion shall apply to ail �emporary and permanent feeders usec� on the project.
1.02 REi.ATE[} WORK
A, Na references are made to any other s�ction which may contain work related ta any other
section. �he Cantract Documents shall be taken as a whole wi�h e�ery section related to
�very other section as required to rneet th� requirements specified. The organization of the
Cantract Doc�ments ir�to specificatian di�isions and sectior�s is for organizatian of the
documents themsel�es and does not relate to the divisian of suppliers or iabar which the
Contractar may choose ta employ in the execution of the Contraci. Where references are
rnade to other Sections and other Divisians of the Specifications, the Contractnr sha[1
pro�ide such in#ormation or additional wark as may be required in those references, and
include such information or work as �nay be specified.
B. Other Divisions
The Contractar shall be responsible for examining alf Seetions of the 5pecifieations ancl
[lrawings, anc� shafl deterrr�ine the power and wiring requirements and shall pro�ide
external wiring and raceways, as required to provide a fully functioning power, cnntral
and process control systems. if Ehe equipment requires more conductors and/or wiring,
due to c�ifferen� equip�nent being supplied, the Contractor s�all �urnish the additional
conductors, rac�ways and/or wiring, with no change in the Cnntract Price, and with no
increase in Cant�act T9me.
1.03 SUBMITTALS
A. Shop Drawings
Submit ca�alog data of all wire and cable and aceessories specified under this 5ectinn
w[th all selections, nptians and exceptions clearly indieatecf. The date of manufacture
for eaeh reel af cable shall be subrr�i�ted. Cab[e �anufactured 12 months ar more prior
to the date of this Contract wil! not be acceptabl�. All cut sheets shail be clearly marked
to indicate which products are being subr�itted for use on this project. Unmarked cut
sheets wilf be cause to reject the submittal and re�urn it for re�ision.
2. The wire and cable lugs submittal shalf include the type of crimping taol required for use
on each size and type af lug, ineluding instructions #or use af #he tool.
Ci€y uf Fart 1VorE1� II csLride ii uler Tt�euTrttei;! 1'Iuuf I3erckrip Gexerrrlf�r.�
Ci1;' Prajce! A'uuil�er: !f)3d 10
z6 as i3 - z
ME�IUM VC)�TAGE CABLES
Page 2 of 12
�. Submit layouts to confirm the routing of conductors and all tertninaCian points, as
shown on the �rawings, including pulling lengths, pulling directions, and any requested
splice poin�s.
4. Submit the manufacturer's field services engineering cable pulling tensian calculatior�s
for each puli cafcu(ated in each dir�ction to the �ngineer/�wner. Capies shall be
a�ailable in the field for reference prior ta each pull being done.
B. Certified Tests
Submit certified test reports of manufacturer's standard production testing and
inspectian as specified.
z. Su�mit independent testing firm reporfs a$ specified.
C. Cable Splicing and Termination Certifications
�. Submit a training certification for each electrician who will do cable splicing a�d
termination, shawing that th� electrician has received cable splicir�g training, within �he
last five years, by one of the specified cable splic� rnanufacturers iisted herein. As ar�
afternate, the Cantractor may subrnit evidence that the electrieian has successfully
compleied, within the last five years, a National loint Apprenticeship Committee
(NJATCj course on ca�le splicing.
D. Qperatinn and Maintenance Manuals
1. Refer to 01 78 23 for D&M Manuals requirements.
SuEamit Qperation ar�d Maintenar�ce Manuals cantaining installation and maintenance
instructions for splice and terminatior� lcits.
�. Letter of Campliance with rnanufa€ctt�rer's installation standards.
1.04 REFERENC� 5TANDARDS
A. Medium voltage cables s�ail meet or exceed the specifications and requirements of the
Eatest Insuiated Cable Engineers Association {IC�Aj and the Associatian of �dison
Illuminating Companies (AEIC) publications, except as rr►odified by this Section.
B. Ethylene-propylene rubber (EPR� insulaied cable shall mee� or exceed ICEA 5-93-639 (iVEMA
WC-74}.
C. Cables shall camply with Underwriters �abnratories (ULj Standard 1D72, IEEE 383 and 1202,
#1/0 AWG and iarger,
D. Fi�1d testing and cammissioning shall be done in accordance with the cable manufacturer's
recommendatinns, unless otherwise madifiect by this Seetion.
�. 1VFPA 7Q— National Electrical Code (NECj
City af Part 11'nrth il'e.sG�rde JPu1er "1'reulurenl Plrr�u Bucklip Cieirer�rrnrs
Crlt' f'rq�ec! i1'armher: Il13�l1(3
z6as ��-3
INEDIUM VOLTAGE C/56LE5
Page 3 of i2
F. Where reference is made to one of the above standards, the re�ision in effect at the time af
bid opening shall apply.
1A5 QUALITY ASSURANCE
A. The general construction of the cable and the insulation material used shall be similar to
that used for cable of the same size and rating in continuous production for ai least five
years and successfully aperating in the field in substaniial quantities.
B. �Jpon request, the manufacturer 5ha11 submit a copy of his Quality Assurance Manual
detailing the qua(ity cantrol and quality assurance rneasures in place at his facility.
C. The manufacturer shalf have available for audit d�tailed descriptions of the method by
which �is �arious rr�anufacturing pracesses and production test are recorded, thus ena�ling
�h� "traceability" of the campleted cabfe. Alf steps in the manufacturing process, from
receipt of raw material to the final tests, are ta be included. Where multiple records are
used, the rrte�hod for cross-referencing shall be noted.
L3. Cable shall be UL listed as Type MV-105, ar�d for cable tray use.
E. Cable with a manufacture date af greater than 12 months previnus wi11 not be acce�table.
�.06 JOBSfT� DELIVERY, STORAG� AND HANDLING
A. Prior to jobsite delivery, the Contractor shall have s�accessfully comp€eted all submittal
requirer�ents, and present to the Owner/Engineer upon deli�ery a# the equipment, an
approved copy df all such submittals. Deli�ery of inco�nplete constructed equipment, or
equiprr�ent which failed any factory tests, will not be permitted.
8. Reels nat compfetely restrained, with interlocking flanges or brolcen flanges, damaged reel
co�erin� or any other indication af damaged, wi{I be rejected.
C. UnlaacE reels using a sfing anc{ spreader bar. Roli reels in the direction of the arraws shown
on tMe reel and an s�rfaces free of obstructions that could damage the cable.
C3. Stare cable on a sofid, well drained locatian. Cover cable reels with plastic sheeting or
tarpaulin. Do not lay reels flat.
E. Sea! cable ends with heat shrinkabfe end caps. [�o not remove end caps until cables are
ready to be terminated.
1.07 WARRANTY
Cit)' uf Fnr[ 11'm[h 1!'estside 1►i�ler Ti•errl���e��l Plut�r I3uc•krrp Genet�crta•.r
Cits' Prqjecf r1'unthet•: Il)3d 1!)
zs os i3 - a
MEDlUM VOLTAGE CABLES
Page 4 oF 12
A, The Contractar shall warrant the cable against failures of cab[es from praduct failure or
installation damage for a perind of two years frarr� date of project aceeptance, and shall
rernove and replace the cables at his own expense during the two-year warranty period. Ar�y
warranty work requiring shipping or transporting of the equiprrient shall be performed by
the Contractor at na expense to the Owner. The Contractor shall also furnish a
ma�ufacturer's extended written warranty for a period of five years frnm the end of the
original twa-year warranty, covering product replacement due to praduct failure.
2.00 PRODUCiS
2.01 GENERAL
A. The �anufacturer's name, the voltage elass, type of insulation, thickness nf insulation,
canductor size, UL (isting and date of manufacture shal! be print�d on the jacket.
B. Cables shali be suitable for use in partially submerged wet locations, in non-metailic ar
metallic conduits, underground d�ct systems and direct buried insta[latian.
C. Cables shall i�e �urnished in reel lengths, each long �nough to reach fram connectian point
to connection point withaut splice, u�ilizing the manufacturer's publish�d maximum reeE
length capability for each type and size to be used an this Project. If any length capabiHty is
insufficient to provide withaut splice, the 5hop Drawing submittal shali clearly describe the
insufficiency, and explain the focatian required for such a splice. Such exception must be
described in detail, and approved by the Owner/Engineer beFore ihe cable is nrdered,
Installation of such splices without such appro�al, will require rem�val of such cable and
replacement with another manufacturer's cable meeting the requirements of the locatian,
all a� no expense to the Qwner/Engin�er.
�. Cables shafl be able to operate continunusfy at 105�C canductor temperatur�, with an
e�nergency rating of 140°C and a sF�art circuit rating of 250�C. Emergency o�erloads shal! be
possible fnr periods of up to 10D hours. Five 10D-hour ernergency o�erload operations
within the life tirr7e of the cable shall be possible.
Medium voltage cable shall be tape s�ielded unfess specifically shown atherwise on the
Drawings.
F. Acceptable manufacturers:
1. Okoni�e Company, Inc.
2. General Cable
3. 5outhwire
4. Kerite
Cily of Fort 1�'ortlt !1 �.cl.srde If'nler Ti•eulnte�u Plu�u L3uckrr�� Geiterutns-.c
CilS'Prujeclrl'r++nher: lfl3dlfl
264513-5
MEDIUM Vqi.TAGE CABLES
Page 5 of i.2
G. The listing nf specific manufacturers above does not imply acceptance af their products that
do not meet the specified ratings, features and functions. Manufacturers listed above are
not relieved from meeting these sPecificatians in their entirety.
2.�2 CABLE RATINGS AND TYPE
A. 5 kV Cable
�. Cable type; Single conductor.
�, Insulation (ev�l: 5 kV —133%/ 8 kV. —1fl4%.
2A3 CABLE CONSTRUCTION
A. Mediurn voltage cables shal{ be UL Listed MV-105 in accordance with UL 1072, UL CT Cabfe
Tray Listed, meet U1. �ertica! and horiztintal flarr�e tests, iE�� 383 ar�d UL 7a,QD0 S�'U/I�R
Ribbon Burner �fame Tes�, lEEE 1202 flarne test, ICEA T-29-52� 210,000 B�U/HR ftibbon
Burner Flame Test and shall have tF►e following physical characteristics in accordance with
ICEA, AEIC and UL standards:
1. Conductor: Annealed capper, Class B concentric stranded per ASTM B-8.
2. Strand Screen: Extruded semiconducting EPR strar�d screen meeting or exceeding the
eiectrical and physical requirements of ICEA 5-93-639/NEMA WC74 & 5-97-682 and AEfC
S8 and UL 1072.
3. Insulatiar�: Ethylene propylene rubber (EPR) 13�% insulation le�el for the �oltage
required or specified meeting or exceeding the electricai and physical rec�uiremen#s of
ICEA 5-93-639/NEMA WC74 & 5-97-682 and AEIC S8 and UL 1072, Crass linked
polyethyfer�e (XLPE}, tree-retardant cross linked polyethyfene �T�tXLPE) or insulations
other than fPR are noi acceptable. The insulation thickness shall be as follows:
a. 5 kV — �.115 inches
b. 15 kV — a,220 inches
c. 25 kV — 0,345 inches
d. 35 kV —Q.420 inches
4. lnsulation Screen: Extruded semiconducting EPR insulation screen, 6 rnils thick, applied
directly over the ir�sulation meeting or exceeding the electrical and physical
requirements of ICEA 5-93-639/NEMA WC74 & 5-97-682 and AEIC 58 and l7L �072.
O�erlaying with an extruded ir�sulation shield of thermoset semi-eonducting polymeric
layer, free stripping. X�PE ar TR-X�PE are not acceptable
C's€p c�i' Furt 1Vorth fPe.stside �f nler Ti•eutnterrf i'lui7! 13acknp GeirerrNor.c
Ciq� P�•njecl �1'iunhe��: 103d1(1
260513-6
MEDIUM VC)LTAGk CA8LE5
Page 6 of 12
Metallic 5hield; 5 r�ils annealed copper tape helically applied with a minimum over(ap of
25%. round wire or flat ribbon w'tre shields langitucfinally ar helically applied or
cnrrugated copper tapes are not acceptable.
s. Jack�t: Moisture abrasian anc[ flame resistant Chlorosulphonated Polyethylene (CSPE).
Meets ar exceeds electrica( and physical requirements of 10EA 593-639�NEMA WC74,
AEIC 58 ancf UL 107Z for polyvinyl chloride jackets. UL iisted as MV-1D5 and sur�light
resistant per �il. 1072.
2.44 CABLE ACC�SSORIES
A. Gen�ral
1. Cable terminatian and splicing material shafl be as manufactured by Raychem; 3M
Corp.; �lastimold ar equal. All material used in terminating and splicing medium �oltage
cabies shall be as recamm�nded by the cable mar�ufacturer. Cables shal! b� terminated
anc{ spliced in accordance with the kit supplier's drawings.
2. Cable terminations sha[I meet or exceed IEEE Standard 48, Class I requirements,
3. �P insufated cable sp6ices shali meet or exceed the requirements nf ANSI C119.1 and
I�EE �104.
4. Cable accessaries shafl be by one manufacturer to assure adequate installer training and
application assistance.
5. The manufacturer shail be able to document a minimum of five years successful field
experience as well as demonstrating tecl�nical life assessmen� as requested. The
manufacturer shali establish and document a Quality Assurance Program implementing
suitable procedures and controis for all activities affecting quality. The program shall
provide documentation that verifies the quality of production joint kits and traceability
back to inspection recards, raw material and the original designs and design proof
tested joints.
B, indoor/outdaor Cable Terminatian (5 to 35 kV)
i. Single conductor shielded cable terminations for indoor or a�plications shall be cold-
applied, pre-stretched body with molded skirts, salder-bloeked graund braid and
solderless graund clamp.
2. Termination shall ha�e a current rating equai to, or greater than the cable ampacity.
3. Termination sl�all accor�modate any form of cable shielding or construction wit�out the
need for special adapters.
4. Acceptable products:
a. 3M Corp, 7b00 Series
City of Pnrt Wur€1a IPest.ci<le 1Pnter Ti•eri7nreFrl E'lrnu I�c�cklrpGeirernlors
CiIY' P�•ujec! ilr����nc��': I (3,3�11 !}
26OS 13-7
MEDIUM VOLTACsE CABLES
Page 7 of 12
b. Raychem TF1'-XXXE-SG W/Sheds Series.
c. f�o ApprQ�ed �qua1.
C. Tape Shielded Cable Splice
1. Single conductor shiefded cable terrr�inations for indnor, outdaor and buriecf
applications shall be cold-applied, pre-stretched bady, shielding mesh, with spring
damp.
2. 5plice all shielded cables rated 35,000 valis or less with conductar sizes ranging from
#4 AWG to 1,000 Eccmil in accardance with th� instructions provided with the spfice.
3. Shiefded cabie splices shall be eapable of normal continuaus operations at the rated
�oftage and current on the cable it is to be used an t35 kV maxirnurn). The splice kit
sl�alf contain all of the necessary materiafs required to make three splices incfuding cafd-
applied, pr�-s�retched body, shiefding rr�esh, with spring clamp. A corr�prehensiv� step-
by-step instruction sheet s�all be ineluded with each kit.
4. Acceptable praducts:
a. 3M Corp. QSlll.
b. Raychem GAS-XXM-X 5eries
c. No Appro�ec� equal
D, Neat S�rinkable Bus Connection Krts
1. Bus kits shail be capable of insulai[ng E�us bars two inches to six inches wide and for
connection of one to four cabfes. Kits shall efectrically insulate and environmenta{ly seai
the connection and be easily re-enterable.
2. Cable-to-bus bar connection kits shalf be rated up to 35 kV class and tested in
accordance with ANSI C37.20c, Section 5.2.1.4 Test for Bus Bar Insulation anc� Seetion
5.2.9 Flame-Retardant Test for Applied lnsulation.
3. Manufacturers
a. Raychem Carp., �'ype BBIi
b. No Approved equaE
E. Lugs and Cannectors
City c�1� I�nrt ILTarilt f['estsiric [I'«�er Trerrlme�rf P7cr�u 13ackrip Gcrrerralnrs
Citp Prrijec! h'inirber: 103d111
260513-8
MEDlUM VOL7AGE CABf.ES
Page 8 oF 12
1. Capper lugs and connectors shall be long barrel #ype, crimped with standard indc�stry
tonling, and made electrieally and mechanically secure. The lugs ar�d connectors shalf
�ave a current carryin� capacity equal ta the conduciors fnr which they are rat�d and
meet UL 486 requirements for 75�C. Lugs larger than #8 AWG sha(I �e long barre! two-
hofe lugs with NEMA spaci�g. The lugs ancE connectors shail 6e rated for aperation
ihraugh 35 kV. The lugs shali �� of clased end construction to exclude moisture
mi�ration inta the cable conductar.
F. Electrical Grounding Braid
i. Conducting metal braid shall be copper, woven from 240 sirands of #�0 AWG copper
wires and be capab[e of carrying fault current carr�parable to that of #6 AWG copper
wire, �M Corp., Scotchbrand 25 ar equal.
G. Cable Marking Syster-ns
�. A 7-mil, flame retardant, cold and weather-resistant vinyl plastic electrical tape shall be
used for phase identification, 3M Corp.; Scoteh 35 Tape or equal.
2. Cable tags shall �e heat stamped nylon secured by polypropylene cable ties, Thornas &
Betrs No. iC228-9 or equal.
2.05 PULLING COMPOl1NDS
A. Pulling campaund shall be nontoxic, nonflammable, noncombustible and nonc�rrosive. The
material shall be UL listed and compatible with the cable insulatian and jaeket.
B. Manufacturers
1. fdeal Company
2. Polywater, inc.
3. Cable Grip Co.
4. No Appraved equal.
Z�6 S�IOP TESTIfVG
A. Perfarm rnanufacturers' standard production testing and inspection in accordance with
Section 9 of the referenced ICEA standards. The manufacturer shalf submit certiffed proaf
nf campliance with IC�A design and test standards.
B, Provide certified test reparts indicating that the cable has passed the foliowing tests:
�. Partial Corona [?ischarge iest in accordance with ECEA 5-93-639 Section 9.8.2.
z, Vertical tray flame test in accordance with I�EE i20Z.
City uf I�art 1Vurtl3 Jl'e.s�sidc di'rrlcr Ti•eulmer�ll'lrrrry L1rrc�kup [,etierulc�r.s
('rll' 1'i•njec t r1'trr�rhes•: 11J3�1 ! (3
�6as13-9
N1EDfUM VC3L7AGE CABLES
Page 9 of f2
3.00 EXECUTION
3.fl1 GEN�RAL
A. Determine the cutting lengths, reel arrangements and total lengths of cable required and
shall fumish this data to the cabie rrianufaeturer as soon as possibfe ta assure on-time
delivery of cable.
B. Th� Contractar shall ernploy the services af the field engineering services available fram the
cable manufacturer for installatian, termination and splicing training. The Contractor shall
obtain pulling tension calculations for all pufls as specified �elow.
C. The Cantraetor shall provide a Certificate af Training issued within the last two years.
3.02 I NSTAi.I.ATlON
A. Cable lns�aflation
�xeept for hand-pulled canductors into raceways, all wire and cable installation shall be
installed directly from the manufacturer's reel, wihh tension-monitori�g equipment.
Where conduciors are found to have been irsstalled without tension—monitoring, the
conductars and cables shall be immediately removed fram the raceways, �ermanently
identified as rejected material, and rerr�aved from the jahsite. New co'nductors and
cables shai( be install�d, tagged and raceways resealed, all at no increase in Contract
Price or Cnntract Tir�e.
2. When temperature is below 20°F, cable reels shaEl be stared at 7Q°F for at least Z�l haurs
before installation.
3. Do not exceed r�anufact€�rer's recommendatinns for maximum pulling tensians and
rninir�um benc[ing radii. 7he Contractor shall furnish such in#ormation to the
Owner/Engineer, and ti�e ir�farmatian shalf be available at the project site.
4. Where the cable pulling direct[an is selectable, puil cables from the direction that
requires the least tension, and fewer bends in the last 25% af pul1.
5. Feed cables into raceway with zern tensian and without cable crossover at raceway
er�trance.
6, The Cantractor shall use only appro�es means af pulling the cabie. Calale shall not he
pulled using a vehicle or crane.
7. The Contractor shalf provide th� services of the eable manufaeturer certify the
instailation of al! sectians o� the cable. The manufact€�rer shalf pra�[de a repart to the
Owner at the eonclusion of the instal[atian, that to his knowledge, the instatlati�n
m�thod com�lied with the recommended installation procedures recommended �y the
manufacturer.
City of f�ort lYcirth 1 NesLside �I crler Ti�eulnterit PlniN 13crckarp Gefrercilui•.v
Cita� Projecf A'iui�ber: I(13d 10
26 OS 13 - 30
MEDIIJM VDLTAGE CABL�S
Page 10 of 12
The Contractar shall provide �ull9ng ter�sion calculations far every puli regardless of
(ength. The cable man�facturer's tield services engineering shall provide the all pulling
iensions for each pu!!. The calculations shall be done from both directions to determine
the least amnun� of tension required. Ail pulling tension ealculations shall be submitted
to the Engineer prior ta instalfation and copies of the ealcuiations shall be available in
the field for ref�rence during each pull.
�. Splicing and Terminating
1. Cabies shall I�e installed with no splices unless approved by the En�ineer/Owner on a
case-by-case basis. Pra�osed splice locations shall be submitted to the Owner/Engineer
for approval prior to the start of installation. Cables installed fully ar partiaily which
require sp[ices without approval will be rejected and shall be removed and replaced
without a change in Contract Price or Time.
z. The work area shalf �� kept warm, dry and �entilated during splicing and terminating af
the cables.
3. Splicing (if previously approved) and terminating shali �e performed by electricians
having formal training and a minimum of five years' fiefcf experience in this type of
splieing worfc with 5 fcV and 25 kV cai�l�, as specified herein,
4. Prepare cables in accordar�ce with splice or termination kit manufacturers insta!lation
details.
5. Maintain shield coniinuity around splices. Bond cable shields at each terminal or splice
location.
5. Install a neaprene tape wrap around each splice and bonding jumper to pro�ide a
watertight enviranmental seal.
7. Insufate ar�d seal each cable-to-bus terr�ination with heat shrinkabie bus cannector kits.
8. The Contractor shall provide the ser�iees nf the manufacturer to inspect the splicing and
provicte a letter to documer�t his findings. Any deficiencies shall be carrected by the
Contractor to the satisfaction of the manufactur�r.
9. Cables shail nat be bent sharper than the r-ninimum bending racEius a[lowed by the cable
manufacturer. Care shall be taken during instaflation and training the cables tn
termination points such that the cables are not �ertt less than the minimurn allowed
radius at any time for ar�y reasan. Straightening a cable bent �oo sharply is nat an
acceptabfe salution. Cables bent with a bending radius iess ihan permitted at any time
are rejected and shal! b� removed and replac�d immediately with no increase irt
Contract Price ar Contract Time allowed.
Cily� of i�or1 IYorth Jt e.stsrJe 1 Paler Ti•eub�tc�t! Plrr�r� Iiuckr:E� Gei�ercurn•.r
Cit�'Pr�Jccl e!'�rmGer: 103d70
26 t35 13 - 12
MEDIUM VOi.�AGE CABLES
Page 11 of 12
l0. Pulling wheels used in a cabfe pull where a change in the direction of the cable pull is
required (such as the entry or exit paint or through a rnan holey shall have a diameter
twice the minimum bending radius of the cable. Minimum bendir�g radius af cables
shall be at least 12 tirr►es the outside diameter o# the caE�le or larger if required by the
mant�facturer. For example, a ar�e-inch diarneter cable shall have a minimum bending
radius of 12 inches. Pulling whe�ls for this exarr�ple shafl be 24-inches in diameter,
minirr�um.
C. Electric Arc and Fire Proafing
1. in manholes, cable trays and ex�osed locations, wrap mecii�m �olta�e cak�les with one
half-lapped lay�r of Scotch Brand 77 Electric Arc and �ireproofing Tape. Tape shall be
secured with a two-layer band of Scoteh Brand 69 Glass Electrical Tape o�er the last
wrap.
�. Marking and identification
1. P[astic nameplates shail be installed in each �anhole, p€�II box and at splice and
terminating points. These namepla�es shall show the phase and feeder designations
and the c{ate when the cable was instalfed or spfice or terrnination was made. ihe
feeder designatian shal{ be as indicated on the Drawings. Nameplates shal! b� tied ta
eaeh cat�le with self-locking nylon tie.
3A3 FIELD TESTlfVG
A. Notify the Owner/Engineer at least two weeks prior ta scheduling any testing. Al! testing
raw data shall be recorded by hand an paper e�en if the testing technician is �sing ar�
electronic means to recorcE the data. Ali raw data shall be submitted to the Engineer /
Owner for their records. IVo testing will t�e aflawed without either the Engineer's or Owner's
repr�sentaii�e / inspector being present during all testing procedures. The witness wi[I sign
the raw cfata forms on which i�e / s�� has witnessec! being filled in. Any testing dane which
'ss n�t witnessed and the raw daia€ doc�mentatlo� signed by the witness will not be accepted
and shall be re-dQne with the witness �resent. No increase in Contract Price nor Contract
Tim� will be allowed for retesting.
B. �quiprr�ent testing and inspection far al! new cables shaEl be performed in accordance with
the manufacturer's recommendations on a generic form, and shall include the faliowing:
�. Visual and mechanical inspection.
z. Shiefd continuity test.
3. Insu[at'son resistance test.
4. Very Law Frequency tV�Fj dielectric test (tan delta) in accordance with IEEE 40a.2
C, Equipment testing and inspectian fnr existing cables shall b� performed in accordance with
the manufacturer's recommendations, and sha�l incEude the folfowing:
City of Fost 1Vorth 1PesLside It'rrler� 7i'cutnieir� Pl�rit113ackup Geirer•rrtor.r
Citl� Prnjec 1 i1'iruther: 103d 1�1
2GOS13-12
MEDIUM VDLiAGE CABLES
Page 12 of 12
1. Visual and m�chanical inspectior�.
2. Shield cantinuity �est.
3. Insulation resistance test.
Q. When new cables are shown on the drawings or appro�ed by th� Engineer to be splic�d into
existing cables, Tests 1, 2 and 3 above shall be performed. After test results are approved
and the splice is completed, an ir�sufation resistar�ce test and a shield continuity test sha[I be
performed on the length of new and existing eab(e inclttding the splice,
E. 5u6mit certified copies of ihe tes� resuits and ieakage plats to ti�e Owner/Engineer in
accnrdanee with Division 1 within fi�e days of cnmpletion the af the tests.
F, Irt�mediately notify the Owner/Engineer and do nat energize the cables if any of the
faflowing canditions accur:
1. Cable damage.
2. Improper installation or grounding,
3. Shield ctiscantinuity or high resis€ance.
4. Dielectric absorption ratio and polarixation index below �..5.
5. Abnormal plot of leakag� current �ersus �oltage.
G, pefecti�� or Damaged Cables
1. The Owner/�ngineer shall make sole determination of the acceptability of �he cables
based on the suE�mitted test reports. Do not energize cab]es unti! the test reports have
been reviewed and appraved by the Owner/Engineer.
2. if, in the npinion of the Owner/Engineer, the cables, terminations or splices are
determined to be damaged or defective, provicEe ti�e follawing r�medial actians at na
additiona! cost to ti�e Owner:
a. Remove splices and terminations as directed by the Engineer and compfetefy re-test
the eabfes to determine whe�her the eables are darnaged or defective.
b. Remave and replace clamaged or ciefective cables as directed by �he
Owner/Engineer.
c, Remake termina�ions and spiices with new kits.
d. Completely re-test cabl�, splices and terminations as pre�iausly tested above.
EN� OF SECTION
Ci€p af Fiirt IVorth �I'estside If c�lef- Ti•eululrfu /'l�ui! t�rrckup Gcireraturs
{'i(1' Prnjec! Artrri�ber: 1I13�1111
260519-1
WIRES AND CA6LES {100i1 VQiT MAXIiv1UIVtJ
Page 3 of k4
26 05 19 WIRES AND CABLES (10DD VOI.T MAXIMUM}
1.00 GEN�RAL
1A� SCOPE O� WORK
A. Furnish, instalf and test all wire, cabfe and appurtenances as shawn on the Drawings and as
specified herein.
1.�2 RELATED WORK
A. fVo references are made ta any other section which may contain wark related to any other
section. The Contract Documents shall be taicen as a whal� with every section related to
every other section as requirec� io m�et the requirements specified. ihe organization af the
Contract i3acuments into specification divisions and sections is for organization of the
documents themse{�es and does not relate to the division of suppliers or lal�or which the
Contractor may choose to employ in the execution of the Cnntract. Where references are
mad� to other Sections and other Di�isians of the 5pecifications, the Contractar shall
provic{e such infarrrta�ian or additional work as may be r�quired in those references, and
include such infarmatian or work as may be specified,
B. Other Divisions
The Contractor shalf be responsible for examining all 5ections of the Specifications and
Drawings, and shall d�termine the power and wiring requirements and shall provide
external wiring and raceways, as r�quired ta provide a fully functioning power, control
and process control systems. ff the equipment requires more canductors andJor wiring,
due to different equipment being suppfied, the Contrac�or shall furr�ish the addiiional
conductors, rac�ways and/ar wiring, with no change in the Contract Price, and with no
increase in Contract Time.
1.03 SUBMITTA�S
A. 5hop Drawings
5ubmit catalog data of all wire and cable, connectors and aecessories, specifiecf under
this 5eetion with all s�lections, options and exceptions cl�arly indicated. AI{ cut sheets
shall be eEearly rr�arked to indicate which products are being submitted it�r use an this
project. Unmarlced cut sheets will be cause to reject the submiiial anc[ return it for
revision.
B. Certified Tests
1. Submit a test repart af alf installed wire insulation tests.
C. Operatior� and Maintenance Manuals
City of Port t�'o�'tft �1 c>stside �I'rrter Ti�eulnieirl PJcri�1 I3nckrrp Getieruful'.�
Ci{�� 1'r��jec! rl't�rirher: 1113d7f1
260519-2
WiRES AN� CAaLES {1D00 VOLT MAXIMUM}
Page 2 of 14
1, Refer to 01 78 23 for 0&M Manuals requirerr�ents.
2. Submit Operation and Maintenance Manuais containing ir�stallation and maintenance
instructions far spfice and termination kits.
1.04 RE��RENCE COC]�S AND STANDARDS
A. The equipment in this specificatian shall be designed and manufactured according to latest
revision of the following standards (unless otherwise noted):
�. NFPA 7� — National Electrical Code (NECj
2. fVEMA WC-5 — Therr�oplastic-Ensulat�d Wire and Cable for the Transrriission and
Distribution of Electrical Energy
3. AN51/T"IA/EIA 606A — Standard for telecommunicatians Infrastructure
1.05 QUALITY ASSURANCE
A. The general constructiot� of the wire, cables and the insulat[an materia( used shall be similar
to that used fnr cable of the same size and rating in continuous productinn for at least 15
years and successfully operating in the field in substantial quantities.
B. Wire and cable with a manufacture date of greater than 12 months previous will not be
acceptabie.
C. Wire and cab(e shali i�e in new condition, with the manufacturer's packaging intact, stared
indaars since manufacture, and shall not ha�e been subjected ta the weather. Date of
r�anufacture shall be dear[y visible an each reel.
D. ihe manu�acturer of these materials shalf have produced simi(ar electrical materials for a
minimum periad of fi�e years. When requested by the Owner/Engineer, an accepta6l� list of
instailations vuith similar equipment shall be pravided detnonstrating compliance with this
requirement.
1.06 JOBSITE D�L,IVERY, STORAGE AND HANDLfNG
A. Prior to jobsite deli�ery, the Cantractor shal! ha�e successfully completed all submittal
requirements, and present ta the Owner/Engineer upon delivery of the equipment, an
appraved copy of ali such su�mittals. Delivery of incomplete car�s�ructed eq�ipment, or
equipment which failed any factory tests, wif! not be permitted.
B. Check for reeis not campletely restrained, reels with interlocking flanges or broken ffanges,
damaged reel co�ering or any other indicatinn of damage. Do not drop reels from any
height.
Cily ol' Fo�-t 1Urn�th 1 PcslsiJc 1Yu1er- Ti•e�r1»reuF P1un1 13ucku�� Geiacrcuor.e
C'riy� Pr� jecl e1'rnnber: 1113�11(1
z�asia-3
WIRES ANC] CA(3LE5 (1000 VOLT MAXIMVM}
Page 3 0€ 1A
C. Unload reels using a sling and spreader bar. Ro{I reels in the direction of the arrows shown
on the reel and on surfaces free of abstructians that could damage the wire and eable.
D. Store eak�[e on a solid, well drained Eocation. Co�er cable reels with }alastic sheeting or
tarpaulin. Do not lay reels flat.
�..07 WA�iRANTY
A. The Manufacturer shafl warrant the wiring and installation ta be free from defects in
materiai and workmanshi� for one year from cfate of final acceptance of the equipment.
Within such periad of warranty, the Manufacturer shall prorr�ptly furnish a[I material ancl
labor necessary to rettarn the installation to new operating condition.
2,00 PRDQUCTS
2.OS GENERAC
A. Wires and caEales shall be of anneaEed, 98% canducti�ity, saft drawn tinned copper.
B. All conduetors shall be Glass B stranded.
C. Except for contrnl, signal and instrumentation circuits, wire smaller than #�.2 AWG shall not
be used.
2.02 PQWER & BUILDING WIR�
A. All building wire shall be stranded tinned copper conductors, Type XHHW-2
B. Manu�acturers
1. Southwire
2. General Ca�ie
3. Okonite
4. RSCC Wire & Cabfe
5. Encore Wire
5. Na A�praved equal
2.03 TRAY CAB�E
A. Cable far tray use shall be stranded tinned copper conductars, Type XHHW-2 insulation,
rated as UL Type TC cable. Cable shall be sunlight resistant and approved for direct buriaL
City o!� I�orl IVus't1i J14•sLside 1 Pu1er Trnnlnrei7J Plcu�t 13rickrrp Ge�rer�rlor.c
Ciil' I'rujec! i1'i�ruher�� I03d 10
zs as z9 - a
W1RES AND CAB! ES (J.OQQ VOLT MAXIMUM�
Page 9 af �4
8. Manufaeturers
1. 5outhwire
2. General Cable
3. OkoniEe
4. RSCC Wire & Cabie
S. Encore Wire
2.04 GROUNDING EL�CTROQE CONDUCTOR
A. Grnunding electrode eonductor shall be stranded tinned copper conductor, Type XHHW-2
with green insulation.
B. Manufacturers
1. Sauthwire
2. General CaE�le
3. Okonite
4. RSCC Wire & Cable
S. Encore Wire
2A5 BONDING JUMPER
A. Bonding Jurnper shall be bare iinned stranded copper conductor.
B. Manufacturers
1. Southwire
2. General Cable
3. Olcanite
�l. RSCC Wire & Cable
5. Encare Wire
2.06 CONTROL WIRE A�lD CABLE
A. Control wire shali be NEC Type XHNW-2.
Ci[y of Fur[ �1'prth fYeslside Jf'u7er Ti•euliueirl PI«u! f3rrektq� Grsrerulor.s
Cif�, {'i•njec�l f1'usrher: 1 f13�11 fJ
260519-5
WIiiES ANO CABLES [1qOp VOLT MA7CIMIlfM}
Page S of 14
B. Multi-eonductor cantrfll cabfe, shall be stranded tinned copp�r, �14 AWG 600-vaft, XHHW-2,
insulaied, PVC outer jacket averall, Type TC, UL rated for underground wet locaiion.
C. Manufacturers
1. Southwire
2. Okonite
3. General Cable
4. RSCC Wire & Cable
5. Encore Wire
2.07 IfVSTRUM�l�TATION CABLE
A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and shali be:
i. 5ingle pair cable:
a. Conductors: Two #16 AWG strancied, tir�ned and twisted an two-inch lay
b. Insulation: PVC with 600-vol�, 90�C rating
c, Shield: 100% My{ar tape with drain wire
d, lacket: PVC with manufacturer's identification
e. UL1F85 listed �or underground we� locatian use
f. Manufacturers
1) Okonite
2] Belden
3) No Appro�ed equal
2. ihree co�ductor (triad) cable:
a. Conductors: Three �15 AWG stranded, tir�ned and twisted on twn-inch lay
b. Insulation: PVC with 60D-�olt, 90�C ratEng
c. Shieid: 100°/fl Mylar tape with drain wire
d. Jacket: PVC with manufacturer's identification
e. UL1585 listed for undergraund wet [ocation use
Cit)' c�f Forl 1lfottlt lYesl.srde f�4rter Trealnrcrr� 1'Iun1 13r�ekarp Gc�rc>rulars
Cit>>1'rujeel r\'irsiber�: Il13d1�)
zs os i9 - 6
WIRES AND CA6LE5 (1000 VOlT MAXIMUMj
Page 6 of 14
f. Manufacturers:
1j Okonite
2) Belden
3} �!o Approved equal
3. Multiple pair cal�les (where shown on the []rawings):
a. Conductor: Mu(tiple pairs, #15 AWG stranded, tinned and twisted on a two-inch lay
b. Insuiation: PVC with 6Q0-volt, 90°C rating
c. 5hield: lndividual pairs shieided with 1D0% Mylar tape and drain wire
d. lacket: PVC wi�h manufacturer's identifieation
e, UL�.685 listed for underground wet location use
f. ManuFacturers:
1} Okonit�
2) 8elden
3] No App�'oved equal
2.08 COMMU�IICATION CASL�S
A. Cables for �thernet and RS485 shall be rated and shalE be:
�.. Category 6 abo�e Grade shielded Cable
a. Conductors: �our bonded pair 4#23 AWG Bare Copper
b. Insulation: Pofyprapylene
c. Shield: 10�% aluminurr� foil poly�ster tape with drain wire
d. Jacket: PVC with fi00-volt rated and manufacturer's identification
e. Transmissinn Standards: Category 6- TIA 568.C.2
f. N�C CMR
g. �lame Test Me�hod: UL1666 Vertical Riser listed for indoc�r and dry locations use
h. Manufacturers
City ot F�o�'t 1Vorth Il'e.sGsr�le 1Puler Ti•cufir�e�rt I'I�u�! I7nckrrp Gcnerulv��.s
Ciry� f'r•oJcc�r �1'trutbes•: Ill3d 1l1
2605I4-7
WIRES AN[l CABLES {1000 VOLT MAXIMUM}
Page 7 of 14
1) Belden 7953A
2j No Approved ec�ual
2. Category 6 above Grade un-shielded Cable
a. Conductnrs: Four bonded pair #23 AWG Bare Copper
b. Insulatian: Polyolefin
c. Jacket: PVC with 300-volt rated and manufacturer's identification
d. Transmission 5tandards; Category 6- TIA 568.C.2
e. Naminai Vefocity of Prapagation: 72%
f. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use
g. Manufacturers
1) �elden 7940A
2) Na Approved equal
3. 485 Cammunications Cabl�
a. Cor�ductors: One pair #24 AWG Tinned Ca�per
b. [nsulatian: Pofyethylene
c. Shieid: ��Q% aluminum foil palyester �ape with tinned copper drain wire
d. lacket: PVG with 3Q0-volt rated and manufacturer's identification
e. Misc.: U1.2919 listed for indoor and dry iocations use
f. Manufaciurers
1) Belden 9841
2) No Ap�ro�ed equal
B. Calor cocfe far Ethernet communications cables shall !�e as fallaws.
1. Blue — CAT6 — Phone / Data
2. White — CAT6 - SCADA
3, Blue — SCADA
Cit}' of I'ort It'urth tI'cstside CI'�e1er Ti•e{r��rre»t Pluul Ruckup Gene�•rrtnrs
Crf�' f'rajec! Niotrber: 103�Jl0
2fip519-8
W IFt�S ANa CABLES [100p VOLT MAXIMUM}
Page 8 of i4
2,09 TERMiNATlON MATER1Al.S
A, Power Conductnrs: Termination materials, of canductars at equipment, shall be as specified
in t#�e reievant equipment Sectiar�.
B. Control and lnstrumentatinn Cor�ductors (including graphic panel, alarm, low and high le�ef
signalsj: iermination connectors shall be of the set screw, tongue type, UL Listed #or
stranded conductor termination
C. Manufacturers
1. Phoenix Contact
2. Entrelec
3. Ailen 8radley
D. Motor Conductors: Motor connections with canductors #1Z AWG up to #6 AWG shafl be
ring type campression terminations on the rt�otor Ieads and secured with balt, n�at and
spring washer. Cor�nections shall be -30�C rubber ir�sulated, half lap, and two layers
minimum of 5cotch 33 or equal viny[ tape. Motar terminations far conductars 4#8 AWG and
larger shall be in accardance with paragraph "Lugs and Connectars" below. Motors
pro�ided on this project per specification 26 05 50 and / or 26 05 5� shafl have motor
terminals enclasures with bus ancf N�MA one-hale or twn-hole pads to accammodate the
conduciar terminals specified �erein.
E. Lugs and Connectars
AiI lugs and connectars shall be tin plated copper and shal[ be crimped type, wiih
standard industry taoling. Lugs and cannectors shall match �he wire size where used,
anc! shall be clearly identified and color coded on the conrtector. All cannections shal! be
+nade �nr stranded wire and shall be made electricalfy and mechanicalfy secured. T�e
lugs and connectors shall have a current carrying capacity equal ta the conductors for
which they are rated and me�t �JL 486 requirements for 75°C, l.ugs for ##12 AWG up to
#6 AWG shail be ring terminals. Conductors #i4 AWG and larger shal! be twa-hole long
barrel lugs with NEMA spacing, Ali iugs shali be the closed end canstruction ta exclude
moisture mi�ration into the cable conductnr.
2.10 SPi.ICE MATERIALS
A. Power Conductors: Circuits sha11 b� pulled from terminal to terminak, withaut splicing,
except where splicing is shown on the Drawings. No other splicing will be permitted. �or
wires sizes #8 AWG and srr�aller, provide cafor coded wire nuts, with rnetal inserts, 3M or
Ideal, rubber ins€�lated with half lap and two layers minimurn of Scotch 33 tape. Far wires
greater than #8 AWG, pro�ide a heat shrink insulated, colar-coded, die-crimped splice lug,
i&8 54XXX, or equal, rubber insulated, with half lap and twa layers minimum of Scotch 33
tape.
City nf l�ort IVoril� t!'e.slsiJc Aizler Tr•e�mr�en! Plrort Brerkxp Geirer�uurs
Ci1s' Prujecf ,1'rr�rrGei : IlJ3�J ]!1
26 OS 39 - 9
WIRES A�1D CA8LE5 (1000 VOLT MAXIMUM�
Page 9 o€ 14
8. Canirol and lnstrumentation Conductars (inciuding graphic panel, alarm, iaw and high level
signais): No splicing af control and instrumentation conductors will be permitted,
2.11 WALLAN[} FLOOR SLAB OPENI�lG SEAL5
A. Wall and flonr slab openings shafl b� sealed with °FLAME-SAFE" as manufactured by the
Thomas & Betts Corp. or equal.
212 WIRE ANE} CABLE TAGS
A. The Cantractor shall use the tagging farmats for wire and cable as shown on the Drawings.
WE�ere modifica�ions or additions are made to existing wire and cable runs, the Contractor
shal{ replace existing tags with n�w modified tags.
B. Wire tags for wire sizes, #2 AWG and smal(er, shall be heat shrink type Raychem TMS-SCE,
or approved equal with the tag numbers typed with an indelible marking process. Character
s9ze shall be a minim�rri of 1/8-inch in height. Fiand written tags shall not be aceeptable.
Where ends are not avaiiable, attach cabfe tags with nylon tie cord.
C. Tags for wires larger than #2 AWG and all cai�les shall be therrr�al{y printed polye�hylene
type, Brady TLS 2200 ar appra�ed equal, nylon zip tied in accordance with the
manufacturer's instructions.
D. Tags relying on adhesi�es or taped-on �narkers are not acceptable.
�. Tagging shall be dane in accordanee with the ex�cu�ion portion of these Specificatians.
2.13 WIRE COLOR CODE
A. All wir� shail be co{or coded or coded using electrical tape in sizes #8 or gr�ater, where
colored ins�lation is not available. Where tape is �sed as th� ici�ntification system, it shal!
be applied in all junction baxes, rnanholes and other accessib[e intermediate lacations as
weil as at each terminatian.
B. The follawing coding shalE be used:
Cit�° of�l�ort IVorih Il'e.slside f#'crler'1'i•ecil�itc�rt I'Iruit liackrzl� L;e�rer�rlar.ti
C'rlyPrqject�\'tuni�cr_ 103d1U
2b0519-10
WIRES ANp CAE3LE5 �1000 VOLT MAXIMVM}
Page 1D of i4
5 sV tem
1-Phase, 3 Wire
Wire
Phase A
Phase 8
N�utral
Color
Bfack
Blue
White
ZOSY/720, Vnits
3-Phase, 4 Wire
480/277, Volts
3-Phase, 4 Wire
2.14 CABLE TAG COLOR COD�
Phase A
Phase B
Phase C
N�utral
Black
Red
Biue
White
�hase A Brown
Phase B Orange
Phase C Yellaw
Neutral Gray/White witi� one
or more colored
stripes
A. AII cable tags shalf be white in colar with black printing.
3.00 EXECE�TION
3AS GENERAL
A. Da nat install canductors unti[ the raeeway system is in plaee. No conduetor shall be
installed between outlet points, junction points or splicing poir�ts, unti! raceway sections
have been compfeied, anc! raceway covers are insialled for protection of conductors from
damage or expo$ure to the elements. Any conductar installed in an incampl�te raceway
system shall be removed from the raceway system and #rom praject site. A cornplete
inspection of such raceway seetions shall be com�leted, befnre new conductors are
installed. Ground wire to be run in rigid pipe and not PVC.
B. Instalfed u�approved wire shall be r�moved and replaced at no additional cost to �he
Owner.
C. Completely swa6 raceway system before installing canductors, po r�ot use cleaning agents
and lubricants which have a deleterious effect on the conductors or their insulatior�.
D. P�(1 all canductars into a raeeway at one time, using wire pulling lubricant as needed to
protect the wire.
Citq of C�urt 1Vorth !I'e.rlside ]I'rucr 7i�ealnren! PImrll3urkirp Gei�er-alor.s
Ci1�� 1'rvject rVu�i�her: 71J341{1
26OS 19-11
WkRES AND CABLES (��00 VOLT MAXIMfi{VI�
Page 11 of �4
�. Except fnr hand-puiled conductnrs inta raceways, all wire and eable installation shall b�
installed with tension-monitaring equipment. Where conductnrs are found to have been
installed without tension—monitaring, the conductors and cables shalf be irnmediately
removed from the raceways, per�nanently identified as rejected material, ar�d rema�ed
from th� jnbsite. I�ew eonc{uctors and cables shal{ fae reinstalled, tagged and raceways
resealed, all at no expense to the Owner.
F. Do not exceed cable manufacturer's recom�endations for maximum pufling tensions and
minimum bending radii. Where �uiling cornpound is used, use only UL [isfed campaund
compatible with the cable outer jacicet and with the raceway in�olved.
G. TigMten ail screws and terminal balts using torque type wrenches and/or drivers to tighten
to the ineh-pound requirements of the N�C and tJL.
H. Where single conduetors and cables in manholes, hand holes, vaults, cable trays, a€nd other
indicated locations are not wrapped together by some oiher means such as arc and
fireproofing tapes, E��andle througf�out their exposed leng�h all canductors entering frorn
each conduit with nyEon, self-lacking, releasabl�, cable ties placed at intervals nai exce�ding
four inches on centers.
L All wire and cable ins�a[!ed in cable trays shall be UL Listed as Type TC, for cable tray use.
3.02 C�N�UCTOl�S 1000 VOLTS ANd BELOW
A. Pro�ide conciuctor siz�s indicatec� on Drawings, as a minirr�um.
B. Use crimp cannectors on all stranded conductors.
C. 5oldereci mechanical jaints insulated with tape will not be acceptable.
�. Arrange wiring in cabinets and panels neat[y cut ta proper lertg�h, remove surplus wire, and
bridle and secure in an acceptable manner. Ider�tify all circui#s entering r�otor control
centers or ather contrnl cabinets in accordance with the conductor identification system
specified f�erein.
E. Terminate control and instrumentaiion wiring witl� rr�ethods consistent with terminals
provided, and in accordance with terminal manufacturer's ins�ructions.
F. Attach compression lugs, larger than #6 AWG, with a tool sp�cifically designed for that
purpose which provides a complete, controlled crimp where the tool will not release until
the crimp is compl�te. Use o# plier type crimpers is not acceptabfe.
G. Cap spare conductors ant{ canductors nat terminated witl� tMe U� listed end caps.
H. Where conductors pass thraugh holes or over edges in sheet metal, remove all �urrs,
chatnfer all edges, and instafl btashings ar�d prot�ctive strips of insulating material to protect
�he conductors.
Ci€)' c�r Fort 1�r��.�}i Zi'e.stsrde [I'ule�� Trervnieirf I'l�riu 13aekrrp Geuer�r�or.s
Ci1y P�•ojecr A'�mrber: 1!)3d70
26 05 19-12
WIRES ANO CABLES {10pQ VQLT MAXItv1UM}
Page 12 of J4
Far canduetors that wili be connected by others, provide at least 6 feet spare conduetors in
freestandir�g panels and at least two feet spare in ather assemblies. Provide additional
spare cnnductar in any particular assembly where it is ob�iou5 that more conductor will l�e
needed ta reach the terrnination point.
[}o not combine power conductors. Do not run signal conduc�ors carrying voltages fess than
120 �olts AC in the same raceway as conductors carrying higher voltages regardless of the
insulation rating o� the conductars, Do not share neutrals on branch circuits.
3.03 GROUEVDING
A. Car�duits and other raceways shal! contain an ec{uipment grounding conductor whether t�e
raceway is tnetaflic or not. Conduits, mators, cabinets, outlets and ather equiptnent shal! be
properly grounded in accordance with NEC requirements. Where ground wire is exposed to
mechanical damage, install wire in rigid alur�-�inum conduit. Make cor�nections to equipment
with safderless connectians. Wire connected to the ground rods of the grouncE mat shall be
of the fused type equa[ ta the Cadw�ld process.
3.��1 T�RMINATIONS AND 5PLEC�S
A. No splices of wire and cable wii( be permit�ed, except where specificafly permitted by the
Owner/Engineer in writing, ar as shown on the Drawings.
B. Power canductors: ierminatinns si�all be made with cannectars as specified. 5plices, where
specificaily allowed as stated above, shall h� made in a Ter€nination Ca#�inet (TC).
C. Control Conductors: Splices of con�rol conductors will not be permitted between terminal
points. Termina�ions shaEl be rrtade with approved terrninals as specified.
D, lnstrumentation Signal Conductors (including graphic panel, alarrrt, low and high le�el
signals): Splices of Instrur-nentation conductors wili not be permitted �etweer� terminal
pnints. Terminatians sha11 be made wikh connectors as specified. The shield of pair shielded
and triad shielded shafl 6e termi�ated on terrninaf strips. Provide dedicated terminal block
to every conduetor induding shields. Double lugging terminations is not acceptable.
3.n5 INSTRUM�NTATION CABLES
A. lnstr�mentation cables shafl be installed in raceways as specified. tJnless specificalfy shown
nn the Drawings, all instrumentatian circuits shal! be installe�d as single shielded twisted pair
cables or singl� shielded twisted triads. In no case shali a circuit be made up using
eonductors from different pairs or triads. Triads shall be used where�er three wire circuits
are required.
B. Terminal blocks shall be pro�ided at all instrume�i cable junction boxes, and all circuits shall
be identified at such junctians.
CiEy of Fort 1l'nrth YI'e.stvirle li'�rl<r Ti•ruluren! Plruif 13uckxp Genrt•alors
Cits'1'rujccltl'rr�erlies-; 1!)3dif1
26 OS i9 - 13
WIRES AND CABLES {1000 VOLT MAXIMUM)
Page 13 of 14
C. Shielded instrumentation wire, coaxial cabie, data highway cable, discrete I/O, muitiple
conductor cable, and fi�er optic cables shall be run without sp[ices k�etween instruments,
terminal boxes, or panels. The shield shall be eontinuous for the entire rurt.
D. Shields shall be grounded at th� PLC/RTU. Terminaf blocks shall be pro�ided far
inter-connecting shield d�ain wires at afl junction boxes. lndividual circuiY shielding shall be
provided with its own biock.
Si�ield wire shall be wrapped and taped at �he transmitter encf af the signal run. Before
t�rrninatian, pee! back the auter sheath, lea�ing the shield intact. Wrap the drain wire
around t1�e conductors, feaving appraximately iwo inches exposed. Wra� the drain wire
with two layers of Scotch 33 tape.
3.06 WfR� TAGGfNG
A. AI! wiring shall be tagged at ail terrr�ination points and at all majar access pnints in the
electricaf raceways. A termination point is defiined as any point or ju�ction where a wire or
cable is physically connected, This includes terrninal bloeks and de�ice terminals. A major
access point to a rac�way is defiined as any enclosure; box or space designed far wire or
cable pulling or inspection and includes pull boxes, manholes, and junction boxes.
B. N1ire tags shalf shaw both origination and destination inforrnation to allow for a wire ar
cable ta be traced from point in the field. Information regarding its nrigir�ation shall be
shawn in parenthesis.
C. For multiconductor cables, botF� �he individual conduc�ors and the overall cal�le sha!! be
�agged. Gonductors that are part of a mufticonductor cable shal! reference the cabie
icientification number that they are a�aart of, as well as a unique conductor number within
the cable.
3.47 CABLE TAGGING
A. AI! cables shall be tagged at all iermination points and at all major access points in the
electrical raceways as defined in �he wire tag section of this 5peeificatian.
B. The cable tag shall be installed where �he cable enters and ieaves eaeh access poin� (e.g.,
junCtion box, manhole, etc.). In cases of limited access space, a single tag may be used that
shows both equipment tag origination and destination. In the case where the jacket is
stripped for terminatians, the tag shall be installec{ at the end of the jacket.
3.08 RACEWAY 5EALiNG
A. Where raceways ent�r junetion boxes or controi panels containing electrtcaf or
instrurnentation equipment, aEl entranees shaEl be seal�d with 3M 10flON5 Watertight
5ealant, or approved equal.
8. This requirement shall be strictly adhered to far all raceways in the conduit system.
Ci[y ai' f�ort �lr�r��� ft'eslside !�'nler Ti•errlirre�rl Plm�l 13uckirp Generudrn�.r
Cit�' Pr�Jccf A'iunber: 1(1341 f1
26 05 19 - 19
WIftES AN� CA8LE5 {100€l VOLT MAXtMUM)
Page 1a of 14
3.09 FI�I.D iESTS
A. Conductors under 1000 volts
1. Perform insulatian resistance testir�g of all power circuits below 100i� volts with a 1pp0-
�oEt megger, in accnrdance with the recommencEations of the wire manufacturer.
2. Prepare a written test report of the results and submit to the Owner/Engineer prinr to
finai inspection.
3. Minimum aeceptable value for insulation resistance is 100 megohrr3s, �.ower va(ues shall
be acceptable only by the Owner/Engineer's specific writter� approval.
4. Risconnect equiprnent that might be damaged by this test. Perform tests with a!I other
equipment connected ta the circuit.
B. Tests: After insirumentation cable installation ar�d conductor termination by the
instrurnentatian and control supplier, perform tests to ensure that instrum�ntation cabie
shields are isolated from ground, except at the grounding point in the instrur-nentation
control panel. Remove all improper graunds.
�ND O� 5ECTION
Cily of E�ort 1Vorth 1Pesl.siclv lPriler Ti�eal�xerrll'fun7 13uckup Generutur.s
L'il)'1'rnjecl�\rawnc�fc 1(13�11fI
26 OS Zfi - 1
GROUNDING AND BOND]NG SYS7EM
Page 1 of 8
26 05 26 GROUNDING AND BONDING SYSTEM
1A0 GENERAL
1A1 SCOPE OF WQRK
A. F�rnish all labor, mat�riafs, equipment and incidentals required to install a complete
Grounding and eanding System, in strict aceordance with Article 250 of the Natianal
Electrical Code (NEC), and as shown on the 17rawings and specified herein.
B. The system shall include ground wires, graund rods, exo�hermic connections, mechanicaE
connectors, s�ructural steel connections, all as shown on the Drawin�s, and as specified
herein, to pro�ide a bortding to earth ground af all metallic materials likely ta become
energized.
1.02 RELATED WQRK
A. No references are made ta any other see�ion which may contain woric related to any other
section. The Corttract Documents shall �e taEcen as a w�ole wi�h e�ery sectian related to
every other sectinn as required to meet tf�e requirements specified. The organization of the
Contract I]ocuments inta specification divisions and sections is for organixation of the
doeuments tf►emselves and does not relate to tf�e division of suppliers or labar which the
Con�ractor rr�ay chaose to emplay in the exeeution of the Con�ract. Where references are
made to other S�ctions and other Divisions of the Speci�ications, the Cantractor shall
provide such information or additional work as may be required in tMose references, and
€nelude such informaiian or work as may be specified.
B. �ther bivisions
The Contractor shall be responsible for examining al! Sections of the Specifications and
Drawings, and shall determine the power and wiring requirements and shall pro�icfe
externa[ wiring and raceways, as required to pro�ide a ful{y functioning power, cantrol
and process control systems. If the equiprr�ent requires more conductors and/or wiring,
due ta different equipment being suppfied, the Contractar si�all furnish the additionak
conductors, raceways and/ar wiring, with no change in the Contract Price, and with no
increase in Cantract Tirne.
1.�3 SUBMITTALS
A. Submit ta the Engineer, in accordance wi�h Di�ision 1 and Sectian 26 a0 00, shop drawings
and praduct data, for the following:
1. Ground rads.
2. Grounding conduit hubs.
C`il�� nf I�c�rl �Vc�rih 11 a.rfsrdc t!'uter Ti�eulinnirl Ylusrl J3rrck�rp Grrrei•��1ni�s "'.,.....,,z-R-.�,r-„—..i„ rr� r�,'H�,���
Cify Project eA'rnuber: I (J3�110
zsosz6-2
GRDUND€NG AND BONDfNG SYSTEM
Page 2 of 8
3. Waterpipe grounc! clamps.
4. Buried grounding connections.
5. Compression lugs.
b. Exothermic bonding system.
Alf cut sheets shall be clearly rr�arked to indicate which products are I�eing submitted fnr use
on this project. Unmarked cut sheets will be cause tfl reject the submitta[ and return it for
1"�V3510t�.
1.Q4 REFERENCE CODES AND STANDARDS
A, All prnducts and components shown on the Drawings and listed in this specification shall be
designed and r-nanufactured according to latest revision of t�e fallowing s�andards (�nless
otherwise noted):
1. N�PA 70 — National �lectrica! Code �NEC)
2. UL 467-20(37 --Grounding and 8anding Equipment
3. NFPA 70� — Standard For Electrica! Safety in the Workpiace
B. All equipment compon�nts and compfeted assemblies specified in this Section of the
5pecifications shall bear the apprnpriate labei of Underwriters Laboratories.
1.OS QtJALiTY AS5URANCE
A. The man€�facturer of these materials shall �ave produced similar electrical materials and
equipment for a r-r�inimum period of five years. When reques�ed by the Owner/Engineer, ar�
acceptable list n� installations with similar equipment shall be pravicled demonstrating
cort�pliar�ce with this requirement.
1.Q6 JOBSIiE C3EE.IVERY, STORAGE AND �IAN�LING
A. Prior ta jabsite d�li�ery, the Contractar shall have successfuily compfeted al( submittal
requirements, and present to the Owner/Engineer €��nn delivery of the equipment, an
appraved copy of all such submittals. Delivery of incomplete constructed equipment, onsite
factary work, or failed factory tests will not be permitied.
B. Protect �quipment during shipment, handling, and storage by suitable camplete enclnsures.
Protect equiprnent from exposure to t�e elements and keep thoroughiy dry.
1.07 WARRANTY
C_'ity of�l�ort GVortlj fI'e.s7.side J1'�rler '1'ruulnrriu Plcu�f I3uc•k�q� Cie�rerulr�rs rv,,...,�T.:a,, r�� r�,....��... r�„�,y.���
Cit�' I'rqjec! �l'trarbcr: l03-110
z6 as zs - �
GROIiN�ING AN� BONpING SYSiEM
Page 3 of 8
A. i'he Manufaciurer shall warrant the equipment ta be free frorr� defects in rr�aterial and
workmanship for one year fram date of fina! acceptanee of the equipment. WitMin such
period of warranty the Manufacturer shafl prorript{y furnish all materiaf and lahor necessary
ta return the equipment to new operating conditian. Any warranty work rec�uiring shipping
ar transporting of the equipment, or materials, shall be performed by the Contractor at no
expense to the Owner.
2.0� PRODUCTS
2.Q1 RACEWAYS
A. Conctuit shall be as specified under Section 26 05 33.
B. All raceways, conduits and d€�cts shall contain equipment grounding conductors sized in
accardance with the 1VEC. Minirnum siz�s shall be #t12 AWG unless otherwise indicated on
the drawings.
2.02 CO�fDLfCTORS
A. Wire shall be as specified under Section 26 O5 19 and 25 05 13.
B. Equipment graunding conductors shall be tinned insulated XHHW-2 conductors. Canductors
shali be green where available from the wir� manufacturers, or marked with green tape as
specified uncfer 26 05 19 and 26 05 13.
C. Grountling electrade eonductors shall be bare tinned copper where diree� buried, or
encased in concrete. Bare graunding electrode conductors or lightning pratection
conc{uc�ors where exposed to damage sha{1 be installed in cor�duit. Graunding electrode
conduetors or lightning protection down fead conductars shown, specifi�d or requ[red to be
installed in canduit per the NEC with na other cond€actors si�all be bare tinned copper. Bare
canductars instal[ed in metallic condui�s shal[ �ie bonc�ed ta the metailic canctuit at both
ends.
D. Grounding electrode canductors routed €�etween concealecf grounding electrodes or
interconnecting grounding elecErade counterpoise loap conduetors ta expased (IE "Pigtails")
shal{ be 6are tinned copper.
2.03 GROUNDI�IG ��ECT'RODES
A. Ground rads shalf he 3/4-inch by 10-foot copper c[ad steel and constructed in accordance
with UL 467. The mi�irnum copper thickness shall be 10 miis.
B. Manufacturers for grour�t{ rads
1. ERICO
Ciq� at�I'ort 11�or[h 11'e.st.rirle fl'ufer Treal�ireiil Ple+rit 13uck« � Ge�rerrriurs �Ffw++1.'.. ";'��-�,-,�--�' ,�,1' I, .,..,,f�-�;c++c�++Jerr
Citv Prnjeci rlhenrLer: l03�1I0
26 O5 26 - A
GRpUNDIiVG AND BOfVDING SYSTEIVI
Page 4 of 8
2. Copperweld
3. Approved equal.
2.04 CONNECTORS A�ld CONNECTIO�lS
A. Waterpipe ground cfamps shall be tinned cast bronze
1. Manufacturers
a. 1"harnas & Betts Co. Cat. !PT
6. Burndy
c. O.Z. Gedney Co.
d. Coaper Power Systems
e. Erico
f. Harger
g. Appro�ed equal
h. The Contractor shali determine and provide the correct size for the pipe.
B. Other grounding system clamps, wl�ere specified or shawn shall be tinned ca�t bronze
1. Manufacturers
a. Thomas & Betts Co.
b. Burndy
c. O.Z, Gedney Co.
d. Cooper Pawer Systems
e. Erico
f. Harger
g, Approved equal.
C. All cancealed graunding syster-n ar lightning proteetion systern connections shall be by an
exothermic weld process
1. Manufacturers
a. T&B Furseweld SCR1
� (;ity ol� Fcxt 1Vor11� il ic�7srd� {{'crfin•, 7i�eatine�rf PIu�r113uckuP Gci�cra�ui�.r 71-i�:+i;�rcJ�-Lt'•rr� ,�,r--r-�:,,zro... ... nc�cv�+Nr�x
Cit�� 1'rnJect �Vrrnrher: I f13�JI U
z� as z6 - s
GROUNDING AN[] BON�ING SYSTEN!
Page 5 of 8
b. Burndy Thermoweld
c. Cadweld
d, Approved �qual.
2. Exothermic welded cannections shaEl be used in exposed locations as specified herein.
D. Concealed grounding connections which require exathermic welding which are in a Class 1
�ivision 1 Area as deter�nined by NFPA 820, or the Engineer, or the N�C Autharity Ha�ing
Jurisc�iction shal{ use a Burndy Hygrounc{ Irre�ersible Go�npression Systern, or equal.
3.00 EXECUiION
3.41 lNSTALLAT(ON
A. Route exposec[ graunding electrode conductors in rigicf aluminurr� conduits to pratect the
conductors fra� damage. The rigid conduits shalf be a9uminurn or PVGcoated aluminum
conduits as specified in 26 05 33. 8ond the prn�ecting conduits to the grounding electrode
canduc�ors at both ends. bo not allow water pipe connections ta be painted. If the
connectians are painted, disassemble them and remake them wi�h new fittings.
B. Instalf equi�ment grounding conductors in alE raceways for the power, control and
instrumentation systems. Groundi�g conductors sha{I be independent conductors and shalf
be separate from a11 shield drain wires.
C. Conduits and ather raceways shall contain an equipment grounding conductor whether the
raceway is metallic or not. Conduits, moiars, cabinets, outlets and other equipment shali be
properly bonded in accordance with N�C requirements. Where graund wire is exposed to
mechanical damage, install wire in rigic{ metaliic conduit.
D. In NEC classified areas, connectian of grounding electrode connections to structural steel
cofumns shall be rr3ade with long barrel type one-hale heavy duty copper compressia� lugs,
bolted througt� 1/2-inch �naximum diameter holes drilled in ihe column web, with stainless
steel h�x head cap screws and nuts.
E. In new construction, bond each building cafumn to the grounding electrode counterpaise
system whether or not s�ecifically shown on the Drawings using grounding electrode
canductors. Grounding electrade conductar connections to structural steel coiumns sha(1 be
made with exathermic welds.
r It'est.srde fP�rler Ti•ec�lrrreirt 1'Irm1 IJncktr � Gener�crlar•.s a-1'cvF��e1. 'r'��f"'„��.-"....�,�,-�.n.....':�
Cit}� oF Fnrt 1� nrth I
Cilti' f'raject r1'irmbcr•: Il)3�11f1
z6asz6-�
GROUNdING ANb BONQING SYSTEM
Page 6 of S
Metal conduits stubbed into a motor confrol center, switchgear or any encfasure containing
e�ectrical equipment or devices, or connecting to electrical equipment or devices (such as
motors or valve o�erators) shall be terminated with insulated grounding bushings and
connected to the motor control center ground bus. Bond boxes mounted below motor
control centers to the motor control center or switchgear ground bus or the enclo5ure
ground I�g. Size the grounding wire in accordance with NEC Table 250.122, except thaE a
minimum 4k12 AWG shail be used.
G. Liquid tight flexible metal conduit in sizes �.-�/2-inch and larger shafl have bonding jumpers,
Bondingjumpers shall be external, run parallel (not 5piraled) and fastened with �lastic tie
wraps.
H. Ground transformer neutrals to the nearest available grounding electrode with a canductor
sized in accordance with N�C Article 250.66.
Provide power sys�em grounding electrodes (ground rods� no closer than twice the length of
the ground rod. Where a lightning protection is specified to be provided, the Contractor
shall provide a dedicated lightning protection system grounding electrades (ground rod) at
the end of every down lead without regard to the location of the pawer system graundir�g
electrodes. Bond each lightning pratection system grounding electrode to the pnwer
systern counterpoise system. Refer to Section Z6 4100 for lightning protection system
specifications.
J. Provide a#4�/0 AWG bare tinned grour�ding conductor the full length of each cable tray
system, bond each section and tray fitting to the tray graunding conductor, Route the tray
grounding conductor along the outside of the cable tray. Install no grounding clamps on the
inside of the tray to avoid damage to tray conductors. Bond the tray grounding canductor
to the pawer system counterpoise grounding electrode system at the end of the tray, or far
tray systems ir�stailed in a loop configuration, bond in at least two locations at opposite
sides of the tray loop. Bo�d e�ery enclosure ta which tray conductars are routecE to the tray
grounding conductor. Bond e�ery conduit or raceway routing tray concluctors away from or
to the tray system to the cable tray and to the cable tray groundin� conductor.
K. Akl equipment enciosur�s, motor and transformer frames, conduits systems, cable tray,
cable armar, exposed structural steel anc! all other equipment and materials required by the
NEC to be grounded, shall be grounded and bonded in accorclance with the NEC,
L. Seal exposed connectians betweer� different metals with no-oxide paint, Grade A ar equal.
M. Lay all �nderground grounding conductors slack and, where expased to mec�anical injury,
protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic
material, electrically connect conductors to both ends of the guard. Make connections as
specified herein.
N. Care shall be taE�en ta ensure goad ground continuity, in particular between the canduit
system and equipment frarnes and enclasures. Where necessary, bonding jumper
conductors shall be provided.
Cifp of [�mt 1Vaiih f!'r.elsirlr I�'eNer 7}•eulr�rriil f'lui�r lf�rc•krin Ge�ic•rulur•s �! ��f:+,�elr-il=�7?��+�rC'irriEr�ertifir�
C'rfl' f'ru/ecY �lriwrber: 1l13�1111
260526-7
GROUN�ING AND 60iVDING 5YSTEM
Page 7 ofi S
�. All grounding type receptacles shall be graunded to the outiet boxes with a minimurn,
#12 AWG XNHW-2 strandec� green conductor, connected to the ground terminal of the
receptacle and bonded to the outlet box by means of a grounding screw.
3.02 lNSPECTION AND TESTING
A. Inspect the grounding and bondin� syste�n conductors and cannections for tightness and
proper installation.
B. Use Biddle Direct Reading Earth Resistance Tester or equival�nt test instrument to measure
resistance to ground of the system. Perform testing in accordance with test instrument
manufacturer's recammendations using the fall-af-potentiai method.
C. All test equipment shall be pro�ided under this 5ection and approved by the
Owner��ngineer.
D. Resistance to ground testing shall be �f-�seecle��4�roceedecl by no precipitation for a
minimum of five days. Submit test results in the form of a graph showing the number of
points measured (12 mini�mum) and the numerical resistance to ground.
E. Testing shaEl be performed b�fore energizing the electrical distribution system.
F. A separate test shall be conducted for each build9ng or system.
G. Notify the Engineer immediately if the resistance to ground for any building or system is
greater than five ohms.
EIVD OF 5EC710N
Cily of Port 1Vuril3 �I e,sfsrrle it��lcr Tre>c�fureiil PlruN l3urkirp Gc�rr�•ufur,ti_F��,tvirle--��e��r•c=�. r'., .�._..,.':,.1+
Ci1s' Projec! eVrin�ber: IO3d IO
zsasz6-a
GHDUNDiNG AND 60NDING SYSTEM
Page S of 8
TMIS PAGE INTE{V�'IONALl.Y LEF7 BLANK
City oC�ar1 1Vc�rih ft'�.sl.rrdc• fI'ruc�r 7�•eafiueir! 1'lii�rll3vrkup Grirrrrunr•.r �1',:.....:.�,-,,. avrr? 1'r�irer-E�rriyrtft{<,f�
Cih° f'rujec'! i1'iuirber: I(13d ! 0
26OS29-]
E�ECiR1CAt SUPPOR7 HAitDWARE
Page 1 of 6
26 D5 29 �LECTRICAL SUPPOit7 HARDWARE
1.00 GENERAL
�A1 SCOPE OF WORK
A. Furnish and instal! elecirical suppart hardware, as shown on the Drawings and as specified
herein.
6. Hardware shall include anchor sys�err�s, adhesi�e anchor systems, metai framing systems,
anc{ other electrical support systems, as shawn on the i3rawings and specified herein.
1.02 R�LAT�D WORK
A. �Vo references are mad� to any other section which rt�ay contain work reiateci ta any otMer
section. The Contract Documents shall be taken as a whole with e�ery section relaied to
e�ery other section as required ta meet tE�e requirements specified. The organiza#ion af the
Cantract Documents into speeification divisians and sections is fior organization of the
documents themselves and does not re{ate to the division of suppliers or labor which the
Gantractor may choose to employ in the execution of the Contract. Where references are
made to oiher Sections and other [}ivisions of the Specificatians, the Contractar shall
pravide such information or additional work as may be required in those references, and
include such information or work as may be specified.
B. Other Divisions
�.. The Contractor shal! be responsible for examining all Sections nf the 5pecificatior�s and
Drawings, and shall determine the power and wiring requirements and shal[ provide
external wiring and raceways, as required to pravide a fuily fu�ctioning power, cantro!
and process cantrol systems. ff fhe eq�ipment requires more conductars and/or wiring,
due to different ec�uipment being supplied, the Contractor shall furnish the additional
conduetors, raceways and/ar wiring, with no change in the Contract Price, and with no
increase in Cantract T�me.
1.03 SUBMlTTAL5
A. Submit to the Owner/Engineer, in accordance with D'€vision 1, the rnanufacturers` names
and praduct designatian or catalog nur�bers for the types of materiais sp�eifiec[ or shown
on the Qrawings. All cut sheets shall be clearly r�arked to indicate which products are E�eing
submitted for use on this praject. Unmarked cut sheets will cause to rejection ofi the
submittal and its return for re�ision.
The submittal informatinn, for anchor systems, shall contain manufaciurer`s specifica�ions
and iechnical data including;
1. Acceptabfe base material conditions (i.e. cracked, un-cracked concrete)
Citp of T�ort 1Vurth if'eslside 1Pcuer Tre�rtrrren! Plnirf l3�rckup Ge�rerulor,s
L'i[j� 1'rqjec� �1'rurtbnr: l03d 10
26 OS 29 - 2
El ECTRtCAL SUPPDRT HARpWARE
Page 2 of b
2. Acceptable drilEing methads
3. Acceptable bore hole cnr�ditions (dry, water saturated, water filled, under water)
4. ManuFacturer's installatinn instructions inefuding bore hole cleaning procedures and
ad�esive injection.
5. Cure and gel time tables
6. Temperature ranges (storage, installation and in-seruicej.
C, Ail shop drawing submittals and all O&M su6mittals shall be submitted ir� hard copy forrnat
ancf in electronic farrr�at using Pt�F files incl�ding a Tabie of Contents which is ir�dexed on
DVDs. Electronic subrrtittals are manclatory and those which are received rtat indexed as
specified wili be returned without review. Hard copy submittals may not b� required if so
stipulated in the Contract Documents, No char�ge in Contrac� Price or 5chedule will be
allowed for delays due to unacceptai�le submittals.
1. 5ubm9ttals shall also contain information on related equipment to be furnished under
t�is Specification. Incomplete submittals not eontaining the required informatian on the
related equipment will afso be return�d without review.
1.04 REF�RENCE CQpES AND STANDARDS
A. All products and cornpnnents shown an the Drawings and listed in �his specificatiort shall be
designed and manufactured according to latest revision of the following standards (uniess
otherwise noted):
1. NFPA 70 National Electrical Code (NECj
2. NFPA 70E 5tandard For Electrical 5afety in the Workplace
�. ASTM E 488-96 (2003j; Standard Test Methad far Strength of Anchors in Concrete and
Masonry Elements, ASTM International.
4. ASTM E 1512-93, Standard Test Methads for Testing Bond Perfnrmance of Adhesive-
Bonded Anchors, ASTM Internaiional
5. AC308; Acceptance Criteria for Post-Instalied Anchors in Concrete Elements, Latest
revision.
6. SAE 316 Stainfess Steel Grades
8. Ail equipment cort�ponents and comp{eted assemblies specified in this Section of the
5pecifications, having a U� standard, shall bear the appropriate labef of llnderwriiers
Laborataries.
1.05 QUALITY ASSU#tANCE
City nk�f�c�r1 1Varth !i'evlside 1Prrter Ti�cu�meirl Plufrl Iiuckup Geirera�ni•s
Ci1p f'roject t1'rrixlter: i(33d 1 U
260529-3
�LECTRICAL SUPPaRT WARDWARE
Page 3 of 6
A. The manufacturer af �hese materials shafl have produced similar el�c�rical materials and
equipment for a minimum periad of five years. When requested by the Owner/Engineer, an
acceptable list of instaflations with similar equiprnent shall be provided demonstrating
corr�plianc� with this requirement.
1.06 JOBSITE DEL{VERY, STORAGE AND HANDLING
A. Prior to jobsite deliWery, all submittal requirements must be complete, anc[ availal�le ta the
Owner/�ngineer upan d�livery of the equipment, an a�aproved copy of all such submittals.
Defivery of inc�mplete constructed equipment, onsite facEory wnrk, or failed factory �ests
will not be permitted.
B. Materials shal! be har�dled and stored in accordance with manufacturer's ir�structians.
C. Adhesiv� Anchor Systems.
1. i�eli�er materials undamaged in Manufacturer's cl�ariy labeled, unopened containers,
identified with brand, type, and 1CGE5 Evaluation Report numb�r.
2. Coordinate deiivery of materials with scheduled installatior� date, minimizing storage
time ai job-site.
3. Store ma�erials under cover and �rotect from weather and damage in compliance with
Manufacturer's requirernents, including temperature restrictions.
4. Comply with recommended procedures, precautions or remedies described in material
safety data sheets as applicable.
5. bo not us� darr�aged or expired materia6s.
6. Storage restrictions (temperature range) and expiration date must be supplied with
product
D. Metal Frarriing Systems
1. Material sha11 be new and unused, with no signs of darnage from handfing.
1A7 WARRANTY
A. Pro�ide warranties, including the manufacturer's warrantee, for the equiprtaent specified
and the proper installation thereof, to be free frorn defects in material and workmanship for
tw� years from date of final acceptance af the equipment and its instatlation. Within such
periad of warranty, all materiaE and laf�or necessary to return the equipment to new
op�rating condition shall f�e pro�ided. Any warranty wark requiring shipping ar transporting
of the equipment shall be provided at no expense to the Owner.
2.00 PRODUCTS
City af f�c�rt 1Vm'th IS'e,s�.cirie fl'rrler Trca7�rre�tl PTmU Backarp Generutui•s
Crly� Yrojecr rYu���ber•: 103d 1l1
26 OS 29 - 9
ELECTRICAL SUPPOf27 HARDWAEiE
Page 4 of 6
2.01 ANCHORING SYST�MS
A. Acceptable Manufacturers
1. Sul�jec� to campliance with the Contract Docurrtents, the following Manufacturers are
acceptabie;
a. HILTI Kwik Bolt 3
b. No Approved Equa!
2. The listing of specific manufacturers above does not imply acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specitications in their entirety.
B. Product Description
1. Tarque contro(led expansion anchor consisting of anchor body, expansian element
{wedges), washer and nut. Anchor sha[I be used for anchnr sizes less than 3/8 inct�.
2. All parts shalf be manufactured of 316 stainless steel materials conforming to SAE 315.
3. UL 203 Rated.
2.02 ADHESIVE AfVCHORING SY57EM5
A. Accepta6(e Man�facturers
1. Sul�j�ct to compliance with the Contract Documents, the following Manufacturers are
acceptable:
a. NILTI HIT-Ri�Z with HIT-HY Z00 MAX.
b. No Ap�roved �quaf
2. The listing of specific manufacturers above does nat imply acceptanc� of their products
t�at do not meet the specified ratings, features and fune�ions. Manufacturers listed
above are not refie�ed from meetin� these specifications in their entirety.
B. Praduet i]escription
1. Anchor body with he[ical cone shaped thread on the embedded end and standard
threads on the exposed end, with washer and nut, inserted intn Ir�jectian adhesive.
Anchor shall be used far anchor sizes 3/S inch and larger.
2. All parts shall be manufactured of 316 stainless stee! ma�erials conforming to SAE 316
standards.
City nf Foi1 1VoE�tfE J('e.sfsiclv 1Pruer Ti�enitxe�rt Plnnl l�uckx�� Ce+rerrr�or.s
(,rt j' Prnject A'tuxher: I f)3d !0
260524-5
ELECTRICAL SIfPPORT HARQWARE
Page 5 of &
2.03 STRIJT SUPPORT SYSTEMS
A. Aeceptable Manufacturers
1. Subject to cortrpliance with the Contract Documents, the fallawing Manufacturers are
acceptable:
a. Tyco Unistrut
� : :
c. Super-Strut
d. No Appraved equa!
2, ihe listing of specific manufacturers above daes not irr�ply acceptance of their Prnducts
that do not meet the specified ratings, features and functions, Manufacturers listed
above are noi relie�ed fram meeiing these sp�cificatians in their entirety.
B, Product �escription
�.. Meta! framing system for use in the mounting or support af electrical systems, panels
and enclosures, and including iighting #ixture supports, trapeze hangers and conduit
supports.
2. Components shall consist af telescaping c�annels, slatted back-ta-back channels, end
clar�ps alE threads and conduit clamps.
3. Minimum sizes shal) be �.3/16-incE� through 3-1/4 inch.
4. Corr�ponents shal� be assembled by means of flat p[ate fittings, 90-degree angle fittings,
braces, cl��is fittings, U-fittings, z-fittings, Wing-fittings, Post Bases, channel nuts,
washers, etc.
5. Fiefd welding of components will not be permitted.
6. Unless otherwise specified or shown on tihe Drawings, all parts shall be manufactured of
316 stainfess steel material conforming to SAE 316.
7. Frarr�ing systems for chlorine and ammonia roorr�s shall he rnanufactured af structural
fiberglass.
�.00 �x�cuTion�
3.01 GEN�fiAL
A. Install al! equi�ment strictly ir� accordance with the manufacturer's instructions and the
Contract Drawings.
Cit�� oF FoF�t �l'nr113 fI'esl.sidn )f i�ler Trefrl�ae�r� PlcnN i�uckri�� Ge�ierrrtnr:c
Ci{i' 1'rnjec� A'irnrl�er.� I03�1l0
zs os z9 - 6
ELECiRICAL 5UPPORT HARDWARE
Rage 6 of &
B. The iacations of devic�s are shown as general on the Drawir�gs and may be variecE witi�in
reasonable limits as to avoid any piping or ather nbstruction without change in the Carttract
Price or 5chedule, subject to the appro�al of the Owner and Engineer. Coordinate the
installatian oF the de�ices for piping and equipment clearance.
C. �!o electrical equipment or raceways sF►all be attached �o or supported from, sheet metal
walls.
D. Install required safety la€bels.
E. Efectrica( support channel shall be used to construct support assemblies as shown an the
drawings. Horixontal braces attaehed to concrete ar CM�J walls or str�tctural building steel
are permitted if the space between the back of the support structures and the attachment
pnints are too smalf ta permit a walk space, i�o attachments to sheei metal are permitted
as specified above. Incorporat� additional channel materials a€nd/or provide asserr�blies of
double channel vtrith stafficient members ta from a rigid structure whether nr not such
additionaf mat�riais or the use nf dauble ehannel materials are shown, noted or specified or
not. Suppart structures sMall be rigid withaut the use of channels to from angle supports
between the back or front af the assembly and the ground. Angie suppor�s are strictly
prohibited because they provide tripping hazards. Outdoor supports shall be ai�fe to
support the equiprt�ent with sufficient strength to withstand ciamage from wind gusts up to
90 mph.
�.OZ FI�L.D QUALITY CONTRO�
A. Inspect installed equipment for anchoring, a(ignment, grounding and physical damage.
B. Cheek tightness af all accessible electrical connections, Minimum acceptable vaiues are
speci�ied in manufaeturer's instructions,
3.03 PC?ST IN51"ALLED ANCHOR SYSi'�MS
A. Prior to installation of the anchor systems, the hofe sha(1 be clean and dry in accordance
with the manufacturer's instructions.
3.04 CLEANING
A. Remove all rubbish and del�ris from inside and around the instaflation. Rer�o�e dirt, dust, or
concrete spatter from the in�eriar and exterior of the equipment using brcashes, vacuurn
deaner, ar clean, lint free rags. Do not use compressed air.
END OF SECTION
Ci[q of �n€t �Vur[13 Jf'e.sl.side )f'aier Ti•eutnren! Plurrl B�rckrrp Ge�reruior.s
Citt'PrnjectA'i�nr6er; If13�110
260533-1
RACEWAYS, BbXES AND FITTINGS
Page 1 of 19
26 05 3� RACEWAYS, BOXES AND FITT�NGS
1.00 GENERAL
1.�1 SCOP� OF WORK
A. Furnish and instalf complete raceway systems as shown on the Drawings and as specified
herein. A raceway system shall consist of materials designed expressiy far containing wires
and cables, including but not fimited to, canduit, device bodies, conduit bodies, raceway
boxes, and related materials.
1.02 RELATED WORK
A. No references are made to any other sectian which may contain work related ta any other
section. The Cantract [?ocuments shall be taken as a whole with �very section related to
every ather section as required to rr�eet the requirements specified. The organization of the
Contracf Doeuments inta specificatian divisions and sections is for organization of the
dncumen�s themselves and does nat refate to the divisian of suppliers or labor whieh the
Contractor may choose to employ in the executior� of the Contract. Where references are
made to ather Sections and other Divisions of the Specificatians, the Contractor shall
provide such infarmat'son or additianaf work as may be required in those references, and
include such information or work as rtZay be specified.
8. Other Divisions
The Contractor shall be responsible for examining all Sectians of the 5pecifieations and
Drawings, and shall determine the power and wiring requiremen#s and shall provide
external wiring and raceways, as required to pravid� a fully functioning power, control
and process control systems. if the equipment requires mor� canductors and/or wiring,
due to c�ifferent equipment being supplied, the Contractor shail furnish the additional
conductars, raceways and/or wiring, with r�o change in the Contract Price, ancf with na
increase in Contract iirne.
1.03 SUBMI�"TALS
A. Submit to the Owner/Engineer, in accordance with Division �., the rnanufacturers' names
and product designatian or catafog numbers of all materials sp�cified.
1. Cut sheets for each individual item shall be submitted.
2. Each cut sheet shall be clearly marked to indicate the itern submitted and/or marlc out
items which are not being submitted for approval. Subrrtittais not clearly marked will be
returned with the indica�ion REVIS� ANa RESUBMIT as a mfnimum ar other indicatians
�er the specifications as warranted.
Cif)� of Fo��t 1Vocth !I'eslside fI'uler Ti�errintenl Plrr��l 8rrck«p Geiier�rfars
Ci[r l�ru�e��r ����r�r�he�•: Il)3�flrJ
26pS33-2
RACEWAYS, 60XES ANQ FtTTINGS
Page 2 of J9
Sul�mi� to the Owner/Engineer, certificatian that the eiectricians installing the PVC coated
conduit have a five-year minimum experience, in the installatian of the praduct,
1.04 REFER�NCE CODES AND STANDARDS
A. All products at�d components shown on the Drawings and listed in this sp�ci#ication shall be
designed and manufactured according to latest revision of the falfowing startdards (unless
otherwise noted):
1. N�PA 70 — I�atior�al Electrical Code ({VEC)
2. NFPA 70E — Standard For Elecirical Safety in the Wor3cplace
3. [�L 6A — Electrical Rigid Metal Cor�duit
4. ANSI C80.5 —�lectrica! Rigid Aluminum Conduit
5. UL 5148—Outlet Bodies
B. All equipment cornponents and campleted assemblies specified in this Sectinn of the
5pecifications shall bear the apprnpria�e label of Ur�derwriters Laborataries.
1.05 QUALITY ASSURANCE
A. Th� man�facturer af these materials shall have producecf similar electrical materials and
equiprr-ient far a minimum period of fi�e years. When requested by the Owner/Engineer, an
acceptabEe list of installations with similar equipment shall E�e provided demonstrating
compliance with ihis requirement.
B. The manufacturer of the assembly shall be the t-nanufacturer of the majar companents
within the assembly. All assemblies shail be af the same manufacturer.
C. The Contractor's installer af rr�ateriais specified herein, shali have a minimui-n af �i�e years'
experience in the ins�allation of each type of material. Proof of experience ��all be
submitted, upon rec�uest of the Ownar/�ngir�eer, prior to installatian.
D. Used materials are unaceeptable, will be rejected and shall be removed from the job site.
Used rnat�rials, if installed, shall be remaved and replaced with new materials. If new
materials are install�d with used materials, and the re�oval of the used materials renders
the new materials in an unacceptable condition, such as new conductors instalied in used
raceway companents, (determined by the Engineer/Owner alone) then the new materials
shall be remaved alang with the used materia6s and replaced, No increase in the Cnntraet
Price nor in Contract Time will be aliowed.
1.06 JOBSfT� DELIVERY, STORAGE AND HAfVDLIIVG
Ci[y' 01� I'arl IVnrt13 Jl'e.rtsicle lYu�er Ti•ealixent Plmu 13r�cknp Genernlnrs
Cit��I'rqject,l'ivaGcr: lUjdlU
z6as33-3
RACEWAYS, E30XESAND FITTINGS
Page 3 of 14
A. Prior to jobsite delivery, the Contractor shall have successfully completec{ all submittal
requirements, and present to the Owner/Engineer upon delivery of ihe equipr�ent, an
approved copy af all such subrriittals. deiivery of incomplete constructed equipment, ar
equipment which faiied any faciory tests, will not be permitted.
B. Materials shall t�e handled and stored in accordance with manufacturer's instructions.
C. Materials shall not �e starec! exposed to suniight. Such �aterials shall be co�pfetely
covered.
D, Materials showing signs of previous use, jabsite storage at anather locatian, ar exposure to
the elements or other damage will be rejected.
1.07 WARRANTY
A. The Manufacturer shail warrant the equipment to be free frarr� defects in materia{ and
woricmanship for one year from date of final acceptance af the equipment. Witf�in such
period ofi warranty, the Manufacturer shali promptly furnish all material and labor necessary
to return the �r{uipment to new operating condition.
2.a0 PRODUCTS
2.01 GENERAL
A. Raceways and fittings shall be as shown on the Drawings, with a minir�um 3/4-inch trade
size.
B. Where Equipment ar lnstrumentation device entries are less than 3/4 inch, provide an
REAI2SA, Cooper Crouse Hinds or equal, for alurt�inum raceways and ADAP7 ADU302930,
REDAPT or equal, for 3�.5 stain{ess app9ications.
2.02 CONDUIT RACEWAY
A. FVC Coated Rigid Aluminum Conduit (CRMC)
1, PVC coated rigid aluminum conduit shall have a minir�um 0.040-inch thick, palyviny{
chloride coating permanently bonded to rigid aluminum conduit and an interr�al
chemically cured urethane or enamef caating.
2. Rigid Aluminurr� conduit shafl be extruded from AA 6063 alloy in temper designation T-1
and shali canform to FEf} Spec WW-G540C, AN51 C80.5 and Ul. 6A.
3. TE�e ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in
length of PVC nverlap.
4. Mant�facturers for PVC coated cnr�duit and fittings
Cil}' uf l�ort 1Varth �Pe.rt.side I!'rr�er Treulute�rt Plun! lirickup Getteralnrs
Cily P�•ojee! ,1'aunber: 1O3�! f 0
z� os 33 - a
RACEWAYS, BQXES ANQ FITTINGS
Page 4 0( 19
a. Perma-Cote
�. Robroy Industries
c. O'Kote, Ir�c.
d. Calband
e. Ocal.
f, No Approved Equal
5. Elbows and couplings shall be PVC caated by the same manufacturer supplying the
canduit PVC coating system. E(bows and couplings used with PVC coated conduit shall
be furnish�d with a PVC eoating bonded to fihe aluminum, the same thickness as usecE
a� the coated alutninum canduit.
B. Liquid �ight Aluminum �lexible Meial Conduit {L�MCj
1, l.iquid tight aluminum flexible rnetai conduit shal! have an interlocked alurrtiinum core,
PVC jacket rated for 60 degrees C,, and meeting NEC Article 351.
2. Manufacturers
a. Anaconda Metal Hose Div.
b. Southwire
c. Anaconda Ar�erican Brass Co.
d. American Flexible Conduit Co., Inc.
e. Universai Metal Hose Co.
f. AI.�LEX
g. Na Appraved equal.
3. Fittings used with liquid tight flexibie aluminurn car�duit shall be cop�er-free aluminurr�
and shall conform to FEDSPEC AA50552, and UL-514B.
C. Al�minurn Flexible Metai Conduit {�MC]
1. Alurriinum flexible r-r�etal canduit shall have an interlocked afuminum care, rr�eeting NEC
Article 348, UL 7and Federai Specification WW-C-S66C.
2. Manufacturers
a. Ar�aconda Metal Hose Div.
Ci;y of Purl 11'nrth 11 est.sicle !t'uter Treultuefit Plcr�t! Hackrrp Genef•utors
Ci1s' Pt�ujcrl �1'ienrber: 1(13910
26Q533-5
RACEWAYS, BqXES ANO FITfINGS
Page 5 of 19
b. Sauthwire
c. Anaconda American Brass Co.
d. American Flexible Conduit Co., Inc.
e. Universal Metal Hase Ca.
f. No Appro�ecf equal.
3. Fittings used with alumfnum flexible metai concluiC sha€I be copper-free alurr�inum sha11
eanform to FEDSPEC AA50552.
D. Rigid Alumirsum Canduit (RMC)
1. Rigid Alurr�inum conduit shall be extruded from AA 5063 alfoy in temper designation T-1
and shall conform to �ED Spec WW-C-540C, AN51 C80.5 and f�L 6A.
2. Manufacturer for rigid aEuminum conduit and fittings
a. Wheatland Tube Company
b. Allied
c. No Approved equai.
f. Rigid PVC Schedule 40 Cond�€t (RNC}
1. Schedule 40 PVC Rigid Nanmetaliic Conduit (RNC) shall be des[gned for use underground
as described in the NEC, resistant to sunlight. The eanduits and fittings shafl be
manufaetured ta NEMA TG2, Federal Specification WC1094A and UL 651 specifications.
�ittings shall be manufac�ured to NEMA TC-3, Fec{eral 5pecification WC1094A and liL
5148. Conduit shall have a UL Label.
Z. Manufacturers
a. Rocky Mountain Colby
b. Carfon
c. Kraloy
d. No Approved ec�ual.
F. Rigid PVC 5chedule 80 Canduit (RNC)
City of I�nrt 1Vorth 11 e.sfsrrle [t'rr1e�• Ti�e«fnrerrt Plufr111�rrkup Gerrerrrlors
Cr1 y!'rvj ec1 A'ruirl3er: 103d 10
26 OS 33 - 6
RACEWAYS, BOXES AM1iD f!T(INGS
Page 6 of 19
1. Schedt�le 8a PVC Rigid Nontnetailic Conduit (RNC) shail be designed for use above
graund and underground as described in the NEC, resistant to sunlight, The conduits
and fittings shall be manufactured to �l�MA TC-2, F�deral SpecificaYion WC1094A and
Ul. 651 specifications. Fittings shali be manufactured to NEMA TC-3, �ederal
Specification WC�D94A and U� 514B. Conduit shafl ha�e a UL Label.
2. Manufacturers
a. Rocky Mountain Colby
b. Carlon
c. Kraloy
d. No Approved equal.
2.03 WIREWAYS
A. Ali wireways s�all be constructed of I�EMA �X 316 stainless steel, with gasketed hinged
covers and stainless steei quick-release type latches. Wireway shall have two
Breather/Drains for each ten feet of wireway. Breather/Drain shal! be located in the bottom,
n�ar ti�e ends of the wireway. Wireways shall have integral weldecf mounting lugs. Bolted-
on mounting lugs are unaccep�able.
B. Manufacturers
1. Industrial Endosure Corporation
2. Cooper B i,ine
3. No Approved equal.
C. Breather/Drains
1. Caoper Crouse-Hinds Type EC€318-3�.6 stainless steel
2. No Approved equa[.
2.D4 RACfWAY BOXES
A. Boxes specified herein, including terminal boxes, jurtction boxes and pull baxes, are for use
wit� raceway sysiems oniy, but include switch, receptacfe and lighting hausings. Boxes used
for hnusing electrical and inskrumentation equipm�nt, other than terminal boxes, shall be as
described elsewhere in these Specifications. AI! raceway box�s shafl be provided with a
comman ground point and UL rated.
City nf f'ort 11'erth fi'esi.srrle 1�'ufer Ti�ecNuie�r� 1']un! 13rackxp Gcucrulor.r
Cr1PYrnjecl �1'rux6er: l03d1(l
ZGD533-7
RACEWAYS, BOxES ANp F1iTINGS
Page 7 of 19
B. All wet and outdoor areas. Ali boxes shal[ be NEMA Type 4X of 316 stainless steel with
r�►aunting lugs or brackets made on the box, suitable far wall mounting, or have mounting
feet where self-standing. Boxes for wall-mounting shall have integral welded-on mounting
lugs; Soxes manufactureci with holes intended far mount9ng or boiting an mounting lugs are
not acceptabie. Drilling th�-ough the back of the box to mount is strictly prohibited. drilled
boxes shall be rernoved and repfaced. All boxes shali have continuously welded seams
grour�d smoath, and shal! have continuous hinged, gasketed doors. Box bodies shall not be
less than 16 gauge. Baxes above 24 inches X 20 inches shali have a three-point type fatch
with �andle as manufactur�d by Hoffman Engineering Co. series AXXHXXXXS56l.P3PT or
�qual. Boxes below 24 inches X 20 inehes shall have 316 stainless steei iuggage typ� quick
release latehes, or three-point latch system with all components 316 stainless stee{. �atc�
sysiems requiring tools to apen or elose are unacceptable.
C. NEMA 4X 316 5tainless 5teel endosures
1. Use far all lacations unless [isted otherwise
2. Type 315 stainless steei, bady and door
3. Stainless steel contir�uous Minge
4. Faam in-place �asket
5. Singfe point quarter turn latches (20-inch X 24-inch and i�elaw). Ali others three-point
6. Man€�facturers
a. Haffman Concep� Series
b. EMF Company
c. NEMA Enclosures Co�pany
d. Can}�er B Line
e. Approved Equal
a. NEMA 1 ar NEMA 1A boxes shal) not be used.
E. Malleable iron boxes shali not be used.
F. NEMA 4X Aluminum (Where shown an the Drawingsj shall be constructed as follaws:
1. Type 5052 alt�minum, body and door
2. 5tainless steel continunus hinge
3, Foam in-place gasket
C3[)' of l�ort Il1or€3i if�es•lside il'uler Trealnieiu Plcmi Brrckup Genercrfnrs
Crll' Prnject A4mthe�•: IlJ34J11
260533-8
RACEWAYS, BOXES AN� FITTfNGS
Page 8 of 14
4. Single point quarter turn iatches t2p-inch X 24-inch and below). All others three-point
latch
5. Manufacturers
a. NoFfman Cnmline
b. EM� Company
c. NEMA Enclosures Company
d. Caoper B Line
e. No Approved Equal
G. Chemical Roams. NEMA 4X nonmeta[lic constructed as follows:
1. PVC or Fiberglass reinfarced polyester body and doar.
2. iJV inhibitors
3. Stain(ess steel quarter turn cover bolts with metallic handles
4. Manufacturers
a. Allied Moulded Products, Inc.
b. Cantex
c. Cooper B Line
d. �Eoffman Polypro
�. Hubbell-Wiegmann Non-Metaflic
f. No Appraved Equai
N. Classified Areas, NEMA 7/4X (Class 1, pivisian 1, Groups A, B, C, and f3, or as defined in N��A
70j. Baxes shal[ be constructed as follows:
�. Copper free cast aluminum body and cover
2. Stainless steel hinges
3, Watertight neoprene gasket
4. Stainfess steel quarter turn ca�er balts with metallic handies
5. Manufacturers
Cily of Fart 1Vo�9h JI c.sl.side fE'rrler "I'rcalme��f I'lasri I3rrcktq� Gcire�•u�urs
Crl�� Projeel rYtrnrber: Il13�F!!1
260533-4
RACEWAYS, [30XE5 AND FITTlNGS
Page 4 of 19
a. Cnoper Crouse hfinds Type �18, Style C
b. App[eton Electric Type AJBEW
c. No Appro�ed �qual
f. NEMA 12 (Where shown on the Drawings) shall be canstructed as follows:
�, Type 5052 aluminum, body and door
2. Stainfess st�el continuous hir�ge
3, Faam in-place gasket
4. Sir�gle point quarter turn latch�s (20-inch X 24-inch and below). Ail others �hree-paint
latch
5. Manufacturers
a. Hoffman Comline
�. EMF Company
c. NEMA Enclosures Company
d. Cooper B I.ine
e. No Appro�ec{ Equal
2.05 DEVICE B�XES
A. aevice boxes, switch, receptade, etc., shalf be of copper free cast alurr�inum, and shall have
tapered, threaded, hubs, with integral bushings. Boxes shall have internai grounding screw,
and a tt�inimum o� two mounting feet. Boxes shali be type F17.
B. Manufacturers
1. Coaper Crause-�iinds
2. A�pleton
3. Na Approved equal.
2.06 COf�DUIT OUTL�T BOD{ES
A. For eonduits up to and incl�ading 2-1/2 inches, conduit outlet bodies and covers shall be
Form 7, copper-free aluminum, with captive screw-clamp caver, neoprene gasket and
stainless steel screws and clamps.
Cily of f�or1 11'arth [I'e.sl.ride �fiitcr 7're«huent Plmu I3rrckiq� Ge�rerular.c
L'i1Y Prajec! �Vruril�er: l03d IO
zs as 33 - ia
RAtEWAYS, EiOXES AN� fITTiNGS
Page i0 of 19
B. Manufacturers
1. Cooper Grouse-Hinds Form 7 with Mark 7 wedge-nut cover
2. Appleton
3. No Approved equa(.
C, For condui�s larger than 2-1/z inch�s, junction boxes shalf be used.
D. Afl outlet boxes and covers for Class 1 Division 2 areas
�. Manufacturers
a. EA 5eries by Crause Ninds
b. Na Approved equaf.
2. Rated N�MA 7/4X.
2.07 CONDUI�" HU85
A. Conduit hubs for use ot� raceway system pull and junctinn boxes shall be watertighi,
threaded aluminum, ins�iated throat, stainless steel grounding screw
B. Manufacturers
�.. T&B N150GRA Series
2. Na Approved equal.
2.08 GROUN171NG BL�SHlN�S
A. Groc�nding bushings shall be insufated lay-in lug gra�nding bus�ings wi�h tin-plated capper
groundin� path. 8ushings shal[ have integralfy mo(ded noncombustible phenolic insulated
surfaces rated 150°C. Each bushing shall be furn9shed with a plastic insert cap. The size of
the lug shal( be sufficient ta accor�modate the maxirt�um ground wire size required by the
NEC for the application.
B. Manufacturers
l. O-Z/Gedney Type ABLG
2. I�o Appro�ed eq€aal.
2.09 RAC�WAY SEALANT
City oF I�o�t �I'orth fPc�.sl.side �f'ruef- Ti•eulnrcfri Plrr�rt f3ackrap Geuerrrlors
('i!f' Pt•qjecl t1'1wil�er: IO3d 10
26 O5 33 - 11
RAC�WAYS, 80XE5 AN6 FITTlNGS
Page 11 of 19
A. Raceway sealant far use in the sealing of raceway hubs, entering or terminating in boxes or
enclosures where such sealing is shown or specified, shali �e 3M 1�OON5 Watertight
Sealant, or ap�rtived eq�al.
2.10 CONDUIT' PENEiRAT10N S�ALS
A. Conc{uit wali and flnor seals
1. O.Z./Gedney Co. S�ries CSM
a. Type CSML-XXXP shall be used fnr all appficat�ons that do not require a recessed
sealing hushing.
b. Type CSMI-XXXP shall be used for all applications that require a recessed sealing
bushir�g.
2. No Approved equaE.
2.11 EXPANSION-DEFL�CTION COUPLING
A. Com�ination expansion-deflection fittings with 3/4-inch axial expansion and contraction
moverrient, 3/4-inch paralle� misalignment movement, and up to 30 degrees of angular
movement in any direetion. It shall be of copper-free alumir�um, with exterior bonding
jump�r of tinned copper braid and 316 stainless grnunc{ing straps
B. Manufacturers
1. Cooper Crouse-Hinds Model XD
2. No Approved equai
2.12 EXPANSION F(TTINGS
A. Expansion fittings shall be, eight-inch movement, copper-free alumin�am, with exterior
bonding jurr�per of tinned capper braid and 316 stainiess graunding straps.
B. Manufacturers
1. Crouse-Hinds Co. Type XJGSA
2. No A�proved equal
C. Internal grounding
D. Nylor� tie wraps are nat aeceptable.
2.13 EXPLQSION-PROOF SEAtS, BR�ATHEftS AND DRAlNS
City uf Por1 1Yortlt 1Peslsirle IPuter Ti•e�rlurenl Ylrr��t 13rrcki�p Gerrerralvrs
C'it�° Prajecf ,A'rr��iher: 1(13�J10
z6ass3-zz
RACEWAYS, BOXES ANb FITTINGS
Page 12 of ]9
A. Explasion proof fittings shal► be designed for Class 1 Division 1, Group D, hazardaus
locations. Fittings shall be o6copper-free alumin�m, consist af seals, breathers ar�d drains of
type ED, as required far the application.
B. Manufacturers
�.. Crouse-Hinds Co.
2. Appleton �lectric Co.
3. O,Z./Gedney Co.
4. Na Approved equal.
2.14 KELLEMS GRIPS
A. Kellems grips to suppart cabies shall be of 316 stainless steel.
2.15 CONDUIT MOfJNTING EQi1fPMENT
A. AI! pull and junction btix supports, spacers, conduit support rods, darnps, hangers, channel,
nut, bolts, wash�rs, etc. and shali be 316 sfiainless steel. Nylon tie wraps are not acceptable.
2.16 CON[3UIT [DENiIFICATION TAGGING
A. The Cantractor shall use the tagging formats for condui€s as shown an the Drawings.
S. Conduit identification plates shall €�e embossed stainless steel with stainiess st�ef band,
permanently secured to the conduit withouE screws, Nyion tie wraps are not accep�able.
C, fdentification plates shall be as manufactured by the Panduit Corp, or equal.
3.00 EXECUTlON
3.01 RACEWAY APPLICATI(3N5
A. Unless exact Incations are shnwn on the Drawings, the Contractor shall coordinate the
placem�nt of raceway systerr►s and related campon�n�s with other trades and existing
instaliations,
B. Raceway 5ystems for the installation of Fiber Optic Cab(es shall not contain conduit bodies,
device boxes, or raceway boxes contair�i�g less than tweive inches of bend radius.
C. Unfess showr� o� the Drawir�gs or specified atherwise, the raceway type insta{led with
respect ta the locatinn shall be as follows, including all materials:
Cil}' oF Fort 11'oeth !I e.rtsrde 1!'uler Ti•enl�ire�rl Plurrl fluckirp Ge�reruiur.r
L'itl'/'�vfjeclel'uurhei•: l0.3�{!0
z� ns 33 - i3
RACEWRY5, BOXES AiVU FITTINGS
Page 13 of 19
Raceway System Location
1. Rigid Galvanized [R5C) Type i�ot acceptable for use on this Project
2. PVC Coated Afuminum (CRMC) Type A11 embedc{ed raceway �ends, undergraund duct
bank bends of more than 20 degrees, and all
raceway stub-ups to a minimum of six inches
above finished floor or grade.
3. l.iquic{tight Flexibie Aiuminurn {LFMC) Type Raceway connectinn to vibrating equipment, and
as shown on the orawings in all areas.
4. Rigid Non-metal[ic, Schedule 40 PVC tRNCj Underground encased in red dyed reinfarced
Type concrete.
5. Rigid Non-metallic, Schedufe 8D PVC (RNC) For use only in Efectric i�tility Primary Service.
Type
6. �lexible Aiuminurn {FMC) Typ� Fixture whip connection to ligh#ing fixtures in
NEMA �2 areas (maximum 3-ftJ. BX or AC type
pre�abricated cat�ies ar� not permitted.
7. Aiuminum Rigid Me�al (ftMC) Type All abo�e grade areas, except for concrete
embedded and those areas described in l.oca�fons
2 ti�raugh 6 above.
D. All cond€ait o� a given type shall be t�e product of �ne manufacturer.
3.�2 BOX APPLICATIONS
A. All raceway junctian, pull and termina) boxes shall have NEMA ratings for the location in
which they are 'snsta{led, and as specifiec� her�ir�.
B. For alf raceway boxes, the distance between each raceway entry inside the box and the
op�osite wall of the box shal[ not be less than eight times the metric designator ttrade size)
of th� largest raceway in a row. This distance shall be increased far additianal entries by the
amount af the sum of the cfiame�ers of all other rac�way entries in the same row on the
sarne wall af the bax. Each rflw shafl be calculated individually, and the single row that
pravides the maxirr�um d€stance sha{I be used.
C. Exposed switch, receptacle a€�d lighting otatlet boxes and conduit fittings shail be cast
aluminum.
D. All boxes shal! be pra�ided with factory mounting lugs. Drilling thra�gh the back of any box
or enclosure is prohibited, and if so instafled, shall be remaved and replaced, witi� no
increase in the Contract price or Construction Schedule.
E. No penetrations shall be made in the top of bnxes in wet {ocations.
3.03 DEVlCE BOX APPI.ICATlONS
City af Fort �i�nj't!i fI'cs�sirle fi'crler Treal�rurirl Yln�r! 13uckiyt Gcire�•ci�vrs
Ci1 �' PruJecr tl4urrTier: I(13 d! 0
26 05 33-14
RACEWAYS, BOXES AfVD FliTINGS
Page 14 of 19
A. Device boxes shal! b� used for mountir�g wiring de�ices such as receptacles, switches,
thermostats, (ighting and other perman�nt[y mount�d devices. AN device boxes shall be
irtstalled with a minimum of 1/4-ineh air space between the back of the bax and the wall or
back panei ar� which it is installed. The space rnay be created wiih a number of 316 stair�less
steel washers or rnay be mounted using 316 stainless steel s3n�ted channel.
3.04 CQND�iIT OUT�ET BO[71�5 APPI.ICATlONS
A, Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except
where junction baxes are shown or otherwise specified. For eonduits larger than 2-1/2
inches, junctian boxes shall be used.
3.05 CONDUlT HUB APPI.ICATiONS
A. Unless specificaily statec! herein or described an t�e Drawings, all raceways shalf terrrtinate
at an autlet with a eor�duit hub. iocknut or double lacknut terminations wifl not be
permitted.
B. When eonduits contain equipment grau�ding conductors the wire shali be grounded to the
hub(s) associated with that graunding conduckor.
3.06 ENSULATEt7 GROUNDING BUS1-iING APP�ICATI�NS
A. Insulated graunding bushings shall be used to terminate raceways where the raceways
enter pad-moun��d electrical eqcaiprnent pr switchgear fram the bottom where ther� is r�o
wali ar floor pan on which to anc�or or terrr�inate the raceway.
All other raceways shafl terminate on enclasures with a conduit hub, except far iVEMA 7/4X
areas.
C. Grounding bushir�g eaps shall remain on the bushing until the wire is ready to be puEled,
3.d7 CON€]UIT FlT�'INGS APPLfCATIONS
A. Combination expansion-deflection fitkings shall be instalfed where conduits cross structure
expansion join[s, and where installed in expased conduit runs such thai the distance
k��tween expansion-deflectinn fittings does not exceed 15D feet of conduit run. �xpansion-
deflec�inn fittings are acceptable in indoor locaticsr�s out of expasure to cfirect sunlight or
ather outdoor lncations which are shadecf,
Ci3y of I�ur! �Vo3�tlE f1'e.sisrrle fl'ater 7reniuieirll'lairl huckrrp Gc�irerrrlrn•.s
Crlp Prujec! i1'rrnil�cr: t 0�41(1
26�533-15
RACEWAYS, BOXES AN� FITiINGS
Page 15 of 19
B. Expansion-deflect'ton fittings are not acceptable far use outdaors unless approved in writing
on a case-by-case basis from the Engineer/Owner. Where combination expansion-
deffection fittings with exposed non-metallic sectians, are approved by the Engineer/Owner
for use where expos�d to sunlight or other outdoar locations which are shaded, an
aluminurrt wrap shali he Enstal{ed loasely over the non-metallic portiort, extencEing at �east
two inches t�eyond the ends. The wrap shall be foosely secured, to perr�it movement, with
at least two 316 SS faster�ers. Nylon tie-wraps are nat accep�af�le.
C. On exposed cor�duit transitions from underground ia above ground, where the earth has
been disturbed to a depth of more than ten feet, an expansion fitting, with a minimum of six
inches a�ai{able movement, shall be installed on �he exposed side of the transitian, in lieu of
a cambination expansion-deffect'san fitting.
3A8 CONDtJIT PENETRATION 5EAL5 APPLICATIONS
A. Conduit wall seals shail be used where underground conduits penetrate walis or at other
locations shown on the Drawings.
B. Conduit sealing bushings shal� be used to seal canduit ends exposed tn the weather and ai
other locations shown on the Drawings.
3.09 EXPLOSlON-PRDOF SEA�S, BR�ATHERS AN�} DRAINS APPLiCATIQNS
A. Fittings consisting of sealing fittings, breathers, drains, with s�aling campound and fiber, as
specifi�d herein, shall he used as required to meet al1 the requiremer�ts of the National
Electrical Code.
3.10 CONDUITTAG APPLICATIONS
A. All conduits shall be tagged wiihin one foot of the entry of equipment, and wall and floor
penetrations.
B. The Contractar shall tag all underground canduits and ducts at all locations, exiting and
entering from underground, including rnanholes and handholes.
3.11 RACEWAY SEALiNG
A. Where raceways enter junction boxes or control paneks containing electrical or
instrumen�aLian equiprnent, all entrar�ces shal! be of the hub type and sealed with Raceway
Sealant, as specified herein.
B. This requirerr�ent shalf be strictly adhered to for all raceways in the conduit system.
3.12 PVC RACEWAY TO PVC CDATED A�UMINUM RACEWAY TRAN�ITiC}N5
CitY ofF[srt 11'orth 1Peslside I['crtcr 7i•eulti�esri 1']u�u L�r�ckrrp C;eiierutors
' CilYProjecfNlrmLer: l03d10
26pS33-16
RACEWAYS, E3oX�5 AN� FITTiNGS
Page i6 of 19
A. Where a transition is rriade from PVC raceway to PVC coated alurr�inurr� raceway, the AVC
raceway shafl terrninate in a fema�e actapter. A PVC coated aluminum male threaded end, a
PVC coated aluminum male adapt�r, sf�a[I be threaded into the f�male threaded PVC
adapter. After ti�htening securely, the PVGcoated aluminur� and PVC threaded adapter
shalf be double layered with two-inch vinyl eiecCrical tape, for a distance of two inches each
side of the threaded joint to prevent any corltact between any exposed aluminum threads
and concrete.
3.13 RACEWAY 1NSTALLATION
A. Do not install pulf wires and conductars until the raceway systern is in place. !Vo wire shail
h� instalfed betw�en outlet points, junction paints or splicir�g points, until all raceway
sectians are comple�e, and afl raceway covers are installed for protection of canductors
from darnage or exposure to the elements. Conductors installed inta incorriplete raceway
systems are considered improperly installed and are in violation of the NEC. The occurrence
of wire installed in an incomplete ir�stallatior�, shafl require the removaf of such conductors
from the project site, and replacement of the conductors at with na increase in Contract
Tirr�e or 5eheduie. The raeeway system shali be cnrripleted and inspected by the
Engineer/Owner, before new conductars are installed.
No conduit smaller than 3/4-inch electrica( �rade size, shalf be used, nor shall any have more
than the equivafent of three 90-degree bends in any ane run. Puli �Oaxes shall be provided
as necessary. Conduit reducers which are t�e same type of the raceway shall be installed
where rrEanufacturer-provided enclasures are not available with conduit hubs larger than
1/2-inch at the endasure to terminate 3/4-inch conduit. The raceway fi11 shal! be adjusted
to aceommodate the smaller opening in the manufacturer-pro�ided enc9osure. The
Cnntractor shall no�ify the Engineer/Owner prior to the instaflation of the raceway into
encfosures wi�F� apenings smalEer than the specified rnir�imum. Raceways instalied withouE
notice are considered unacceptable and may be required to be removed at the
Engineer's/Qwne� s discretion.
C. Ail raceways, installed underground, shail be installec! in accordance with Section 26 05 43
Underground 5ystem, and be a minimum size of two-inch trade size,
D, Where raceways enter or lea�e the raceway system, where the raceway nrigin ar
termination, could be subjected ta the entry of rrzoisture, rain or {iquid of any type,
particular[y where the termination of such raceways terrninate in any equiprnent, new ar
existing at a lower elevation, such raceways shall #�e tightly seaied, using 3M 1000NS
Watertight 5ealant, or appraved �qual, at the higher elevation, both before and after the
installation of cables, such that there shall be no entry of water or rrioisture to the Raceway
5yst�m at any tirne. Any darriage to new or exisYing equipment, due to the entrance of
moisture from unsealed raceways, shall be corrected by cnmplete repiacement of such
equiprner�t, at no cost to the Owner. Cleaning or drying of such damaged equipment will not
b� acceptabfe.
City of �ort IVorlh �YE'.5'I.SfLIC' lJ'r�lcr Ti�eumreitf Pla�rt I3uckarp Geiter•�ria•s
Ci1y Prvjecl rVu»�IJer: I 11�i�J �(7
26 05 33-17
f2ACEWAYS, 13DXE5 AN[l Fii71NG5
Page 17 of ].9
E. Conduit supports, other than for underground raceways, shall be spaced at intervals of eight
feet or less, as required by the NEC and as required to obtain rigid constructian. Canduits
shall be supported near the er��ry inta any enclosure in accordance with the NEC. Canduits
shall not be used to support other conduit�, nor shall conduits be supported from cable tray.
F. 5ingie conduits shall be supported by means of ane-hole pipe clarr�ps in combinafion with
one-screw back �lates, to raise conduits from the surfaee. Multiple runs of conduits shal[ be
supported on trapeze �ype hangers with horixontaf inembers and threaded hang�r rods. The
rods shalf be not less than 3/8-inch diameter. Surface mounted panel boxes, junctian boxes,
canduit, etc. shall be supported by strut, to pro�ide a mini�num af 1/2-inch clearance
between wail and equipment.
G, Cor�duit hangers shall be attached ta structural steel by rrteans of beam or channel clamps.
Where attached ta concr�te surfaces, anchors shal6 E�e as specified in 5ectian 26 05 29
�lectrical 5uppart Hardware.
H. No electrieai et�uipment ar raceways shall be attaehecf to or supported from, sheet rt�etai
wafls.
AEl conduits on exposed work shall be run at right angles ta anc� parall�l with the
surrounding wall and shall conform to the form of the cei6ing. No diagonal runs will �e
allowed. 8�nds in parallel conduit runs shali be canceniric. Offsets in concEuit runs shail all
be done at the same paint and shall all be the same angle sa the entire installation appears
to be paraflel or concentric at e�ery point. All conduits shall be run perf�ctly straight and
true.
J. Conduiis terminated into enclosures shall be per�endicular ta the walis where fl�xible liquid
�ight or rigid eonduits are required. The use of short seal tight elbow fittings for sueh
terminatians wil{ not be permitted, exe�pt �or cannections to instrumentation transmitters,
where multiple penetrations are required.
K. Conduits containing equipment grounding conductors and terminating in �oxes shal! have
insta[ated thraat grounding bushings. The wire shall be grounded to the box.
L. Conduits shafl be instalfed using threaded fittings. Running threads will not he permit�ed.
M. All conduit fittings on PVC cand�it shall be of the glued type.
N. Conduits installec{ which are not in compliance with these requirements shall be removed
and reinstalled at the Engineer's/Owner's discretion. lf conductors are ins�ailed when the
improper installatian is disca�ered, the Contractor shal{ r�move the conductors from the
raceway, discard them and remove them from the job site, s�alf replace thern, re-terminat�
and retag them, retest each conductor irt accordance with the specifications and retest the
functian of the system which they cannect in its e�tirety. fVo increase it� Cor�tract Time or
ScMedule shall be allawec{.
Citq nt�Fort 1Vnr11� ZI'e.slside fPrrler Ti'ecrinie�rf Plrrru 13crekiqs Gesre�•nlors
C'ify� f'rnjecl A'rirrrber: 103d10
26D533-18
RACEWAYS, 80XE5 ANb FITTINGS
Page 18 of 19
O. Liquidtight flexible metal(ic cnnduit shall be used for the primary and secondary af
transformers, generator terminations and other equipment where vibration is present. Use
in other locatior�s is no� permitt�d, excepi far connectior�s to instrum�ntation transrr�itters,
wh�re multiple �enetrations are required. Liquid tight flexible metallic canduit shakl have a
maxi�rrum {ength not greater than that of a factary manufactured long radius eibaw af the
canduit size being �sed. The rnaximt�m bending radius shall not be (ess than that shawn in
the NEC Chapter 9, Table 2, "Other 8er�ds". BX or AC type prefal�ricated cables will r�ot be
perrnitted.
P. Where conduits pass through openings in walls or floor slabs, the remaining apenings shaf!
be sealed against the passage of flame and smoke,
Q. Conduit ends expnsed to the weather or eorrosi�e gases shall be sealed with conduit sealing
bushir�gs.
R. Raceways terminatir�g in Cantrol Panels or encfosures outdoars or any wet or damp location
or any locatian where plant process equi�ment is located, or any loeation not otherwise
specifically designated as a dry electrical roorn, control room ar ofFice space, which contain
electrical equipment or terrninal blocks, shall r�ot er�ter from the top of the enclosure, and
the raceway shalf be sealed with a watertight sealant as s�ecified herein, Enclosures
entered from the tap where top entry is prnhibited, will be rej�cted and shall be removed
and repfaced regardless of the Di�isian which contains the specification for the enclosure,
The �se of UL Listed condui� closures to restore the NEMA rating af Ehe enclosure will not be
acceptec�. Conduit entering the top of the endosures shall be removed and re-routed to
enter the enclosure fror� the side or bottom. Conductors installed in top entering cnndc�its
sha() be pulled back to the nearest conduit body orjunction bax and re-routed with the
conduit, prnvided the canductars ar� long enough to be re-terminated. Conductors found to
be insufficient in length to be re-terminated shall be co�pieteiy remo�ed and replaced, re-
tested, re-tagged, re-tested and the control functian of the panel shall be re-�ested. If the
ertclosure is provided by an OEM, the enclosure and its contents shall be returned to the
OEM for a new enclosure. fVa increase in Contract Price nor increase in Contract Time will be
ailowed the Contractar far making tf�ese correctians.
5. All canduits frarr� externa( sources entering ar leaving a multiple eompartment encfosure
shal! be stubbed up inta the bottom horizontal wire way or ot��r manufacturer designated
area, direetly belnw t�e vertical section in which the cnnductors are ta be terminated.
Conduits entering from cable tray shali be stubbed into the upper section.
T. Canduit sealing and drain fittings shafl be installed in areas designated as NEMA 4X or 7.
U. A conduit identification plate shal! be instafled on all power, instrumentation, alarm and
enntrol concEuits at each end of the run and at intermediate junction boxes, manhoies, etc.
Conduit plates shali �e instal(ed before conducEors ar� pulled into conduits. �xact
identificatian plate focation shall be coordinated with the Owner/En�ineer at the time of
installation to pro�ide uniforrr�ity of placernent and ease of reading, Conduit numbers shall
be exaet(y as shown on the Drawin�s.
City ot' I�art 1Vorth JPe.sl.srde JPrucr Ti•c�al�xen� PJufii 13rrckarp Gef�erulvrs
CilP Prnjeel r1'�rnther: 1(13�11 !}
26 05 33-14
RACEWAYS, BOXES AI�D FITTINGS
Page 19 of 19
V. Mandrels shall be pulied through al! existing conduits that will be reused and through all
new conduits two inches in diameter and larger prior to installing conductors.
W. 3/�6-inch polypropylene pull lines shall I�e installed in all new conduits noted as spares ar
designated for future equipment.
X. All cnnduit that may under any circurr�stance contain liquids such as water, condensation,
liquic! chemicafs, etc. shalf be arranged to drain away frarr� the equiprnent served. If conduit
drainage is not passible, conduit seals shall be used #o plug the eonduits a� the point of
attachment �a the equipmeni.
Y. Cond�its shall no� crass pipe sMafts, access hatches or vent duct openings. �hey shall E�e
routed tn avoid such present or future openings in floor or ceiling canstructior�.
Z. The use of running threads is prohibited. Where such threads are necessary, a three-piece
union shall be used.
AA. Conduits passing #rom heated to unheated spaces, exterior spaces, refrigerated spaces, cold
air plenums, etc. shall be sealed with Watertight Sealant as specffied herein.
BB. Conduits shall be focated a minimum of ihree inches from steam or hot water piping.
Where crossings are unavoidable, the conduit shall be kept at least one inch fram the
covering of the pipe crossed.
CC. Cond�its terminating a� a cable tray shall be supported independently frorn the cabfe tray.
Pro�ide a conduit support within one faot of the cabfe tray. The weight of the conduit shalf
not bear on the cable tray.
DD. All changes of directian on �VC coated steel conduit greater than ZO degrees shall be
accomplishec[ using long radius bends. Any field bends shall be made using equipment
designed to prevent damage to the PVC caating.
�ND O� SECiI�N
Cil�' of I�ort 1lTorth fi'estside I1'�rfer Trerrinie+rt !'hrsri Backup Generutors
C'its' f tojecl Arsn�ber: lD3�l10
26 OS 36 - �
CABLf TRAY
Pa�e 1 of 5
26 05 36 CABLE TRAY
1.oa GENERAk.
1.01 SCOPE OF WORK
A. Furnish and instail complete cable tray systems, with all accessories, fittings, supports, as
shown an the Drawings and as specified herein.
B. Cable tray runs outline the general routing of raceways. 5elect actual routing in the field to
follaw Drawings as closely as possihle and to a�oid interfering with Pipes, ducts, str�ctural
members, ar other equipment. Deviatians in routing from that shown on ihe Drawings
rr�ust be approved by the Engineer, at na additiana! cost to the Owner.
1A2 RELATED WORK
A. Na references are made to any other section which may contain work related to any nther
section. The Contract Documents shall be taken as a whale with every section related to
�very other section as required to meet the requirernents specified. The organizatian of the
Contract Uacuments into specification divisions and sections is for orgar�ization of the
dncurnents themselves and does not relate to the division of suppliers or labar which the
Contracior may choose to employ in the executiort of the Contract. Where ref�rences are
made to other Seciions and ather Divisions af the Specificatior�s, the Contractor shall
provide such informatian or additional work as may be required ir� thase references, and
include such infarmation or work as may be specified.
B. �ther Div�sians
1. The Con�ractor shall be responsible for examining all Sections of th� Specifications and
Drawings, and shalf deterrnine the power and wiring requirerttents anc[ shal! pro�ide
external wirir�g and raceways, as requir�d to provide a ful{y functioning ppwer, control
and process control �ystems. If the equipment requires more conductors and/or wiring,
due to different equipment being supplied, the Contractor shall furnish the additional
conductors, raceways and/or wiring, with na change in the Contract Price, and with no
increase in Coniract'r'ime.
1.03 SUBMITTALS
A. Shop Drawings
1. Submit to the Owner/Engineer, in accordance with E3ivision 1, a camp{ete tray layout
and rnuting in a computer-aid�d format, fittings and hangers, with tray type, s'tzes,
dirnensions and support poir�ts.
a. SuE�mittaf shali shaw tray fayout, routing, with elevatians.
Cit}' 01� Po�'t 1Vorth It estsrcle lPuPer 7reulnresrt !'�aut 73ackry� Ge�re+•�r1ur•s
C"i7�' 1'� ojec! ,1'aunber: lf13�J I r)
2G0536-2
CABLETRAY
Page 2 of 5
b. Drawings shal! show iocations of tray hangers and/or concrete inserts wh�re
concrete inserts are to be used.
c. Cnntractor shall not use the Engineer's Rrawings as a I�ase plan for the iayout,
Calcuiations shal! be provided far lnading and deflections and criticaf and cangested
locations. Ca(culatians shall be submitted in a farmat which will permit hand
caiculation verification by the Owner/Engineer.
8. Product Data: Provide data for fittings and accessories.
C. Manufacturer`s Instructions: Indicate app(ica�inn conditions and limitations of use stipulated
by product testing agency specified uncler Regulaiory Requirements. 9nclude instructions
for starage, handling, protection, examination, preparation and installation of product.
�. Operatian and Maintenance Manuals
1. Refer to 01 78 23 for O&M Manuals requirements
Z. Su�mit pperation and Mainter�ance Manuals cantaining ir�stalfation and maintenance
instructians for the cable tray and its components.
1A4 REFERENCE STANDARDS
A. National Fire Pratection Association (N�PA)
1. NFPA 70 - Natinnal Electricai Code, Article 392 Cable Trays.
B. National Electrical Manufacturers Association (NEMA)
1.. NEMA VE-1-- 24Q2 Metal Cable Tray Systems
2. NEMA VE-2 — 20Q�. Cable 1'ray installation Guidelines
C. Underwriters Laboratories (UL)
D. Where reference is made to one of the above standards, the revision in effeci at the time of
bid opening shall apply.
�.05 REGIJLATORY REQUIREMENTS
A. Conform to tl�e requirements of N�PA 70.
B. Furnish products listed and classified by UL as suitable for the purpose specified herein and
as shown on the Drawings.
1.Ob 108SITE aEL1VERY, STORACE AND HANDLfNG
Ci1p of Forf 11�orth if e.slside �Puler Trculinelu Plmrt 13ackirp Garerulor.r
Citt' 1'rojec� ,lfarn�fier: 103�JI(1
260536-3
CAE3LE 7fiAY
Page 3 of 5
A. Prior to jobsite delivery, ihe Contractor shalf ha�e successfufly compiefed all submittal
requirements, and present ta the Owner/Engineer upon de[i�ery of the equip�nent, an
approved copy of all such submittals. f�efivery of ir�cample#e constructed equipment, or
equipment which failed any factory tests, will not be permitted.
B. Maierials shalk be handled and stored in accordance with rnar�ufaeturer's instructiorts.
C. Materials sk�all not be stored exposed to sunlight. Such materiais sha{I be campletely
co�ered.
D. Materials showing signs af pre�ious or jabsite exposure wil{ be rejected.
1.07 WARRANTY
A. The Manufacturer shail warrant the equipment to be fre� from defects in material and
workmanship for one year from da�e of final acceptance o# the equipment. Within such
period of warranty the Manufacturer shall promptly furnish ali material anti 6abor necessary
to return the equipment ta new operating candition.
2.00 PR�DUCTS
201 MANUFACTURERS
A. Subject to compliance with the Contract Documents, the folfowing rr�anufacturers are
acceptable:
1. TJ. Cope Allied.
2. Cooper B-E.ine
3, No Approved Equal
B. The listing of specific manufacturers above does not i�p6y acceptance of their prod�acts that
do not meet the specified ratings, feat�res and functions. Manufacturers listed aba�e are
not relie�ed from meeting these specifications in their entirety.
2A2 LADC}ER-TYPE CABLE TRAY
A. Description: NEMA V� 1, Class 20C (minirr�um 100 pounds per foot loac! rating) ladder type
tray.
B. Material: AI€�minum
C. �inish: N/A.
D. lnside Width: As indieated on the Drawings.
Cily of ��ori Il1arth �l'e.s�,side Ii'crfer Treul��ren! f'lrqN I3uckirp Geilerruars
Cir�'1'roferlA'rnnber: l0.3d10
260536-4
CABtETRAY
Page 4 of 5
�. Inside C?epth: Minimur-n five inches, unless otherwise shawn on the Drawings,
F. Straight sectinn Rung Spacing: nine inc�es an eenter,
G. Each rung shall be capable nf supporting a 200 pouncf cnncentrated load at the center of the
cable tray span and width, o�er and above the speeified cabie load, with a safety factor af
1.5.
H. ]nside Radius of Fittings: Minirnum 24 inches, unless otherwise shown on the Drawings.
I. Pro�ide clamps, hangers, brack��s, splice piat�s, reducer plates, blind ends, barrier sirips,
cannectors, nuts, bolts, washers, lack washers, afl thread and grounding straps, all of 316
stainiess steel.
J. Dividers: Dividers shall be supplied to isolate cables of different �oftage ratings that aecupy
the same cabfe tray.
2.03 WARNlNG 51GNS
A. Permanent warning label shafl appear on al! straight sections and fittings and shall have the
folfowing worcling; WARNING! a0 €VOT US� CABl.E TRAY AS A WALKWAY, LADDER OR
SUPPORT. USE ONLY AS A MECHANICAL SUPPORT FOR CABLES.
3A0 EXECtJ710N
3.01 IlVSTALI.ATION
A. Install in accordance with manufacturer's instructions.
B. fnstall metallic cable tray in accardance with NEMA VE 2 Cable �'ray Instaliation Guidelines,
and as specified herein.
C. Where conduits, containing wire or cabfes, enter or leave the cable tray, the conduits shail
be seeurely clamped to the cabEe tray.
D. Pro�ide s�apparts per NEMA VE-2 requiremenfs. Pro�ide supports at eac� connection point,
at the end af each run, and at other paints to maintain spacing between supports of 12 feet
maximum.
E. Use expar�sion connectars where required. Use bonding jumpers at each at each expansior�
splice plate. Bor�ding jurr�pers shall be rated for the cable tray ampacity. Afl tray systems
shall have a co�tir�uous bare tinned copper grounding conductor as specified herein, The
bonding jumpers sha!! be provided in addition to the gro�nding canductor.
F. Ground and bond cabl� tray �nder pravisions af NEC Article 392.
�. Provide continuity between tray components.
City c�f I�arl 1Vorth Tl'e.si.sirle fPcrler Tt•errtnie�N Plu�r! flarkup Gesret•olurs
Cl1P Projeci A'rrnrl�er: 1(13�1 ]{1
260536-5
CABLETRAY
Page 5 of �
Install a bare #4/0 AWG bare tinned copper cabie through entir� length of each tray
(both mediurn voitage power and law voltage power and contraf) and bnnd to each
cable tray section and bond the tray ground to the electrical systern grounding electrode
grid at all ends. If tray system is configured in a{oop, then bond the tray grounding
conduetor to the pawer systern grounding electrode grid at two points minimum. The
tray ground shall be routed along the outside of fihe tray to a�oid damag� to tray
conductors from the ground clamps. Bond the tray graunding conductor to every
enclosure to which any tray conductor is routed.
3. Bond any metalfic raceway which rnutes conductors to or from cable tray fo the cable
tray itself ar�d to the cable tray grounding conductar. Route a bonding conductor fram
ihe tray grouncling conductor through the raceway routing conductors to or from the
tray system to the enclosure which the tray conduetors are routed. Bond the bounding
canductor tn the enclosure graund bus.
G. Use anti-oxidant compound to prepare al€aminum con�act surfaces before assembiy.
H. Do not support any conduit or any other raceway from cabfe tray. C�nduits or any other
type of raceway routing conductors to or from cable tray shal{ be �ro�ided with their awn
ind�pendent supports.
ENp OF S�CTiON
Cily nf Fort 11�ar11� Tl estside 1 Pale�• Ti•ecrfurcn! 1'luir! l3rrckup Gerrerumrs
Cil�� I'1 njecf r1 �unher: !03•JI �1
25 OS 43 - 1
UNDERGRQUND SYSTEM
Page 1 aF 10
26 U5 43 U�f�ERGROUND SYSTEM
1.Op GEIV�RAL
1.01 SCOPE OF WORK
A. ��rnish and instal� a complete underground system of raceways, rr�anholes and handholes
as shown on the Drawings and as specified herein.
B. Raceways for use in structural concrete is specified in Section 26 �5 33 Raceways, Soxes anc�
Fittings.
1A2 R�LATE[� WORK
A. No referenees are made to any other section which may contain work rekated ta any other
section. The Contract Documents shall be taken as a v+rhoie with every section r�lated to
every other section as required to meet the require�nents speci�ied, ihe organization af the
Cantract Documents into speeification divisions and sections is for organizatian of the
documents themselves and does not relate to the division of suppliers or labar which the
Contractar may choose to employ in the execution of the Contrac�. Where references are
made to other Sectians and other Divisions of th� Specifications, the Contractar shall
provide such information or additianaf work as rr�ay be required in those references, and
inelude such inforrriation or work as may be s�ecified.
B. Other Divisions
1. The Contractor shall be responsibfe far examining all 5ee�ions af the Specificatior�s and
Drawings, and shall determine the pawer and wiring requirements and shall provide
external wiring anc! raceways, as required to pravide a fully functioning �ower, contro!
and proeess control systems. If the equi}�ment requires rr�ore conductors and/or wiring,
due to different equipment being supplied, the Contractor shall furnish the additional
conductors, raceways and/or wiring, with no change in the Contract Price, and with no
increase in Cantract Time.
�.0� SUBMITTALS
A. Submit to the Engineer, in accordance with L�ivision �. and Section 26 00 OC}, shop drawings
and product data, for the following:
1. Manholes, handholes ancf associated hardware.
2. Plastic duct spacers
Ci€y of Forl �Vortli !f'e,sf.side 1�4i7er Trenfn�e�r� Plc�rrt Rvekirp Gcuercrfar.s
Cit}� f'rnject r\'rsnibei•: lf)3�J!!i
z�osa3-z
UNOERGROUND SYSTEM
Page 2 of 10
B. Submiitals shall also eontain infarmation on related equipment to be furnished under this
Specificatian but described in the related Sections list�d in the Related Wark paragraph
above. fr�carrtplete submittals not containing the required information on the relatec!
equipr�ent will be returned unreviewed.
�..04 REFERENCE CQRES AI�b STANDARDS
A, Ali products and components shown on the Drawings and lisfed in this specification shall be
designed and manufactured according to latest revision of the following standards {unless
otherwise noted):
1. NFFA 70— National Electrical Code (NEC)
2. i�FPA 70� — Standard For Electricaf Safety in the Workplace
3. ASTM A615/A6� 5M-06a -- Siandard Specificatian far Deformed and Plain Carbon-Steel
Bars for cancrete Reinforcement
4. ASTM A48 — Standard Specification for Gray Iran Castings
5. ASTM A536 - Standard Specification for Ductile Irnn Castings
6. AASHTO M3Q6-04/ ASTM A�l8 — tirainag� Structure Castings, 5ection 7.p Proof Load
Testing
7. ASl'M C-8S0- Specificatians for undergra€and precast eoncrete ut�fity structures
B. A{I excavation, trenching, anc! refated sheeting, braci�g, etc., as shown on th� Drawings and
Iisted in these 5pecificatians, shall comply with the following standards {unless otherwise
nated):
1. Occupational Safety and Neafth Administration (OSHA)
a. Excavation safety standards =29 CFR Part 1926,65C3 5ubpart P) - Exca�atinn.
2. American Society for Testing and Materials (A51'Mj
a. ASTM D 698a — Standard �est Methods for Laboratory Campaction Characteristics of
Soil Using Standard Effort �12,4�Q ft-Ibf/ft3 (600kN-m/m3)).
C. All equipm�nt camponents and cotr�pleted asserr�blies specified in this Sectian nf the
Specifications shall bear the apprapriate 9abel of lJnderwriters Laboratories.
1.05 QIJALfTY ASSURANC�
Cit)� ul' Fnrt 11'orth !{'e.titside IYcrter Ii-errlixeitl Plrrn! f3uckup Generufor.s
Ci1s' Pruject ArtrnrGer: 1 f13d IlJ
260543-3
UNbERGEtOiJND SYSTEM
Page 3 af 10
A. The manufacturer of these materials shal! have produced sirnilar electrical materials anct
equipment for a minimum period of five years. When requested by the Owner/Engine�r, an
acceptable list of instailations with similar equipment shall be provided demonstrating
compliance with this requirement.
The precast manhales shall be manufact�red in a NPCA (National Precast Concrete
Association) Certified Plant.
1.a6 1085lTE b�LIVERY, STORAGE ANf7 NANDLING
A. f'riar tn jok�site deli�ery, the Cantiractor shall have successfully completed all submittal
requirerr�ents, and present to the Owner/�ngineer u�on delivery of the equipment, an
appro�ed copy of all such submitta{s, Delivery nf incamplete constructed equipment, onsite
factory wark, or failed factary tests will nat be permitted.
8. Materials shall be handfed ar�d stared in accordance with manufacturer's instructions.
C. Materials shail not be stored exposed to sunlight. Such mat�rials shali be completely
covered.
D. Materials showing signs of pre�ious ar jobsite exposure will be rejected.
1.Q7 WARRANTY
A. The Man�facturer shafl warrant the equipment to be free from defec�s in material and
workmanship for one year frorr� date of fina! acceptance of the equipment. Within such
periad of warranty, the Manufacturer shalt pramptiy furnish all rnaterial and labor necessary
to return the equipment to new operating conc{itian. Any warranty wark requiring shipping
or transportirtg af ihe equipment, or materials shall be performed by the Contractor at no
expens� ta the Owner.
2.00 PRODIlCi"S
2.Q1 MAT�RlA�S
A. Raceway System
1. Raceway systern shall be 5chedule 44 except for Primary Electrical Service which shall be
schedule 8�, PVC Rigid Nonmetallic Conduit {RNC) designed fior use aboveground anc{
underground as described in the NEG, resistant ta sunlight. The conduits ancf fittin�s
shall be rr�anufactured to NEMA TG2, Federal Specification WC1Q94A and UL 55�.
specificatinns. Minimurn raceway size shall be 2 inch. Fittings shall be rnanufactured ta
�iEMA �C-3, Federal Specificatian WC1�94A and UL 514B. Conduit shall have a Ui. l.abel.
Conduit shal4 be Carion, Kraloy, or approved equal.
CiEy aF C�nrt 1Votth If �.rrsicic Aiuer 7r•eubrre�rt f'7an1 I3ueh�u�� Geirerulnrti.
Ci1s' Projecl ,1'umGer: l03d 10
26D543-q
UN�ERGiiOl1ND SYSTEM
Page a of 10
2. PVC coated rigicE aluminum concEuit shafl ha�e a minimum 0.040-inch thiek, polyvinyl
chloride coating permanently bonded to rigid aluminum conduit and art internal
chemically cured urethane or enarriel coating. The ends af alf couplings, fittings, etc.
sha{I have a r-r�inimum of ane pipe diameter in fengt� of PVC overiap. PVC coated
conduit and fittings shall be as manufactured by Perma-Cate, Robroy fndustries,
Calbond or Ocal. Any field bends shall be made using equipment designed to pre�ent
damage to the PVC coating.
3. Ali underground raceways of the undergraund system, terminating in manhales or
handhales shall use terminators of the same size and typ� as the raceway
4. Blank �uct Plugs shall be sized for the duct installed on, and shall i�e TYCO Type 1M-8LA-
XXDXXXCR, with rubber gaskeC, nr appraved equal.
5. Duct spacers shalf be as manufactured by Carlan nr equal.
Where raceways terminate into existirtg and new manholes, handholes or structures,
the duct bank steei shalf be anchored into the manhofe, handhole or structure with a
Nilti Hli' 150 MAX epoxy anchoring system. ihe termina�ion of the duct bank steel shal(
utilize a rninimum 24-inch length of reinforcing bar anchored not less than four inches
into ti�e manhole, handhale or structure wall, ancE lapped inta each reinForcing bar in
the duct bank.
7. Concrete encasement for raceways and duct banks sF�all be normai weig�t concrete
weighing no� more thar� 145 pounds per cubic foot with cnmpressive strength, a
�ninimum of 30I30 pounds per sq�are inch, ar greater if required by nther Divisions of
the Specifications, at 28 days, Concrete shall have crushed aggregate with a rr�aximum
siz� af 3/4-inch, a slump of four to six inches and flow freely withaut the use of
vibrators. Install red dye af 40 pounds per 10 cubic yards. of concrete, installed in the
truck at the concrete plant.
S. ReinForcing steel shalf camply with ASTM A615 Grade 6p ancf of a size and installatian as
shown on the Drawings.
B. Manholes and Handhales
1. General
a. Manholes and handholes s�alE be of the precast cancrete type, des9gr�ed for a Class
H20 load with sizes as shown on the Drawings, and as manufactured by Oldcastle
Precast, Mansfield, TX, or appraved equal.
2. Canstruction
a. Concrete for manhales and handhales 5hall have a Z8-day campressive strength of
500� P51. Cemen� shalf �e Type �. or 11E. Reinforcing st�el shall be Grade 60 with
rninimum yield strength of 60,000 P51. Design loadings shall be H-20-44 w/impac�.
b. 7he tap of all mar�holes shalf be field removable and ha�e stainless steel lifting eyes.
City uf �nrt 1VurtEt 1Pe.sfsrde iiirter 7reutsren! C'frrirf I3cu�kiq� Gerrercuora�
CilS' Pr•ojecl rl�ranrher: 1(�3�! I!3
260543-5
UNDERGROUND 5YS7EM
Page 5 of 10
c. Duct banEc en�ries into the manhoie or handhole shall be eentered on the entering
wal1, anc! shall contain the appropriate number and size af duct terrriinators ta
match the corresponding duct banlc.
�ach manhole and handMale shali have a rninimum sixe of 1 inches by 12 inches by 2
inches deep concrete s�amp in the middle of the floor of the tnanhole or F�andhofe,
ar as shown on �he Drawings.
3. Manhole Ca�ers
a. Unless otherwise shown an the l7rawings, manhole and handhole covers shail be
heavy duty 36-irtch rr�achined gray iron, and AASNTD M306-04/ ASTM A48 CL356
Minimum, 40,�00-pound proof load val�e (Class N20 X 2.5) "True'Traffic" (oad
COV2i5, com�lete with frame, 31�C� "Electric" OC `�Communication" 1'�15�f� Iett2ClEl�
recessed flush, as required, on the cover. CQvers shall be V-�.6(30-5, with drop
handles as manufactured by East Jordan Iron Works, Ardmore, OK
Afl castings shall be made in the USA, cast with t�e foundry's nam�, part n�mber,
"Made in U5A", and produetipn date (exarnple: mm/dd/yyJ. Casiings without proper
markings wili �e rejected. Manu�aciurer shall certify that all castings conform to the
ASTM and AASHiO D�signaiians as specified herein. AE1 casting shall be true ta
pattern in form and dimension, free from pouring faults, spon�iness, cracks, t�low
holes and other c{e#ects in positions affecting strength and value for the service
intended. Angles shall �e filleted, and arises shall be sharp and tru�.
4. Access Hatcf�
a. Where access hatches are shown on the Drawings, hatches shall be heavy duty
a[uminum, for H-20 lnad rating, sizec{ as shawn on the Drawings. Hatches shall be
CHS Series as manufactured by East Jardan Iron Warks, Ardmore, OK.
b. Material shall be 5061-T6 aluminum for bars, angle and extrusions. 1/�4-ir�ch
diamond plate shall be 5066 aEuminum.
c, lfnit shall have a heavy duty pneumatic-spring, far ease of operation when ap�ning
cover. Cover shall be caunter-balanced so tha� one person can easily open the hatcf�
door.
d. Frame shali be of extruded aluminum with a cantinuous 1-1/�4 inch anchor flange. A
dovetail groo�e shall be extruded inta the seat of the frarrie with a 1/8" silicone
gasket.
e. Hinges shall be of heavy-duty design, the material shall be grade 316 stair�less steel,
with a 3/S-irtch grade 316 stainless steel pin. Hinge shall be bolted to the channel
frame and diamond plate with grade 316 stainless steel bolts and nylon lock nuts.
Aluminum shal! be supplied with mill finish. Exterior af frame whieh comes in
contact wit� concret� shall have one coat black primer.
Cil)' of E�n�'t lVa�rth fl'csLsicle !['cdcv Ti•enlnre�tf Plc�iu fjrrekup Gefreraun�.s
CiIP 1'rojecl e1'rurrber: I(13d 10
260543-6
UNOERGROU(VD SYSTEM
Page 6 of 10
f. Each hatch shall be supplied with a stainfess steei slam lock, with the keyway
protected by a thread�d aiuminum plug. The plug shall be flush with the tap of the
1/4-inch diarr�nnd plate. The sfam lock shall be fastened with grade 316 stainfess
stee[ t�alts and washers.
g. Each hatch shali be equipped with a stainless steei lift handl�. Lift i�andies sha[I be
flush with top of 1/4-inch c�iamoncE plate.
h. Each hatch shall be supplied with a 1-1/2-inch thread�d drain coupfer on underside
of channel frame for pipe conr�ecfion.
5. �lardware
a. Cable racks shall be of the heavy duty non-metallic type with arrrt lengths of 8
inches, 14 inches, and 20 inches, each supporting a load of not less than 250 pounds
at the outer end. Racks s�all be mafded in one piece of U.L. listed glass reinforced
nylon, Catalog CR36N with RAOSN, RAl�1N and RA20N arrr�s as manufactured by
Underground D��ices Inc. Narthbraok, IL. Cable racks shall be secured to the
manhol� and walls by drilled, Hilti HIT-HY 15(3 MAX epaxy anchoring systert�, with
Hiiti 3�6 stainless steel bolts. Arms for racks shall k�e vertically spaced not greater
than 24 inches or� centers.
Pulling irons shall be af ca�alymer polypropyfene coated �./2-inch cEiameter cab(e,
with a rated pulling stren�th of 7500 pounds and a polyethylene pulling iron pocket,
all recessed in the manhoie wall opposite each duct entry. Pulling irons for
handholes shal! have the pulling iron foeated in the floor of the handhole near the
center of the handhale oppasi�e the duct entry. Ptalling irons shall be as
manufactured by M.A. Ir�dustries, Inc. Peachtree, GA. or Bowca Industries, Portland
OR.
c. Manho(e and handhole Iac[ders shafl be constructed of fibergfass reinforced plastic,
safety yellow, 18-ineh rung width with 12-inch rung spacing, Safrail as manufactured
by 5trongwell Corp,, Bristol, VA. Furnish a total of twa ladders, each af a length four
feet greater than the deepest manhole in the underground systert�.
C. Palyethylene Warning Tape
1. Subject to compliance with the Contract Docurr�ents, the Fnllowing Manufacturers are
acceptable:
a. Brady Detectable Identaline
t�. Approvecf Equal
2. Th� listing of specific manufacturers ai�ove does nat imply acceptance nf their praducts
that do not meet the specified ratings, features and functions. Manufacturers listed
above are nat relieved from rneeting these specificatio�s in their entirety.
CiEy of Port ��lurih �1 c�sl.ricle {Pr�fer "1're�rlixen! Plri�rl I3rrckrq� Geirc>rr�l�frs
Cily� Prnjec�l r1'rrrrrber: I03�1111
z6as4�-r
IJND�RGROUNO SYSTEM
Page 7 o1 10
3. Warning tape shall be metaf detectable polyester with subsurface graphics, black letters
on red tape.'fhe tape shall meet the OSHA 1926.956(c)(1J, two-inch minimum width, for
location tracing.
3.pd EXECUTIOI�
3.01 GEfV�RAL
A. The Contractor shail fielc� v�rify the rauting of a!I underground duct banks befare
placement. He shall modify the routing as necessary to avoid underground utilities or above
grour�d objects. Modifica�ion or rerouting for the con�enience of the Cantractor, ar to
r�duee the iength of duct run as designed, wil� �ot be permiited. The Contractar shall
provide any alternate routing Qf the duct banks to the Owner/Engineer and, after appro�al,
shall proceed with the installation.
B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in
canformance with the conduit r�anufacturer's instructions. Changes of direction greater
thar� 20 degrees shal( E�e accarnplished using long radius bends of PVC coated rigid
aluminum conduit.
C. The Contractar shal{ saw eut and repair existir�g pavements above new and modified existing
duct banks. The Cantractar shall provide the alternate routing af the duct banks to the
Owner/�ngineer and after app€'ovai shail proceed with the installatian.
[}. install raceways to drain away from buildings. Raceways between manholes or handhoies
shall drain toward the manholes or handhoies. Raceway slopes shall not be less Yhan 3
inches per 100 #eet.
E. Reinforce raceway banks as shown on the Drawings.
F. A#4/0 stranded bare tinned copper graund conductor shall be insta[led along the top of the
rebar cage, as shown on the Drawings, for the fuEl length af each duct run between
mar�hales and hartdholes, ancf bonded to a ground roc� in the vicinity nf each manhole and
handhole.
G, Lay raceway lines in #renches on eompacted earth as specified herein.
H. Use �lastic spacers located not more ihan four feet apart to hoid raceways in place. Spacers
shall pro�ide nat less than two-inch clearance b�tween raceways.
1. The minirnurrE cover for raceway E�anks sha11 be 24 inches uniess otherwise permiited by the
Owner/Engineer.
!. Raceway terminatians at all manholes, existing and r�ew, shall be with terminator for PVC
canduit.
Cit�� of [�ar[ 1VortU �l'e.rlside )f'nler T�•earrrienf Plu�rt I3rrekrrp Gener«fors
Cit�' Yrr�jec�1 �V�irurher: 103dl1)
260543-8
UNfJ�RG€20UN0 SYSTEM
Pa�e 8 of l0
K. Blank duct plugs shall b� used to seal the ends of all unus�d ducts in the duct system, Plugs
shall be installed at all lacatians where the ducts enter and leave the manholes or
handhnles, and ali entrances and exits to the undergraund system.
L. Where raceways er�ter or exit the Undergraund System, and the raceways ris� to a higher
ele�ation upon entering or ieaving the 5ystem, such raceways shall be tightly sealed at the
higher elevatian, bath before and after the installation af cables, such thai there sha{I be no
entry of water or rnaisture to the Und�rgrouncf System at any time, Raceways shall be
sealed with 3M �OCI�NS Wat�rtight Sealant, or appro�ed equal.
M. No wire shall be pulled until the duct systern has been campleted in e�ery detail.
N. Swab aIl raceways clean before installing cable.
O. irain cables in manhales and har�dholes and suppart and restrain them on cable racks. All
cables passing manho4e duct entrances in the manhole or hand�ofe shall pass above all duct
entrances, Nn cable shal! pass in front of or belnw duct bank entrances.
P. Polyethylene Warning Tape shall be installed in the trench above each raeeway ar duct bank
and located at the ele�ations shown an the Drawings.
Q. The Contractar shali tag all under�round conduits at all locations, exiting and entering fram
underground, including manholes and handhales.
R. The minimum raceway size sha11 be 2-inch.
3.02 TRENCH EXCAVATION
A. The exca�a�ion shall extend to the widih and depth as shnwn on t�e Drawings, or as
specified, and shall provide suitabl� room for installing manhales, handholes, ducts and
appurtenances.
B, �urnish and place al1 sheeting, bracin� and supports.
C. Excavatior� shall indude material of every description and of whate�ver substance
enenuntered, regardless of the methads or equipment requir�d to remove the material.
Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines befnre
excavating,
D. The Contractor shal! strip and stockpile topsnil from grassed areas crassed �y tr�nches. At
the Caniractor's option, topsoi! may be otl�erwise dis�os�d of and replaced, when req�[red,
with approved topsoil of equa! quality.
E. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities
and oth�r praperty protected, as pro�ided for in the Contract aocuments.
City e�f i'ort IVm'ti� �J esLside il'rrler '1'reulrurnf Plcm! l3nekirp Gcner«fors
Ci1y I'rojcc�r �1'trur6er•: 103d 1 fJ
a6 os a3 - 9
LJNDERGROVNQ 5YS7EM
Page 9 of 10
Materials shall be excavated to the depth indicated on the prawings and in widths sufficient
for installing manholes and laying the ducts. Coordinate the trench width the �etails shown
on th� Drawings. T'he bottor� of the excavations shall be firr� and dry in ali respects
acceptable to the Owner/�ngineer. Trench width shail be a practical minimum, but not less
than 6 inches greater on each side, than the total duct sectian arrangement, including
reinforcing steel.
G. Excavat'son and dewatering shall be accomplished by methods which preser�e the
undisturbed state of sub gracfe soils. 7he �rench may be excavated fay machinery to, or just
below, the designated sub grade, provided that �naterial remaining in the bottom of the
trench is no more than slightiy disturbed. Sub grade sails which become soft, I�ose or
otl�erwise unsatisfactory as a resuft of inadequate excavation, dewatering or other
eonstruction methods, shalf be remo�ed and repiaced �y gravel fill, of aggregate as specified
herein, as required by the Owner/Engineer at the Contractor's expense.
3.03 EXCAVATION BEL�W GRAD� ANf} REFI[.L
A. Re�ardless of the nature of unstable material encountered, ar the groundwater conditians,
trench and excavation drainage shall !�e complete and effecti�e.
B. If deerr►ed necessary by the Owner/Engineer, ar as shawn on the Drawings, the Contractor
shall be required to deposit pea grave! for duct bedding or gravel refill far excavation below
grade, directly on the bottom of the trench imrned�ately after excavation has reached t�e
proper d�pth and before ihe bottom of the trench has becnme saftened or disturbed by any
cause whatsoever. A!I excavation shalf be made in open trenches. Gravel used for this
purpose, shall be aggregate, as specified tha� is na larger thar� one-half the minirnum elear
spacing between electrical ducts, and a r►�aximurn caarse aggregate sixe af 3/4-inch.
3.04 BACKFILL(NG
A. Remove fram the exca�ation afl materials which the Owner/Engineer may deem unsuitable
for backfilling.
B. eackfilling shall nat commer�ce until, not less than 48 hours after placing of any concrete
embedment, ha�� lapsed.
C. Where the duct banks and manholes are laid in the yard, the remainder of the trench, after
canerete encasement, shall be filled with common fil! materiai, �aid of rack or other non-
pornus material, in layers not ta exceed eight inci�es in loose measure and compacted �o
90% standard Proctor d�nsity at aptimum maisture cantent of +/- 4%. The bacicfill sha{I be
mour�ded six inehes a�aove the �xisting grade or as directed l�y the Owner/Engineer. Where
a grass, loam or gravel surfiace exists priar to excavations in the yard, it shall be removed,
conserved and replaced to the full original depth as part of the work under the duct items.
In some areas, it may be necessary ta remove excess material during the cleanup process, so
that the ground may be restored to its original level and conditian.
Ci1)' o1't�ort 1lfortkf �l e.slsrd� !t aler Treafnresrl !'lrn�f Iirrckrr�� Ge�rerrunr.s
Cil�� f'rajecl �1'aunber: 103�I0
2G0543-10
UND€RGROUNp SYSTEM
Page 1U of 10
D. W}�ere the cluct banks and manholes are laid in paved areas or designated future pa�ed
areas, existing or designated future structures, or other exis�i�g or future utilities, the
remainder of the trench above the encasement, shall be backfilled with select commnn fill
or select fi(I material in layers not to exceed eight inches loose meas�re and compacted at
optimum moisture content (+/- 3%) io 95% standard Prnctor density.
E. CompactioR shall be by use of hand or pn�umatic tamping with tools w�ighing at least 20
pounds. The material being spread and compacted sha)I be placed in layers not over eight
inches ioose thicic. If necessary, sprinkling shall be empioyed in conjunctian with rolling nr
ramming.
F. Bituminous paving s�all nat be placed in backfill.
G. Water jetting will not be accepted as a means of consaiidating or campaet�ng backfill.
H. All r�ad surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust
control measures shall be employed at all times.
3.05 RE5TQRING TRENCH ANR ADIAC�NT SURFACES
A. In paved areas, the edge of the existing pavement to be remov�d shall be cut afon� straight
iines, and the pavement replaced with the same type and quality of the existing paving.
B. In sectior�s where the duct bank passes through grassed ar�as, the Contractor shall, ai his
own expense, remo�e and repiace the sod, or shal! iaam and reseed the surface to the
satisfaction �f the Owner/E�gineer.
3.06 CLEANfNG
A. Remove a{I rubbish and det�ris from insicie and araund the underground system. Remove
dirt, dust, or concrete spatter from the interior and exterior af manholes, handhales artd
structures, using brushes, vacuum cleaner, or clean, lint free rags. Da not use compressed
air.
END OF SECTIOI�
Cit}' nl' Furt LVortlo II'es7,srde II'utvr Trcurntefry E'lmrl 13ackrip Ce�rercrtnr.s
Cr1 s' 1'rnject i1'ianher: 1 U3�J 10
2sas�3-1
pOWER SYSTEM SiUbY
Page 1 of i2
26 U5 i3 POWER SYST�M STUDY
1A0 GENERAL
1.01 SCOP� OF WORK
A. Prnvide a Power System Study for the electrical pow�r system, including a Short Cireuit
Study, Coordination 5tudy, Arc Flash Hazard 5tudy, Load Flow Study, and additiona! studies
B, Obtain and provide ail pertinent data necessary for the successful completion af the Power
System Studies, induding information on all new equipment and wiring pertinent to the
Study. This inc�udes all cable and raceway data, data far new motors, data from all new
switchgear, motor control centers, panel boards, and separately rnounted fuses, starters
and circuit breakers. Qbtain all new protective device information. �btain any needed data
or infarrr�a�ion #rom Contract [}ocuments, �arious suppliers, the Electric Utility and from
co�ducting his own field 'snvesiigatians. For new efectrica{ systems connecting to an existing
electrical sysiem, confirm and include afl pertinent data of the existing electrical system at
�he paint of connection. If during field in�estigations conflicts between the Contract
Documenis anc{ the field conditions are encountered, imrrtediatefy notify the
Owner/Engineer for a resolution �o the confiici. Copies of the data abtained, shall be
organizect and submitted to the Owner/Engineer at the same time of transmittal to the
Study Engineer, to show that all ihe requested data gathering work has kaeen completed.
C. Obtain and provid� a!I pertinent da�a necessary for the successful eompletion of the Power
System Studies, including information on a11 existing or new equipment and wiring pertinent
to the Study. This includes all cable and raceway data, data for existing ar new mntors, data
#rom ail existing ar new switchgear, motor control centers, panel boards, anci separately
maunted fuses, starters and cireuit breakers. Obtain all existing ar new protecti�e de�ice
information to inelude alf present settings. Obtain any neec#ed data ar information from
Cantract Documents, variaus suppliers, the Electric Utiiity and from conducting his own fiefd
in�estigations. If during field investigations confliets between ihe Cont€'ac� Dacuments and
the fielci conditions are enco�antered, immediately notify the Owner/�ngineer for a
resolution to the conflict. Capies of the data abtained, shal] be organized and subr�itted to
tt�� Owner/�ngin�er at the sa€n� time af transmittal to the Study Engineer, to show that all
the requ�sted data gathering work i�as l�een campfeted.
D. ihe Study shail model al! eleetrical equipment down to and including 480-Valt utifization
�quipment. All motors and constant foads shall be rnodeled individually, incfucling
disconnect switehes, if present. Motors and constant loads 240V and b�low may be
cort�bined as a lump load.
E. ihe Power System Study sha41 be performed usi�g SKM Power*Taa{s.
1.02 R�LATED WORK
C'Np riJ l�i�r! 1 Pnr!!r Jl e.srside �l ater Trenluiei�! Plun! �1rrc•kry� Ge�reralnrs
' Cily� 1'rojecl r1'auni�er: 103d10
zsas�s-z
POWER SYSTEM STUDY
Page 2 0€ lZ
A. Refer �o Division 26 00 00 and the Contract Drawings, for related tnrork and electrica!
cnorcEination requirements,
B. Pravide all the informatian required, to the Study Engineer in a timely manr�er.
1.03 SUBMlTTALS
A. Submittals shall �e rnade in accordance with the requirements nf Uivision �., Section 26 OQ
D0, ti�e Cantract E7ocumer�t5 and as specified herein.
B. The following submitcais shaEl be submitted in the order shawn.
1. Quafifications: No more than faur weeks after the contract has been awarded, provide a
submittal of the engineering firm, name and qualifications of the 5tudy Engineer, far
approval. No submittals required under t�tis section will be accepted until this
require�-ne�t is rr�et, and if submitt�d wiil be returned without review. The qualifications
sha[I not be submitted along with the preliminary study.
2. Preliminary S�udy: The second submittal shall consist only of t1�e Short Circuit Study
resufts and equipment �valuation, based upon sound engineering reasonable
assumptions, where known �alues are nat avaiiab[e. This submittal shall b� used by the
S�udy �ngineer to ascertain the short circuit current ratin� of the related equipment.
This submittaf shall be rr�ade and appro�ed prior ta any shop drawing submittal being
reviewed for electrical equipment far which the results of this preliminary study are
requirecE. The submittal and apprnval of the Preliminary Study is a critical milestone in
the Constructian Sc�edule. Failure to subrnit an acceptable study in a timeiy manner
may delay the P�oject 5chedule. No exceptions will be made for the specified s�quence
of the submittaf of the Study �riar to the suk�mittal of shop drawings, and any delays
eaused by a late submittal of the Siudy will not be a cause for the Engineer / Owner to
allow any extensian of the Contract Time or Cor�tract Price.
3, Final Study: The final submittal shall be the Final Study and shall include all items listed
under "5cop� of Work" in t1�is Section. No electrica! equi�ment for which the results of
the final study are required, shal[ be energized until such results have been reviewecE
and approved by Ehe Engineer / Owner, and applied to such �lectrical eqtaipment, and
certified as Settings Cnmplete by the manufacturer's field representative. This submittal
is required to include a P�F of th� study report and coardination curves and an
eleetronic capy of the computer model raw c�ata inpu� files. A!I shall be submitted in
accordance with the requirements of Division 1. No change in Contract Priee nr Schedule
wifi be aliowed for delays due to unacceptable submittals.
Cih� nj'F�jr! lYor�h {i�E'.5'(,S7(IL' fYc�fer Treu�uiei�t Plu>r1 l3rrrku�� Gcnerulr�i•.s
Crlp 1'rajecl 1'irt�the�•: 1lJ3�I111
26D573-3
PdWER SYS7ENi STIi�Y
Page 3 of 12
C. Upon completinn of the studies, submit the st€�dies for approvai to �he Qwner/Engineer. ihe
study submittal shall inelude all the input and output data fEles in electronie format far use
direetly with the specified study saftware. The 5tudy shall include an actua! size sarr�ple af
an Arc Flash and 5hock Hazard label with iypical information shawn. Allow not less than
three ealendar weeks for re�iew af the both the Preliminary and Final 5tuc4ies by the
Owner/Engineer. The subtnittal shall not cantain unresolved questions, conf{icts ar selecti�e
d�vice coordinatian conflicts. A submittal eontaining such questions ar eonflicts will be
returned unreviewed and shall not be resubmitted until such questions or conflicts have
been resolved. Delays in the Construction 5chedule due to the submittaf of unacceptabfe
Pawer Systerr� Studies will nat be a ca�ase for the Engineer / Owner to approv� any changes
in the Cantract Time ar Contract Price.
D. The completed, sealed, and signed stt�dies, wi�h all known issues resoiv�d, shal{ be
submitted to the Owner/Engineer for approvai, not less than 30 days prior to site delivery of
any equipment containing pratective de�ices r�quiring selec�ions and settings for
certification by the manufaeturer. �inal cnpies shall be in electronic form [Adobe PDF
formatted files). madel data files, including any c�stom forms, fabels, formats, and libraries,
shall be provided at the sarr�e time in electronic format as specified herein. All individual arc
flash labels, ready fnr installatian, shall be pra�ided with this submittaf.
E. Submit for approval, a rr�anufacturer's conduc�ed training agenda for all training specified
herein. Training agenda shall not f�e submitted until fina! appro�al of the D�eratinn and
Maintenance Manual.
F. �wner/ Engineer reserves the right to request a copy of the computer rr�odel of the study
during canstruction far review.
�A4 REFERENCE CODES AND STANaAftDS
A. The specified studies s1�al{ be i� accordance with the latest versions of the foilowing codes
and standards.
1. IE�E 5tandard 1584 — IEEE Guid� for Performing Arc-Flash Hazard Calculations, lnduding
Arnendment 1584a.
2. NFPA-70� - Standard for Electrical 5afety Requiremen�s for �mployee Workpiaces.
3. ANSI/NFPA 70 — National Efectrical Code
The studies shall be performed using the sarne version of the comput�r software used by
�he Owner. Lipgrade of the existing model �ersinrt shall not be permittec! without consent of
the Owner and Engineer.
1.p5 QUALITY ASSEJRANCE
Ci(�� nj l�'oi•! ti �rth dl'e,slside «'nrr:r 7i•eul�rie�tf P7crru Buckup Genet'uto�•s
. Citi' Prr�jecl ,A4mrber: 1 U3d 10
26U573-4
POWER SYSTENt S7URY
Page 9 of 12
A. The stucties shall be performed by an Electrical Engineering Services firrr�, who is reguiarly
engaged in power syst�m s�udies. The studies shall be perfarmed by a Licensed �rofessional
�lec�rical Engirteer (PEj in the regular employment of th� firm wiih praficiency in electrical
power 5ysterns engineerin� and shall seal and sign the final completed power system
studies. The Study Engineer shall be licensed �o practiee Electrical Engineering in the State af
Texas.
The PE shall comply with t�e 5tate P� Law in the subrr�ittal of the Preliminary and �inal
Studies, ihe Preliminary Study shafl bear the name and regis�ration number of the P� who
will be sea(ing the work along with the statement acc�ptable ta the State PE �oard which
ir�dicates the work is "Pref9minary, Not for Constructian" ancE is "Issued for Review", The
firtal report shail bear the Engineer's Seal, Registration Number, Original 5ignatur� and Date
in accordance wit� the State PE l.aws.
C. Computer Model ftevision Contro!
The Study �ngineer shall check out and receive from the Owner, priar to executing the
5tudy, the base model computer fi(e tn be used for the study. The Study Engineer shall
be respansible for the return of this computer file to Owner upor� completion of the
Study and aceeptance a� th� Report by the Owner/Engir�eer. Field verify aIl existing
pratecti�e equ3pment, protective de�ice settings and eond�ctors shawn in the model
which are in series with the new equiprr�ent all the way from the Utility and or
Generator power sources to the connection paint of the new equipment. Field verify the
nam� plate data or� all existing motors connected to the same bus or any upstream bus
which is in series with the new equipment. The same criterian aPplies to alf exisiing
equipment modified under this Contract. No�ify the Owner/En�ineer of any
discrepancies discovered which exist �etween the Owner's pawer systerri mocie( and
existing field conditions prior to the submittaf of any 5tudies for review.
The Study En�ineer shall incorporate the Study c�nducted for this Cantract into the
overalf base model computer file. l"he updated file shall be returned �a the Engineer for
review alnng with the Repart 5ubmittal. IE is unacceptabfe to add the branches of the
new equipment provicEed under this Contract in a stand-aione or separated
configuration from the overall power systerrt and adding in the available fault current at
the point of attachment. All revisions and the addition of al! new equipment shalf be
tied into the existing power system rnodel by the Study Engineer.
The Study Engineer s�alf forward the updated base model caEnputer files to the Owner
with the submittal of the Preiirriinary 5tudy for the Engineer ta check, and again the final
model shali be subrrEitted u�on approval af th� Final Report Subrnittai. This shafl
canstitute checking this file back in to ihe Owner. Shnuld ti�e Report Submittal �ae
rejected for any reason, the base mocEel computer file shafl be checked nut again and
returned to the 5tudy Engineer for further use.
1.06 SCHEDIJL� O� WORK
Cit3° q/ forf Jf'r�rlh fYesl.tir�le TI'�der Ti•rulnreu! I'lrut! L3rrcktrp Ge�rer<r�nr,s
Ci(V �'rqjecl rl'unrGer: l03d10
26 05 73 - 5
POWER SYSTEtv1 STIf�Y
Page 5 of 12
A. The selection of the 5fiudy Engineer shall be submit�ed to the Owner/Engineer far appraval
in a timely manner, in accordance with the time specified. The Study shall be compfeted
and submitted in th� phases as specified above.
8. i'he completed studi�s, with al{ known i5sues resolved, shall be submitted to the
Owner/Engineer for appra�af, as specified above.
1.07 FIELD INVESiIGATIONS
A. Provide field investigat'ton to of�tain the folfowing information nf existing equipment
connected ta new equipment either as a feeder or a load:
1. Short circuit ratings of existing equipment
2. Time-curreni curves and the current settings for existing relays including CT ratios.
3. iime-current curves and amperage for nan-adjustabie breakers,
4. Ti�e-current eur�es and the current settings far circuii breakers
5. Time-current curves and amperage for existing fuses
6. Su�rr�it this information to the Engineer prior to submitting eqt�ipment required under
this specification.
2.00 STUDIE5
2.D1 EI.�CTRICAL ENG1NEEki{NG SfRVICE5 �IRMS
A. The work experience resume af the Stucfy Engineers who will be daing the work and the
Professional �ngineer who will be seafing the Final Stucly shall be subrnitted along with his /
her P� registratinn number in the Siate wher� the equiprnent is to be instailed. Subject to
compliance with the C�ntract Documents, the fallowing services firms are acceptable:
1. Cutler Hammer Engineering Services
2. ABB Industria! Engineering 5ervices
3. Schneider Electric Engineering Ser�ices
4. Allen Bradiey Co. Eng�neering Ser�ices
5. Appro�ed Equal
2.Q2 SHORT CIRCUIT STUDY
L'i1v ��i7''m'( If'uiYh I I`e.rfside f 3'uler Tre�r!»�errf PI«rrt Bcrckaq� Geirerufars
' ' Cit�� f'rnjecl A�urnfier: lU3d10
26 O5 73 - 6
POWER SYSTEM STtJDY
Page 6 af 12
A. Provide a cnmp)ete short circuit study. Include three phase, ��ase-to-grouncE calculations
and X/R ratios. Provide an equiprnent interrupting or withstand evaluation based on the
actual equipmer�t and model numbers provided on this praject including any existing
equipment modified in ar�y way under this projecC. Field verify the name plate data of ali
existing transformers, pratectiv� de�ice equipment and the size and length of any existing
conductors in series with the new or rr�odified equipmer�t in the Cnntract. Canductor lengths
in concealed conduit shall be estimated fram field observatinns and any available existing
conformed Eo construction record drawings. Generic devices or �alues are not acceptable.
�iormal system aperating �nethod, alternate o�eratio�, and operations that caufd resuft in
maximum fauft conditions, shall be thoroughly addressed in #he stuciy. Provide singfe phase
to ground and three phase to ground fault information. The stucEy shalf assume all motors
are operating at rated voltage with the exception that rnotors, clearly iclentified as
"standby," shall not be included. Electrieal equipment bus impedances shal! be assumed as
zero. Short circuit momentary duties and interrupting duties s�alf be calculated on the basis
of maximum available fault current a� the switchgear busses, swi�chboard busses, motar
cnntrol centers and panelbaards, Provide the short circuit results using the warst-case
scenario of the model. The study shall 6e performed using actual available short circuit
currents as ob�ained from the Electric Utility. An assumptian of infinite bus far the purposes
of the Prefiminary or Final study is not acceptabfe.
B. Provide an e�quipment evaluation study to determine the adequacy of the fault bracing of all
bus from the panel board Ievel up to the main switchgear or protecti�e device, Include
circuit brealcers, controllers, surge arresters, busway, switches, and �uses by tabulating and
comparing t�e shart circuit ratings nf these de�ices with the available fauft currents.
C. As a minimum, each short circuit study shal! include the following:
1. One-Lin� Diagram: ihe presentation of the One Line Diagram shall be on one or rriore
22 x 34-inch drawings with match fines if nn muitiple sheets, using font sizes which are
easily readable. include the foilowing information and activities list�d below:
Location and functinn of each pratective device in the system, such as relays, direct-
acting trips, fuses, etc.
b. Type designation, current rating, range or adjustrr�ent, manufacturer's style and
catalag number far all pratective devices.
Power and voltage ratings, impedance, primary and secondary connections (Delta,
Wye, Grounded Wye, Zig-�ag, etc.) of afl transformers. Use the ratings of the actuaf
transformers b�ing provided where available. The Final Study shall use the name
plate information on th� transformers provicled. Us� the actual name plate
informatian on al( existing transformers, Generic transfarrt�er da�a on new or
existing transforrners are not acceptable.
d. The type, manufacturer, and ratio af aIl instrument transformers energizing each
relay shalf be included. Fie)d verify this information an all existing protective devices
which are in series with the new equipment provided under this Contract.
Crfl' �J��'or! fi'nrlh 11'eslside il i�ter 7i•cn7uie�rl I'lurrt I3ockup C;ei�e�•alor.r
Ci!>>Prajeci r\'�u�lller; Il13d10
266573-7
POWER SYS7EiV1 STUQY
Page 7 nf 12
iVa�eplat� ra�ings of afl motors and generators with their sub transien� reaciance.
Field verify the name plate information of all existing generatar providing power to
the new equipment, and field verify the narne plate motor information on all motors
connected to the bus of existing equipment which is in series with the new
equi�ment.
Saurces of shnrt eircuit currents such as €�tility �ies, gen�ratars, synchronous rt�otars,
and induction motors. Provide short circuit studies using each saurce of power
separatefy. The s�udy shall determine if there is sufficient short circuit curr�nt to
adequateiy cause interruption of a protective d��ice using �he w�alcer pawer source
(tiy�aically local generatianJ and shall determine if the er�uipment can safely interrupt
the fault if the greater power source is connectecf. Additional short circuit
calculations shall inelude emergency as well as normal switching canditions as well
as normal and emergency power sourees descri�ed here in,
g. All significant circuit elements such as transformers, cables, breakers, fuses,
reactars, disconnect switches etc. shal[ be included.
h. Arrange for the shutdown of the equipment requirir�g fie{d �erification with the
Owner, in�estigatians shall be done at a time, including after hours if n�cessary,
which da nat significantly inierrupt the Owner's process operations.
Impedance Diagrarr�:'i'he pr�sentation of the Impedance f3iagram shail be an one or
rt�ore 22 x 34-inch drawings with match lines if on multiple sheets, using font sixes which
are easily readable. Incl€�d� the foliowing:
a. Available fault current or impedance from the utility company.
b. Locaf generated capacity impedance.
c. Transfnrrner and/ar reactor im�edanees
d. CaE�{e impedances
e. System �oltages.
f. Grounding scheme (resistance graunding, salid grounding, or no ground'[ng).
3. Calculations: Include the fol6owing:
a. Determine �he paths and situations where short circuit currents are the greatest.
Assume balted faults and caiculate the three-phase and line-to-grour�d shor� circuits
of each case.
b. Calculate the maximum and minimurn fault currenis.
2.03 PRO�'ECTIVE DEVICE COORDINATIC)N STtlC7Y
E'its� vJ'Fef�•t I f'�srdr 1!'esl.rirle !!'n�er Tr�eals�eir� Plrr�rt 13uckrif� GeneraloF.ti.
� ' Cif��1'r�ijeclA'�rr�rher: 1�3�1l0
Zfi0573-5
POWEft SYSTEM S7UpY
Page S of 12
A. ProvicEe a protecti�e device coordination study. �he study shail incl�de al! electrical
equipment provided under this Contraet as wef! as the existing system, including Cantrol
Panels containing power and protection equipment, power panels anci lighting panels. The
Study shall inciude any u�stream or downstream equipment that has an impact on the
Coordination 5tudy. The study shal! show transformer damage curves, cable shnrt circuit-
withstand curves and motor starting cur�es. The phase overcurrent and ground faulE
�rotection shall be inc(uded, as well as settings for ali ot�er adjustable protective de�ices.
All motor monitoring relays and protective or monitoring cEevices that are a part of a
supplier's equipment, such as saft starters or adjustal�le frequency drives shal! be included.
Inciude the last prot�ctive de�ice in the Electric Utilities' system feeding each facility being
eonsidered. Ir�clude all rnedium �oltage switchgear, rnedium valtage rnotor cor�trol centers,
�180V distributian switchgear and switchboards, 480V rr�ntar control centers and 480 Vait
panelboard main circui[ i�reakers. The phase overcurrent and ground-fault protectian shali
be included, as we{I as settings for all other adjustable protecti�e devices.
Selective device coordination is required between proteetive devices in eqttipment specified
in each Section of the �lectrical Specifications, and �etween each �iece of electrical
equipment supplied for this project. Include settir�gs far the �rotective devices in existing
equipment feeding any piece of new equipment and provide recornmended settings for the
existing protective de�ice. If the Study Engine�r, during his work, determines that selective
coordination cannot be ob�ained in nr between pieces of existing and new equipment as
specified, the Owner/Engir�eer shall imr�ediately be notified, Provide the supparting
informatian to the Owner/�ngineer far resolutior� of t�e problem.
C. Provide Time-Current Curves (TCC) an 8-1/2 x 11 log-log paper.
1. The Time Current Curves shall be presented in series o�iy, Paraliel branches shall not
appear on the same TCC presentation.
2. Do not put mo�e than one branch of protective devices on any one cnordination curve.
3. 5how a rnaximum of seven de�ices in series on one TCC. Include a one-line diagram and
the narr�es of each protective device in the brar�ch on the coordination cur�e drawing,
Use the same color for t�e same protective device appearing on different TCC
presentations.
4. Provide separate drawings for grnund fau(t coardir�ation curves.
5. Use the names designated in the Contract Documents.
6. include motor starting curves ar�d transformer inrush and damage curves, generator
decrement curves, and cable short circuit withstand curves.
7. Pro�ide TCCs for any energy-reducing systems being utilized such as RELT switches or
Zone-fnterlocking systems,
2.D4 ARC FLASH HAZAR� STUDY
Cil�� qJ'Furl lf'rn•!{r I Pe.c�,side f�'�rlei• Ti�culrire�i! PIa��! Bcrekap Ge�rcrufni�.s
Cr1s' j'rojec7 R'rr���fier: 71J3�lIO
26D573-9
POWER SYSTEM STUDY
Page 9 of J.2
A. The Power System 5tudy shall indude an Arc Flash Hazard S�udy that shall present the le�el
of arc ffasf� hazard for each item af electrical equip�nent, and the appropriate le�el of
protection required per OSHA standards.
B. The analysis shafl be performed with the aid nf eomputer software intended forth�
purpose, to calculate Arc-Flash Incident Energy (AFIEj levels and fEash pro�ectian t�oundary
distances.
G. The analysis shafl be performed under each possible condition and shall identify the worst-
case Aro-Flash condi�ian. The preliminary repart shall descril�e, when applicable, how these
canditions differ frorn worst-case boited fauii conditions.
p, The calculatians shall be performed in accordance with IEEE 1584 and safe a�proach
requirements determinec{ in accordance with NFPA-70E. (Latest versionsJ
E. Results af the Ar�alysis shafl be submitted in tabular farm, and shafl incluc�e, device or bus
na�ne, bolted fault and arcing faul� current levels, flash prateetion boundary distances,
persanal-pratecti�e equipment and AFIE levels. The anaEysis shall be �resented an pa�er
and included with the specified electronic format files.
F. After approva{ ofi the Study, provid� the Are Flash Flazard Warning Labels. The Study
�ngineer shall aversee the installation of th� req�ired labels #or each item of electrical
equipment furr�ished on the project and for each iterr� of existing equipmeni far which the
arc flash hazard has changed. A typical warning label shall be submitted with the Study for
approval, and shal! include the infnrmatian listed below, at rninimum.
1. Ffash Hazard Protection Boundary.
2. l.imited Approach BauncEary.
3. Restricted Boundary.
4. Incident �nergy Le�el.
5. Required Perso�al Protecti�e Equipment Rating.
6. Type of Fire Rated C{othing.
7, G[ove CEass
8, Fault Current at the particular bus
9. Date that the study was performed
G. La�els sha11 be affixed ta the enclosures, in a readily visiE�le location, for a91 power-handling
equipment as follows.
1. Switchgear
a. One labei for the line side of ihe rnain breaker
CitY nj F'ur! f�'vrlh �{'e.+l.side !i'i�yer TreutF�tent I'lrurl f3uckup Gener<rtur.s
' ' Cr1t� Pr•qject rYrrntber: 11)341l1
26 05 73-10
POWER SY57�M STUDY
f�age 1a of 12
b. One label an each vertical section, indicating the data for the switchgear bus
2. MCCs
a, One labef for the line side af the main breaker
b. One label on each �ertical section, indicating the data for the MCC bus
3. Switchboarc�s
a. One label for the line side of the main breaker
b. One label for the load side of the main breaker showirtg line-sicfe value
c. Or�e fabel an each vertica[ sectian, indicating the line-side value af the rnain-breaker
4, 480V Panelboards
a. Singie label for the line side of t�e main breaker af the panelboard
b. Labei to indicate data for line side of th� main breaker
5. Panelboards {240V and below)
a. Single label for the line side of the main breaker of the pan�fboard
b. Label to indicate data for line side of the main breaker
6. Contral panels, induding combination starters
a. Single label at each unit operated at 480 Volts nr abave.
b. Label to indicate data for the line side o� the disconnect device.
7. Disconnect switches
a. Single labe! at each diseonnect switch operated at 480 Volts or above.
b. l.abel to indieate data far the (ine side af the switch
H. Size af eac� I�bei shall be nnt I�ss than 4 inches wide and 3 inches tall.
I. Coordinate the finai locatians of the Iabels with the Owner/lnspeetar
2.05 �OAD FI.OW AlVALYSIS
A. Perform a load flow analysis of the �ew distribution system installed under this contract.
B. The IoacE flow shal{ include all motnr loads, HVAC loads, Dry-Type Transformers loaded at
75%, constant Eoads, lighting loads, and a!I other pertinent electrical equipr�ent.
C'ilpqfFurt Jf'or11r JPes7si�lc lJnlcr 7reulr�re�N Pluir! I3uckcq� Ge�reralvrs
Cify Prr�jec� rl�rurtGe�•: 1(13�! I!1
26 �S i3 - 1�
PpWER SYSTEM SFUpY
Page li of 12
C. Provide a summary of findings and include in the report.
3.00 EHECUTION
3.0� FIE[.D S�RViCES
A. Label lnstallation Certification
1. When the label installation is complete, the Cantractor, the Contracior's Study �ngineer
and the Owner/Engineer shafl jaintly inspect each {ocafian anci show to the
Owner/Engineer's satisfaction that labels are install�d in ail t1�e specified loeations, and
in any aclditional recomr�endecf locations indicated in the Study.
END OF SECTION
CiIY ��l �''��f'r �l'�»•!!t ft'esl.ri�le 11 filcr Treum�efrt Plcrtu l3rrckup Ge�rerulnrs
. Citp l'rojecl \ irnrher: 1(13dI (7
2&OS73-12
PqW ER SYSTEM STUbY
Aage l2 of 12
7H15 PAG� IN7ENTfONALLY LEFT BLANK
Cit)' E�jFnr1 1J'orlh JPe,rl.vide I1 cder Ti•euuneiu Plcual Brrckup Generale3rs
Ci{p Prvjerl ,15r»ther: Il13�f 1 {I
2612I4-1
PAD-MOUNiED TRANSFOFiMERS
Page 1 of 13
2S 12 19 PAD-MOUNT�D TRANSFORMERS
1.00 GENERAL
�.01 SCQPE OF WORK
A. Furnish and install pad-mounted transfnrmer(s) as specified herein anc! as shown on the
Qrawings.
B, The pro�isions of this Seciion shall appfy to all pad-mounted transfarmers, exce�t as
indicated otherwise.
1.02 RELATEf] WORK
A. No references are made to any oiher section which may cantain work related ta any other
section. T�e Contract Documents shall be taken as a whofe with every section related to
every other section as required to mee# the requirer�ents specified. The organization ofi the
Contract Doeuments into specification divisions and sections is for organiaation of the
documents themsel�es and does not relate to the di�ision of suppliers or labor which the
Contractar may choase to employ in the execution af the Contract. Where references are
made to other Sections and ather Divisions of t�e 5pecifications, the Contractar shall
pro�ide such informatian ar additional work as r�ay be required in tl�ose references, and
include such information o� work as may be specified.
B. �ther bivisions
1. The Contractar shall be responsible for examining all 5ections ofi the Specifications and
Drawings, and shal! determine the power and wiring requiremenis and shall provide
external wiring and raceways, as required to pra�ic�e a fully functioning power, control
and process controf systems. If the equipment requires more conductors anc!/or wiring,
due to different equipment being supplied, the Contractar sha{I furnish the additional
conductors, raceways and/or wiring, with no change in the Contract Pr'tce, and with no
'tncrease in Cor�tract Time.
1A3 SUBMITTALS
A. 5uf�mittals shall be macle in aecardance with the requirements of Rivision 1, �ectian 26 00
E}0 and as specified herein.
B. Provide systems engineering with coordination curves, to demonstrate caordination
between new proposed breakers and/or fuses submitted, sueh that protective device
coordinatian is accompiished. Such curves and settings shalf be ir�cluded as a part of these
subrnittals,
Cit�� of Fa3't «'or13t il e.cfsrde lI c�1er 7realniesrt Nlau! 13uckr�p Ge+reratnrs
C71�=F'i•ajecl iVxr�rher: l03�110
261219-2
PAD-MOUNT�D TRANSFORMERS
Page Z of 11
C. Subr-nittals for equipment and mater9afs, furnished under this Section of the Specificatians,
wilf not be accepted prior ta appravai af the Pawer System 5tudy. S€�bmittals made prior to
such approvai wiil be returned without review. All cut sheets shall be clearly marked to
indicate which praducts are being sul�rrfit€ed for use an this praject. Unrr�arked cut sh�ets
will be eause ia reject the submittal and return it for revisian without re�iew.
D. 5ubmiitais shall also cor�tain infnrmation on rela�ed eq�ipment to be furnished under this
Specification. Incornplete submittals not containing the requirecE infartna�ion on the relat�d
equipment will also be returned without review.
E. Shop Drawings and Praduct Data. For each transfarr-r�er specified under this Section, submit
the follawing inforrnation:
1. Master drawing index
2. Fronk view elevation or outline drawing and weight
3. Floor plar� wEth recorr�mended pad dimensions
4. 5chematic dia�ram
5. Nameplate diagram
6. Component list with detailed component intnrmation, including original rnanufacturer's
part rtumber.
7. lnsulating fl€�ic� data, including environmental details
8. Canduit entry/exit lacations
9. Ratings ir�ciuding:
a. kVA
b. Primary and secor�dary voltage
c. Taps
d. Primary and secondary continuaus current
e, Basic fmpulse / lnsulation level (BILj
f. Impedance
g. fnsulafion class and temperature rise
h. Sound ievel
10. Cable t�rminai sizes ar dead front e(bow information.
Cit�� of PnE�t 1Uoi91t lPe,rrsi�iE 1Jialer 7recrtfitem PGn�I 13ackrrp Genes�utrri•.s
Ci1y' C'ry jec! �l'amtber: 103�111)
261219-3
pAn-MOUNT£P TRANSFORMERS
Pa�e 3 of 11
11, Specified accessaries
F. Operation and Maintenance Manuals.
1. Refer #a 0�. 78 Z3 for �&M Manuals requirerr�ents.
2. Operatitin and Maintet�ance Manuals shall inciude the following inforrr�ation:
a. Manufacturer's contact address anc{ telephone number far parts and service.
b. Instruction books and/or leaffets
c. Recommended renewal parts list
d. Drawings and information requir�d by the Submittals part nf this Section.
�. Pro�ect record drawings clear{y inclicating operating features and including as-built
shop drawings, outiine drawings, and schematic and wiring diagrarns.
f, Valume of fluid.
1.04 R�FER�NCE STA1V[]ARDS
A. The pad-mounted transformer(s) and a1l components shall be designed, manufact€�red and
tested in accordance with the latest applicable NEMA and AN51 standards as fa{lows;
1. AN51 C57. 12.26, Pad-Mounted, Campartmental- �'ype, Self-Caoled, Three-Phase
Distribution Transformers for Use with Separabie Insulated Nigh Voltage Cannectors,
High Voltage, 34 50(l GrdGrounded Y/19 9Z0 Volts ar�d Below; 25�0 KVA and Smaller,
Requirements
2. ANSI C57. 12.7Q, Terminal Markings and Connections for �istribution and Power
Transformers
3. ANSI C1�.9.2, Se�arable Insulatect Connectors
4. ANS!/iEE� C57.12.0� - 20D0, Generai ftequirements fnr l.iquid-imrnersed, Distributian,
Power, and Reguiating Transform�rs,
5. ANSI/IEEE C57•12.80, iermino(ogy for Power and Distribution Transformers
6. AtVSI/lEEE C57.12.90, Tesi Code for Liquid-Immersed Distribution, Pawer and Regulating
Transformers and Guide for Short-Circuit Testing of �istribution and Power
Transformers
1.Q5 QUAI.ITY ASSURANC�
Cit�� oP E�nrl �Vorth {I'esl.tirrfe !['ulet• Ti•ealn�ery Pl�ail f3rrckrrp Ge:reru7or.�
C�ifyYrojec'1 A�u�irLer: Illjdlll
2G12I4-9
PAD-MOUNTEp TRANSfOR�y1�R5
Page 4 of 11
A. The man�afacturer nf this equipment sha!( have produced similar equipment for a minimum
period of ten years. When requested I�y the Engineer, an acceptable iist of installations with
similar eqtaipment shall be provided demonstrating campliance with this requirement.
B. The manufacturer oF the asseml�iy shaEl be the manufacturer a� th� major camponen�s
within the assembly. All assemblies shall be of the sarne manufacturer. Equipment that is
manufactured by a third party and "brand (abeled" shall not be acceptable.
C. All components and material shall be new and af the latest field proven design ancl in
curren� productinn. Dbsolete cor�ponents or components scheduled far irrtmediate
discontinuation shall nnt be used.
D. Equiprnent submitted shalE fit within the space s�own on the Drawings. Equi�ment which
daes not fit within the space is not acceptabie.
E. For the equipment speeified herein, the manufacturer shall he 150 9001 2p0{� certified.
F. �quipment submitted shall fit within the space shown an the Drawings. Equipment which
does not fit within the space is not acceptable,
G. Transformers manufactured mare than 24 mnnths prior to the date of Yhis Contract will not
be acceptable.
1.06 JOB5lTE pELIV�RY, STDRAGE AND HANDLiNG
A, Prior to jobsite delivery, the Contrac�or shall have successfully completed a!I subtnittal
requirem�nts, and present to the Owner/Engineer upon cEeiivery nf t�e equiprrtent, an
approved copy of al[ such strbrnittals. C3elivery o� incomplete constructed equipmen�, or
equipment which failed any factory tests, will not be permitted.
S. Equipment shalf be handled and s�ared in accardance with manufacturer's instructians. Two
copies of these instructions shall be incl€�ded with ihe �quipment at time oF shipment, and
shall be made available to the Contractor and Owner. The inst�'uctions shall include detailed
assemb�y instructions including but not limit�d to wirir�g interconnectian diagrams, rigging
for lifting, skidding, jacking ar�d maving using rnlling equipment to place the equipment, bolt
torqueing requirernents for bus and alf other components which require the ins�allation nf
bolted cor�r�ectior�s, and instructions for staring the equipment prior to energizing.
C. 5hipping groups shall be designed to be shipped by truck, rail, ar ship. Indoorgroups shall be
bofted to skids. Breakers and accessories shall be packaged and shipped separatefy.
D. Equipment shali be equipped to be handled by crane. W�ere cranes are not available,
equiprrtent shall be suita�le for skidding in place on rollers using jacks to raise and lower the
groups.
Ci[y ol�l�art lVorth dt eslside ff'rrier Ti�e«I�nei1! Plunt BucF•xp Cic:rerulnrs
C'i!P Yrujert A'�uirher: I(J3d I(1
261219-5
PAD-MOUNTED TRANSfDRMERS
page 5 of 11
E. �quipment shall be instailed in its permanent finished location shown on the Drawings
withi€� 14 calendar days of arriving onsite. If the equiprrient cannot be installed within 14
cafendar days, the equipment s�all not be delivered to the site, but stored offsite, at the
Contractor's ex�ense, until such time that the site is ready for permanent installation af the
equipment.
F. Where space heaters are provided in equipment, provide terr�porary electrical power and
operate space heaters during jabsite storage, and after equipment is install�d in permanent
location, until equipment is placed in service.
1.07 WARRANTY
A. The Manufacturer shalf warran� the equipment to be free from defects in material and
workrnanship for two years frarr� date of final acceptanee of the equipment. Within such
�erioci of warranty, the Manufacturer shafl promptly furnish all material and labor necessary
to return the eqt�ipment to new operating condition. Any warranty wark requiring shipping
or transporting of the equipment shali be performed by the Manufacturer, at no expense to
the Owner.
2.00 PROaUCTS
2.p1 MARiUFACTURERS
A. Mar�ufacturers
1. ABB
2, �aton
3. Squar� D
4. Virginia Transformer
B. The {isting nf specific manufacturers abo�e does not impiy acceptance of their praducts that
do not meet the specified ratings, features and functions. Manufacturers listed abov� are
nat relie�ed from meeting these specifications in their entirety.
2.02 RATINGS
A. The ratings of ihe transformer shall be as fallows:
Cit�� of i'orl 1Voi�h Il`e.st.srrle tl'afer Treuluie+�! Plrurt f3crckup Generulnr.s
Cils� !'raj ec1 z�'u»tber: 1 f13d !(1
26 12 i4 - 6
PAD-MOLJN7�D TRANSFORNIERS
Page 6 of li
kVA Rating:
Ir�pedance:
HV:
HV B1L
HV d�-energized Taps:
l.V:
LV BIL
2.Q3 CONSTRUCTION
A. Insulating Fluid
1. Vegetable oil
As shown on the �rawings.
5.75% [ANSI 5tandard Tolerance)
As shown on the Drawings.
60 kV B!L for 5KV
*/- 2 - 2-1/2% full capacity
As shown an t�e Drawings.
30KV for 480 V
2. !n accordance with the latest edition of the NEC
3. High fire point fluids shall be Factory Mutual and UL appro�ed.
4. Manufacturers
a. Cargill �R3
b. Appraved or equal
0
S. The transfarrner manufacturer shall eertify that the transformer is non-PCB containing
nn d�tectable PCBs.
6. Do r�ot provide nonflammable iransformer liquids including askarel and insulating
fiquids caniaining te�rachloroeihylene, perehforoethylene, chlorine compounds, or
halogenated cor�pour�ds
B. 7he transformer shall carry its continuous rating with average winding temperature rise by
resis�ance that shall r�ot exceed 5S°C, based on average ambient of 30°C o�er 24 hours, with
a maximum af 40�C. The ins�lation system shall allow an addi�ional 12% kVA output at 65°C
average wir�ding terr�perature rise #ay resistance, on a cnntinuous basis, without any
decrease in narmal transforrrter fife.
C. Tt�e transformer shall be designed to meet the sound level standards for liquid transformers
as defined in NEMA and AN51.
D. High-Woltage and fow-valtag� windings shall be capper,
City o[' I�'ort 1Vo3�tEa il'e�lsirle iJ4rtcr Trerrt�uenl Plurr! 13ackrap Geirerulru•.s
Cr1s' Prr�jcc! �V�m�her: 1(13d i fJ
z�zzi9-�
PA�-MqUN7ED TftANSfORMERS
Page 7 of 11
E. The main transformer tank and attached components shal{ �e designed to withstand
pressures greater than the required aperating design value without permanent
clefarmation. Construction shall cansist of car�on steel piate r�inforced with external
sidewalf braees. Ail seams ar�d joints shal{ be continuously welded.
F, Each radiator assembly shall be individually weided and receive a quality control pressuriz�d
check for leaks. �'he entire �ank assemb[y shall receive a similar leak test before tanking. A
final six-hour leak test shali be perforrned.
G. The transfarmers shail be compartmental-iype, self-cooled and tamper-resistant for
mounting an a pad. The unit shall restrict the entry of water (other than flood watery into
the compartmer�ts sa as nat to impair its operation. 1"here shall }�e no exposed screws, bolts
or other fastening devices wMich are externaliy r�movai�le.
I�. The transformers shail consist of a transformer tank, ant� full-height bolt-an high- and lnw-
�oltage cable terminating compartments locatec{ side-by-side separated by a rigid metal
barrier. Each cornpartment shail have separate daors, designed to provide access to the
high-voltage compartmer�t anly after the Inw-voltage has be�n opened. Ther� shall be at
least one addittonal �aster�ing device aceessible only after the !ow-�oltage cfoor has be�n
opened, which sha11 be removed to open the high-�oltage daar. Doors shal[ be mounted
flush with the cabinet frame. �he low-valtage door sha11 ha�e a handke-operated, three-
point latching mechanism designed to be secured with a single padlock. A hex-head E�oft
shall be incarporated into the 1ow-voltage door la�ching mechanism, Both high and low-
valtage c{oors shafl be incorporatec� into the low-voltage door latching mechanisrt�. Bath
high and low-voltage doors shall I�e equipped with lift-aff type stainless steef hinges artd
doar stops to secure them in the o�en position.
I. Corr�partment sills, do�rs anci covers shall be remo�able to faciiitate cable pulling anc{
installation. The high-voltage door shafl be on the left with the low-voltage doar on the
righ�. Compartments shali �e designed for cable entry from belaw.
J. TranSforrriers shall be supplied with a bolt�d rYtain tank cover and be af a sealed-tank
canstruction designed to withstand a pressure of 7 psig without perrrtanent distartior�. The
tank cnver shal! be damed io shed water and be supplied with a tarr�per-resistant access
handhofe siz�d to al{ow access to internal bushing and switch connectinns. Transformers
supplied with "less flarr�rnable" fluicls, (high-molecular-weight hydracarbon or silicone�, shafl
be manufactured to withstand 12 �sig without rupture. The transformar shall remain
effectively sealed for a top-aif temperature of -5°C to 105°C. When r�eeessary to meet the
ternperature rise rating specified above, flat cooling paneis of the comrnan header type shall
be prnvided.
K. When high-�ol�age taps are specified above, full-capacity �aps shall be provid�d with a tap
changing rnechanism design�d for de-energized nperation. The tap changer pperator shalf
be (acated within one of the campartments.
L. The coil windin$s shall be of the two windi[�g type, designed to reduce losses and
manufactured wiih the conductar materia] as sp�cifiec{ above. All insulating materials shall
be rated far 120°C class.
City ul�€�or[ 1Vorth 1i'e.sf.side ft'crlerT�•eulnrerrl Plcr�rt 13ackr�1�Generafurs
Cil�� !'r•nleci ,Vinrihcr•: I113d1I1
261219-8
PAD-MOUNTED iRANSFORMERS
Page 8 of 11
M. The core materiai shall be high-grade, grain-oriented, non-aging silicon core stee! with high
magnetic perrrtea�aility, !ow hysteresis and eddy current iosses. Magnetic flux densities are
to be kept well ��low saturatior� to allow for a rninimum of 10% overvoltage excitation. The
cores shail be properly annea(ed to reduce stresses induced during the manufacturing
processes and redtace core iosses.
N. The core frarr�e shall be designed to provide maximum support of the core and coil
assembly. The core frar-ne shall be welded ar bnited to ensure maximum short-cireuit
str�ngth.
O. Th� care and coil asserribly sha61 be designed and manufactured ta rr�eet the short-circuit
requirernents of ANSI C57.�.2,90, The core and cni! asseml�ly shall be baked in an oven, prior
to tankin�, to "set" the epoxy coating on t�e Kraft paper and remove moisture from the
insulatEon prior to �acuum filfing.
P. Transformer shall be vacuutrt-filled with the appropriate fluid as indicated above, The
process shall be of sufficient vacuum and duratian to ensure that the core and cail assembly
is free of moisture prior to fiEling the tank. Provide a description of the pracess and focation
ta take oil samples to avaid shutdown.
2.04 FINISH
A. Transformer units shall include suitable outdoor paint finish. The paint shall be applied using
an electrostatieally depasited dry powder system €o a minimum of three (3) mils average
thickness. Units shall be painied padrriaunt green, Munseli No.7GY3.29/1.5.
2A5 ACCES�QRIES
A. Dial-type thermometer
B. Liqu�d fe�el gauge
C. Pressure-�acuum gauge
D. One-inch drain vafve with sample valve
E. P�essure relief valve
F. Non-PCB lahel
G. One-ineh upper fi!!/fiEter press cnnnection
H. Alarm contacts
2.06 PRIMARY CONI�ECTIONS
City of Far1 1Vorth �Ye.slside �f'uler Tr�ccrl�xe�r! Plcrnt I3uckarE� Gcncrulur.s
Ci{Y PruJecl A'arrufiet:� 103�l10
261219-9
PAp-MpUNTEQ TRANSFORM�RS
Page 9 of 11
A. Transformer primary connections shalf be dead front wells, inserts, cable parking supports,
and eli�ows for cabfe sizes shawn on the drawings.
2.Q7 LIGHT�lING ARRESi'ORS
A. Pra�ide distribution class lightning arresiars in the prirnary compartment. L�ghtning
arrestors shall be elbow connected.
2.08 PRlMARY ANI] SECO€�DARY TERMINAL COMPARTM�NTS
A. A grounc[ bus sha61 be provided in each of the Prirnary and Secondary Terminal
Campartments, sufFicient in size to terminate afl incoming and outgoing cabie grounding
cor�ductors, neutrals and metal[ic raceways. Where a wye seconclary is provided, the neutral
of the secondary shafl be banded to the secondary graund bus. Ground bus shall be tinned.
2A9 FACTORY TESTING
A. The foliowing standard factory tests shalf be perfarmed on the equipment provided under
this section. All tests shall be in accardance with the latest applicable ANSI anc� NEMA
standards.
�. R�sistance measur�ments af all windings on the rated �oftage conneetion of each unit
and at �he tap extremes of ane unit only af a given rating on this project
2. Ratio tests on the ratec� voltage eonnection and an all tap cor�necti�ns
3. Palarity and phase-reiation tests on �he rated voltage cannections
�. No-load ioss at rated voltage on �he rated �oltage connection
5. Exciting current at rated voltage on the rated �oltage conneetion
6. Irnpedance and load loss at rated current on the rated voltage connection af each unit
and on the tap extremes of ane unit anly nf a given rating on this project
7. Applied poter�tial test
S. InduCed potential tests
6. The manufacturer shall provide three certifieci copies of factory test reports.
3.00 �X�CUTION
3.01 I NSTALLATI O N
City uf E�ort lVorth 11 E�.slside ilirter 7'realmerrt Phnrt 13uekri� Geirerulnr•s
CilY P�•njec! A'tr»rher: 1 f)3d !0
261Z19-10
PAa-MOUNT£D TRANSFORMERS
Pa�e 7.0 0€11
A. The Contractors shall install all equipment per the manufacturer's recorr�mendations, NEC
and the Con�ract Drawings.
3.02 �IELD QUALITY CONTRC71.
A. Pravide the services of a qualified factory-trained manufacturer's representati�e to assist
the Cantractor in installation and start-up nf the equipment specified under �his Section for
a period of two workir�g days. The rnanufacturer's representative shall provide Eechnical
direction and assistance tn the Contractor in g�neral asserr�bly of the equipment,
conr�eetions and acEjustments, and testing of the assembfy and catriponents contained
herein.
B. The Contrac�ar sha11 provide three copies of the manufacturer's field start-�p repart.
3.03 FIEI.D TESTING
A. Measure primary and secondary voltages for proper tap seftings.
B. Megger primary and secondary windings
C. Liquid transformers
1. Test ail far dielectrie strengkh and dissolved gasses
2. The Contractnr shall provide three copies of the laboratory re�art for the liquid
3,Q4 FIELD A�JUSTING
A. Adjust taps to deliver appro�riate secandary voltage
The Power Monitoring and Protective Relays shafl be set ir� the field by a qualified
representative n� the manufacturer, retained by the Contractor, in accordance with settings
desigr�ated ir� a coordinated study of the system as required in Power 5ysterr� Study. All such
settings, including the application of arc flash labeis, shall have been made and Approved by
the owner/�ngineer, priar to energizin$ of the equipment.
3.05 MANUFACTURER'5 CERTIF1CATiDN
A. A qualif€ed factory-trained manufacturer's representative shail certify in writing that the
equipment has been inskafled, adjusted ar�d test�d in accordanc� with the manufacturer's
recommendatians.
B. The Cantractor shall pravide three copi�s of the manufacturer`s representati�e's
certification,
3.06 TRAINING
Gil)� uf Fori lVorth �J es7side [Yr�fer '1'rcal�neut f'In�pl I3rrckrg� Gerrcru�cu•.r
Cilt� i'rolecl Ntunher: 1 f13d 1 f)
26�219-11
PAfl MOUiV7ED TRANSF�RMEftS
Page li of 11
A. Provide manufacturer`s services for training of �lant personnel in operation and
maintenance of the equipment furnished uncfer this Section.
6. The training sha{I be for a period of nat less than one eight-hour day.
C. The cost af training program to be conducted with Owner's persannei sha�l be induded in
the Contract Price. The training and iRstruction, insofar as practicable, shall be directfy
related ta the syster� being supplied.
D, Provide detailed 0&M manuals to supplement the training course. The manuals shall
include specific details of ec�ui�ment supp[ied and operations specific to the project.
E. The training session shafl b� conducted by a manufacturer`s qualified representative.
Training program sMal! include instructinns on ihe transformers auxi[iary de�ices, protective
devices and other major corr�ponents.
F. The Owner reserves the right to videotape the training sessians for the Owner's use.
END OF S�CTION
City of f�or� IVnrlh tI'e.slsizle fi'crle�• Trcn7me�r1 Plrrru 1lncku� Geiier•uta:s
Cil�' P�•olect A'ranrber: !{1341(1
26132G-1
NSEDfUM VOLTAGE METAL-CLA6 SWITCHGEAR
Page 3 of 34
26 13 26 M�DlUM VOL7AGE M�TAL-CLAD SWITCHGEAR
1.00 GENERAi.
1.01 SCOPE OF WORK
A. The Generator Manufacturer shall furnish and instafl assemblies of inedium voltage metal-
clad switchgear marked as MVSGA, MVSGB AN� GPS, together with appurtenar�ces,
eomplete and nperable, as specified herein and as shawn an the Contraci Drawings.
B. The Generator Manufacturer shall furnish and install a PLC based standalone control panei,
capat�le of paralleling multipfe generators as well as control the throwover scheme from
utility power to on-site generator pdwer. Cantrol panels shall mee the requirements of
5ection 26 29 87 Electrical Contractor Provided Control Pane! {ECP).
G. 7he Switchgear shall be configured to switch between the on-site g�neraiars and Oncnr
Eleetric belivery, the serving utility company, utiliz{ng an npen trans[tion operatior�.
D. ihe Switchgear shall be eonfigured to parallel multipfe generators and to transfer the load
to the Afternate Main in th� Switchgear lineup.
�. Generator Switchgear Power System Study and Caardir�ation shall be performed by the
Generator manufacturer and providec� to the Engineer to include as part nf �he Power
5ystem Study as required per Section 26 �D 00.
E. The equipment shall operate on a 4160 V, 3 PH, ihree-wire, resistance-grounded system.
1. Generators will be 41fi0 V rated, six-wire, and provided with neutra{ resistors or reactors
sixed per ANSI and NEMA standards to limit single phase-to-gr4unc� fault c�arrent ta the
three-phase fault current �alue.
SEt Arc-F1as1� detectian, including all necessary fiher-optic sensors shall �e added to ti�e
switchgear to provide enhanced arc-flash protection. �iber-aptic sensors shall b� wired to
the 5�L 751 reiays or GE/Multilin.
G. �quipment manu�act�rer shall provide specification compliance.
lA2 RELATED WORK
A. No referenc�s are made to any other sectior� which may contain worlc relateci to any other
sectian. The Contract Documents shafl be taken as a whole with e�ery section relatecf ta
every other section as required to meef the requirernents specified. The organization of the
Contract Docurnen�s into specificatior� divisions and seciions is for organization of the
dacuments themselves and does nat relate to the divisian of suppliers or laE�or which the
Contractor r�ay chaose to empfoy in the execution o# t�e Cantract. Where references are
made ta o�her Sectians and n�her �ivisions of the Specifications, the Contractar shall
City nf Part 11�orlh t1'e.stside II'crler '!'renAne�rt Pl�u�1 Ijuckrr� Ge�ternlors
Cily Projrcl r1'��rtrl�er: 1 U3�J1(�
2613Z6-2
ME�ItJM VC3LTAGE METAL-CLAD SWI7CHG�AR
Page 2 oi 3A
pravide such information or additional work as may be required in those references, and
include such informatinn or worEc as may be specified.
B. Other E}ivisions
1, The Contractor shali be respansible far examining all Seetians of the 5pecifications and
Drawings, and shall detet-mine the power and wiring requirerrrents and shall provide
external wiring and raeeways, as required ta provide a f�lly functioning pawer, control
and process controf systems, If �h� equipment requires more conductars and/or wiring,
due tn different equipment being supplied, �he Contractor shafl furnish the additional
conductars, raceways and/or wiring, with no change in the Contrac� Price, and with no
increase in Contract Time.
1.03 SUBMiTTALS
A. 5ubmittals s�al! be made in accnrdance with the requirements of �]i�ision 1, 5ection 26 00
(}0 and as specified herein. Ail cut sheets shall be cleariy marked to indicate which praducts
are being subrr�itted for use on this project. Unmarked cut sheets wi[I be cause to reject the
submit�al and return it for revision wiihout review.
B. Pro�ide systems engineering with brealcer types and models to be incfuded as part of the
O�erall Power Sysiem 5tudy.
C. 5ubrnittals sha11 alsn cantain informatian on related equipment to E�e furnished under this
Specificatian but described in the related sections listed in the Related Work paragraph
abnve, Ir�compiete submittals not containing the required inforr�ation on the r�lated
equipment wilf also be returned without review.
D. The original equipment manufacturer sha{I create ail equipment shop drawings, incEuding all
wiring diagrams, in the manufacturer's Engineering department. Afl equipment shop
drawings shaf) bear the original equipment manufacturer's 1oga, drawing File numbers, and
shalf be maintained on file in the ori�inal equipment manufacturer's archive fife system.
Photocopies of the �ngineer's ladder scherriatics are unaccepta�le as shap drawings.
E. Submit to the Owner/Engineer, shap drawings and product data, far the following:
1. Product data sheets and catalog nurnbers for o�ercurrent protecfive trip devices on
circuit breakers and switches, relays, meters, pilot lights, etc. The manufacturer's name
shall be cEearly visible on each cut sheet submitted. List all aptions, trip adjustm�nts and
accessories furnished specifically for this project. Clearly mark each sheet to indicate
which items apply and/or thnse items that do not apply.
5ubmit CT sizing calculations for all protection refay Cis shown or� the contract, CT ratio
and ANSI accuracy class shall be selected as required for the maximum short circuit
current at the CT locations. The calculations shall ensure that CTs will not saturate under
maximum short cireuit conditian at the Incation where CTs are instailed. Short circuit
current data shall be obtained from the Power Study. Calculatior�s shall be submitied for
review and appra�ai.
City of [�ort IL�artkt I!'r,sl,side 1�'ufrr 7rcerAne�r! Plufri l3uckup Ge�rernlors
Ci1p 1'rojeet A'raixher: IlI3�11 U
261326-3
M�DIUiVI VOL7AGE METAi.-CLAD SWl7CHGEAR
Page 3 of 34
3. Submit knee point voltag� calculation and submit recommended �oltage settin� for the
iransformer 87T and generator 87 device far phase current differential pro�ection.
4. Prepare C'f' sizir�g ealculat�ons for all protectian CTs and submit for re�iew and appravai.
5. Provide control systems engineering to produce custom unit elementary drawings
showing interwiring and interlocEcing �etween components and to remaiely mounted
devices. Include and identi�y alf connecting equipment and remote devices on the
schematics. The notation "Remote De�ice" will not be acceptaE�fe. Shaw wire and
terminai numbers. Indicate special identifications for electrical de�ices per the
Drawings.
6. Provide plan and ele�ation drawings of each controller or enclosure, with dirr�er�sions,
exterior and interior �i�ws, shawing cornponent layouts, controls, terrr�inal blocks, etc..
7. Schematic diagram
8. Narneplate scheduie
9. UL Listing of the com�{eted assembly.
10. Com�onent list with detailed camponent information, including original manufacturer's
�aart nUmber.
11. Conctuit entry/exit locatior�s
12. Assembfy ratings incfuding:
a. Short-circuit ra�ing
b. Voltage
c. Continuous current
13. Majar companent ratings ind�ding:
a. Vo{tage
1�. Continuaus currer�t
c. lnierrupting ratings
14. [�umber and size of cables per phase, neutral if present, ground and all cable terminal
sizes.
15. Flaor mat
16. Key interlock scheme drawing a€�d sequence af operations
17. Busway connection ancf amperage rating.
Cil)' of �ort Nortlt fi'e.clside Jf'nler Ti�eulsreru Pln��f $uckiqs Gelreratnrs
C'iry� 1'rojent �\'rrnaber: 103dI(1
zs i� z�-a
MEPILIN! VOLTAGE METAL-CIAD SWITCHGEAR
Page 4 of 34
18. Connection detail between close-caupled assernblies
19. Composite floor plan of close-cou�led assemblies
20. Instruction and renewal parts books.
21. Provide written certification that SEL will provide startup �ervices and installation
guidelines.
22. Provide a shop drawing for the fiber optic are fiash sensor instaflations with the
Fallowing.
a. The Type of Fiber Used for the fi�er installation
�. The Point Sensors to be used far the fi�er instalfatiar�
c. Ar�y support hardware required for the installatian
d. Terminal bfoeks used
e. Patch Panels where rec�uired
f. Ne�work Diagram of the Fiber routing thrnugh the existing gear
g. Pravide an engineered drawing of the installation identifying where these parts and
the holes will be focated, and the fiber rauting within the existing gear
F. Factory Tests.
G. Field Test Reports.
H. O�eration and Maintenance Manuals.
1. Refer to 01 78 23 for O&M Manuals requiremen�s
2. Operation and maintenance manuals shall include �he foflowing informatian:
a. Manufacturer's contact address and telephone number for parts and s�rvice.
b. Instruction books and/or leaflets
c. Recommended r�newal parts list
d, Record Documer�ts tor the information required by the Submittals paragraph above.
1.04 REFER�NCE COQES AN� ST'A�fDARDS
City of Forl IVortkt �� esl.ride f1'�rler Ti�eulnreirl I'fusrl I3crckarE� Geuerulor.c
Ci{l' Yrqlerr r\'i�nrber: 1O3d I U
261326-5
MEDIiJM VOL7AGE METAL-{LAD SWITCHGEAR
Page 5 of 34
A. The medium �oltage switchgear and protection devices in this specification shail be
designed and tnanufactured according to latest re�ision of �he following standards (unless
ntherwise noted):
1. ANSf C37.06-2000, Swiic�gear - AC High-Voltage Circuit Breakers Rated on a
5ymmetrical Current Basis - Preferred Ratings and Related Required Capabilities
2. ANSI/IEEE C37.04, Standard ra�in�s and Preferred f2atings for lndoor AC Medium-
Vaftage C[rcuit Breakers used in Metal-Clad 5witchgear
3. ANSI / I��E C37.09, Standarc! Design and Production Testing
4. ANSI/iEEE C37.20.2, 5tandard for Metal-Clad 5witchgear
5. ANS[/IEEE C37.11, Requirements for E[ectrical Control for AC High Valtage Circuit
Breakers Rated on a 5yrnmetrical Current Basis or i"otal Current 8asis
6. ANSI/{EEE C57.13, 5tandard Requirements for Instrument Transformers.
7. ANSI / Z55.1, Gray Finish�s for Industrial Apparatus and Equipment
8, fVEMA SG 2, High Vaftag� Fuses
9. NEMA SG 4, Alternating - Current High Voltage Cireuit Breaker
14. NEMA SG 5, Power 5witchgear Assernblies
3.05 QUAI.iTY ASSURANCE
A. 7he manufacturer of this equiprr�ent sha11 ha�e produced similar ec�uipment for a minimum
period of ten years. When requested by the Engineer, an acceptable list of installations with
si€nilar equi�ment shall be provided demanstrating eornpliance with this requirernent.
B. The manufacturer of the assembly shall be the manufacturer af the major co�nponents
within the assembly. All assem�lies shali be of the same man�facturer. Equipment that is
mar�ufactured by a third party and "brand fabeled" shall not be acceptable.
C. AI! compon�nts and material shail be new and of the latest field proven design and in
curreni production. Obsolete components nr campanents scheduled fior irrtmediate
discontinuation shalf not be used.
D. For the equipment specified herein, the manufacturer shafl be ISO 9001 200(7 certified.
E. �quipmen� submitted shafl fit within the space shown on the Drawings. Equipment which
does not fit within the space is not acceptable.
1.06 108SIT� DEL�VERY, STORAGE AN� HANQLfNG
City of Foa�t �Vortlf 11 cslside I Pater Treul�rie�rt Plruu I3ackrq� GenereNur.s
Cil�� Prrijec! ,A't�nrher: 11)3�110
26 13 26 - 6
MEDIUM VOI.TAGE METAL-CLAD SWI7CHGEAR
Page 6 of 34
A. Prior to jobsite delivery, the Contractor shall have successfully compieted all submittal
requirern�nts, and present to th� Owner/�ngineer upan delivery of the equipment, an
approved co�y of all such subrr�ittals. �elivery of incomplete constructed equipment, or
equiprr�ent which failed any factory tests, will not be permitted.
B. Equipment shalf be handled and stnr�d in accordance with manu�acturer's instructions. Two
copies of these instrucYions shall be incfuded with the equipment at time of shipment, and
sha!! be made avaifable to the Contractor and Owner. The instructions shall include detailed
assembly instructians includin� but not limited tn wirin� interconnectinn diagrams, rigging
for lifting, Skidding, jacking and ma�ing using rolling equipment to place the equipment, bolt
tarqueing requirements for bus and all other camponents whieh require th� instaflation of
bolted connections, and instructians for staring the equi�amen� prior to energizing.
C. 5hipping groups shal! be designed ta be shipped by truck, rail, or ship. Incfoar groups shal! be
bolted to skids. Breakers ar�d accessories shal� be packaged and shipped separately.
D. 5witchgear shall be equipped to be handled by crane. Where cranes are not a�ailable,
switchgear shalf be suitable for skidding in place on rollers using jacks to raise and lower �h�
groups.
E. Equipment shall be installect in its permanent finished location shown on the Drawings
within seven calendar days of arriving ansite. if th� equipment cannnt be installed within
seven calendar days, the eq�ipment shalf not be delivered to the site, but stored nff$iEe at
the Cantractor's expense, until sucF� tirne that the site is ready for perr�anent installation af
the equipment.
F. Where space heaters are provided in equipmen�, provide ter-nparary e9ectrica! pawer and
operate space heaters, during ja�site storage and after the equipment is insCalled in
permanent location, un�il equipment is placed in service.
�..07 WARRANTY
A, The Manufacturer shall warrant the equiprnent to be free from defects in material and
warkmanship for three years from date of final acceptance of the equipment. Within such
period af warranty the Manufacturer shall promptly furnis� all material and labor necessary
to return the equipment to new operating cpndition. Any warranty work requiring shipping
or transporting of the equipment shalf be performed by the Manufacturer, at no expense to
the Owner.
2.00 PROf�UCTS
2.01 MANIiFACTURERS
A. Subject to compliar�ce with the Contract Docum�nts, the following Manufacturers are
acceptable:
1. AB8
Cily uf Far€ IVorth Z�'esi.sidc fYuler '1're<rinreirt Plrur! I3uc•krrp Gc�rercrlor•.+
Cits� f'rojecf A'raiuber: 10_34l0
261326-7
MEDIU M VOLTAGE METAL-CLAD SW ITCHG�AR
Page 7 of 34
2. �atOF1
3. Schneider Electric Company
4. No Approved �qual
B. The listing of sp�cific manufacturers above does not imply acceptance of their products tha�
do not meet the specified ratings, �eatures and itanctions. Manufacturers listed abave are
not relieved from meeting these specifications in their entirety.
2.02 RATlIVGS
A. The switchgear described in this specification shall be designed far aperation on the valtage
systems as shown an the Drawings.
B. Circuit breaker rated interrupting time three eycles.
C. Switchgear bus continuous rating sMall be pravided as shown on the drawings.
2.03 CONSTRUCTIDN
A. General
1. The switchgear described in this specification shall contain factory assembled and
operational tested circuit breakers and accessories and be self-sup�orting in a manner
to be installed on a level concrete pad. �
2. Refer to Drawings for actual layaut and focation of equipment and components; current
rati€�gs of devices, bus bars, components; prot�ctive relays, voltage ratings of de�iees,
components and assemblies; and other required details.
3. �quipment containing a programrriable logic controller (PLC) or an uninterruptib[e
power 5upply (UPSj shall be providecE with a factory-installed dedicated Paint of
Uti{ization Surge Praiection Device (SPD), as spec9fied in Section 26 43 13, Individual
Cantrof Panel and Related Equiprrtent Prot�ction (Type 3}.
4. Narneplates
a. Externai
�j Furnish narneplates for each device as specified herein and as indieated on the
Drawings. All nameplates shall be larninated plastic, black lettering on a wh[te
background, attached with stainless steel screws. There shall �e a master
nameplate that indicates eq�aipment ratings, manufacturer's name, shap order
number and general information. Cubicle nameplates shafl be mounted on the
front face, on the rear pan�! and inside the assernbly, �isible when the rear
pane[ is removed.
C'il?� of f�rt 1Vorils 11'e.rfside dPrrter Trecunre��l f'lrr�rr Bcrckrr� (ie+rerr+lor.s
Crf�� I'rajcct �1'aulifier•: Ill3dln
Z6 ?3 26 - 8
MEDIUM VOLTAGE NiETAL-CLAD SWITCHGEAR
Page 8 of 3A
�. lnternal
1) Control companents mounted within the assembEy, such as fuse blocks, relays,
pushbuttons, switches, etc., shafl be suitably marked for identi�ication,
corresponding to ap�ropriate designations on manufacturer's wiring diagrams.
c. Special
�) Identificatian nameplates shall be whi�e with i�lack letters, cautian nameplates
shall be ye)low wi�h black lett�rs, and warning nar�eplates shal! be red with
white letters.
5. Control Devices and [ndicators
a, Ali operating control devices, indicatars, ancf instruments shall be securely rrzounted
on the panei door. Afl contrals artc� indicators shall I�e 30mm, corrosion resistant,
NEMA 4X/1�, anodized alurr�inum or reinforced plastic. Booted controi de�ices are
not aeceptab(e. Auxiliary cantacts shall be �ro�ided for remote run indication and
indicatinn of each status and alarm cond9tion. Additional controls shall be provided
as specified �erein and as required �y the detailed mechanicai and electrical
ec�uipment req�irements.
�. Indicator lamps shall be LEC� type. For alf contral applications, ir�dieator lamps shall
incarporate a push-to-test feature. �er�s colors shall be as follows:
1} Red far ON, VaIWe OPEN, and Breaker CLOSED.
2) Greer� for OFF, Val�e C�OSED ar�d Breaker OPEN.
3) Amber for FAIL.
4j Blue fnr READY
5j White for POWER ON.
c. Mode selector swiiches (HAND-pFF-AUTO, LOCAL-�FF-REMOTE, etc,) shall be as
shown nn the Drawings. Units shall have t�e number of positians and contact
arrangements, as required. �ach switch shall ha�e an extra dry contact for rerr�ote
monitaring.
d. Pushbuttons, shall be as follows:
1} Red for SiOP, Valve OPE�f, 8reaker OP�N and rt�ushroom aed for �MERGEf�CY
STOP.
2) Green for S'CART, Valve CtOSE and 8rea€ker C��SE.
3j Blaek for RESET.
Cily oCf ort IVarli� I1�E'.SI,SfLIL' �f'cilcr '!'reutfuen! C'luirl l�uckxp Ce�rercunr.s
Cils� 1'rnjec! A'truther�: I03�J1(1
26 13 26 - 9
MEDIUM VOLTAGE METAL-CLAQ SWITCHGEAR
Page 9 of 34
e. Breaker control switches sha{l be Electroswitch Three Pasition Tagging Relay �ime
Delay Cor�trol 5witch Relay (TD-CSR) which provides an adjustable time delay far
opening and cfosing the breaker tn aliaw personnel ta step away fram the brealcer
cubicle when the breaicer opens or closes. The switch shall ha�e vi�ihle LED
indicators and well as mechanical "fiags" to indicate the breaker �eing OPEN,
CLDSED or TRfPPE�. The optional programrnable time delay feature shall be
pravided.
f. Furnish nameplates for eaeh device. All nameplates shall be laminated plastic, black
lettering on a white bacEcground, attached with stainfess steel screws. De�ice
mounted nameplates are nat acceptable.
g. The manufacturer shall not remove, reus�, alter, or replaee original equipment
nameplates or equipment iags associated with equipment ar components supplied
by the manufacturer's sup�liers and sub-su�pfiers.
6. Valtage �ransformers
Voltage transformers shali be draw out type, with current-limiting fuses and with SIL
rating equal to the switchgear. iransformers shall be as shawn on the Drawings.
b. For rigidi#y during fauft conditions all connections to rolf-out potential transformer
trays and control power transformer trays sha11 be rigid bus hars insufated to �ull
voltage rating of switchgear assembly.
7. Current Transfor�ners
a. Current transformers (CTs) shall be furni5hed as indicated on the contract drawings.
The thermal and �nechanical ratings of the CTs shal[ be caordinated with the eircuit
breakers' current rating. Their accuracy rating shall be equal to or higher than ANSI
sta�dard requirements.
b. Muiti-ratio CTs shail be prnvided uniess specified otherwise.
c. CT used with protective devices for fixed loads or to meter fixed loads �such as a
single mator, �ransformer or a generator) shall have a ratio which is no more than
15D% of the rated full laad current af the foad.
d. CTs on circuits for adjustai�le frequency drives (AF€�) shall be rated for 15{�% of the
rated full [oad input current to the AFi� regardless of the size of the t�otor
controiled by the AFD.
e. CTs used far protective devices shall have an accuracy rating equal ta nr higher than
AN51 standard requirements.
f. Gurrent transformers used for me�ering shall be ir�strument accuracy. Provide
separate CTs for meters. Do nat series rr�eters on the same Cl" circuit with
proteetive relays.
C€t}� of f�'orl 1Voj'th !i'estsirle It'uler Trecrbuen! Plufrt Hucktip Ge�rerrHurs
Crfl' �'i•njec7 r1't�r�rber_ f03�110
26i326-10
MEDIUNt VOLTAGE MfTAI-CLA� SWITCFiGEAR
Page 10 of 34
g. Provide a separate, independent set of CTs for differentia! pratectian, if specified.
h. The standard locatian for the current transformers on the bus side and line side of
the breaker units shall be front acces5ible to permit adding ar changing current
transfarmers without remn�ing high-valtage insulation connections.
Sharting terminal blocks shall be furnished an the seconcEary of afl the current
transformers,
5econdary conductors shall be #1Z AWG, extra flexibfe, stranded, tin-piated capper
cantral wire, Type SI5 cross-link�d polyethylene rated 500 volts, except for specific
circuits requiring larger wire. Crimp-ty�e, uninsulated spade terminals shalf be
furnished on all wire ends, excepi non-insulated ring terminals are used ta connecE
to current transformer studs. Secondary contro! wires shall be arrr�ored where they
pass thraugh prirnary corr�partments.
8. Control Aower Transformers
Contral �ower trans€ormers (CPTs) shall �e as shown an the Drawings. Transformer
mechanical ratings shall equal the BlL and momentary rating of the switchgear.
Transformers, when n-rounted in switchg�ar assembiies, shall be rated for the f€�II
valtage af the switchgear.
b. All control power transformers shall have vacuur� cast pri�-nary and secandary cails
usi�g epoxy resin. T�e quantity and ratings of the control pawer transformers shal[
be as shown an the drawings, Autn�ransformers are nat acceptabfe. iransformers
shali be mounted in draw aut drawers contained in an enclosed auxiliary
compartment. The voitage transfort�r�er primary cannectinns shal! utilize epoxy
insulated bus bar. Rails shall be pra�icled for each drawer to permit easy inspection,
testin� and fuse replacement. Shutters shall isolate primary bus stabs when drawers
are withdrawn. A mechanicaf interlock shali be provided ta require the secandary
breaker to be apen beFore the CPT cirawer or CPT primary fuse drawer can be
witi�drawn.
CPTs s�all be mnunted in draw out drawers contained in an enclosecf auxiliary
compartrr�ent. Provide pritnary fuses in each ungrounded leg on the primary and
secondary sicEe. Secnndary circuit breakers are permitted in each ungrounded leg.
CPT primary cannections s�all utilize epoxy insulated bus bar. Rails shafl �e pra�ided
fnr each drawer �o permit easy inspection testing and fuse replacement. Shutters
shall isalate primary bus stabs when drawers are withdrawn. A mechanical interlock
shall be providecE ta require the secondary breaker ar fused disconnect to be open
before the CPT drawer ar CPT primary fuse drawer can be withdrawr�.
d. 5econdary canductnrs shail be No. �.4 mir�imum, extra flexi�le capper contra! wire,
stranded, �in-plated Type SiS crnss-finked palyethyiene, rated 6f10 volts, except far
s}�ecific circuits requiring larger wire. Provide crimp-type, uninsulated spade
terminafs on al( wire ends, except provide non-insulated ring terminals to cannect to
fus� blocks, and CPT studs. 5econdary conductors sha(1 be armored where they pass
Ciip c�f Fnr[ 1Vorth 1Pc.rl.srde 1Pu1rt• 7"i•eufnre�u Phi�ri B�rckup Grneruhu•.v
C'ilt� 1'rojeci rV�m�her: 1(13d 111
zs��z6-1�.
ME�IUM VOLTAGE ME7AL-CLAO SWITLMGEA[i
page 11 of 34
through primary compartments. All cantrol wiring shall be UL listed with a VW-1
flame retardar�t rating.
CPTs providing power ia motor space heaters shall be sized to aecammodate the full
load af the motor space heater. The Contractar shali �ield verify the motor space
heater rating nn existing motars and shalf coordinate wiih the mokor manufacturer
for new motors to provide sufficient capacity in the CPT to �awer �he space heater
and all other switchgear loads. CPT secondary cand�ctors shall be increased to
accommodate the full load output current of the CP� if its full laad current exceeds
the capacity of the #lA AWG conductors specified herein.
f. Adhesive type conductor supports are unacceptable. Pro�ide spot welded cable
suppart s�uds or other support means from which nylon cable ties and conductors
are supported.
9. !€�strument Transformers
a. Ali instrurrtent transform�rs shall be metering accuracy type and vacuum cast using
palyurethane resin.
Transformers shalf be as showr� on the Drawings. Transforrner mechanical ratings
shall equa[ the BIL and rnamentary rating of the Switchgear. Transform�rs, when
maunted in switchgear assemblies, shafl be rated for the full valtage of the
switchgear.
c. Secondary conductors shafl be #�.4 AWG, extra flexible, siranded, tin-pfated copper
cantrol wire, Type SIS crass-linked polyethylene, rated 640 �olts, except for specific
circuits req�iring larger wire. Crimp-type, uninsulat�d spade terminals shall be
furnished on all wire ends, except non-insulated ring terminals are used to connect
to fuse blocfcs, and instrument transformer studs. Secondary control wires shall be
armored where they pass through primary compartments. Shorting Slocks
10. Shortir�g Blocks
a. CT shorting bfocks shall be furnished and installed an the seco€�cEary leads of all
currer�t transfarmers before the seeondary circuit connects to any other deviee. The
shorting blacks shall be pro�ided by installed in the switchgear by the switchgear
manu#acturer. 7he CT sharting blacks shall autamatically short the CT t�rminais
when the relays are withdrawr�.
B. Enclosures
1, Enclosures shall b� NEMA 1A.
2. Enclosures shall be freestanding, metal clad mediu�n voltage switchgear assemblies,
consisting o� dead front, completely metal enciosed vertical sections. In each unit, major
primary circuit parts [breaker, buses and transformers) shall be completely enclosed by
grounded r�etal barriers, incfuding a front barrier as part afi the circuit breaker. Each
City af Far3 IYortkt I�'cslside 1 PrNet- 7°re«h�ie�r! Plun7 Kuckxp Ge�rerulvrs
Citti� Projcc� A'ri�rrl�ei•: I (J3=11l1
26 13 26 - 12
ME�IUM VOLTAGE MEiAL-CLA� SWI7CHG£AR
Page 12 oi 34
rear upper and iower cable compartrr�ent shall ha�e balted hinged doors, Refer to the
Drawings for any size limitations.
3. Where bus transition sections ar� shown, the sections shafl be of the sarne cortstruction,
size and rating, as the other switchgear sections. �ntries to th� front ancl rear of th�
sections sha11 be of bo6ted constructian. Bus construcfiion and insu[ation shall be
iclentical to the switchgear bus.
4. The manufacturer shall provide minimum roam dirnensions and other guideiines related
to the perforrnance of the switchg�ar.
5. Cubicles designated as future on th� one line diagram shali be furnished with vertical
bus, multi-ratio current transfarmers, metering and refaying as shnwn an the one line
diagram. The ctabicle shall be equipped for a Future breaker element.
b. All the spaee heat�rs within each assembly shafl be controlled by one thermostat and
furnished with a single pole circuit breaker for supply disconnect. The entire circuit shalE
be wired to an accessible terminal block provided for a singie cannection for the
external power souree.
7. All metal work shalf be free from burrs and sharp edges.
8. �ach front cnmpartment door shall be provic�ed with a bofted hinged c�oor with hand
op�rat�d daor latches. Pro�ide bolt-on panels for . Eaeh door shall have provisians for
padlocking. T#�e door(sj shall be provided with provisions far padlocking and a view
windnw for observing the circuit �reaker position.
9. The switchgear shall be capable of extension from either end at a futur� date without
modification to existing structural mernbers.
10. The depth of the finished equipment shall be sufficient to ailaw fnr entrance, bending,
and terminatinn of power cables. Individual units shall be provided for top or bottom
entrance as specified. A rninimum of 33 inches af cEearance between �erminal pads and
the cable entrance sh�all be provic}ed.
�.1. No tie cEown bolts or other manuaf ineat�s shall be used ta secure the door. A single
handle shall b� provided to operate all required latcl�ing.
C. Finish
1, AI! steel structure members shail be c[eaned, rinsed, and phosphatized prior to paintin�.
2. The switchgear shall b� painted with an electrostatically applied poiyester pawder with
finaf balced on average thickness beiween 1.5 and 2.0 mils and meet ANSI r�quirements
for indoor equipment.
A61 exterior surfaces nf the switchgear assetnbly shall be given �inal finish coats of AfV51
61 gray as standard.
City oF Fizr[ IS'c�rtl2 I! i�a�LviJe Ifir�er 7i•errh�ren! Pl�ritf I3ackiq� Genei�ul��rs
CilY 1'r•njec! r1'rriitlrer: !!1 ��l }!}
z6 i3 z6 - i3
NSEDIUIVI VOLTAGE 1NE7AL-CLAD SWITCHG�AR
Page 13 of 34
4. Finish shafl have a minimum pencll hardness of ZH as tested per ASTM a3363 and shafl
pass the ASTM 8117 Salt spray test for a minimum af 5a0 hours.
E3, Busses and Bus Supparts
1. Busses shall be tin plated copper and rated as shown ort the Drawings. 8us bars shall
ha�e a continuaus current rating, as shown an the Drawings, based on temperature rise
and documented by design tests. All joints shal! be tin plated with at least 2 bolts �er
joint. The switchgear shall be eonstructect so that all buses, bus supports ant�
connections shall withstand s�resses that wau{d be produced by currents equal to the
momentary ratings of the circuit breakers. Buses shall ha�e pre-driiled and piated boli
holes and any oiher necessary pravisions for future extension. All bus joints shafl be
plated, bolted and insulated with easily installed boots. The bus shall be braced to
withs�and fauft currents equal tn the clase and latch rating of the break�rs. 8us and bus
bars shall ha�e fluidized bed epoxy flarne r�tardant and non-hygroscapic insulatinn. 3he
�us supports shal{ be polyester glass.
2. Infrared �IR) ports shalf be supplied an each cubicle, suitably constructed, loeaied and
sizec! to alfow viewing of all cable terminations.
E. Gro�and Sus
A tin plated graund bus (1/4 by 2 inch coppery shail extend thro€�ghaut assembly with
connections to each breaker �rounding contact and cable compartment ground
terminai. loints shall be made u� as indicated in drawings. Station grflund connection
points shal! be loeated in each enc! section.
F. External Wiring Connections
1. Preparation for the incoming and oufgaing cables, to be connected to the switehgear,
the lugs, ter�inators, etc,, shall be ir� accardance with 5ectian 26 05 19 for 600 Volt
cables and Section 26 05 13 for mediurn and high valtage cables.
2. Incor�ing line and feeder cable lugs af the type and size indicated elsewhere shall be
furnished.
G. Lightnin$ ArresCors and 5urge Capacitors
Provide sta�ion class lightning arrestors and surge capacitors where shown on the
Drawings.l"hey shall be rated as shown and be provided in the incoming sections.
H. Wiring
1. The switchgear manufacturer shall provide suitable terminal blacks for secondary wire
terminations and a minimum of 10% spare terminal cannections shall be provided. One
controi circuit eutout de�ice shall be provided in each circ�it breaker housing.
Switchgear secandary cor�trol wire sha[I be (minimum} #�14 AWG 41 strand extra flexible
type SIS, stranded tin-plated eopper or larger rated 600 volt, 90°C, furnis�ed with wire
markers at each termination. All cantral wiring shall be UL listed and have a VW-1 flame
Cil}' of [�ort 1VntYh F�'esV.sirle I! ufer Ti•euf�iren! Plrnr� liark«�� Gerrerrrtnr.r
t'ili' P�•�jec! ,\'aunber•: 1O3d 1O
26 13 2fi - 14
MEDIU�/I VOL7AG� METAL-CLA� SWf�fC�iGEAR
Page 14 of 34
retardant rating. Wires shall terminate an terrr�inal blocks with mar�er strips numbered
in agreement with detailed connection diagrams,
2. Exposed wiring shall be suita6ly protected against contact with sharp edges.
Throughout the assembly it shall be neatiy bundl�d and secured witt� nylon wire ties.
Where control wiring passes from cubicle ta door, it shall be wrapped with sui�able
pratection to prevent damage. Noles cut ta allow control wires to pass from cubicle to
cui�icfe shall have a grommet for protection. Ad�esi�e type conduc�or suppprts are
unacceptal�l�. Pro�ide s�ot welded cable support studs or other suppnrt rr�eans from
which nylon cable ties and conductors are supported.
3. Each contraf wire shall be rnarked at bath terminations to agree with wiring dia€grams.
Plastic wire rr�arkers of either the slip on or heat shrinlc variety shall be provided.
I. Circuit Sreakers
1. The circuit �rea�Cers shail be horizontal draw out type, capable of being withdrawn on
rails. The breakers shall be operated i�y a motar-char�ed stored energy spring
rnechanism, charged norrnally by a universal electric mator and in an emergency by a
manual handle. The primary disconnecting contacts shali �e silver-plated copper,
Each circuit breaker shall contain three �acuum interrupters separa�ely rnaunted in a
self-contained, self-aligning pole unit, which can be removed easily. The vacuum
interrupter pole unit shall be maunted an glass polyester supports for 5 kV class.,
Provision shal( be made �or checking contact wear �ap on each vacuum in�errupter,
visibfe when the breaker is remaved from its campartme�t. The current transfer from
the �acuurn interrupter moving stem to the breaker main concEuctnr shall be a non-
sfidin� design. The breaEcer front panel shalf be removable when the breaker is
withdrawn far ease of inspection and maintenance.
3. Circuit breaker compartments shall be designed to house remo�able-element circuii
breakers. Siationary primary disconnect cantacts shall be silver-}�lated copper,
Graunded metal safety shutters shali isalate all primary connections ir� the
compartment when the breaker is withdrawn from connected pasi�ion.
4. Circuit breakers shafl be rated as indieated in drawings. Circuit breakers aF equal rating
shall be interchangeable. Circuit breakers s�all be operated �y an e{ectrica6ly charged,
mechanically and electricaily trip-free, stared-energy spring.
Circuit breakers shall be equipped with secandary disconnecting contacts which shal!
autorr�atically engage in the connected position.
6. Each circuit breaker compartment shall be provid�d with an integral motorized racking
device accessary or a portable/exfernal mator aperatar, wi�h t�e fallowing �eatures,
a. Allow moving the breaker between th� connect, test and disconnect positians
(applicabie to 5 and 15 kV) a distance of up to 3D feet �ia a hand-held pendant, with
the breaker compartment daor closed.
Ci1y uf Por€ \1'orth 1! �,sPsrJe Jl'uler Ti•cutir7e�r! Pluru I3uckar�3 Gc�ierulvr.s
CilPI'r���ec! A'arn�l�e1•: 1113�1fl1
26 13 26 - I5
ME(]4UM VQl.iAGE METAL CLAI} SWITCi{GEAR
Page 1S of 34
b. Breaker pasition shali be indicated on �he pendant by L�D lighis. A blinking light
indicates that the circuit breaker is in the motion thraugh the selected positiort. A
salid �nan-blinking) light indicates that the circuit breaker has reached and stopped
in the selected pa5ition. ln case norrnal aperation fails, �he appropriat� error code is
dispfayed on the pendant in a separate 2-character LED dispfay windaw.
c. The systern shall be designed such that it allows manuai racking o� the circuit
breaker using the levering crank accessory. Manual racking operation sha11 disable
the motorized racking accessory.
d. It shail be possibfe to enable/disab[e operation of the motorized racking accessory
via external interlocking/perrnissive contacts.
e, 120V AC power for the motorized rac{cing accessory shall be derived frorn a cantrol
power transfarrner mounted in the switchgear.
f. The hand-held pendant shall also include "Open" and "Close" pushbut�ons to allow
remote operation of the cireuit breaker.
g. The manufacturer shall provide a 30 feet cord and handheld pendant to operate
remote racking mechanism and npen/dose �reakers.
Provide a discr�te I/O interface madule maunted in each circuit breaker eantrol
campartment for contr�l ofi the motorized rac[cing accessory via external hard-wired
dry eontacts, for exatrtple, �ia push butions located at a remate control par�el. The
I/O interface module to provide autput terminals for connections of remote 24V
l.�Ds for indication af breaker pasition status at the remote panel. With this 1/�
interface, the circuit breaker can be moved from disconnect to connect or fram
connect to diseonnect positions from a remote control panel. Whenever the hand
held pendant is in use, �he pendant becames the master and will override the
customer's remote controE signals.
7. An indicator shall show breaker position when racking breakers in or out of their
cannected positions.
8. interlocks shafl prevent ma�ing breafcer to or from operating position unless main
contacts are open. Operating springs shall be discharged autort�atica[ly when breaker is
rolied fu11y into connected or discannected positian. Rack out device shall have
pravisions to padlack in cannected ar discannected position. When locked in
diseonnected position, breaker shall be rernovable fram compart�nent using portab[�
lifting de�ice. Padlack shall not interfere with breaker operation.
9. Automatic shutters shall co�er primary discannect stabs when breaker is withdrawn to
test/disconnect pasition. 5hutters shalE be positively dri�en by linkages connected to
racking mechanisrn. A stationary barrier shall be located in front of the shut�ers for
additional safety.
10. The breakers shaii be el�ctricaliy aperated �y the fo{lowing cantral vo{tages: 125VAC,
ciose and trip unit.
City of Fart 11'orth fi'esl.ridc !i'cuer Treul�rzeirl PI�riN 73ackup Gene��ulvrs
Cili� Pi•njeed r1'rulrhei': 1(13d i0
25 13 2fi - 16
IVtEDfIfM VdLTAGE METAL-CLAO SWITCHG�AR
Page 16 of 34
11. 125VAC power shall be providec� from DC system (chargers, batteri�s, racks, etc.) ieeds
a DC paneiboard shall I�e sized by the manufacturer.
.f, Circuit Breaker Control
1. Control
Lass of norma! service vol�age as determined by the protecti�e relaying on a main
circ�ait brealcer shalf not cause �hat circuit breaker to trip apen.
C1ose and trip circuits shail be separately fused. Fuse blocks shall �e dead front, pull-
aui type.
c. Each breaker shall be complete wi�h control switch and red and green indicating
lights to indicate breaker contact positian.
d. Eac� breaker shall have a minimu� of four normally open and four nnrmalfy closed
spare auxiliary contacts wired to accessib9e terrriina! blocks.
2.04 F�EDER PROTECTlON SYSTEM - MAIN BREAKERS AND FE�bER BREAKERS
A, Furnish where shown on the f3rawings, a Feeder Protection System, for feeder rr�onitoring
and protection, for each Main and Feeder Breaker as shown an the arawings, and as
specified in Section 26 27 13 Power Metering and Protective Relays.
B. Current and potential test blocks and plugs shall be provided for a(1 metering and protection
circuits.
C. 125VDC powered frnrr� the DC systern �o }�rovide cor��ral power to the Main breakers refays,
Main breaker operatars and pnwer quaiity r�eters and as indicated in the Drawings.
D. Where Type 8b lockout relays are specified or shnwn on the Drawings, the relay shall be a
daor mounied, high speecE multi-contact relay for �rip and/or biock clase breaker eon€ra!
and contact multiplication. Contacts shall be electrically separate. ReEay shall be electrical
trip and manuai(y reset, A�lack target shal{ indicate the Reset pasition and an nrange target
the Tripped position. Pro�ide Electroswitcf� or equal.
E. The SEL 751 �ar GE/Multilin) feeder protection reiay shall be furnished with an Arc-Flash
Option Card and Fiber-Optic based sensars, Switchgear manufacturer shali instal( Fiber-optic
cables (point) to insure detection of a(i passible arc-flash events. S�L representative
application engineers shall be consuited to �erify installation, optimum sensar lacations in
the switchgear complete wifih commissioning tests ta verify the operation. Arc-flash e�ents
sensed by the Main br�aker protecti�e relays sha{I trip the Main #�reaker. When opera�ing
with the Tie I�reakers clased, an aro-flash event sensed by the Ti� breaker reiay shall vpen
the Tie breaker to achieve select9ve coordination between the Main break�r and the
afFected bus.
F. Install point arc-flash fiber optic sensor on rnain ties and breakers.
C's[y o1' I'rn'1 1lrarth i! e.cl.side JPulrf- Ti•ealnieiu f'hur! 13uckap Gwrerirluf�.s
Cil�� 1'rnjec/ r1'mri6er: IO.id I U
26 13 26 - 17
MEDIUM VOLTAGE METAL-CLA� SWI7CHGEAR
Page 17 of 34
2.05 METERING — MAIN B�tEAKERS
A. Furnish a Pawer Quality Meter, for each Main Breaker as specified in Section 26 27 13
Power Metering and Protective Relays.
2.06 CONTROLS- GENERAL REQUIRfMEl�iS
A. Pro�ide one generatar contral asserrtbly for each engine generator and one master control
assembly for the system.
1. Master cantrol assem�ly: �ree-standing controi panei.
2. Generator control assembly: integrated intn master control assembly.
B. Free-standing Control Panei Construction:
1. Fuliy front-accessible.
2. lndoor drip-praof enclosur�.
3. Painted sheet steei with rigicf structurai frame.
4. Full-length hinged daar with 3-point roller-cam latching mechanism and wind brace.
5. Pro�isions for anchoring to electrical room floor.
C. Wiring:
1. 600 V cnpper type SIS or MTW.
2. Minimum #12 AWG for potential and eurrent circuits.
3, Rin$ terminaf connectors for current, potentiai and DC voitage conductors.
4. Labeled at both ends to correspond to the schematic and wiring diagrams.
5, Provide segregation of wiring E�etween �oltage levels and signal types:
a. I]C and AC patentia! ant! current circuits.
b. 24 V�C digital signals.
c. 24 VDC analog signals.
p. Terminal Boards:
�.. 600 V, 30 A, screw-cla�np type with center marker strip far al) current, patentia[ and DC
�oltage wiring; GE Type E6-25.
Ci1y nf Fnrt 11'arth I Pcs�side lPrr�er lreuluieiN PIur�1 l3uckri�� Gexe�•nlnrs
Ci11' �'�'qjecf A'xmhcr.� 103d 10
z61� z� - �s
M�DIi1M VOLTAGE METAL-CLAp SWITCMGEAR
Page 18 of 34
2. Pro�ide for ail fie)d wiring anct inter-unit connections.
3. Provide for int�rnal wiring of control panel as required.
4. Segregate field wirirtg terminal boards frorr� internal and inter-unit wiring terminai
boards.
E. Analog instrumants to be 4-1/2 IN switchboard type, 1 PCT accuracy, GE AB-40.
1. Edgewise 1-1/2 PCT accuracy instruments are not acce�table.
2. Provide heavy-duty rotary type instrument cantrol switches, rated 600 VAC, Electro
Switch Company Type 24.
F. Arrangement of Contrnls and lndicators:
�.. Provide color-eoded mimic bus, minimum 1/Z 1N wide brig�t plas�ic laminate,
continuous between contral panels to show arrangement and connections of
generators, circuit breakers, and feeders.
2. Arrar�ge operator conkrnls and inc[icators in an intuitive manner fallawing the mimic bus
and logical groupings.
G. Connect all generator control par�e( equipment current circuits to metering current
transfarrrters in switchgear,
1. Relaying eurrent transformers are dedicated to generator protection relay.
2.07 GEN�RATOR COIVTROLS
A. General:
1. fncludes the items listed befow as a minimum for each generator, plus all other iterns
and components required for sp�cified perfarmance and function,
2. Coordinate with en�ine control panels furnished by engine-generator rr�anufacturer.
3. Provide generatar start/stop contrnl, sa€ety shutdown, alarm and s�at�s indication, and
operator controfs.
B. �oor-Maunted Controls and Indicators:
1. One status and alarm annunciator panel, LED back-lighted type with engraved windows.
2. One audil�le afar€� horn.
3. One AC voltmeier, 18 kV full scale.
4. One AC frequency meter, 58-62 Hz.
C`ity of Port 1V[zrtls lJes�f.side �Puler Ti•eul�iaefN Plmi1 I3uc�kup Uerrerulors
('iq' Prr�/ec1 rVunrl�er: 1(i3� 1l1
26 �3 26 - 19
MEDIiIM VOLTAGE ME7AL-CLAD SWITCHGEAR
Page 19 of 34
5. One voltmeter selector switch reading phase to phase and phase to neutral.
6. One AC ammeter, 5-ampere movement, 200 A fuil scale.
7. One ammeter selector switch, reading Off-�.-2-3.
8. One AC KVAR meter.
9. One AC wattmeter, 2400 kW fuil scale.
1q. One circuit breaker controi switch with red and greert indicator Iights.
11. One governar cantrol switch.
12. Or�e �oltage controi switch.
13. One engine selector switch with reset-aff-auto-run nameplate.
1�4. One guarded emergency stop pushbutton.
15. One run�ing time tneter, 3-1/2 !N (99.9 MMj �lange, GE 231.
15. One multi-function ger�erator protection relay (Device GPR).
a. May be located at switchgear.
17. One locka�t relay (Device 86G).
a. May be located at switchgear.
�.8. Test switches/test blocks far potential and current circuits.
C. Internally-Mo�nted Corr�ponents:
1. 4ne programmabl� logic controller (PLC} with associated power supp6y, processor,
input/output maduies and camm�nieations interface.
2. Qne digital speed control a€�d interface to engine ga�ernor.
3. Dne VAR/PF cantroller or digital excitation control and interface to generator �oltage
reguiator.
4. One automatic synchronizer.
5. One set af cantrol wiring, fuses, fuse blocks, terminals, nameplates, �tc.
a. Wiring to be r�ur�bered at bo�h ends.
6. Discor�nect and monitaring devices for incoming power.
Ci[)° of Port Illortic fl e.sl.sirle il'�ifer 7renf�nelrl f'lrorf I3rrckup Cietrerruc�t•.r
Cilv 1'rojeci rlrnnrher: 1O3d10
26 13 26 - 20
MEp1UM VOLTAGE METAL CLAd SWITCHGEAR
Page 20 of 34
D. Regulated �ower supply derived from 2�4 VDC engine starting battery system.
1, Provide proper operatior� aver input valtage range nf 12 to 30 VDC.
2. Provide over- and undervoltage tr�anitoring of contral �awer supply and dawnstream ot
t�e overcurrent protection on each separate i�ranch of the 24 V�C supply with alarm
annunciation and reporting to systern PLC.
E. Automatic Starting Controf:
5
C�
1.. Cantrol starting, stapping, and monitoring af engine ger�erator.
2. Permit engine cranking system at least three cranking attempts of 1Q-secnnd duration
with rest periods o€1� seconds frorn eaeh sta rting systern.
3, Alt�rnate starting systems between attempts.
4. Overcrank lockout �a occur after four unsuccessful cranking attempts,
Prnvide means to allnw for continuous cranking cycle if required.
Failure system far shutdown failure with red warning lights to inctica�e nature of failure.
F. Alarrns:
1. Provide one audible afarm indication for failure and alarm modes, adjustable 70 to 100
decibels, and include silencing circuit which, after ac�ivation, will permit audible
annunciation af subsec�uent failures.
2. Provide one lamp test switch.
3. Provide following fail circuitry with additiana! contacts for remnte indicatian of each:
One approach low I�be ail pressure
One low wafer ternp�rature
One approach high water temperature
One engine PI.0 faifure
One cantrol voftage iailure
One low fuel pressure
Generator Pratective Relay Faifure
Low Water l.evef
�ne overcrank
One failure to sync�ronize
One low lube oil pressure
One high water temperatur�
G�nerator Pratective Relay/Lockout Trip
Alarm only
Alarm anly
Alarrn onEy
Alarm only
Afarm only
Alarr� aniy
Alarm only
Irr►mediate shutdawn
Immediate shutdown
Alarm only
frr�mediate shutdown
Immediate shutdown
Immediate shutdown
Ci€y of E�or� Norfl� lJisls�irle JP�rler 7reu�ruen! P����r1 L3crek�q� Geiiercrlurti
Crly� Prajec'1 rVt«irbel': 1(13d IO
26�326-21
MEDIUM VOLTAGE METAL CLAD SWITCHGEAR
Page 2�. of 34
Emergency Stop pushbutton shutdown
RemoCe �mergency 5tap pushbutton
Irnmediate shutdown
Immediate shutcfown
G. Engine Controi 5elector Switch — AtJTO-MANUAL-O��-RESET:
1. ftESET:
a. Generator is stopped and shutdown cnnditions are reset if initiating condition has
expired.
b, if generatnr is running, it will immediately shut dawn and its circuit k�reaker trips.
2. OFF:
a, Generator is stopped.
b. If generator is running when placed in this position iis circuit breafcer trips and
generator shuts down immediately.
3. A11T0:
a. Generator is in stand�y and star[s whenever generatar run signai is recei�ed from
cantrol system switch.
b. When generator run signal is rerr�oved, generator circuit breaker trips ar�d generator
goes through normal shuidnwn with time delay to allow engine to cool.
4. RUf�: Generatnr star#s and con�inues io run until sefector switch is re�urned to OFF or
S'�'OP position.
H, Cantrol device outputs isofated through plug-in relays with contacfis rated far intendecf
service, unless noted otherwise.
1. Provide relays used €n [ow valtag� control eircuit logic with gold f{ashed contacts for iow
�oltage, fow current duty.
2. Enclose refays and plug-in time delays in polycarbonate co�ers with control �oltages
cl�arly marked.
I. Generator voltage sensing ta respand to true RM5 value af generator voltage.
1. Pro�ide reiay with field adjustable pick-up range of 75 to 10C3 PCT of nominal and field
adjustabie drapout af 8D io 95 PCT of pick-up.
2. Provide dropaut witl� 0 differential for �ime delay reset about dropaut setting.
3. Factory settings 90 PCT �ickup, 85 PCT dropoui.
J. Generator frequency sensing utilizing full cyd� sensing responds �o fundamental frequency
of system ignoring wave shape distortion resu6ting fram snlid state controlled loads.
Cit7� oCf�oi[ 1Vc�rth If'e.sl.siJe 1Pater Trcut»�eru 1'&rit! liuckup Genercuol•s
C'iry� Yt•r�ject r14sn�Lc�•: !(13dl0
26 23 2G - 22
MEDIUM VOLTAG� METAL-CIAQ SWITCHGEAR
Page 22 of 34
1. Relay ta be field adjustaE�(e 45 to 60 Hz pick-up wiih acEjustable differential of p.�. tn 10
Hx.
2. Pravide �oltage/frequer�cy dropaut time delay 0.1 to 6 seconds field adjustable to
override laading transients.
3. Repetitive accuracy within �1p PCT, factory setting 2 seconds.
K. Provid� alarm point and shutdown functions as listed above to p9ant controf system for each
generatar.
2.08 MASTER CONTROL5
A. General;
l. Master cantrol assembly provides system contrnl functians.
2. Includes the items listed below as a rr�inimum, plus all other items and components
requir�d for specified performance and function.
B. Interlocking Functions
1. Automatic Transfer Schem� (A7'SC}
a. ATSCs shal[ be of the PLC based type, the power supply shall be fed frpm the 120V
Lift Station UPS system. The PLC us�d in this appfication shall be the manufacturer's
standard for this application.
b. The ATSC shalf initiate transfer of the laad to the emergency source when any phase
of the normal sot�rce drops below 80% of normal voltage.
c. The following accessaries shall be furnished:
1) Cios� differential adjustable phase sensing relay set to drop out at 80% of rated
voltage and pick up at 90% oF rated voltage,
2) Adjustable 0.5 to 6.0 second time delay to o�erride normal saurce pawer
outages (set at 2 seconds).
�) lVeutral (off} position adjustabfe tirne delay 0.1 to 60 seconds.
4} Adjustable time deiay an retransfer to normal (1 to 30� secondsj. with 0 to 25
minute adjustable ur�loaded engine running time after re�ransfer.
5) Two auxiliary contacts ta ciose on narrnal source failure (far remote alarm and
er�gine start).
d. A maintained contact test auto switch, key operated, and normal/emergency pilot
lights shall b� mounted an the doar of the Standby Power Circuit Breaker.
City af E�ort IVorth f!'e.sl.srrle I{4r1er TrerrinieiN PJun1 l3uckarp Gcrrer�ilors
Ci11' F'ru�ec! �Varsrber: 1113�! 1(1
26 13 26-23
MEOItJM V4L7AGE METAL-CLAD SWI7CHGEAR
Page 23 of 34
C. [}oor-mounted controls and indicatars:
1. �ne systern status and afarm annunciator panel, LED hack-{ighted type with engraved
windows.
2. One audible alarm horn.
3. One AC �oltmeter, 8 kV full scale.
4. Or�e voltm�ter selector switch reading phase to phase and phase to neutral.
5. �ne AC frequency meter, 58-62 Hz.
6. One system mode selector switch with Auto-Manual nameplate.
7. Ret�rn mode selector switch (manual/automatic).
8. Return-to-normal pushbutton.
9. Transfer rr�ode switch (Open/Clased transition).
�0. Load shed enable/disab[e switch,
11. Lnad shed pushbutton.
12. Lnad sheci reset pus�button.
13. Load demand control enable/disable switch.
14. System frequency contral switch.
i5. 5ystem valtage contrni switch.
16. Circuit breaker contral switches wi�h indicator lights for the utility rr�ain and tie circuit
breakers.
17. Feeder circuit �reaker control switches located at switchgear.
D. Iniernally-Maunted Cantrols:
1. One systern control prograrnrnable logic contraller {PLC) system with assaciated power
supply, input/ou�put anc{ HMI com�onents, and eommunieaiions interface.
2. One rnaster automatic synchronizer ta control synchronization of engine generators as a
system to utility sources and across tie breaker.
3. Pro�ide one rt�aster audible afarm harn adjustable fram 78 to 1E32 decibels.
a. Include alarm silence pushbuttan and circuitry to allow audibl� annunciation of
subsequent maffunctians.
Cit�� 01' C'art Nortl� ilirst.rirle 11'c�fer Tr•eulr�reiil YIcuN 13uekr�p Geire��rNa'.r
C'its� Project �\'iunbe�': I O�d ! 0
26 13 26 - 24
ME61UM VOLTAG� NtETAL-CLAD SWI7CHGEAR
Page 24 of 34
4. �ne se� of contro( wiring, fuses, fuse blocks, terrninals, nameplates, etc., as required.
a. Pro�ide wiring numbered at both ends.
5. Disconnect and rr�onitoring devices for incomir�g pnwer.
E. Provide the following fail circuitry for mas�er con[rai cttbicle:
One voltage/frequency failure
Open/Closed transitio� mode
Manual/Autnmatic Return
Mode
Systern-not-in-Auta
Load shed bypass
Faif to synchronize
PtC failure
Control va[tage failure
System under test
Load demand moc[e
Not in automatic
One foad shed activated
Aiarm only
lndication
indieation
Alarm
Indication
Aiarm anfy
Alarm nnly
Alarm nnly
Indica�ion
lndication
Alarm or�ly
Alarm and Laad
Shed
F. Each point listed above provided to the plar�t control system.
G. O�er/under frequency and over/under valtage sensors to detect abnormaf condition on
ge�nerator I��s.
1. Over/under voltage and overfrequency fail�re ca�ases alarm horn to saund and r�d fail
lamp to light.
2. Underfrequency condiiion ini�iates laacf shedding as well as sounding alarm horn and
lighting red fail famp,
H. Regufated 120VAC UP5 pnwer supply,
1. Pro�ide proper performance over input voltage range.
2. Provide diode-based "best battery" selector to pro�ide cnntral power frnrri battery
snurce f�aving the highest acceptable �oltage.
3. Provide over- and undervoltage monitoring of eaci� contro! power supply and
downstream af the overcurren� protection on each separate branch of the 120VAC
supply with alarm annunciatian ancE reporting ta pfan� control system,
City of Fnrt 1Vnrth U'estsr�le If'rrter Tr•eul�t�e�r1 PJurr1 /tuckiq� Gerterrrtnrs
CilP 1'rojer! r1'raixbeic 1(1_Td IO
26 13 26 - 25
MEQIUM VOLTAGE METAL-CLAp SWiTCHGEAR
Page 25 of 34
2.09 CONTR�I. SYSTEM INTERFACE
A. Provide a single-point open �thernet/IP interfaee to the Plant eontrol system �o transfer alE
generator and system controi, status, akarm, and shutdown data pnints to the plant control
system.
B, Pro�ide al! hardware and saftware necessary to deliver the contral and data to the Plant
Control 5ystem via Ethernet/IP pratocol.
1. !t is the responsibility af the }aaralleling switchgear supplier to coordinate the
communicatian interface with the syst�m integrator and have included ail necessary
mat�rial, labor and engineering in their prapasal.
C. Pro�ide a field service engineer to work with the plant cnntraf syster� integrator during
startup and commissioning to �erify controf and data transfer, test all input and output
points, and �erify carrespondence at points between the paralleling switchgear and the
�}��flt 5y5�2C1'1.
D. Control camponents
E. General Reqt�irements;
1. Solid state devic�s:
a. Meet or exceed transier�t o�ervoftage withstand iest and surge withstand capal�ility
tests {SWC) per lEEE C37.90.
b. In addition, where UL standards exist for corr�ponents, devices and/or assemblies,
such standarcls a�ply.
2. Provitfe control relays suitable and ad�quately rated for intended ser�ice in control
system.
a. Provide relays used in law-�oltage, iow-current DC cantrol circuits with gald flashed
cantacts to er�sure positive cantact make.
b. Relays used for other than logic and dry eontact switching to have contact ratings
suitable for make and carry of their duty current at vo{tage of operation.
c. Pro�ide plug-in type relays for eontrol circuit duty with retaining cl[ps and
transparent plastic or glass covers.
1} Clearly mark refays for contrnl valtage.
F. Programmable Logic Contralfers (PLCsj:
1. Generator controls shall be comprised af power supply, single CPU, and singie I/O
connections on a cornmon backplane or extended laackplanes.
Cit}' �� 1'or€ 1Vorth Ci'esLrrrle !i'rue�' 'I'recrlmeiaf !'l�aN 13uckr�p Gel�ei�crtor•.s
C:its� Projeel ;Ariunher: I034l0
26 13 26-26
MEpIUM VDLTAGE METAL-ClA[} SWITCHGEAR
Page 26 of 34
Master controls shall utilize redundant power supplies, CPEJs and I/O in hot standby
configuratian.
a. PI.0 failure or power supply failure in micf-sequence shall nat interrupt contro!
action.
3. Power supp)ies shafl be separately fed from the 120V station UPS system.
4. CPUs shall be of sufficient memory io eff�ctively double the eomputing requirements of
the proeessor without running out of inemory.
5. 5can rates shall not exceed 3Q msec.
6. CPUs shall have a separate prograrr�ming port t�at shall not be connected to any other
device thus held in reser�e for programming functions only,
7. Af! CPUs shal! be pragrammabie in ladder iogic or same other higher-level language.
8. PLC hardware and software wilf be fail safe.
a, If a fail�re occurs with th� individual engine PLC, the engine contro(s and circuit
breakers stiil operate manually anc[ the PLC failure will be alarmed.
G. Automatic Synchronixers:
1, Qperate synchronizer over input valtage range of 80 to 12S PCT of nomina( indefinitely
and over ambient temperat�re range af 0 to 40 D�GC.
2. Synchronizer capable of ineeting die�lectric and surge withstand ca�abilities as set forth
in IEE� C37.90.
3. Synchronizer becomes operati�e when ger�erator volta�e reaches 75 PCT of norrnal and
asstames control of generator voltage, frequer�cy and phase to match main bus and to
close generatnr breaker when preset limit has been reached.
a. 5ynchranizer refinquishes contrnl of generator governor one second after breaker
closure.
Provide �ail ta synchronize tir�e delay reiay to sound warning }�orn in event generators
or system are unable to be synci�ranized within an adjustable period of time,
approximat�ly 0 to 3 minutes.
5. Synchranizer outputs:
a. Voltage raise contact ar bias signal to increase generator voltage to pnint within
�reset and adjustable percentage of bus vaftage.
b. Voltage lower cantact or bias signal ta decrease ger�eratar voltage ta point uvithin
preset and adjustable percentage of bus voltage,
Cit}' af Fnrt 1Yoi9h II'e.st.sidc il'uler Ti•ruU�reiN Plrriu fiuckrrp Ge�ierufor.s
Cils'PrqJecl�1'rrnrf�ei: lU3d1(1
z613 zs - z7
MEQIi1M VOLTAGE NiETAL-CLAD SWIiCHGEAfi
Page 27 0( 3A
c. DC signa! suitable for driving governor system.
d. Synchronize contact ta close generatar circuit breaker when generator voltage has
same amplitude, frequency, ancf phase as bus.
6. 5ynchronizer eontrols:
a. Phase window control to adjust phase angie acceptar�ce band (approximateiy ±4
DEG to pEus or minus 30 DEG far 6q Hz).
b. Voltage window cantraf ta adjust valtage and amplitude acceptance band
�ap}�roximately 0 to -� 25 PCT).
c. Sync time control to adjust synehronizer da�nping to particular
engine/generator/ga�ernor combination being used.
d. Gain contra) to optimize synchronizing speed to particular
engine/generator/governar combination being used.
e. Sync delay control to allow �hase angle to stabilize within phase angle aecepiance
band before sync relay dosure.
7. Syr�chronizer mode switch, four position, AUTO-SYNC CHECK-iEST-0FF:
a. AUTO:
17 Normaf automatic phase-lack operation with control o�er generatar voltage,
frequency, and phase.
2) Provides 5ync relay contact closure.
b. SYNC CHECK: Na contral nver generator �oftage, frequency, or phase, but provides
sync relay cantact clo5ure when parameters are within preset limits.
c. TEST: Narma! automaiic phase-lack a�aeration with control over generatar �oltage,
frequency, and phase, but with no sync relay contact closure when sync candiCions
are met.
d. OFF:
17 No cQntrol o�er generator voltage, frequency, or phase, and no relay contact
closures.
2) Generator is controlled onfy by ga�ernor and voltage regulator settings.
H. Electronic Speed Control:
1. Digital controller cornpat9ble with engine ga�ernor actuator suppiied by generator
manufacturer.
Cit)' oF E�or[ \Vortki �list.side tiirler• 7reut�itenl Plriirf 13crcl�rap Cie��crrrfot�.s
C'i(f� f'rf�lec�t ,1'tuxhcF': 1 f13�110
261326-2$
MEDIi1M VOLTAGE METAL-CLAD SWITCHGEAR
Page Z8 of 34
2. Isochronous load sharing and adjustable droap aperational modes.
3, Compatibie wiih vnitage regulatar furnished by engine-generator manufacturer and
automatic syr�chronizer(s) specified herein.
4. Multiple setting group capability.
5. Automatic loading control tn ra�p foad an and off generatnrs when incfi�idual
generatars are added to ar removed from ti�e bus.
a. Adjustabie ramp rate and circuii breaker unload trip points,
6. 5tart fuel limit circuik for testing of er�gine-generatars.
I. Voltage Regulator Accessori�s:
1. VAR/Pow�r �aetor controller with adjustable setpoints for utility parallel operatian.
Z. Volts per Hertz compensatian with over and under excitatian protection.
3. Field discharga circuit breaker or contactnr for operaiion by generatar Inckout relay.
�. Use utility-grade contral switches far the fallowing appiicaiinns:
�.. Circuit breaker control circuits, induding breaker control switches and auto/manual
selectnr switches,
2. Go�ernar cantrol switches.
3. Voltage regulator control switches.
�4. fnstrument selector switches.
S. Engine mode selectar switches.
K. Use inclustrial-grade, heavy-duty, nil-Eight conErai switches for low-�oltage, iow-current
applications.
2.�.� R�M�T� MOiVf70RING AND CONTftOL INTERFAC�
A, General: All control and inEerconnectian points from the equipment to the plant contra! and
monitaring system shall be brought to a separate connection box, No field connections shall
be made directiy tn the equipment eontroi devices. Functions to 6e brought aut shall be as
described in the Control 5trategEes in Section 40 61 96.
B. Discrete contral or status fune�ions shall �e f�rm C relays with cantacts rated at 1Z0 volts
AC. Analog signals si�all be isalated from each other.
Ci(y c�r f�o3'I 1Vorth )f'est�rJe !/'uler Treul�ne�rf PIurH l3arkrrp Gcner�rtrn•s
Ci1t' I'r<i/ec! rl'arnrher: l03�1111
2fi 13 26 - 29
ME�IUM V�LTAGE METAL-CLAD SWITCHG�AR
Page 29 of 34
C. Equipment functions ta be dir�ctly interfaced to the Piant Cantrol and Monitoring System,
sha11 be designed far operatian with an Ethernet Connection.
D. The equipment manufacturer shall factory enter the proper IP Address for such connection.
Upon request by the Contractor, the Owner/Engineer will provide the proper Internet
Protoco! Address (IP Address), to be configured hy the equipment manufacturer.
�. Refer to 1&C drawings for lnstrumentation Input Output List for monitored parameters.
F. Communicatian
1. For rernote manitoring, one of the followir�g communication capabilities shall be
provided:
a. One int�gral 10/1006ase7 Ethernet port supporting Madbus TCP, Ethernet IP and
SNMP protocols.
b. One media protocol con�erter, interfacing the provided equipment to a
1a/100BaseT Ethernet port supporting Modbus TCP, Ethernet lP and 5NMP,
2. The protocal interface shall implement the following:
a. All data shall be a�ailable and/or mirrored within the Modbus 4x or "Holding
Register" memory area.
b, Re�ister 4x00Q01 shall exist and be readai�le to allaw simple, predictable °comm
tests".
3. The media protocol converter shall meet the following criteria:
T1�e converter shall support 10/100Base-T Ethernet. The serial port speed {baud
rate} shall support 230kbps. The protocol shall support Modbus'1"CP, Et�ernet IP,
DF1., and Modbus RTU/ASCIf. Protocol shall be Web Browser configurable.
Operating limits shall be 0-60°C, with humidity range minimum of 5-90%a. ShocEc
capability an the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2.
Power req�irem�nts shall be 9-30 volks DC at 0.5 amperes minimum.
c. The converter shall have LED status for serial, signals, power, and Ethernet.
d. The con�erter housing shafl be �7L 160A, Class 1 Div 2, [31N Rail mountable. The
canverter shall ha�e DB-9M port cannection, with screw terminals, to the input.
e. Converter shall �e Digi One lAP, ar appraved equal.
2,7.� ACCESSORIES
A. Provide the following accessories:
City ot Fort 1Vorth fi'e.rtside �1'�rfer Trerrlmenr P7uiu 13rrckrrp Generulnr•.s
Ci1�= Prujec� r1'unnc�i•: II13�J11)
26 13 26 - 30
M�DfIfM VOiTAGE MEFAL-CIAD SWITCHGEAR
Page 30 of 34
1. One — ereaker lifting truck.
2. One � Breaker test equipment.
3. One -- Test cabinet
4. One — Test jurnper cables
5. One — Manual ground and test device
6. One — Manual contro) racking c#evice
7. �urnish and install a non-conducting flonr mat, minimur-n 3/8-inch thick by three feet
wide, meeting ANSI/ASTM D-178-01 Type 2 Class 3, Wearwel! 702 or eq�al, and
extending the full length of the equipment lineup.
Z.12 FACTORY TESTING - SWfTCHG�AR
A. The fnllowing standard factory tests shall be performed on the circuit breaker element
pravided under this Section. AI[ tests shall be in accardance with ihe latest �ersion of AN51
standards.
1. Alignment test with master cel) to verify all interfaces and interchangeability
2. Circuit breakers aperated o�er ti�e range of minimum to maximurri eontrol voltage
3. Factory setting of contact gap
4. One-minute diefectric test �er ANSI standarcEs
5, Final inspeetinns and quality checks
B. The following production tast shall be perforrned on each breaker housing;
�. Alignment test with master breaker to verify interfaces
2. One-minute dielectric test per ANS! standards an primary and secondary circuits
3, pperation of wiring, retays and other devices �erifiecE E�y an operatior� sequence test
4. Final inspection and quality check.
2.13 WlTNE55 TEST'IfVG
A. The Owner/Engineer wiil witness th� Factory Tests.
B. The number of Owner/Engineer persons v+ritnessing the tests will be 4 persons,
City nf �'oi1 1Vurtlt �l es7side 11'aler Ti•eulntcnl Plrrn! BuckaqJ Genei•«fors
Ci1 y� Prr�jecl ,1'irrube� : 103d 1 p
2b1326-31
ME61UM VOLTAG€ METAL-CLAD SWITCHGEAR
Page 31 of 34
C. Under no circumstances, will th� equipment be appra�ed for shipment, nor will the
ec�uiptnent be accepted by the Owner, if witness testing is specified, and the equipment is
shipped without the testing being witnessec{.
D. If a test must be re-run due to failure in meeting the specified requirements, the witn�ss
expenses far the re-test shall be barne by the Manufacturer or Vendar. Retesting on the
same trip shall h� on[y at the option of the Dwner/Engineer.
E. The Owner/Engineer, who is witnessing the testing, shall apprave a!I travel arrangements,
including the airline selected, flighL times, hotel selected, testing agenda, etc.
F. An interpreter/guide shal! be provided if �nglish is not widely spoken, ar in areas where
English is nat the native iar�guage.
G. Th� �wner/Engineer shall ha�e direct camrriunications with the person who is responsible
for focal arrangements and has tl�e authority to pay for thase expenses priar to leaving the
Owner's Praject locatian, or ather designated location.
H. The Cantractor shall submit the testing agenda far approval a� least 3[i days prior ta the test
daie, or the test date shafi be rescheduled, with no change in the Contract price or time. The
agenda shall inciude a d�tailed list of ail tests to be done.
I. W�ere travel is o�er night, testing shall not s�art an the arrival day.
J. 7ra�el Documents
1. The Cantractar shall be respansihie to obtain Letters of ln�itation and ather
documentation requireci to o�tain a visa into the host country. The Contractar shafl
obtain the visa itself and directly pay for the cost of a �isa service and the fee that the
host country charges �or the �isa.
The Contractar shall �se a visa service (ocatec{ in the t]alias, Texas area to handle the
Own�r/Engineer's passports who are tra��ling to witness the test, and to pay alf
expenses for the visa service company and the cos� of the visa required by the host
country.
K. Owner/Engineer Persans Travel Expenses
1. Owner/Engineer representatives shall no� have to provide for any o�t of pock�t
expenses relat�d to the trip, �ransportation, meals ar incidentals that would require
later reimbursement.
i'he Contractor shall pro�ide, and �ay for, all air travel fare, inciuding ground shuttle ar
taxi, to and from the Owner/Engineer's office or residence. Air fare inside the
Continental United States shail be non-stop if available, Coach Class or better, �rom
[]allas, Texas. Air fare outside the Continental Uni�ed States shall be non-stop if
available, Business Class or better, fram C�alfas, Texas.
Cilv of i'art 1Vorth !E'esl.srde fi'vle�• Trcurlric�N Plrritl t3uckrg� Geirerula�s
' Crli�Pr•njecl r\'irr�rher: iO3dl(1
26 13 26-32
MEDIUM VOLTAG� METAL-CLAD SWITCHGEAR
Page 32 of 34
3. Ground transportation a� any destination shall be provided by the t�ost Original
Equiprrier�t Manufacturer (OEMj. ihe Owner/Engineer persons shafl nat be required ta
drive in a foreign co�ntry under any circ�mstances.
4. The Contractor shall provide for hotef, meals, trave! and incidentals to be paid for by the
host OEM at the �esting locatian, whose eqi�ipment is being test�d. The hast OEM shafl
have the authority to resofve any exp�nse problerns, If the Hotel offers restaurants,
those charges shafl be covered in the Hotef expenses. If ineals are not offered at the
Hotei, transportation to restaurants and the cost of those meals, shalf be provided by
the host OEM.
5. Access to an internationai cell phone shali be provided while ot�t of the Cantinental
United 5tates.
6. Access tn the internet shalf be pra�ided while out of the Continental United States.
2.14 FACTQRY TEST R�POftTS
A. Following compl�tion of faciary tests, the Con�ractor shail furnish to the Owr�er/Engir�eer,
far review and approval, faur certified copies of all test data required by �h� Specifications.
The Owner/Engineer will promptly review test data and, upon determining that the
equipment meets coniract requirerr�ents, authorization will 6e g9ven for jobsite deli�ery,
fncomplete equipm�n� or equiprt�ent failing factory tests will nat be accepted at the jobsite.
Only Jobsite delivery shall nnt be made, withnut written appraval o€ test data by the
Owner/�n�ineer, except at the risk o� the Vendar,
3.aa EXECUTION
3.01 MANUFACTURER'S �EPRES�NTAiIVE
A. Provide the services of a qualified factary-trained tnar�ufacturer's field engineer ta assist the
Contractor in installation and start-u� of the equipme€�t specifi�cE under t�is 5ection for a
period of not less than 10 working days. The manufacturer's representative shal! pravide
technical directian and assistance to the contractnr in general assembly of the ec�uipmen�,
connections and adjustrr�ents, and testing of the assembly anc! components contained
therein.
5witchgear manufacturer shall install Fiber-optic cables (point or loop sensingj ta insure
detection of afl possible arc-flash events. SEI. representative app9ication engit�eers shail be
consu9ted to verify installation and optimum sensar focations in the switcf�gear complete
wit� commissinning tests to verify the aperation.
C. The Cor�tractor shall provide three copies of the martufacturer's field start-up repart.
3.02 1�i5TALL�R'S QUALI�ICATIONS
City c�l� Port �Vnrtkt Tf4�.sl.rrrle It'uler Tf�e«Lneii! Plarrt 13rackrrp Genev�ilurs
Ci15' PrajecP rl'rrnrfier: 1 fJ3�11(1
26 13 �G - 33
MEDIUM VOLTAGE METAL-CL/1D SWSTCHGEAR
Page 33 of 34
A. Installer shall be specialized in installing medi�m voltage rr�etal clad switchgear with
minimum five years documented experience.
3.03 �XAMIl�ATIQN
A. �xamine installation area to assure there is enough clearance to ins�all the switchgear.
B. Check concreie pads for uniformity ancf level surface.
C. Verify that medium voltage metal clad switehgear is ready to instal{.
C3. Verify fiefd meas�rements are as ir�structed by r�anufacturer.
3.04 INSTALLATION
A. The Cont�actor shail install al{ equipment per the manufacturer`s recornmendations and
Cantract Drawings.
B. Contractor shalf be responsible for applying tape insc�lation to each cable termination at
each l�reaker sectian
C, lnstalled required safety lat�e{s.
3.05 FIE�D QUALITY CONTROL
A. lnspect installed switehgear for anchoring, alignment, grounding and physieai damage.
B. Check tightness af all accessible electrical connections. Minimum accepta�le values are
specified in manufacturer's instructions.
3.06 FIEI.Q ADJUSTING
A. Adjust all circuit breakers, switches, aecess daors, o�erating handles for free mechanicat and
electrical op�ratian as described in manufacturer's instruetions.
B. The Power Monitaring and Protecti�e ftelays shall be set in the fielc� by a qua6ifiied
representative of the man�facturer, retained by the Contractor, in accordance with settings
designated in a caordir�ati�n study of the system as required in Seetion 26 00 00 1.01.H
Power 5ystem Study. All such settings, includi€�g the applicatian of arc flash labeis, shall hav�
been made and Ap�roved by the Qwner/Engineer, prior to energizing af the equipmet�t.
3.�7 FIELD TESTING
A. Megger and reeord phase to phase and phase to ground insulation resistance of each bus
section. Megger for 1 minute for each measurement at rr�inimum voltage of 5000 volts DC.
Measured insulation resistance shall E�e at least 1000 megahms.
City oCE'ort 1Vortlt 11 c.rlsicle ]t nler 7'reutmeri7 Pl<nu I3uckup Gei�ernlnrs
Cil��P�•r�jec•1 �V�mrber: l03�11(1
zs �3 z6 - 3a
MEDIUM VOLTAG£ iV1ETAL-CLAD SWI7CHGEAR
Page 34 oF 3A
3.08 CLEANING
A. Clean interiors of switchgear, switchboards, panels, separate enclosures to rer�tove
construction de6ris, dirt, shipping materials.
3.09 �QUIPMENT PRQi'ECTION AND RESTORATION
A. iauch-up and restore damaged surfaces to factory fir�is�, as appro�ed by the manufacturer.
!f t�e damaged surface cannat be returned to factory specification, the surface shall be
repfaced.
3.10 MANUFACTURER'S CERTIFICATION
A. A qualified factory-trained manufacturer's representative shalf �ersonalfy inspect the
equipment at the jnbsite and shall certify in writing that the equipment has been ir�stalled,
adjusted, and tesied, in accordance with the manufacturer's recommendations, includir�g al!
settings designated in the Power System Study.
B. The Cnntractar shail provide three copi�s of the manufacturer's representative's
certificat�on,
3.11 TRAINING
A. Pro�ide manufacturer`s services for training of plant p�rsonnel in op�ration and
maintenance of the equipment furnished under this Sectinn.
8. The training shall be for a period of not less than one eight-hnur day.
C. The cost of training program to E�e conducted wit� Owner`s persannel shall be included in
the Contract Price. The training and instruction, insofar as practicab[e, s�al! be directly
related to the systern being supplied.
D, Provide detailed 0&M manuais to supplement the training course. The manuals s�all
include specific details of equipment supplied and operations specific to the praject.
�. The training session shaf! be canducted by a manufacturer's quaiified represeniative.
Training program shalf include instructinns on the assembly, circuit breaker, protective
devices, rr�etering, and other rr�ajor components.
�. The Owner shal] have the right to recard a videotape of �he training for the Owner's use.
END OF SECTION
Cily of I�c�rt IVnrtkt fi'c.�lside lPuler Ti�e�rlinen! Pln�a� Ifrackraf� Ge��cr�rins•s
Cily Prajecf r�4urabcr: I fl3d IO
2b2223-1
DISTRIBUTION DRY-TYPE TitANSFORMERS
Page i of 8
26 22 13 DISTRlBUTION DRY-iYPE �RANSFORMERS
1.Q0 GENERAL
1.�1 5CC)PE OF WORK
A. Furnish and instali single-pf�ase and three-�hase general purpose individualfy mounted dry-
type transformers af the two-windings type, seff-cool�d as specified herein, and as shown
on ihe Drawings.
B. The provisions of ihis Section shafl apply to ali dry-type distribution transformers, except as
indicated otherwise.
1.02 RELAT�D WORK
A. No references a€re made to ar�y other section which �ay contain wark related to any other
section. ihe Contract [3ncuments shall be taken as a whole with e�ery sectian r�lated to
every other section as required ta meet the require�nents specified. The organization of the
Contract €?ocuments into specification divisions and sections is far organizatian of the
documents them5eives ancf does not relate ta the division of suppliers or labar which the
Contractor may choose to err�ploy in the execution of the Contract. Where ref�rences are
made ta other Sections and other Divisions of the Specifications, the Contractar shall
pravicie such informatian or additional work as may be required in those references, and
Enclude such information or wark as may be specified.
S. Other Divisions
The Contractor shall be responsible for examining al{ Sectians of the S�eeificatians and
Drawings, and shali deiermine the power and wiring requiremer�ts and shall provide
external wiring and raceways, as required io pro�ide a fuily functianing �aower, control
and process contro) systems. If the equipmenf requires more canductors and/or wiring,
due to different equipment being supplied, tfte Contractor shall furnish the additional
conductars, raceways and/or wiring, with no change in the Cantraet Price, and with no
increase in Cantract Time.
Ld� SUBMITTA�S
A. Submit�als shaEl be made in accordance with the requirements of Division 1, Section 26 00
00 and as specified herein.
B. Provide systems engineering with coordination curves, ta derrtanstrate coordination
between proposed breakers and/or fuses submitted, sueh that protective device
coordination is accamplished. Sueh curves and settings shall be incfuded as a part of tihese
submittals.
Cit�� oF Por1 1�'ortit 11 esl.srdc If'ufei� Treur�ire:rt 1'!mi! 13oc%up Ge�rerrNnrs
C`ill' Prnrec! �1'1r»tber: II73�J�0
z6zza3-z
D15TRIBUTION bRY-7YPE TRANSFORNkERS
Page 2 of 8
C. Coardinate short circuit rating of equipment per Power System 5tudy pro�ided by Pnwer
Study Engineer.
D. Submittals shall aisn contain information an refated equipment ta be furnished under this
Specification but described in the related sections iisted in t�e Related Woric paragraph
abo�e. Incomplete subrnittals not cantaining the required information on the reiated
equipment will also be returned withnut review.
�. All equipment supplied under this Sectinn of the S�ecifications sha[I be products of the same
Manufacturer, and shal! be contained in one single submittal. Partial submittals wilf be
returned wiihaut review. Su�mittals shall also eontain information on related equipment to
�Oe furnEshed under this Specification but described in the related sections listed in th�
Related Wark paragraph above. Incorr-iplete subrnittals no� conta'tning the required
inforrrtation on the related equipment will alsa be returned withaut review,
F. �q€aipment speeified in Proeess Equipment and Mechanical Equipment �ivisions, and
supplied as an integral part of a process equipment manufacturer's package, but referred ta
this Section for corr�ponent details, sha(! be subrnitted with t�e manufacturer's package in
those Divisions.
G. 5ho� Orawings and Product Uata. For each trans�nrm�r specified under this 5ection, submit
the following information:
1. Outline dimensians and weights
2. Typical/Design test data
�. Transforrr�er ratings including:
a. lcVA
b. Primary and secondary valtage
c. Taps
d. Basic impulse IeveE (BIL) for equipment over 6pp valts
e. Design impedance
f. Insulation class ancE temperature ris�
g. Saund lev�l.
4. Product data s�eets
S. Conneciian diagrams
6. Installation information
7. Date of rr�ar�ufacture far each transformer
Citp o1� C'u��f \Vorth !I'e.sl.srde IPuter Ti•eulntenl I'luiil 13�rekup Gene�ralar.s
Crly� FF-vject r1'ini�ber: 1113�J lll
zs zz �� - 3
�ISTRl4UT10N pRY-TYPE TRANSFORMERS
Page 3 of 8
H. Operation and Maintenance Manuals.
1, ftefer to 01 78 23 for O&M Manua]s requirements.
2. Operation and Maintenance Manuals shafl inciude the foliowing informatian:
a. Manufacturer's contact address and teiephone number for par�s anc� service.
b. Instruction hooks and/ar leaflets
c. Recommended renewaE parts list
d. Recard Drawings af informatian required by the Submittals part of this Section.
e. Project reeord drawings clearly indicating operating features and including as-built
shop drawings, outfine drawings, and schemat'tc and wiring diagrams.
1.Q4 R�FERENCE STAfJDARD5
A. The dry-type transformer{sj and all components shal{ be designed, rnanufactured and tested
in accordance with the latest applicable iVEMA and ANS[ standards as follows;
1. DOE 201b Energy Efficiency Standards, 10 CFR Part 431
2. ANS! C57.96 2004 Guide for Loading Dry-Type €}istribution and �ower Transformers
3. ASTM D635 — Standard Test Method for Insulation Materials
4. N�MA ST20
5. UL 1561
5. IE��-519
7. I E E �-597
8. NFPA 7fl — National Electrical Code
�„Q5 QUALITY ASSIJRANGE
A. The manufacturer of this equiprr�ent shall �ave produced similar equipment far a minimum
period af ten years. When requested by the �ngineer, an acceptable list of installatinns wiih
similar equi�ment shall be provided demnnstrating compliance with this reqt�[rement.
B. The manufacturer of the assembly shall be the manufacturer of the major components
within t�e assembly. All assemblies shall be of �he same rt�anufact�rer. Equiprnent that is
manufaetured by a�hird party and "branc� labefed" shall not be acc�p�abfe.
Cit}' «f l�or3 11'orth f�'esl.sidc lVrr�er Trcu7irteiu 1'l«rrt f�rrcktrp Ge�rei•rrtors
Cili' !'rujecl r1'ru��l:er: 103d 10
2& Z2 13 - 4
DISFRfBli710N DRY-TYPE TRANSFORMERS
Page 4 af 8
C. All corriponents and material shall be new and af the latest field pro�en design and in
current productinn. Obsolete companents ar components seheduled for immediate
discontinuation shall nat �e used.
D. �quipment submitted shall fit within the space shown on the �rawings, Equipment which
does not fit within the space is not acceptable.
E. For the equipment specified hereir�, the manufacturer shafl be ISO 9001 2000 certified.
F. Transformers manufacture�d more ihan 24 rrronths prior to the date of this Contract will nat
be acceptable.
G. 7ransformers shall meet the US Department af Energy (DQ�) 2016 Ener�y Efficiency
Standards 10 C�R Part 421.
�..06 JOBSITE �ELIVERY, STORAGE AND HANDI.ING
A. Priar io jobsite deli�ery, the Contractor shalf have successfuliy completed all s�abmittal
req€airements, and present to the Owner/Engineer upon deli�ery nf the equiprr�eni, an
approved copy of all such submittals. Delivery of incamplete constructecf equipment, or
equipment which failed any factary Eests, will not he permitted.
B. Equipment shail be har�dled and stored in accordance with manufac�urer's instructions. Two
copies of these instructions shal( be included with the equipment at time of shipment, and
shall be made available to the Contractar and �wner/Engineer
C. Shipping groups shaf! be designed to be shipped by truck, rail, or ship. Indonr groups sha(I be
bolted to skids. Breakers ancE accessories shall be packager! and shipped separately.
D. Equipment shall E�e equipped to be handled �y crane. Where cranes are not avaiiab[e,
equipcnent st�al! be suitable for skidding in place on rallers using jacks to raise and lower the
groups.
E. Equipment shail be installed in its perrr�anent finished location shown on the Drawings
within seven caiendar days of arriving onsite. If the equipment cannat be installed within
seven calendar days, the equipment shall not be delivered to the site, dut storecf offsite, at
the Contractar's expense, until such time that the site is ready for pertr�anent installatian of
the equi}�ment.
F. Where space heaters are provided in equipment, provide temporary electricaf pawer and
operate space heaters during jobsite storage, and after equipment is installed in permanent
Iocation, until equipment is placed in service.
1.07 WARRANTY
Cit�� of Furt 1Vc�rth fPrst.srde !i'rr�e�• Treufrsie�t! Plurri l3ucktq� Generulrrr.s
CilP F'rajecl rVnnrber: 1113d IlJ
z� zz i�-s
DISTR€BUTIDN QftY-7YPE TRANSFORMERS
Page 5 af 8
A. �he Manufacturer shali warrant the equipment to be free from defects in material and
work�anship for one year frarri date of final acceptance of the equipment. Within such
periad of warranty, the Manufacturer shall prompily furnish all material and labor €�ecessary
ta ret�arn the equipment to new nperating condition. Any warranty work requiring shipping
ar transparting of the equiprnent shalf be perfarrned by the Contractor at no expense to the
Owner.
2.0� FRODi1C75
2.07. MANIJFACTURERS
A. SubjecY to campliance with ihe Contract Documents, the folfowir�g Manufaciurers are
accepta bie:
,..
2. Eaton
3. Square D
B. The listing of specific manufacturers above daes not imply acceptance of their products that
do not meet the specified ratings, features and functions. Manufacturers listed above are
noi relie�ed from meeting these specifica�ions in their entirety.
2.02 RATIiVGS
A. The ra�ings of the transformer shalf be as follows:
1. kVA Raiing: As shown an the Drawings.
2. 1€npedar�ce: ANSI Standard Tolerance
3. HV: As showr� on the Drawings.
4. �V: As shown on the Drawings.
5. LV: As shnwn on the Drawings.
2A3 CC)NSTRUCTION
A. lnsulation Systems
1. Transformer insulation systetr� shall be as foflows:
a, Up ta 15 kVA, three-phase and single-phase: UL recagnized 180°C rated insulation
system, encapsulated with 115°C rise.
Cit}' oF Frn�l IV�tr[kt I Pesl.rirle [i c��er Ti�crrlinerrl Yl�nrt flackrq� C;enerutors
City�f'rujecl h7ri�rber: ll)3�J10
262213-6
DIS7RIBUTION �RY-7YPE TRANSFORM�RS
Page 6 of 8
b. 15 kVA, and abo�e, three-phase and single-phase: UL recognized 200�C rated
insuEation system, ventilated, with 115°C rise.
2. Required performance shall be oE�tained withaut exceeding th� above ind'€cated
temperature rise in a 40°C maximum ambient, and a 24-hour average ambient of 30°C
All insulation materiais shalf be flame-retardant and shall nat support comb�astion as
defined in ASTM 5�andard Test Method p635.
�i, Windings shall have a B1L of 10 kV minimum.
�. Core and Cail Assem�lies
1. Transformer core shall be constructec! with ttig�-grade, non-aging, silican steel wit� high
magnetic permeability, and law hysteresis and eddy current losses. Maxirx�um magnetic
fiux densities shal! be su�stantially befow the saiuration point. The transforrr�er core
volurr�e s�all a!!ow efficient transformer operation at �.0% above the nominal tap
voitage. The core larninations shail be tightly clamped and compressed. Coils shall 6e
wound af electrical grade copper with continuous wound cnnstruction.
iransfarmer coil assembly shall be im�regnated with non-hydroscopic, thermosetting
Warnish and cured to reduce hot spots and seal out ma€sture; the core shall be caated
with HAPs (Hazardous Air Pollutants} free water reducible electrical varnish to give good
carrosion resistance. The assetnbly sha11 be installed on vibration-aF�sorbing pads.
3. on single and three-phase units rated 15 kVA and below, �he core ar�d coii assembly
sl�alf encapsuiation system shall minimize the saund leve(. Enclasure cansiructian sha(I
be encapsulafied, non-ventilated, 316 stainless stee) enclosure, with lifting eyes.
4. On single and three-phase units, rated above 3.5 kVA, the core and coil assembly shall be
ventilated, weati�erproof 3�.6 stain(ess steel enclasure. A!I ventifation openings shall be
protected against fafling dirt. The assembly sha�l be installed an vibration-at�sorbing
pads.
5. Terminals shall be welded to the leads of the coils for better conductivity, iess
rt�ainten�nce and iower risk o� hot spots. Terrr�inals shall not be spat welded or boited
to the coil feads.
6. The neutra) bus shall be cor�figured to accnmrnodate 200% of the rated current.
C. Taps
Three-phase transformers rated 15 thraugh 500 kVA shall be provided with six 2-1/2%
taps, two abnve and four beiaw rated prirnary voltage
2. All single-phase transformers, and tt�ree-phase transformers ra�ed below 15 kVA and
above 5D0 �VA, s�alf be provided with the rnanufacturer's standard tap configuration.
D. IsQlatian Pad
Cit�� o!� Part 1Vrn'ih I f'eclsiJv JPrrle�� Trerrf�r�eirf Phr�r! 13uckup Gc�reraiof•.s
Ciii� 1'rrryect A'rr�uber: 1(1.?d IO
262213-7
pISTRIBUT[OiV dRY-TYPE TRANSFORMERS
Page 7 of 8
1. Each transfarmer, pad-mount�c[, bracket-mounted, or suspended, shall utiiize dauble
deflecting neoprene mounting v€bration isnlators as r-nanufactured fay Mason Industries
Type N�, sized according to raied capacities.
E. Finish
1. �ndosures, other than stainfess steel, shall be finished with ANS[ Gray calor, weather-
resistant enamel.
F. Accessories
1. �n ventilated outdoor units pra�ide suitable weather shielc{s over �entilation openings.
2. ��ag kits shall be provided by the Manufac�urer of the trar�sformer.
G. Eiectrostatic 5hielding
1. Where shown on the drawings, provide shielded isolation transformers wi�h an
electrastatic shield cnnsisting of an independent single full width electrostatic shield
consisting n� a single turn o# copp�r placed between th� primary and secondary winding
and grounded to the housing af the transformer.
a. Electrostatic shield shall pravide primary-to-secandary wir�ding capacitance
between 24 and 18 picofarads over the range of 10D Hz to 20 EcHz.
b. �lectrostatic shielding shall provide the following minirtium attenuation when tested
per MIL 5td. 220A, Method af Insertion Loss Measurement, with matched
impedance no load technique.
1} Camman rr�ode noise att�nuation: Minus 80 dBA minimum at 0.3. kHz ta 1.5
kHz,
Z7 Comtr�on mode noise atienuation: Minus 55 dBA minimum at 1.51 kHz to 10a
k�iz.
3) Norma[ mode (Transverse mndej no'tse attenuation: Minus 35 dBA minimum at
1.5 kHz to 1� kHz
2.04 FACTORY TESTING
A. The following standard factory tests shalf be perforrt�ed cin the equipment provided under
this section. AI[ t�sts shall be in accordance with the latest appiicable ANSI and NEMA
standards.
1. Ra�io tests at the rated voltage connectian and at all tap connections
2. Polarity and phase refation tests an the rated voltage eanneetion
3. Appl�ed potential tests
Ciq� cii Fc�rl Norilt If'e.stsr<le 1Pnler Treal�i�r:r� f'lrnrl t3uckrrp U{�irerafors
C�i11'1'rnlec! r1'trnther: IU�-JIO
262213-8
DISTRiBUTlON DRY-7YPE TRANSFORMERS
Page S pf 8
4. Induced potential test
5. No-load and excitaiion current at rated voltage on the rated val�age conneetian
3.OU EX�CUTIOfV
3.01 iN5TALLATION
A. Th� Contractars shall install afl equipme�t per the manufacturer's recommendations and
the contract drawings.
B. Securely cnr�nect ali neutrals and transformer enclosures ta ground.
3.02 FI�L� ADIUSTMEN�S
A. Adj�st taps to deliver appropriate secondary voliage.
3.03 FIELp TESTING
A. Measure prirr�ary and secondary valtages for praper tap set�in�s.
�Np OF S�CTION
C's[�� 01� f ort ��'czril3 il e.stsidc If'uler Ti•calnreiv Pl�riil i3uc�kirp Gei�erulvrs
L'rtt'Prqjec! r\'umbc:r: J{134111
26 24 16 - 1
PANELBOARDS
Page 1 of 8
26 24 16 PANEI.BOARDS
1.00 GENERAL
1.03 SCOPE OF WQRK
A. Furnish and instal! panelboard(s) as specified herein and as shnwn on the �rawings.
B, The provisions of t�is Sectian shall apply ta all panell�oards, except as indicated otherwise.
1.02 RELATED WORK
A. No references are made to any other sectior� which may contain work related to any other
section. The Contract Documents sha{I be taken as a whole with every section refated to
every other section as required to meet the requirements specified. The organ[zation of th�
Contract Documents into specification divisions and sections is for organizatian of the
documents thernselves and cfoes nat relate ta the divisian of suppl{ers or labar whieh the
Gontractor may choase to employ in the execution of the Contract. Where references are
made to other Sectians and ather Divisions of the Specifications, the Cantractar shalk
pro�ide such inforrnation or additianal work as may be required in those references, and
inelude such informatian or work as may be speci�ied.
B. Other Divisions
�.. The Contraetor shall be responsible for examining all Sectians of ttte Specifieations and
Drawings, and shall determine the power and wiring requirements and shall provide
external wiring and raceways, as required to provide a fufly functioning power, control
and process control systerrls. !f the equipment requir�s mare conductors and/or wiring,
due to different equipment being supp{ied, the Contractor shall furnish the additionak
eanductors, raceways and/or wirir�g, with no change in the Contract Price, and with na
increase in Contract Time.
1.03 SUBMITTALS
A. Submittals shall be made in accordance with th� requirements of €}ivisio� �., Section 26 €30
00 and as specified herein.
B. Pravide systems �ngineering to produce coordination cur�es, showing coord'€nation
between existing and brealcers and/a� ��ses sut�mitted, such that pratective de�ice
coardination is accomplished. Such curves and settings shal� be includecf as a part o� these
submittals.
Cit}' of Pnrt 1t'ortl3 1Pe.s�shle 1Palef-'!'reufnrent PluFu Brrc°krrp Gencr�rlor.s
L�ilS' Projec� A4rfitber: 103�11(1
26241b-2
PANELBDARC35
Page 2 of S
C. 5ubmittals shall aiso contain inforrr�ation on related equipment to be furnished under this
Specification but described in the related Sections listed ir� the Re(ated Work paragraph
abave. Incomplete s�rbrnittals not containir�g the required infarmatian on the related
equipm�nt will also be returned without review. Ali cut sheefs shall be ciearly marked ta
indicate which prnducts are being submitted for use on this project. Unmarked cut sheets
wili be eause to reject the submittal and return iY for revision without review.
D. 5hap Rrawings and Product Data. The foflowing informatian shall be submitted to the
Engineer:
1. Master drawing index
2. Front view elevatinn
3. Top view
4. Nameplate schedule
S. UL Listing of the comp6eted asserri�Iy
5. Conduit entry/exit locations
7. Assembly ratings incfuding:
a. 5hnrt-circuit rating
b. Voltage
c, Continuous current
8. Major compnnent ratings including:
a. Voltage
b. Continuaus current
c. Interrupting ratings
9. Descriptive bulletins
1p. Product data sheets,
11. Cable termina! sizes.
E. Operatian and Maintenance Manuals.
1. Refer �o O1 78 23 for O&M Manuals requirements.
2. operation and rr�aintenance manuals shall include the following information:
City of Fort lVortlt tt2•slside I!'uler Trerdme+rl Pluru I3rrcktrp Geiieruln�•s
Cit�� Prujec! rVutirLer: L113d 111
26 24 16 - 3
PANElBQARDS
Page 3 of 8
a. Manufacturer's contact address and telephone number for parts and ser�ice.
b. Instruction baoks and/ar I�aflets
c. Recommended renewal parts list
d. Record Documents for the inforrnation required by the Submittals paragra�h above.
�.0� RE�E#tENCE CO�ES ANb STANDARDS
A. The low voltage panelboard asserr�bfy and all camponents in this specificatian shali be
designed and manufactured accorcfing to latest revision of the following standards (unless
otherwise noted):
1. UL 67 - Panel�oards
2 liL 50 - Cabinets and Boxes
3. NEMA PB-1 2006 - Pan�lboards
4. Fed. Spec. W-P-115C
1.05 QiJALiTY ASSURANCE
A. The manufacturer of this equipment shall have produced similar ec�uipment for a minimurr�
p�riod of ten years. When requested by the �ngineer, an acceptable iist of installations with
sirnilar equipment shali be provided demonstrating corr�pliance witi� this requirement.
�. The manufacturer af the assembly shall be the rnanufacturer of the �najor co�nponents
withir� the assembly, All assemt�6ies shall be of the same rrianufacturer. �q�ipment that is
manufactured by a Ehird party and "brand fabeled" shall not be acceptable.
C. All companents and material s�all be new and of the fatest field pro�en des'tgr� and in
current praduction. Obsolete compon�nts or components scheduled for imr�ediate
diseontinuation shail not �e used.
�. For the equipment specified herein, the manufaciurer shall be ISO 9{l01 20�0 certified.
E. �qu'tprnent submitted shall fit within the space shown an the Drawings. �quipment which
does not fit within the space is not acc�ptable.
1.06 JC7BSlTE D�LIVERY, STORAGE AND NAIV�LING
A. Priar to jobsite delivery, the Contractar shal{ ha�e successfully completed all submittal
requirements, and present �o the Owner/�ngin�er upon delivery of the equipment, an
approved copy of ail such submittals. Delivery of incomplete constructed equiprr�ent, onsite
factory work, ar faiied factory tests will not be perrr�itted.
Cih� of 1'or� \t�orth tl cs�side dPrater Trerrlme�u P3crtrt I3ackiq� Ge�rerru{�r.s
" Ci1y' Prqjec! eYrrnabet-: 11)3�11/)
262416-4
PANE180ARD5
Page 4 of 8
B. Equiprrrent shali be handled and stored in accordanc� with rnanufacturer's instructions. Two
copies af these instructians shal! be included with the equiprr�ent at time of shiprnent, and
shall be made available to the Contractor and Owner. The insiructions shali include detailecf
assembly instructions including but not iimited to wiring intercnnn�ction diagrams, riggin�
for lifting, skidding, jacking and rr�oving using rolling equipment to place the equipment, bolt
torqueing requirements for bus and all ather cornponents which require the installatian of
bnited connectians, and instr�ctions for storing the ec�uipment prior to energizing.
C. Equipment shall be stored indoors and protected from maisture, dust and other
contaminants.
�. Equipment shall not be installed until the location is finished and protected from the
elemer�ts.
L07 WAR#tANTY
A. The Manufacturer shall warrant the equipr��nt to be free from defects in rr�aYeriai and
workmanship for nne year fror-r� date of fina! accepiance of the equiprr�ent. Within such
period of warranty the Manufacturer shall promptly furnish alf material and labar necessary
ta return the equipmer�t to new operating conc[ition. Any warranty work requiring shipping
or transporting af the equipment shall i�e performed by the Contractor at no expense to the
Owner.
Z.OD PRODU£T5
2.01 MANUFACTURER5
A. Subject to cornpliance with the Cantract Documents, the Fallowing Manufacturers are
accepta�fe.
1. ABB
2. Eatan
3. Square D
8. The listing of speciFic manufacturers abo�e does not impiy aeceptance af their procEucts that
do not meet the specified ratings, features and functions. Manufacturers listed above are
nnt r�lieved from meeting these specifications in their entire�y.
2.Q2 RATI�fG5
Cily af Fort Nor[ft ►f c>.slsirlc �Puler 7reuurrcni Plcr�rt lirrckup {ier�erutor.r
C'ill' I'rojc c•f e1'rnnher: 1O3d 10
262416-5
PANEL80ARD5
Page 5 nf 8
A. The service voltage, a�eral{ short circ€�it withstand and interrupting rating of the equiprrtent
and cnm�anents shail be as shown on the arawing�, except that the m[nimum interrupting
rating shall be 22,000 amperes RMS symmetrical for 2�0/�.2Q Wokt singie- phase or 208Y/120
volt three-phase. The minimum interrupting �or 480Y/277 �olt three-phase shall be 65,000
amperes f�MS symmetricaf. Panelboards emplaying series eonnected ratings far r�ain,
feeder and branch devices are nat acceptable and shall not be provided.
B. Panelboards shall be UL fisted and labeled as suitable for use as service equipment.
C. Where the panelbaard is shown or specified to con�ain a surge protective device (SPD), the
complete panelboard, inciuding the SPD, shall be UL67 listed.
D. PaneEboards s�alf be designed for continuous operation, at rated current, in a 40°C ambient.
E. For additiona! ratings and canstruction notes, refer to the Drawings.
2.03 CONSTRUCiION
A. Generaf
1. Refer io the Drawings for actual layaut and location o� equipmeni and components, and
other required details.
A nameplate shalf be provided listing manufacturer's name, panel type ar�d rating.
Nameplates shall be engraved, laminated impact acrylie, matte finish, not less than
1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402, or equal. Nameplates shall
�e 316 SS screw rr�ounted ta al! enclosures except for NEMA 4 and 4X. Narrieplates for
N�MA 4 and 4X enclosures shali �e attaehed with daui�fe faced adhesive strips, TESA
TUFF TAPE 4970, .E109 X 1/2 inch, or equal. Prior to installing the nameplates, the rnetal
surface shall be Choroughly cfeaned with 70% afcohnl until al[ residues has been
remo�ed. Epoxy adhesive ar foam tape is no� acceptable.
B. Enclosures
1. General
a. Each enclosure shali be provided with a legend pocket an the inner door.
b. Enclosures shall not have holes or icnackouts.
2. NO[� METALLIC
a. Chemicaf Rooms. iVEMA 4X constructed as fiallows:
1) PVC or Fiberglass reinfarced �olyester bady and door.
27 UV inhibitors
�j Luggage type t�uick release latches
Ciq� nf I�nri ll�orth 1Peslsidc IPuler Treumt�rrl Plcnil Huc°kup Geiier-al�rrs
Crll' 1'rrrjec� A'imrber: 10 �dl (t
zs z4 �6 - 6
PANEL80ARDS
Page 6 of 8
4) Foam-in-place gasketed doors
3. ALUM�NUM
a. �VEMA 4X Aluminum
1) Type 5052 aluminum, body and door
2} Stair�less stee) hinge pins
3j Foam in-piace gasket
4. NEMA 12
a. NEMA 12 Steel
1) Mi1d Steel body and door
z) Staini�ss stee! hinge Pins
5. Not otherwise Defined
a. Where an endosure is not otherwise defined or shawr� on the �rawing
1] N�MA 4X 5tainless 5teel
2j Type 315 stainless steel, body and doar
3) Stainless steel hinges
4j Foam in-place gasket
6, fV�MA 1 ar NEMA �A boxes shall not b� used.
C. Surge Protective Devices �SPDs)
1. Where panelboards are shown or specified to include an SPD, the paneiboard
rnan�fact�rer shall be the manufacturer of the Type 2 SPD, and the SPD shalf be located
witf�in the panelboard, unless otherwise shown on the Drawings. Refer to Sectiar� 26 43
�,3 far specificatians of the SPQs, and the required submitta[s to be included uncfer this
Section. Submittals not containing the required ir�formation in Sectior� 26 43 13 will be
returned un-reviewed,
2. The SPD sha{I be installed immediatefy fnllowing the laad side of the main breaker.
SPDs installed in main lug only panefboards shall be installed immediately following �h�
incoming main lugs. The SPD shafl be interfaced to the panel�aard via a direct bus bar
connectian. The SPi� shafl not limit the use of through-fe�d lugs, sub-fe�d lugs, and sub-
feed hreaker options. See Section 26 43 13 for additional requirements.
D. Exteriors
City o1' Pa€l 1Vorth Il i>sl.side ti'aler Ti•eulnreuf Plrurl L3uck« p Ge�rerulors
Cily 1'rojee� �1'r«tiher: 103d IIl
262416-7
PANEi.BOAR�S
Page 7 of 8
�.. Unless otherwise t�oted, ail panels shall be designed for surfaee mounting.
2, Ninged doors co�ering all circuit l�reaker handies shall �e provided on all panels.
Doors shall have semi #lush type cylinder lack and catch, except that doors over 48
inch�s in height shail have a vault handle and three-poir�t latch, complete with lock,
arranged to fasten door at top, bottort� and center. Daor hinges shall be concealed.
Furnish two keys for each lock. Ali €ocks shall be keyed alike; directory frarr�e and card
having a transparent ea�er shall be furnished on each door.
�. lnteriors
1. At least four studs fnr mounting the panelboard interiar shall be furnished.
2. lnteriors shalf be so designed that circuit breakers can be replaced without disturbing
adjacent units and without removing the main bus connectors and shali be sa designed
that circuits may be changed uvithout macMining, drilling or tapping.
3. All interiors shall be completefy factory asse�nbled with circuit breaEcers, wire
connectors, etc. Alf wire connectors, except screw terminals, shall be of the anti turn
solderless type and al! shali be suitab{e for capper wire of the sizes indicated.
F. Busses
1. AIE bU55�5, incfuding neutral busses and ground bars, shall be af tin �lated copper.
Neutral busses shall be full size. Phase bussing shall �� fuli height without reduetion.
Cross connectars shall b� tin plated copper.
2. Neutral bussing shall F�ave a suitable lug for each outgoing feeder requiring a neutral
connection.
3. Spaces for future circuit breakers shall be bussed for the maximum device that can be
fitted into them.
4. Equipm�nt ground bars, of tin-plated copper, shall be furnished.
8ranch eirctaits shall be arranged using double row canstructian �xcept when narrow
enlumn panels are indicated. Branch eircuits shal[ be nurnbered by the manufacturer.
2A4 CiRCUIT BR�AKERS
A. Panelboards shail be equipped with circuit breakers with frame size and trip settings as
shown on the Drawings.
B. Circuit breakers shall be molcted case, bolt-on type.
C. Each circuit breaker used in 2flSY/�.20 vait, three phase, ar 120/240 �olt single phase,
panelboards shall ha�e an interrupting capacity of not less than 22,0(30 ar�peres, RMS
symmetrical.
City nl� Fctrt NotYh l t'e.rlside 114i1er Ti•ea(nrerrl Ylcr�z! 13ackrs�� Ge+re��cunr,s
Ciil' Pi•eijec! ,1'irmher, 1 f)3d !0
262416-8
PAIVEL80ARDS
Page 8 of 8
D. Each circuit breaker used in 480Y/277 volt and 480 vo6t panefboards shafl have an
interrupting capacity of not less than 65,000 arr�peres, RMS symmetrical.
E. Circuit breakers shall be as manufactured by the panelboard manufacturer.
2.05 MINI-POWER CENTER5
A. Mini-power cer�ters shal! include a mair� }�rimary breaker, a dry-type transformer and circuit
breaker-typ� (oad center in a camrnon NEMA 3R 31fi stainless ste�l enclosure, suita6le for
indoar/outdoor aperatian.
B, kVA and voltage ratings shall be as shown an the arawings. Main primary breaker shali have
an interrupting rating of 65,000 amperes at 480Y/277 volts and a secondary load center
rated at 14,000 amperes interrupting capacity (AIC) RMS symmetrical at �.20/240 or
208Y/120 �olts as shown on the drawings. Transforrr�er sound levels shali r�ot exceed the
following ANSI and (VEMA levels for self-conf�d ratings:
1. l!p to 9 KVA40 db
2. 10 to 75KVA 45 db
C. Transformer shall be cop�aer wound, 220°G insulation system with a maximum full load
�emperature rise o� 115�C rise. Trans�ormers shall be epaxy-resin encapsulated. "fhe core of
the transfarmer sha(1 be grounded to the enclosure with the neutral wired out to a neutral
bus and boncEed to a ground bus inside �he transformer enclosure. Provide two 5% FCBN
taps. All interconn�cting wiring between the primary brealcer and transformer, secar�dary
main breaker and transform�r and load center shall be of copper and factory installed.
a. Power cent�r shal( have phase, neutral and grnund tinned copper buses, ancf be cornplete
with all circuit breakers as shown on the drawings, Breakers shafl have an interrupting rating
of 10,OOp amperes minimum, and shall be of the bo(t-on type.
�.00 �x�cu�io�u
3.01 INSTALLATION
A. Maunt boxes for surface mounted panelboards so there is at feast 1/2-inch air space
between the box and th� wali.
B. Connect panel6oard brancE� eircuit foads so that the load is distributed as equally as possible
between the phase busses.
C. Type circuit directories giving laeation ar�d nature of load served. Install circuit direciorie5 in
each panefboard.
�ND OF SECTION
Ci1y p1' f�orl 1Varf1� Ji'es7sirle Ii'uler Ti•errl�irenl Plrriif IJuckxp Geirerufur•.s
C'it3' Prqject �1'ruxGci : 703�J10
262419-1
LOW VOl7AGE MOTORCONTRq�CENTERS
Page 1 of 22
26 24 19 LQW VO�TAG� MOTOR CONTROL CENTERS
�.oa GENERAL
1.OZ SCOPE O� WORK
A, The Contractor shall furnisF� and install assemblies af fow �oltage motor cantrof centers
(MCCs), together with appurtenances, complete and operable, as specified h�rein and as
shawn nn the Contract Drawings.
Automatic transfer switcf�es, automatic �ransfer sc�emes, �ariable frequency drives, SPDs
and programmable controllers shall be factory installed by th� motor control c�nter
manufac�urer as shown on the Drawings,
C. Motor controi centers shall be sized to include all equipment, spares and spaces shown on
the Drawings.
1.02 RELAiEC3 WORK
A. No references are made to any other section which may contain work related to any other
section. i'he Contraet Doeuments shall be taken as a whoEe with every sectian related to
e�ery other section as required to meet the requirer�ents specified. The organizatio� of the
Contract bocum�nts into specification divisions and sections is for organization of the
clocuments themsel�es and does not relate tn the divisian of suppiiers or labor which the
Contractor may choase to emplay in the exeeution of the Cantraet. Where referenees are
mad� to other Sections and other Divisions nf the Specifications, the Cantractar shall
pravide such information or additional work as may b� required ir� thase references, and
include such infiormation or work as may be specified.
B. otn�� a���s;or�s
The Cnntractor shali be respansib9e for exa€nining all Sections of the Specifications and
i7rawings, and shall deterrnine the power and wiring requirements and shall pro�ide
external wiring and raceways, as required to provide a fufly functianing power, contra!
ancE process control systems. If the equipmen� requires more canductnrs and/or wiring,
due to different equipment being suppli�d, the Contractor shaf] furnish the additionai
cond€�c�ors, raceways and/ar wiring, with no change in the Cantract Price, and with no
increase in Contract Time.
3.03 SUBMITTALS
A. 5ubmittals shall be made in accorciance with the requirernents of Division 1, Section 26 �0
00 and as specified herein.
City of Fort 1Varth �i i�s�side dPuler Trealn�et�1 Plurrf l3ackup Generulvr.c
Citr I�rnjecl eVrw�her: f03dlU
262419-�
LQW VpLTAGf MOTOR COfU7HpL CENTERS
Page 2 0# 22
Provide systems engineering with coardination curves, to demonstrate coordination
between proposed breakers and/or fiuses submitted, such that proteciive device
coordinatian is accomplished. Such curves and settings shall be included as a part nf these
submittafs.
C. Caordinate short circuit rating of equiptnent per Power System Study �ravided by Power
Study �ngineer.
D, Submittals shall alsa contain infor�ation on reiated equipment tp be furnished under this
5pecifieation but described in the related Sections listed in the Related Work paragraph
abave. Incamplete submittals not cnntaining the required information on the related
equipment will be returned without re�iew.
E. �'he original MCC equiprrtenk rrtanufacturer sha1l create al! MCC shop drawings, including all
wiring diagrams, in the manufacturer's �ngineering department. AII MCC shop drawings
shall bear the origir�al equipment rnanufacturer's MCC logo, drawing file numbers, and shall
be maintained on file in the manufacturer's MCC archive file system. Phntocopies of the
Engineer's iadder schematics ar� unacceptable as shop drawings.
F. Submit to the Owner/�ngineer, shap drawings and produet data, for the faflowing:
1, Equipment outline drawings showing elevation and plar� views, dimensions, weight,
shipping splits and meterin� layouts, lndicate all aptions, special features, rakings and
deviations from the Specifications.
2. Conduit entrance drawings, including floar penetra�ians.
3. 8us arrangement drawin$s.
4. tlnit summary tables showing detailed equipment description and nameplate data far
each compartment.
S. Product data sheets anc! cata(og numbers for overcurrent proiective devices, motar
stariers, control re(ays, contro! statians, meters, pilat lights, etc. List all aptions, frip
adjustments and accessories furnished specifically for this project. Ciearly mark each
sheet ta indicate which itetns apply and/or thase items that do not apply.
6. Provide control systems engineering to produce custom unit elementary drawings
showing interwiring and interlocking between units and ta r�motely mounted devices.
Show wire and terminal numbers. ]ndicate special identifications far electrical devices
per the Drawings.
7. Master drawing index
8. Front view elevation
9. Floor plan
10. Top view
c�ty oe For1 �t'us�th
Pi'e.vtsrde lt'c�1er Ti�e«Hrae�ri E'larrt l3eicrkr�p Ceiaerulors
Cil�= Pruject A'tmihcr: 103d ]0
z6zal9-3
LQW VOLTAGE MC370R CONTROL CENT�RS
Page 3 of 22
1�.. 5ingle line
12. 5chematic diagram, induding rnanufacturer's seiections of campqnent ratings, and CT
and PT raiios,
13. Nameplate schedule
14. UL Listing of the completed assembly.
15. Camponent list with detailed component information, including original manufacturer's
par� number.
1F. Canc{uit entry/exit locatians
17. Assetnbly ratings inciuding:
a. Short-circuit rating
b. Voltage
c. Continuous current
18, Major cor�'iponent ratings includi�g:
a. Valtage
b. Continuous current
c. lnterrup�ing ratings
19, pescripti�e bulletins
20. Product data sheets.
21. Number and size of cables per phase, neutral if present, graund and all cable termina!
sizes.
22. lnstruction and renewal parts books.
23. Itemized list of spare parts furnished specifically for th9s project, including quantities,
description and part numbers.
G. Factory iests. Subrr�ittals shall be made far factory tests specified herein.
H. Field Test Reports. 5ubmittals shalE be made for field t�s�s specified herein.
I. Operaiion and Maintenance Manuals.
1. Refer to 01 78 23 for O&M Man�aals requirements
City of Forl �Vnrtl� fi'c.clsicle lI aleF� Ti•culmeiu Plunl lluckarp Getrcralvrs
Crll' t'�•ujcc� ,\'raniLer: 103d IO
262419-A
�OW VdITqGE MOT�R CONTRDL CEN7EtiS
Page 4 of 22
2. Operation and mainienance rr�anuals shali include the following inforrr�ation:
a. Manufacturer's contact address and te(ephnne number for parts and ser�ice.
b. lnstruction boaks and/ar leafiets
c. Recomr�ended renewal parts list
d. Record pocuments for the information required by the Submittals paragraph abave.
J. Ttte manufacturer shaEl s€abmit for approval, a training agenda for alf training specified
herein, Training agenda shall not be sudmitted unti! final approval nf the Operation and
Maintenance Manual.
3.04 REF�RENCE CQpES AND STANDARDS
A. Th� !ow �oftage motor control centers and ali components in this specificatinn shall be
designed and rnan�factured according to latest revision oF the folkowing standards (unl�ss
otherwis� noted):
1. NEMA Standard iCS 2— 2000 Industrial Control and 5ystems
2. Ul. 845 — Electric Mator Contraf Centers
3. NEMA Standard SG-3 — Law Voltage Power Circuit Breakers
4. NFPA 70 — National Electrical Code (lVEC)
5. NFPA 7�E — Standard For �lectrical Safety in the Workplace
B. All equipment cnmponents and cornpleted asser-nblies specified in this Section of the
Specificatians shaf( bear the appropriate label of Underwriters l.aboratories.
1.05 QUALITY ASSURANC�
A. The manufacturer af ti�is equipment shall have produeed similar ec�uipment for a minimum
perind of ten years. When requested by the Engineer, an acceptable list of instal(ations with
sirr�ilar equipment shall !�e provided demonstrating compliance with this requirement.
B. The manufaeturer of the assembiy shall be the manufac�urer of the tnajor components
within the assembly. All assemblies shall be of the same manufacturer. Equipt-nent that is
manufactured by a third party and "brand labeled" shafl not 6e acceptable.
C. Ali components and material shall be new and of the latest field proven design and in
current production. Obsolete camponents ar camponents scheduled for immediate
discontinuation shall not be used.
Ci[}� of fort 1Vorth !I'e.st�hle JPaler Ti•ccrlsreril Pl�urt Brackr:p Ge�rerulvrs
Cily Prolec'I r\'rri�aher: �(1.?d l f}
z6za�.g-s
iOW VOLTAGE tNO7qR CONTROL CENTERS
Page 5 of 22
D. �quipment submitted shalf fit within the space shown on the Drawings. Equipment whieh
does nat fit within the space is nat acceptabl�.
E. For the equipment sp�cified herein, the manufacturer shalf be !SO 9001 2000 certified.
1.06 JC)BSITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite deiivery, the Contractor shaEl hav� successfully completed all submittal
requirements, and present to the Owner/Engineer u�on delivery nf the equipment, an
approved capy of ail such submittals. Deli�ery af incomplete constructed equipment, onsite
factory work, or failed factary tests will nat be permitted.
B. Equipment shall be handled and stored in accordance with rnanUfacturer's instructions. Two
copies of these instructions shaEl be includecf with the �quipment at time of shipment, and
shafl be made availabfe to ihe Contractor and Owner/Engineer.
C. Shipping groups shall b� clesigr�ed to be shipped by truck, raif, or shi�. Indaar groups shall be
bolted to slcids. Breakers and accessories shall 6e packaged and shipped separately.
D. Equipment shali be equipped to be handied by crane. Wh�re cranes are not available,
equipment shafl be suitaE�le for skidding in plac� on rollers using jacks ta raise and iower the
groups.
�. Eq�aipment shal{ be installed in its permanent finished focation shown on the [3rawings
within seven calendar days of arriving onsite. If the equipment cannot b� installetf within
seven calendar days, the equipment shal{ not be c[eli�ered tn the site, but stored offsite, at
the Contractor's expense, until such time that the site is ready for permanent insta{lation of
the equipmer��.
F. Where space heaters are provided in equipment, provide temparary electrical power and
operate space heaters during jobsite storage, and after equipment is instal4ed ir� permanent
lacation, until equipment is placed in service.
1.07 WARRANTY
A. The Manufacturer shafl warrant �he equipment to he free from defects in material and
worEcmanship for twa years, all fram date of Sui�stantiai Completion. Within such perfod of
warranty the Manufacturer shall promptly furnish all material and labor necessary ta return
the equipment to new operating candition. Any warranty worEc requiring shipping or
transporting af the equipment shall be performecl by the Manufacturer, at na expense to
the Owner.
2.00 RRODUCTS
2.01 MANUFACTURERS
Cily uFFo3t \11nrth fI'e.cl.side {I'rr�ur Ti�eutnrenl Pln��� 13uekup Ge�rerruars
Cil)' I'rojcct ilr�ru,b�r: �r)3d1U
2fi2419-6
I.QW VQLTAGE MOTOR CO€V7ROL CENTERS
Page 6 of 22
A. 5ubject to cnmpliance with ihe Contract Documents, the �ollowing Manufacturers are
aceeptable:
�.. �atan
2. ABB
3. Rockwell
4. Square D
B. The listing of specific manufacturers a�ove does not impiy acceptance of their products that
cfo not rneet the speciFied ratings, features and functions. Manufacturers listed a�aove are
not relieved from rneeting t�ese sp�cifications in their entirety.
2.02 RATINGS
A. The service valtage, overall short circuit withstand and interrupting rating af th� equipment
and d�vices shall be as shawn on the Drawings. Main and feeder circuit protecti�e devices
shall be fully rated for the specified shnrt circuit d€�ty. Systems ernploying series cannected
ratings for main and feeder de�ices shafl not be used. Motor starter units shail be tested
and tJL iabeled for th� specified short circuit du�y in combinatian with the rr�otor �ranch
circuit protective device.
B. The continuaus current rating of th� main horizontal �cas shal! be as shown on the Drawings.
Vertical busses shafl be sized for the structure load and shall have a rrtinimum rating of 300
amperes.
C. Motor control centers, including devices, shall be designed for continuous nperation at
raked current in a 40°C ambient temperature,
I3. For additionai ratings and canstruetion notes, refer tn the Drawings.
2.03 CQNSTRUCTION
A. General
1. i�efer to Drawings for: actual layout and location of equipment and companents; current
ratings of devices, bus �ars, components; protective reEays, voltage ratings of de�ices,
components and assemblies; and other required cEetai(s,
2. Contral ur�its shall be arranged as shown on the Drawings,
3. Where the equipment contains a programmab(e logic controfier {PLC) or a
uninterruptible pawer suppfy (UPS) or Proiective Relay devices, the equipmenf
manufacturer shall f€�rnish factory installed, a dedicated Point of Utiiization Device
(SPD), as specified in 5ectian 2G 43 13, Individual Contral Panel and �telated Equipment
Prot�ctian (Type 3), ar�d Section 26 27 13, Pawer Metering and Protective Relays.
CiEy of Fnrt 1Vor€]� f{'cs7.ridc f['�Ner Ti•eulnienl PIarll3crc.�kup Ge�u�•rr�ur•.s
E'its' Pr•qjec! fVunibei�: I(J.3�{I U
262419-7
LOW VOLTAGE iVIOTOR CONTROL C£NTERS
Page 7 of 22
4. NarneplaLes
a. External
1� Furnish namepla�es for each device as specified herein and as indicated on t�e
Drawings. All namepEates shall be laminated plastic, biaek lettering on a white
background, attached with stainless steel serews. There shal{ be a master
nameplate thaE indicates equipment ratings, manufacturer's name, shop order
number and genera) information. Cubicle name�lates shall be mnunted on the
front face. Nameplates shal[ be engraved, laminated irnpac� acrylic, matte finish,
not less than 1/16-inch thicic by 3/4-ineh by 2-1/2-inch, Rawmark 322�02.
Name�lates shafl be 316 S5 screw maunted to all enclosures except �or NEMA 4
and �X. iVameplates for NEMA 4 and 4X enclosures shal( be attached with
dauble faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch, or equal.
Priar to instalfing the nameplates, ihe metal surface shall be thoroughfy cleaned
with 70% alcohol until all residue has been rema�ed. Epoxy adhesi�e or foam
tap� is not acceptable.
b. Interna!
1} Control components mounted within the assembly, such as fuse biocEcs, relays,
pushbuttons, switches, etc., shall be suita�aly marked for identification,
correspnnding ta appropriate d�signatians on manufacturer's wiring diagrams.
c. Speeial
1j Identificat[on narneplates shail be white with black letters, eaution nameplates
shall be yellow with black letters, and warning nameplates shall be red with
white letters.
5. Contral Devices and lndicators
A{I operating control devices, indicators, and instruments shall E�e secureEy r�ounted
on th� panef door. A{I controls and indicators shall be 30 millimeter, corrosion
resistant, NEMA 4X/13, anodized aluminum ar reinforced plastic. Baoted control
de�ices are no� aecepta�ie. Auxiliary contacts shall be pro�ided for retnote run
indication and indicaiian af each stattas ant{ alarm condition. Additiar�aE controls
shall be pravicfed as specified herein and as required by the detailed rnechanical and
electrieal equipment requirements.
b. Indicator lamps sha61 be L�D type. �or all contral applications, indicator famps sMail
incarporate a push-ta-�est feature. Lens colors shall be as follows:
1} Red for ON, Valve OPEN, and Breaker CLOSED.
2) Green for O�F, Valve CLOSED ancE Breaker OPEN.
3) Amber for �AIL.
Cil)' ot� Furt �lfnrtlj I Pe.slsirle If'nler Ti•eufnrenl !'!w�! 13uckri�� Geuerulurs
CilP 7'�•�fec! rlrzrnrhel•: I03=!!f)
262A19-S
LOW VOLTAGE MOTOR CONTROi CENT�RS
Page 8 of 22
4j 81ue for READY
5J White far POW�R ON.
c. Mode selectar switches (NA�1D-OFF-AI�TO, LOCAL-�FF-REMOTE, etc.j shall be as
shown on the Drawings. Units shail ha�e the number of positians and contact
arrangements, as r�quired. Each switch shall have an extra dry contact for remote
rnonitnring.
d. Pushbuttons, shali I�e as follows:
1) Red far STOP, Valve QPEN, Breaker OPEN and mushroom Red for EMERGENCY
STOP.
2} Green for START, Valve CLOSE ancE Breaker CLOSE.
3} Black for RESET.
Furnish nameplates for each device. A1) rtameplates shal! be laminat�d plastic, black
lettering on a white background, attached with stainless steef screws. �evice
mounted namepiates are nat acceptable.
f. The manufacturer shalf not remove, reuse, a]ter, or replace original equipment
namepiates or equipment tags associated with eq�ipment ar com}�onents supplied
by the manufacturer's supplier5 and sub-suppiiers.
6. Control and Instrument Power Transformers
a. Control power transformers, encapsulated, shall be provided where shown on the
Drawings. Transformer shall be sized for the entire load, including spaee heaters,
plus 25% spare capacity, and shall be not less than 100 VA.
b. Control power transforrners shaEl be � 20 volt grounded secondary. Primary side of
the transfnrmer shal! be fused in both legs. �ne leg nf the transformer secondary
shall be so(idfy grounded while the other leg shall be fused.
B. Enclosures
1. 5tructures shall be NEMA Type 1A unless noted otherwise or� the Drawings.
2. Motor controf centers shall cansist of a series of inetal enclosed, free standing, dead
frnnt �ertica( sections bnit�d together to farrn double wall construction between
sections. Indi�idual vertical sectians shall be nominally 90 inches high, 2p inches wide
and 20 inches deep unless otherwise shown on t�e Drawings. Vertical sections shall be
maunted an steel channel si[Is. Bottom channel sills shali be mounted front and rear of
the vertical sections extending the full width of each shipping split, Top nf each section
shall have removable pla�es with lifting angfe. Make provisions far field installation of
additional s�ctions to eaeh end and provide full cfepth ca�er plates (rodent barriers) at
each end of the motor control center channel sills.
Citp of E�'ort 11'orth t!'esl.sirlc fi'cuer 7i�errl��re�rt Plrurl I3uckr��� Gc�rurrrinrs
Ciit� f'rvjecl eYruraher: IR3d111
262419-9
LOW VOLTAG� MDTOR CONTROL CENTERS
Page 9 of 22
Provide cantinuaus top and bottom harizontal wireways extending the full width of the
line up, isalated frorr� the horizontai bus. Provide a four-inch wide, ful[ height, vertical
wire way in each sectian, equippec{ with a hinged doar and eable supparts. Vertical wire
way shall be isolated from the bus and device compart�nents. Wireways or other metal
member's openings shaEl have rol{ed edges or protective grammets.
4. All cables shall enter and exit und�rground from the bottom of the structure, unless
atherwise shown on th� arawings.
5. Provide individ�al, flange formed, pan type door with conceafed hinges and quarter turn
latehes for each device compartment and future space. Doars sha[I be removable. [�oor
remo�a{ shafl not 6e required to withdraw starter units or feec[er tap devices.
6. Mator cnntrol cer�ters shall be designed for against the wal{ rnounting. Al! wiring, bus
joints and other m�chanical parts requiring tightening or other rnaintenance shall be
accessibl� from the front or top.
7. �ach vertical section shalf be divided into no more than six compartrr�ents which shall
contain a feeder breaker, combinatior� motor control un9t, ar other control assemblies
eonnec�ed to a common verticaf power bus.
8. Vertical s�etions shall contain horizontaC wire ways at top and bottorn of the structure.
The design sha{I be such ta perrnit a continuous wiring trough from end ta end of the
entire width of the rr�otor control center. End vertical sections shall have cnver plates,
which can be easily removed to allow continuaiion af wire ways and horizontal bus
extensions for future addition of �ertical sections.
The �ertical section shall also ha�� a continuous vertical raceway extending the fuli
h�ight of ihe structure and shall intersect with the horizontal raceways. This wire way
shall be Pro�ided with barriers which cort�►pletely isolate the wire way frorr� the bus
com�artments, the controlfer compartment, and the adjaeent �ertical units. The wire
way shall have its awn separate hinged daor.
10. Cambination mator control units (5ize 5 and srnaller), as well as other electrical
assembiies, including feeder tap units (225 ampere and srnaller7, shall be provided with
appropriat�ly rated stab asse�ni�lies far draw out (plug-in) type construction.
� 1. Plug in provisions shall include a positive guide rai[ system and stab shrouds �o ins€�re
aEignment of stabs with the �ertical bus. The stal� shal[ be designed to increase bus
contact pressure cfuring a fault. The stab design shail assure a consistent iaw-resistance
contact with the vertical bus, e�en after repeated insertions and removals. The unit shall
be equipped with a lockout mechanism to lock t�e drawer in an exter�ded or stabbed
pnsition for rnaintenance and testing. Each draw out compartment shall have a
separate hinged rerno�able door.
Cit�� ol' Far[ 1Vorlh II'est.rrdc 1!'afer 7i-euUneirl Plrrnl I3uckup Getreralor.s
Ci��� f'ruje�•r ,1'rrinher: 1(73d 10
262A19-10
L�W V{7LTAGE MOTOft CONTROL CENTEftS
Page 1D of 22
�.2. Each unit campartment shall be �rovided with an individual front hinged door. Motar
control and feeder units shal! be interlocked meehanically with a unit disconr�eet device
to prevent unintentional apening of the c�nor while unit is er�ergized. An interlack
between the unit disconnect and the structure shall prevent the remo�af ar reinsertion
of the unit when the unit is in the "ON" position. Means shail be provided far releasing
the interfock For intentional access and/or application of power. Pad lacking
arrangem�nts shal( permit locking the disconnect device in the "OFF" position.
13. The MCC shall be furnished as a completely factdry assembled ut�it where
transportatian facilities and instaliatinn requirernents permit. Minimize shipping splits if
required.
14. All painted steel work shall be treated with a prirner coat and a finish caat, or
bonderEzed and �inished wit� a coat af baked er�amel at the factory, such that nn field
painting wii( be required except for "touching up" of damaged areas. Cofor shall be
manufacturer's standard.
15. Furnish documentation with the equipment as follows: Compartments containing panel
boards shali have a card holder on the inside of the door with the branch circuits cleariy
identified. Compartments containing motor starters shail each have an overfoad heater
sectior� table pnsted inside the door. Alf control compartments shall have a pocket on
the inside of the door with a copy of the appropriate schematic and wiring diagram.
C. Construction
Provide individual compartments for each remavable combination starter and feeder
tap device unit. Each vertical section shall accommodate a rnaximum of six
compartrr�ents. Steel barriers shal! isolate the top, bottom and sides of each
campartment from acfjacent units and wireways. Removable units shall connect to the
vertical bus in each section with tin plated, self-aiigning, pressure type copper plug
connectnrs. 5ize 6 and larger starter units may be wired directly to the bus. Remavable
units shafl be aligned in the structure on guide rails ar sheEves and secured with a cam
latch mechanisrn or racking screw.
2. Provide individual, isolated corr�partments for fixed mounted devices such as circuit
breakers, cable lugs, metering, relaying and contral devices. Main and bus tie circui�
breakers shall be wir�d directly to the main horizontal �us. All bus connectians shal! be
fully rated.
�. Provide the following features:
a. Pravision to padlock removabl� units in a partialEy withdrawn TEST position, with
the bus stabs disengaged.
b. Provisio� to padlock unit disconnect handies in the OFF position wit� up ta three
pad�ocks.
Ci1y uf!'oi9 IVortkE fi'esl.sidr 1lc�rcr Ti•ealnrarl P&uu Rarkrrp Generufnrs
CitP!'rnjeel Ara�t�rhet�: I03dl11
z�zai9-ii
LOW VOLTAGE Mq70R CONT€tOLCENTEftS
page 11 of 22
c. Mechanica) ir�terlock with bypass ta pre�ent o�ening unit daor with clisconnect in
the ON position, or moving discannect ta th� OIV pasitian while the unit door is
apen.
d. Mechanical split type ierminal blocks for disconnecting exierna[ control wiring.
�. Auxiliary contact on unit disconnect tn isolaie control power when fed frorn an
externai source.
f. Disconnect aperating handles and contro! devices.
D. Bus Systems
1. The bus support system shafl be high dieiectric strength, iow moisture absnrbing high
impact material.
2, Bus bracing 5hall be minimum 65,OOQ amperes RMS symmetrical, and be aqual to or
exceed the value shnwn an the Drav+rings.
3. 8usses shall have Uniform crass sectior�al area throughout their length. Tapered bus will
nat be accep�abfe.
4. Al[ bolted bus rnating surfaces and spficing material shal9 be the same pfatied material as
the bus.
5. The main horizantai bus shall ex�end the entire length of the motor controf center. The
main bus bars shall �e rated as shown on the Contract Qrawings, but shall nat be less
than 60� amperes.
6. Main harixontal bus: Tin plated copper, bolted jaints, accessibie frorr� �he fron� nf the
strueture, fully rated throughout the lineup, and factory insufated by taping. All field
assembled joints shali be taped after installation, equa{ to the factory bus taping.
7. Vertical section bus: Tin plated copper, full height, totally insulated and isolated by
labyrinth c[esign barrier of glass-r�inforced polyester, ar sandwich ins€alated/isalated
busses, with shutters to co�er stab openings when units are withdrawn. Provide fish
tape barriers ta isolate bottom wireways from low�r ends af �ertical bus. Bus shall be
pravided in each �eriical cfraw out section.
8. Vertical busses used for a tie circuit brealcer or tie feeder lugs sMall be rated for a
continuous capacity equivalent to �he main horizonta! bus rating.
9. Horizontal �round bus: Provide a 30QA minir�um, coniinuous tin �lat�d copper ground
bus in eaeh section equipped with lugs for termination of feeder and branch circuit
ground conductars. Connect tn ground t�us in adjacent sections with spfice plates.
Pra�ide graund bolted connectors for 2/0 AWG minimum wire at each end of the bus.
E. Wiring
City oFi�ort 1L7orth 1le.st�r<Ie �1'uler Ti�enlment Pfn�rt L3rrckiqf Gciicrrrtor.s
Cits' I'rr�jecl r1'rinil�er: 103dlD
z6 z4 �9 - sz
( OW VaLTAGE MDTOR CpNTROL CENTERS
Page 12 of 2Z
1. Wiring: Stranded tir�ned copper, minimum size #14 AWG, with 600 valt, 90°C, flame
retardant, Type SIS cross-lined polyethylene insulation, NEMA Class il, Type B, l.ine side
power wiring shall be sized for the full ra�ing or frame size of the conr�ected device. All
conductors #1/0 AWG and larger shall be terminated with long barrel NEMA twa hnle
lugs.
Identifiication: Nurrtbered sleeve type wire rrtarkers at each termination point, color
coding per NEMA standards and Che NEC. fioreign vaftage contro{ wiring shall be yellow.
3. All control wiring to draw out units shall be run through split type terminal bfocks {draw
a�t) w�ich can be spfit to ailow easy unii remaval. Motor "T" leads shalf bolt dir�ctiy to
starter ar o�erloads and shall not utilize split type terrr�inal blocks. Terminal b[oeks shall
be af the fully shielded, tub�lar screw clamp ty�e, resilienf coflar design to eliminate
loase connections. T�rminal blocks shall be nicke! or tin plated, and have exposed wire
numbering corresponcfing to the connected wires, Termina{s shal) have a maximum of
twn wires per terminaf.
4. All wiring shall be neatly bundied with ty-raps and supported to wire way supparts.
Control wiring shall be bundled se�arately frorr� power wiring, In addition, low signaE
wiring (millivol� and milliarnpj shail 6e bundie separately frnrrt the rest of the contro!
wiring.
5. Where "shipping spliis" are required between the control compartments and the starter
cubicles, inte�cannecting jumper wires shall be provided for field re-connection.
6. Field installed interior wiring shali be neatly graupecE by circuit and bound by plastic tie
wraps. Circuit groups shail be supported so that circuit Cerminations are not stressed, In
addition, low signal wiring (milN�olt and milliarr�p) shalf be bundle separately from the
rest of the control wiring.
7. In general, all conduit entering or feaving a motor contral center shalf be stubbed up
into the battor-n horizantal wire way directly below the vertieal section in which the
conductors are to be terminated, or shail enter the motor control center fram the top.
Conduits shall not en�er t�e motor control center from the side unfess approved in
writing by the Owner/Engineer.
8. All field wiring and ail fiefd-installed intQrnal wiring shall be tagged and eoded with an
identificatian number as shnwn on the Drawings. Coding shafl be typed on a heat
shrinkable tube appkieci to each end showin� originatian and destination of each wire.
T'he marking sha11 be permanent, non-smearing, solvent-resistant type similar to
Raychem TMS-SCE, or equal.
F. Main Section
City of Fort 1Vorlh If'estside 1J aler TreulixerN f'luirl firx•kirp Ge�rerulors
Ci1y� 1'rojccl r15r»rller; ]I13�11(1
26 24 19 - i3
LOW VOLTAGE MflTOR COf�TROL CENTERS
Paga 13 of 22
1. The MCC rnain sections shall include the main and tie breakers, metering and power
feecfer entranc� to ti�e MCC. Wh�re a power feeder entrance is shown on the Drawings,
the power feeder entrar�ce sectian shall be pro�itted. Provid� f�us extensions and
compression lugs for number and size of ineoming Cables as shown on �he [}rawings.
WF�ere main and tie breakers are shawn to be key interlock�d, interiocEcs shall be of the
Kirk-Key type.
2. Where Kirk-Key arrangements are used, the Kirk key�d interlocks shall be Kirk HD Series
{Heavy Duty) 316 Series of 316 stainless steel, or appro�ed equaf.
C. Surge Protective Devices
�,. �urnish where shown on the Drawings, or specified herein, a manufacturer provid�d
and installed, Low Voltage 5urge Protective Devices (SPDj (Type 2j, as specified in
Sectian 26 27 13 of these Specificaiions. Connection to the MCC shall be wi#h a surge
rated disconnect, mounted i[�tegral to the MCG.
H. Main Circuit Protective Devices
1. Unless otherwise shown on the Drawings, single main or main-�ie-main circuit breakers,
with a frame rating of 1200 amperes ar less, shal! be rnolded case (MCBBJ, three pole,
600 volt, fixed type, manually operated with stored energy closing mechanism. Trip
de�ice shalf be solid state with adjus�able instantaneous setting, and adjustable ground
fault s�ttings with i2t switch.
2. Insulated case and rnolded breakers shal! have a UL 489 listing.
i. Feeder Protective De�ices (Non-Motor toads)
1, lJnless otherwise shown on the �rawings, feeder circuit breakers, 120� ampere dawn to
25� ampere, shall be molded case, three-pole, 600 vnit, fixed type, manuafly aperated
with stored energy closing mechanism. Trip device shall be solid state with adjustabfe
lang time pickup, adjustable instantaneous, and overload, shart circuit and inc{icator
lights.
2. Unless otherwise shown on the Drawings, feeder circuit f�reak�rs, less than 250 arripere
frame, shall be molded case, thr�e-�ofe, 600 volt, fix�d type, manually aperated with
o�er-center toggle mechanism.
3. Ali circuit breakers shall have trip units of the r�odular type fnr easy changing of trip
range.
4. All Main and Fecder circuit breakers shall have provision for padlocking in t�e OFF
position.
J. Control and Ins�rument Power Transforrr�ers.
C'iEy of For[ �Vorth 11'esfside lfirler Ti•ec�rrricirl Plc�ril f3rrc-krrp Ge�reratnF-.s
Ctrs' Prr3Ject A'iu,rher: 103dl0
26 24 19 - i4
LOW VO�TAGE MOTDR COiVTRp[. CENTERS
Page 1a of 22
Cantrol pnwer transformers shali be provided where shown on the f�rawings.
Transforrr�er shal! b� sizec! for the entire load, including space heaters, pfus 25% spare
capacity.
2. Contro) power transformers shafl be 120-volt graunded secandary. Primary side of the
trar�s�ormer shafl be fus�d in bot� legs. One ieg af the transformer secondary shall be
solidly grounded while the other leg shall be fused.
K. Furr�ish lugs for incorrting line feeders, sizes as shawn on the Drawings. Allow adequate
clearance for bending and term'snating of cable size and type specified.
2A4 MOTOR GQNTROLLER5
A. General
1. The E7rawings indicate the approximate horsepower and intended contral scheme oF the
rr�otor driven equiprrtent. Provide the NEMA size starter, circuit breaker trip ratings,
control power transformers and thermal overfoad heater element ratir�gs r�atched to
the motars and control equipment actuafly supplied, in compfiance with the f�EC and
the manufacturer's heater selectian tables. AlI �ariatians necessary to accommodate
the motars and controls as actuafiy furnished shall be made without extra cost ta the
Owner.
2. Mator starters shal! be as shown on ihe Drawin�s. All motor starters shal! be
combination units, full voltage nan-re�ersing (FVNRj, with adjustab(e instantaneous trip
magnetic only circuit breakers, ar motor circuit protectprs (MCP), uniess otherwise
specified or shown an the Drawings. NEMA starter siz�s and breaker trip ratings shall be
as required far the horsepower indicated, but shall be in no case less than NEMA 5ize 1.
If the manufacturer of the equipmeni utilizing the rr�o�or, supplies a motar horsepower
lar�er than that shown on the DrawEn�s, the Contractor shall supply a motor starter
sufficient in size to control the motor supplied. International (fEC} starters shall not be
accepta6le.
3. Each motor starter shall ha�e a 120-volt operating cnif unfess otherwise noted.
N�MA Size 5 and smaller shall be draw out design with stab-on connectors engaging the
verticai buses. Larger uniEs s�all be af t�e fixed (bolt-in) design.
5. Overload relays shall be standard Class 2[7, ambient compensated, manually reset �y
pushbuttan located on front of the campartment door, A narmally closed cantact shall
be directly used in th� start circuit and a norma(Iy apen cantact shalf be wire to a
terrninal �aard �or overload alarm.
6. Contral pow�r transformers shall be 120-�olt grour�ded secondary. Prirr�ary shall be
fused with slaw blow fuses in each phas�. One (eg af the transforrr7er secandary shall be
solidly grounded while the other leg shall be fused. The transformer shall be aversized
for auxiliary foac�s as indicated on drawings, but in no case be smaller than 100 VA.
City of Furt 1�'oF�th 1Yr,st.�rde JE'a�er Treuf�xe�r1 PJrur! I3urkr�f� Cenercuurs
CilP 1'rnjecl Numhrr: 103�i111
262A19-15
LpW VOL7AGE MOTOR CONTROL CENTERS
Page 15 of 22
Combinatian starters shall indude a rr�ator circuit protector (MCP) in series with a motor
eontrofler and an overload pratective de�ice. The MCP shall ha�e an adjustal�ie
magnetic trip range in percent of rated Continuous current and a trtp test feat€�re.
MCP's shall 6e labeled in accordance with UL489.
B. Magnetic Motor Starters
i. Motar starters shal! be two or three pole, single or three phase as required, 50 Hertz,
600 volt, magnetically operated, fufl voltage non reversing except as shown on the
Drawings. NEMA sizes shall 6e as required for the horsepower shawn on the C3rawings.
IEC rated starters are unacceptable.
2. Each motor starter shall ha�e a 120 volt operating coil, and control pawer transforrner.
Starters shalf have motor overload protection in each phase. Auxiliary contacts shall be
provided as shown on the Drawings. A minimum of one normally oper� anc� one
nor€nally closed auxiEiary contac�s shal! �e pravitied in addition to the contacts shown
on the Drawings.
3. Overload reiays shall be adjustable, ambient compensated and manual{y reset.
4. Control pawer transformers shall be sized for additi�nal load of 100 VA or an additional
10% whiche��r is larger. Transformer pr€mary shall be equippec! with slow blaw fuses.
Con�rol power transforrr�ers shal[ not be located behind nther camponents ar�d shal[ be
accessible for removal ar replaeement without remo�ing any other component.
5. Built in control stations and indicating lights shail be furnished vvhere shown an the
Drawings.
6. All wires shail be terrr�inated an termina! b9ocEcs and 5ha11 be tagged.
7. The con�rol compartment shall have a copy of the appropriate schematic and wiring
diagram.
C. Cnmbination Magne�ie Mator Starters
1. Mator starters shall be a combination rnotor circuit protector and eontactor, iwa or
three pnle, single or three phase as required, 60 Hertz, 500 volt, magnetically operated,
full vo[tage nan reversing unless otherwise shown on the Drawings. NEMA starter sizes
shall be as shown on the Drawings. ff the motar supplied by the equipment suppiier is
larger than that shown an the brawings, the Cantractor shall suppfy a la�ger starter size
corresponding to the motor supplied. Motor circuit protectors shali be molded case with
adjustable magnetic irip only. They shall i�e specificaily designed for use with magnetic
motar starters. Motor circuit proteetars shall be current limiting type, with additional
current limi��rs if required. IEC rated starters are unacceptab[e.
Ci[y o1� I�ort It'o�th 1C'c�.srsrJe lPafer- l'reulsresvYlant Brrckirp Ce�rerulr�s•.s
Cil�� I'1•r�ject A'runher: !l13�10
262A 19-16
l.t]W VOE�TAGE MOTOR CONTti01. CENifRS
Page 16 of 22
2. Each mator starter shall have a 120-�olt operating cnil, and control power transformer.
Starters shafl have motor overload pratection in each phase. Auxiliary contacts shali be
provided as shown on the Qrawings. A minimum of ane narmally open and one normaliy
closed auxiliary contacts shali be provided in addition to the coniacts shown on the
Drawings.
3. Overload r�lays shall be adjustable, ambient compensated and manually reset.
4. Control pnw�r transfarrrters shall be s3zed for adclitional load of 100 VA or an additional
1�% whichever is larger. Transformer prirr�ary sha[I b� equippec� with time delay fuses.
5. Built in control stations and indicating lights shall be furnished where shown on the
Drawings.
6. All wires shali b� terminated on terrninal blocks and shall be tagged.
The canirol compartment shall have a copy of the apprapriate schematic and wiring
diagram.
D. Combination Contactars
1. Combination cantactors shall be a cireuit breaker and contactor, 600 Volt, three-pole, b0
Hertz, rnagnetically operated. N�MA size shall be as r�quired for the kilowatt ratings
shown on the Drawings, but shall be not less than NEMA size 1.
2. Contactors shall ha�e a 120-volt operating coil and cantral power �ransformer. Furnish
t�e contral power trans�ormer with extra capacity for the unit heater fan.
3. Combination Contactors used fnr lig�ting contral shalE be as specified herein,
magneticafly operated, with the number of channels and poies as shown an t�e
Drawings. Each contactor shall be contral[ed by an Astronomic Time Clock Tyca Model
TC-100, ar approved equal.
E. Contrnl Relays
Control relays shall be 3p0-vait, industrial ra�ed, plug-in socket type, housed in a
transparent palycarbnnate dust cover, designed in accordance with Ul. Standard 508 for
motor cantraller duty. Continuous contact rating shail be 10 amperes resistive, �./4 HP
at 120 volts AC, operating �empera�ure minus 10 �o plus 55°C. Provide spare normally
apen and normally closed contacts. Relays shall be Potter & Brumfield KRP 5eries or
ec�ual with neon coil indicatnr light. 7'iming relays shalf �� 300-�olt, solid state type, with
ratary switch to select the timir�g range. Pneumatic timing re(ays are ur�acceptable.
2.05 METERING AND PROT�CTIVE RfLAYS
A. Where an efapsed time meter is specified or shown on tt�e Drawings, a six digit, nor�-
resetta�le elaps�d time meter shafl be instafied on the face of eac� motor starter. Meter
shall be as specified in 5ection 26 27 13.
Ci1y uC �'ori 1Vnrth lt e.sf.vrJc 1f <�1cr Treaturenl f'lrr��l t3urk�r�3 Getterrrlw•.s
Crly Projec7 eVrn�iher: 1113�1111
z6 za �s -1�
LOW VQLTAGE MOTOR CONTROL CENTERS
Page 17 af 22
B. A 10�VA minimum UPS shall be pravided, powered from the cantrol pawer transformer to
pra�ide control power tn the feeder management r�lays and power quality me�ers.
C. Furnish where shown on the Drawings, a Power Quality Meter (PM1), for each Main or
Feeder Breaker, as shawn on the l7rawings and as specified in Section 26 27 13 Power
Metering and Pratective Relays.
2.05 REMOTE MONITORING AND CONTROL INTERFACE
A. General: All cantrol and interconnection points fram the equiprnent to the plant cantrol and
manitoring system shall t�e brought to a separate connection box. No field connections shal
be made directly to the equipment control de�iees. Functians to be brought aut shall be as
described in the Control Strategies in Seckion 4� 51 96.
B. Discrete cantrol ar status functions shall be forrr� C relays with contacts rated at 120 volts
AC. Analog signals shal[ be isolated from each other.
C. Equipment functions to be directly interfaced to the PEant Cantro! and Monitoring System,
shall �e designed for operatian with an �thernet Connectian.
D. The equipment manufacturer shal! factory enter the proper IP Address for such connection.
Upon request by the Contractor, the Owner/Engineer will provide the pro�er Internet
Protocol Address (IP Ac�dr�ssJ, to be configured by th� equipment manufacturer.
E. Refer to I&C drawings for lns�rumentation lnput Output List for monitored parameters.
F. Communicatian
Far remote monitoring, one of the following comrnu�ication capabiiities shall be
pro�ided:
a. One integral 10/1008aseT Ethernet part supparting Modbus TCP, Ethernet 1P and
SNMP protocols.
b. One media pratoco9 converter, interfacing the provided equipr�ent to a
1(3/100BaseT �thernet port supporting Modbus TCP, Ethe�net IP and SNMP,
2. The protacol interface shall implement the fol[owing:
a. All data shaEl be available and/or mirrored within �he Modbus 4x or "Halding
Register" memory area.
b. Register 4x00001 shalf exist and be reac�able to allow simpfe, predictable "comm
tests".
2.07 ACCESSORlES
A. Provide the f�liowing accessories.
Ci€y c�i� f°orl lVnrth !f e.s�,sirle �l'rrPer Ti�ecrlme�rf PluiN Iluc°ktq� Geiie� rrlor•,s
Cits' Pi•uleed Numher•: 1�3�JI0
26 24 19 - 18
LOW VOI.TAGE MDTOR CO�lTROL CEfSiERS
Page J 8 of 22
�.. Contractor si�all furnish and install a non-conducting switchboard flaor mat, minimum
3/8 inch thick by 3 feet wide, meeting ANSI/ASTM D-178-01 Type 2 Class 3, W�arwelf
702 nr equal, and extending the full length of the equipment lineup.
2.p8 FACTORY TESTfNG
A. The Motor Cnntrol Center shall be campletely assembled, wired, and adjusted at the factory
and shall be given the manufacturer's rou�ine shop tests and any other additional
operational test �o insure the workability and r�lia6le operation of the equipment.
Prior to factory testing, the manufacturer shalf check to see that ali selectinns and settings
required by the Power System Study Engineer have been performed.
C. Factary test equipment and iest tneEhods shali conform with t�e latest applicable
requirements pf ANSI, IEEE, UL, anc! NEMA standards.
a. The operational test shall include the proper cannection of supply and eontrnl valtage and,
as far as practical, a mockup af sirnulat�d cantrol signals and confirol devices shali be fed
into the boards to eheck for proper operation,
E. The manufacturer shall provide three certified copies nf factory test reparts as specified in
Paragraph 1.03�.
3.00 EXEC�1�iON
3A1 MANUFACTURER'S REPRESEN�ATIV�
A. Provicte the services of a qualified factory-�rained manufacturer's fieid engineer to assist the
Contractor in installation and start-up of the equipment specified under this Sectinn far a
period af not less than two worlcing days, with not [ess than one working day per motor
cantrol center. The manufacturer's fi�ld en�ineer shafl provide techniea! directian and
assistance ta the Cnntractar in genera! assernbly of the equipment, eonnectinns and
adjustrt��nts, and testing of the assem6ly and components cantained therein.
B, The Contraetor shall provide three copies of the manufacturer's field testing report.
3.02 ]NSTALLER'S QtJALIFICATIQNS
A. Installer shall be specialized in installing !ow vnitage rr�otor contra( cen�ers with minimum
five years documented experience. Experience documentation shall be submitted far
approval priar to beginning worlc on this praject.
3.03 EXAMINATION
A. Examine 9nstaflation area to assure there is enough clearance to install the equipm�nt.
Cily of Fn��t 1Vnrth 1 Pesl.rirfe Jf4rter "1'reulnre�rt !'1ruN 13uc�kup Geuerrrlor.s
Ci11' Prr�Jc�c! �1'irruber: I U3d i f)
z� za z� - 39
LOW VOLTAGE MOTOR CONTROL CENTERS
page 19 of 22
B. Housekeeping pads shall be incfuded for the motor cantroi centers as detailed on the
Drawings with the exception of motor cantrol centers which are to be installed adjacent to
an existing unit. Hausekeeping pads for these (if usedJ shail match the existing installatian.
C. Check concrete pads and baseplates for uniformity and le�el surface.
D. Verify that the equiprrient is ready to instafl.
E. Verify field rr�easurements are as instructed by manufac�urer.
3.04 I NSTAl.LAT'I O N
A. The Contractar shall install al{ equipment per the manufacturer's recommendations and
Contract Drawings.
B. install required safety labels.
3.05 F1ELD QUALITY CONTROL
A. Inspeet installed equipment for anchoring, alignment, grounding and physical damage.
B. Cheek tightness of afl accessible electrieal connections. Minimurri acceptable values are
specified in manufiacturer`s instructions.
3.06 FIELD ADJUSTING
A. Adjust all circuit breakers, switches, access daors, operating handles for free mechanicaf and
electrical operation as described in r�anufacturer's instructions.
B. 3he Pnwer Monitoring and Protective Relays shal! be set in the field by a qualified
representative of the manufacturer, retain�d by the Contractar, in accordance with settings
designated in a caordinated s�udy af the system as required in Power System Study. A!I such
settings, including the application of arc flash labels, shall have been made and Appro�ed by
the Owner/�ngineer, prior to energizing of the equipment.
3A7 FIEL� TE5TIiVG
A. The manufacturer's field engineer shall tnake ali electrical field tests recommended by the
manufacturer. Disconnect alI conneckions ta salid-staie equipment �rior to testing.
B. Megger and record phase to phase and phase to ground insulation resistanee of eaeh bus
sectinn. Megger, far one minute, at r�inimum voltage of 1000 volts DC. Measured Insu[ation
resistance shall be at feast 300 megohms. In no case shall the manufacturer's maximum test
voltages be exceeded.
C. Com}�lete the following test forms:
C:'stp c�f I�o:'t 1VorU� lt esLvr�lc !f'uler Treunirent Ylrr�t! lir+ckr�p Gci�ei•rrtnr�.r
Cit1' P+•nlec7 A'armbcr: I03d 10
26 24 19-20
LOW VOLTAGE MOTOR CqNTROL CENTERS
Page 20 of 22
1. Motor Controf Center Test Report: Before energizing the motar cantrol c�nter, the
Gantractor shall perform rr�egohm meter tests. The rneasurements sha!! be rnade on afl
phase busing and the data checked for conformance with typical manufact�rer's data.
The tests shall adhere to manufacturer's testing recommendations for the praper
testing methods and test �oltage levefs for each piec� of equiprnent. Readings t�at fall
below rr�anufacturer's recommended values will not be acceptable and the Cor�tractor
sha{I be required to perfarm any necessary remedial actian before the busing is
energized, A data sheet shal! be submitted to the Owner/Engineer for the MCC. The
test report shall fncfude the fn(lowing equipment infarmatian:
a. MCC (5B or PRfL} Narne and r�umber:
b. MCC (5B ar PNL) manufacturer
c. MCC (58 or PNL) Namepiate data:
1) Volts:
2) Horizor�tal bus amps:
3) Main breaker amps:
d. Insulatinn t�st (measuredj:
1) Phase A-B:
2) Phase B-C:
3] Phase C-A:
4) Phase A-G:
5j Phase 8-G:
6} Phase C-G:
e. �quipment disconnected during test;
f. �ate of t�st:
g. Tested by:
D. Where test reparts sh�w unsatisfactory results, the Owner/Engineer may require the
removal of all defective or suspecred materiais, equipment and/ar apparatvs, and their
replacement with new items, all at no cost to the Owner. The Contractor shalf 6ear all cost
for any retesting.
Cil}' ol�i�ort �Va�71� �lisfside ii'rrter Tre�rhue�rt Plu�rl I3uc'ktq� Ge�rerulw:s
C'i1l' Prqjec! i1'ruralaer•: 1 U3�11)
26 24 19-21
LOW VOLTAGE MOiOR CONTROL CENTERS
page 21 of 22
E. The manufaet�rer s field �ngineer shall perform field inea5uremer�ts, of �oth the voltage
and curr�nt harrr�onic distortion at the point of common coupling with operating conditians
to determine compliance with the Specifications.
3.�8 CI.EANING
A. Remo�e all rubbish and c{ebris from inside and around �he equipment. Remove dirt, dust, or
concrete spatter fram the in�erior and exterior of the equipment using brushes, vacuurr�
cl�aner, or clean, fint tree rags. Do not use compressed air.
3.09 EQUIPMENT PROTECTION AND RESTORATION
A. Touch-up and restore damaged surfaces to factory finish, as appraved by the manufacturer.
If the damaged s€arface cannot be returned to factory specification, the surface shall be
replaced.
3.10 MANUFACTURER'5 CERTIFICATION
A. A qualified factory-trained manufact�rer's representative shafl personal[y inspect the
equipment at the jobsite and shall certify in writing that the equipment has been installed,
adjusted, and tested, in accorc�ance with th� manufacturer's recommendations, including all
settings c[esignated in the Power 5ystem Study.
B. The Contractor shall provide three copies of the rnanufacturer's representative's
certification.
3.�.1 iRAINING
A. Provide manufactur�r's services for training of plant personnel in operation and
maintenance of the equ9pr�tenf furnished under this Sectinn.
B. The training shall be for a periad of not less than one eight hour day.
C. The cost af training prograrn to be conducteci with Owner's personnel sha(i be incfuded in
the Contract Price. The training and instruction, insofar as practicable, shaEl be directEy
related to the sysiem bein� supplied.
D. provide detai{ed O&M manuals to supplement the training course. The manuals shaEl
include specific details of equipment supplied and operations specific to the projeet.
E. The training session shall be conducted by a manufacturer's qualified representative.
i'raining program sha91 includ� instructions on the assembly, motor starters, protecti�e
devices, metering, and other major cor�ponents.
F. The Owner reserves the right to videotape th� training sessions for the Owner's use.
City of I'�rt Itrorth fYe.slsirfe JNa7er Ti•errt�irei�I PlruN 13r+ckrij� Generrrinr�.c
Ci11' Project i\'aunher: lf)3d I!1
2& 24 19 - 22
ldW VOl7qGE MOTDR COiVTROL CENTERS
Page 22 of Z2
END OF 5ECTtON
City of 9�nri IVortlt ]f e.rLride PI'c�fer 7i�cufine�rt Plrurt Iluckiq� Gei�erula�•.s
Cili' f'rr�/ec! A'rrinl�cr: 103d ]0
�fi2713-1
POW�R METERING AND PROTEC7�VF R€LAYS
Page 1 of 16
26 27 1� POWER M�7ERING AND PROTEC7IVE REI.AYS
s.oa GEIVERAL
1.01 SCOPE QF WORK
A. Th€s Section of ihe Specifications describes the rec�uirements for power metering and
pratect9ve relays to be furnished under oti�er 5ections of the Specifications as listec{ in tM�
Related Wark paragraph of this 5eciion.
B. All equipment described herein shall be submitted and furnished as an integral part of
equipment specified elsewhere in these Specifications.
1,02 REI.ATE€} WORK
A. Refer ta Division 26 00 �� and the Contract Drawings, far related work and electrical
caordination requirements,
1.03 SUBMITTALS
A. 5ubmittals for equipment specified herein shall E�e made as a part of equipment furnished
under other Seciions. Individ�aal submittals for equipment specified herein will not be
accepted and wili be returned without review. All cut sheets sha{I be cleariy marked to
indicate which products are being submitted for �se on this project. Unmarked cut sheets
will be cause to reject the submittal and return i� for revision
B. 5ubrr�i# catalag data for ail items supplied from this specification Section as appEicable.
Submittal shafl incfude catalog data, functions, ra�ings, inputs, outputs, displays, etc.,
sufficient to confirm that the meter or relay provides e�ery specified requirement. Any
options or exceptions shal! be cl�arly indicated.
G. Operation ar�d Maintenance Manuais.
�. Operation and Maintenance manuals sha[i include the following informaiion:
a. Manufacturer's contact address and te[ephone nurrtber far parts and ser�ice.
b. lnstruction baaks and/or leaflets
c. Recommended renewal parts fist
d. Record Documents for the information required by the 5ubmittais above.
City of Fort Worth Westside Water Treatmeiu Plan[ �3acicup Ge�ierators
C;ity 1'roject �us��ber: 103d10
Addendurn 02
zs z� �3 - z
POWER METERING AND PROTECTIV� RELAYS
Page 2 of 1Fi
D. AI! shap drawing submittals ar►d all O&M submittals shall be submitted in hard copy farmat
and in electror�ic farmat using PDF files induding a Table of Contents which is indexed on
DVDs. Electronic submittals are r►�andatory and €hase which are received not indexed as
specifiecf will be returned without review. Hard copy submittals may not be required if so
stipulated i� the Contract Documents. No change in Contract Amount or Contract Time wili
be alfowed for delays due to unacceptable su�mittals.
1.Q4 R�FERENCE CODES AND 5TANDARDS
A. The equipment in this specification sha€If be designed anc! manufactured according to latest
re�ision of �he following standards (unless otherwise natedj:
1. �EMA/1SCI — 109 Transient �ver�altage Withstand T�st
2. IEEE StcE. 472/ANSI C37.9pA Surge Withstand Capabiiity Tests
3. IEC 255.�} Surge Withstand Capability Tests
B. All meters, relays and associated equipment shail comply with ihe requirerr-ier�ts of the
fVational Electric Code and Underwriters Labora�ories (ULJ where applicable.
C. Each specified device shali alsn conforrn to the standards and codes listed in the individuaf
d�vice paragraphs.
1.05 QIJAL9TY ASSURANC�
A. The manufacturer of this equipment shall have produced sirnilar electrical equipmer�t for a
minimum period of five years. When requested foy the Owner/Engineer, an aceeptable list of
installations with sir�-�ilar equiprr�ent shall be provided demonstrating cnrnpliance with this
requirement.
B. Equipment subrnitted shall fit within the spaee or [ocation shnwn or� the Drawings.
Equipment which daes not fit within the space ar locatior� is not aeceptab�e.
C. �or t�e equip�ent specified herein, th� manufacturer shall be 150 9003 2Q€}0 certified.
1.06 WARRANTY
A. The Manufacturer sha[! warrant the equipment ta be free from defects in material and
workmanship for one year from date of acce�tance of the equipment containing the items
specified in this Sectior�. Within such period of warranty the Manufacturer shall prornptly
furnish a€II materia! and labor necessary to retum the equipment to new operatir�g
cnndition. Any warranty work requiring ship�ing ar transporting of the equi�ment shali ��
performed by the Co�tractor at no expense to the Owner.
2.00 PRODUCTS
City of Fort Wortl� Westside W��ter "I'reatme€�t Plant BacktEp Generatnrs
City �mject N€imber: 1Q3410
Addendum U2
26 27 l3 - 3
POWER METERING ANp PROTECTIVE RELAYS
Page 3 of 16
2.01 GENERAL
A. Met�ring and Protective Relay Enclosures.
1. Enclos€�res for meters and prntecti�e relays located within the associated equiprnent
shall have the sarne Enclosure Types as sp�cified for the associated equipmertt.
2. Refer ta 5ectian 26 05 73 Power System Study for relay settings.
2.02 FEED�R PROTEC�ION SYSTEM (FP1j
A. 5ubject ta carr�pliance with the Caniract Documents, the fallowing Manufactur�rs are
acceptable:
�• GE/Multilin Model 850
B. The listing of specific manufacturers aba�e does not imply acceptance nf their �roducts that
do not meet the specified ratings, features and functions. Manufacturers {isted abo�e are
not relie�ed from meeting these specifications in �heir entirety.
C. General
1. The relay shall ha�e a cammon hardware a�d firmware platform that shall suppart
feeder, motor, transformer and generatar applications.
2. The unit shafl be equipped with separate pracessors for pratec�ion and for
communication related functions. The re[ay shail provide protection, control, and
monitoring funciions with both locaf and ret�note human int�rfaces.
3. The relay shali be o# draw o�at construction.
4. All circuit boards shall have a harsh enviranment canformal coating to resist N2S gas
and ather carrosiv� agents, includ�ng humidi�y.
5. All components, except terminating hardware, sha[l be mounted inside the relay.
6. The unit shall be suitaF�ie for semi-flush mounting in a panel.
7. !t shall be equipped with a froni �anel display and keypad for programming and
monitoring.
8. The relay shall comply with surge withstand capat�i[ity standards AN51 C37.90 and IEC
255.4.
D. Protectian: The reEay shal) provic{e analog input sys�ems ihat can reproduce up to 46 times
CT rating RMS symmetrical. The relay shall execute protection relatec� rnain algorithms at 8
times per power system cycle.
Ciry nf Por€ Worth Westsicie Water `I'reatment Plant Barkup Generatars
C;ity i'ro}ed Nwnber: 4034LD
Addendum 02
26 27 13 - 4
POWEii METEft[fVG AN� PROTECTNE RELAYS
Page 4 of 16
1. The relay sha11 ha�e the protective functions as show an the drawings: Settings for
selected functions are as follows.
ANSE Functinn �escription Setting
25 Synchronism check Enabled
27 Phase under voltage <65%
32 Directional Power Not Used
50BF Breaker faifure Enabled
SO Instantaneous nv�rcurrent According to protective device
coordinatian study
SOG Ground instantaneous According to protective devic�
o��rcurrent coordinatian study
51 Tirne o�ercurrent Accarding to protective device
coardination stcady
51G Ground �ime overcurrent According to pratective device
coordination study
59 Phase a�er voltage >115%
67 airectional overcurrent Enabled
79 Auto-i�eclosing Enabled
8�.� Dver Freq�ency >60.5 Hz
81U ilnder Frequer�cy <59.5 Hz
2. The phase time overcurrent can be selected to operate eit�er on RM5 or Fundamental
value.
3. The relay shall have the abiiity to build trip and alarm matrices and directly assign
corresponding output relay without using programmable iogic.
4. The relay shall have fi switchable setting graups far dynamic reconfiguratian of the
protection elements due to changed conditions such as system configuration changes,
or seasanal requirements.
5. The relay shall support 8 flex elements that can use any a�ailable/calculated analog
parameters within the relay (e.g, comparator, inverter, over/under, etc).
6. The relay shall suppart 16 digital counte�s.
City of �'art Wnrth Westside Water'T'reatme«t Plant Backup GeEierators
City Project Nu€Ftber; 10341U
Addendum 02
26 27 13 - 5
POWER METERING ANQ PRq7ECTIVE RELAYS
Page 5 nf 16
E. Programma6le Logic:
1. �'he relay shall su}�port 10Z4 lines of us�r defined logic to build eor�tral schemes
supporting logic gates, timers, nonvalatile latches.
2. The pragrammable logic in the relay shall be executed at 8�imes p�r pawer system
cycle.
3. The relay configuration tool shali ha�e embedc�ed gra�hical user interface to build
prograrr�mable logic.
�. Communications:
1. The relay shal[ support the folkowing cnmrr�unication protoeols:
a. Modfaus RTl�
b. Modbus TCP/IP
2. ihe relay shall have suppart multiple time synchronization sources such as IRIG-B, IEEE
1588 and SNTP with the ability to canfigure priority for the tirr�e sources an c{ynamically
switch based on availa�ility of each source.
3, The relay shall provide twa fiber optic Etherne� ports with two modes of aperation —�ail
over mode or independent mode.
4. The relay shall ha�e an aption fnr Wi-Fi (I�EE $OZ.11 b/g/n} connectivity to configure
settings and retrie�e operational records.
5. The relay shall have a front panel U5B port ihat sha{l provide connectivity to configure
settings and retrieve operational records.
6. The relay shall provide a user definable memory rrtap,
7. The pratnco! inierface shall implement E�hernet/[P Pratocaf with the fallowing as
minimurri capabiiities:
8. The rr�edia protocol con��rter sha[! meet the following crit�ria:
a. The con�erter sha{1 support 1Q/1DOBase-T Ethernet. The serial port speed (baud
rate) shall support 230kbps. The protocal shall support Madbus TCP, Ethernet 1P,
DF1, and ModE�us iiTlJ/ASCII. Prfltocol shall be W�b Brawser canfigurable.
b. Operating limits shall be 0-60 degrees C, with humidity ra€nge minimum of 5-90
percent. Shack capa�ility on the seriai port shall be ESD +15 kV air GAP meeting IEC
�pp0-4-2. Power requirements shall be 9-30VDC at O.SA minimum.
e. ihe converter shal! have LED status for serial, signals, power, and Ethernet.
City af Fort Worth 4Vestside Water "i�reatment Plant Backup {;ene€ators
City ProjecF l�iumber. 10341a
Addendum Q2
zsz�a3-6
POWER METEHING AN� PROTECTIVE RELAYS
Page 6 of 16
d. The con�erter housing shall be UL.1604, Class 1[�iv 2, D!N Rail mnuntable. The
converter shail have DB-9M port connection, with screw terminals, to the input.
e. Converter shall be Digi One IAP, or appro�ed equal.
G. R�lay Configuratian / 5etiing Fil� Management
1. Entire relay setting from only single setting file shall be supported:
2. Entire relay settings (not ot�ly communication reiated but also protection and control
functional settings) shail be part of the same single setting file.
3. There shal) be only single reiay setting (i.e. CID �ased KML format) file which can be
directly uploaded into the device. No intermediate con�ersion of any proprietary
setting fiile formats which requires �o manage multiple settings files forjust one relay.
4. The relay shall be able to receive this single configuration / settin� file fram any third
party tnai (noE only �endor specific propri�tary relay configuratian toof).
H. Frant-Panel Visualization
1. User interface shafl provide a large color �CD front panel display, and navigation keys.
2. Front panel colnr LCD to display single line diagrarn (SLDj of the generator witt� online
metering and status information.
The fron� panel shall be capable of displaying measured values, calculat�d values, I/O
status, device status, target m�ssages, e�ents, motor learner data and canfigured relay
settings.
4. The front panel shall have user-pragrammable LEDs and pushF�uttans.
I. Metering and Digital Fault Recording,
The relay shall recnrd its exposure to temperature, humidity and surge and a repnrt
shall be r�trievable via the communication ports on the min / max average of those
recorded valt�es.
2. The relay shall pro�ide up to 64 digital channels and up to 40 analog channels of
osciilagraphy a� a sampling rate of 128 sart�ples per cycle.
3. The relay shall pravide a fault report with option for fault locatar.
4. The relay shall provide e�ent records -� with a record af t�e last 1024 events, time
tagged with a resolution of 1ms.
5. The reiay shall store all its recarded data in nonvolatife memory.
6. The relay shall provide data fogger func�ion which shal) record a maxirnurr� af 16 analog
channels.
Csty of E�ort Worth Westside WaterTreattttent E'lant [3ackup Generators
City Project Num6er: 103a10
Addendum Q2
zsz7�3-7
POWER ME7EPolNG AIVD PROTECTIVE RELAYS
I'a�e 7 of 16
7. The current rr�etering accuracy shall be at */- •25% of the reading far up to 2 tirnes rated
secondary current and +/-1% abo�e �hem.
8. The voltage metering accuracy shall be at +/- 0.5°/a of the reading from 15 to 2a8 volts.
9. 'i'he power metering accuracy shall be at +/- 1% of tMe reading.
10. The frequency metering accuracy shall �e typicaEly 1 milliHertz accuracy level.
3. �iardware
1. Relay shall have conforrr�al coated electranic board assemblies for harsh environment
deplayment.
2. Micraprocessor i�ased pratective relays shall em}�lay !PC (Institute for [ntercon�ecting
and Packaging �iectror�ic Circuitsj C[ass 3 printed circuit baards (PCBJ.
3. The relay shall have draw-aui canstruction ta facilitate testin�, main�enance and
interchar�ge flexit�ility.
4. �he relay shall not us� eleetrolytic capacitors as any component or sub-companent.
5. The relay shalf provide a field swappable power supply module.
6. The relay shall have a scan rate of 128 samples per pnwer system cycle for digital inputs
and provide less than � msec time stamp reso[ution for state changes.
7. The reiay shall pro�ide an operating temperature range of -40 ta 6� degrees C.
8. The relay shall support a minimu�n of 1D digital outputs and 14 di�ital inputs.
9. The digital inputs shall be capabie of accepting wet ar dry input signals. In case external
wetting �oltage is used, the �oltage threshaid shall be s�ftware selectable for 24V, 48V,
125V and 250V DC saurces.
10. The relay contacts sha[1 be rated for a minirnum of 10A continuous.
K. Security
1. The relay shall provide RBAC (Rofe Based Access Conirol) with three roles such as
Observer, for accessing operational date, Operator for start-stop of the motor,
Administrator for configuring.
2. �i�e relay shal) pro�ide optian for password cornplexity.
3. �'he relay shall pravicfe option for local device fevel authentication and for remote server
authentication using RApiUS.
4. The relay shall pravide support for SYSLOG to publish security related events.
City of Eort iVo€�th Westside Water T€eatme€�t Plant Sackup Ge��erators
City Projee[ Num6er: IQ3�3L0
Addendum 02
zs z�r �� - s
PDWER #VIETERING AND PRqT�CTIVE RELAYS
Page S of ib
5. T�e re{ay shall support secure file transfer protncol SFTP.
6, Security setting reports must irtclude the foilowing events with time stamp:
a. �ailed Authentication
b. llser Lack aut
c. Setting changes
d. Lag in
e. Lag out
f. RADIUS server unreachabie
g. Ciear Event / Transient / Fault records
2.03 G�N�RATOR PRQT�CTEOEV SYSiEM (GPR}
A. Subject to compliance with the Contract Documents, the follawing Manufacturers are
acceptable:
1. GE/Multilin Model 889
B. The listing of specific manufacturers above does nat imply acceptance of their products that
do not meet the specified ratirtgs, features at�d functions. Manufacturers lis�ed abo�e are
nnt relieved from meeting these specifications in their entirety.
C. Generaf
1. The relay shall have a eommon �ardware and firmware platform that shall support
feeder, motor, transformer and generator appficaYions.
2. ihe unit shaEl be equipped with separate processors for protection and for
comm�nication relat�d funetions. The relay shall provide protection, controf, and
monitoring functions with laot� lacal and remote human interfaces.
3. The relay shali be of draw ou� construction.
4. AI! circuit boards shall �ave a harsh environrr�ent conformal caating ta resist hl25 gas
and ather corrosive agents, including humidity.
5. All components, except terminating hardware, shal! be mounted inside the relay.
6. Th� unit shall be suita�le for semi-f►ush mounting in a panel.
7. ]t shal! be equipped with a frant panel display and keypad for programming and
monitoring.
City c�f Por[ Wordi Westside Water'I'reatnten[ Plant Backup Gencrators
City P�aject NwnUer: 10391{}
Addendum 02
Z62713-4
PDWER METERING AND PROTEC7IVE RELAYS
Page 9 af 16
8. The relay shall comply with surge withs�and capability standards AiVSI C37.90 and IEC
Z55.4.
�. Protectior�: The relay shall provide analag input systems that can repraduce up to 46 times
CT rating RM5 symmetricai. ihe relay shall execute proteciion related main algorithrns at 8
tirnes per power system cycl�.
1. ihe relay shall have the protective functions as show on the drawir�gs: Settings for
selected functions are as foilows.
ANSI Function C}escriptian Setting
25 Synchronism check Enabled
27 Phas� under voltage <85%
32 f�irectional Power Not Used
508F Breaker failure Enabled
5Q instantaneous o�ercurrent According to protecti�e c��vice
coordination study
50G Ground instantaneous According to protective device
overcurrent coordinatian study
51 Time overcurrent Accarding to pratective device
caordination study
51G Ground time overcurrent According to protecti�e de�ice
coardination study
59 f'hase o��r �ol�age >115%
67 Directional overcurrent Enab[ed
79 Auto-Reclosing Enabled
81Q Over Frequency >60.5 Hz
81U Under Frequency <59.5 Hz
7he phase time overcurrent can be selected �o nperate either on RMS or �undamental
value.
3. The relay sha11 have the ability to build trip and alarm matrices and directiy assign
correspondir�g autput relay without using pragrammable logic.
City of Eort Wor€1� lNestsidc W<itej� Treatme�;t Plant Backup Ge€ierators
City Praject Nuniber: t03ald
Addendum 02
26 27 13-10
POWER METERING ANQ PROiECTIV� R�LAY5
Page 1U of 16
4. The relay shall have 6 switchable setting graups for dynamic reeonfiguration of the
protection elements due to changed conditions suci� as system cor�Figuration changes,
or seasonal req€�irernents.
5. 1"he relay shafl suppnrt 8 flex elements that can use any available/calculated analag
paramet�rs within the relay (e.g, comparator', inverter, over/under, etc).
6. The relay shall support 16 digital counters.
E. Programmable �.ogic:
1. ihe relay shall support 1024 lines of user defi�ed lagic to build cantrol schemes
supparting logic gates, tirners, nnn�olatile latches.
2. The programmable logic in the relay shall be executed at 8 times per power system
cycle.
3. The relay canfiguration tool shal( have embedded graphical user interface ta build
prngrammable iogic.
F. Cornmunications:
1. The re(ay shall support the fallowing corrimunication protocals:
a. Modbus RTU
b. Mac�b�s TCP/IP
2 The relay shall have suppart muftiple time syr�chronization sources sueh as IRIG-B, IEEE
1588 and SNTP with the ability to configure priority for �he time sources an dynamically
switch based on availability of each source.
3. The relay shall provide two fiber optic �thernet ports with two modes of aperation — fail
over mode or indep�ndent mode.
4. The relay shall ha�e an option for Wi-Fi (IEE� 802.11 b/g/n) connectivity to configur�
settings and retrieve o�eraiional records.
5. The re(ay shall have a frant par�e� USP port that shall provide connectivity to configure
settings and retrieve operational records.
5, The relay shall pravide a user definable memory map.
7. The protocol interface shall implement Ethernet/IP Protpcol with the following as
minirnurn capabilities:
8. T�e media pro�ocnl conv�rter shall meet the following criteria:
City af Fart Worth Westside WaterTreatment Plan[ Backt�p Generators
City Project Number: 103410
Addendum 02
z6 z� �3 - ii
pQWER METERfNG ANd PROTECTIVE RElAYS
Page 11 of 1b
a. ihe converter shall suppart 1Q/100Base-T Ethern�t. The serial port speecf (baud
rate) shall support 230kbps. The pratocol shail support Modbus TCP, Ethernet IP,
DF1, and Modbus RTU/ASC11. Protoeol shalf be Web Browser configurable.
b. Operating limits sha11 be 0-6� degrees C, with humidity range minitt�um of 5-90
percent. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC
1000-4-2. Power requirements shal! be 9-30VDC at D.SA minimum.
c. The converter shall have E.ED status for serial, signals, pnwer, and Ethernet.
d. The con�erter hous9r�g shall be Ul. �.5(�4, Class 1 Div 2, DIN Rail mountable, The
converter shall have L3�-9M port connection, with screw terminals, to tF�e input.
e. Converter shall be Digi One IAP, or approved equal.
G. Relay Configuration / Setting �ile Management
�., Entire relay setting from nnly singfe setting file shall be supported:
2. Entire reEay settings (not only communieation related but alsa protection and control
functiona) settings) shall be part of the same single setting file.
3. There shall be ot�ly single relay setting (i.�. CID based KML format) file which can be
direetly uploaded into the d�vice. No intermediate conversinn of any praprietary
setting file formats vuhich requires ta manage multiple settings files for just one relay.
4. The relay shail be able ta receive this single configuratian / setting fiie fro� any third
party toal (nat only vendar specific proprietary relay configuraiion too[j.
H. Front-Panel VisuaCization
1. User ir�ierface shall pravide a farge color I.CD front panel display, and navigation keys.
2. Fron� panel color LCD to display single line diagram [SLD) of the generator with an(ine
metering and status information.
3. T�e frant panel shall be capable of displaying measured �alues, calcu{ated values, 1/0
status, de�ice status, target messages, events, motor learner data and cor�figured relay
setti ngs.
4. The front panei shalf ha�e user-programmable LEas and pushbuttons.
Metering and [?igital Fault Recording.
�.. The relay shai) record its exposure to temperature, hurnidity and surge and a repor�
shall be retrieval�le via the camrr�unicatian ports on the min / r�ax average of those
recorded values.
2, The relay shal! prnvide up to 64 digital channels and up to 40 analog channels of
oscillagraphy at a samplin� rate of 128 samples per cycle.
City oE Fort Worth Wes[side Water "1'reatntetat Platat Rackup Cenerators
Cily Pm�ect Vumber: 1�34f[)
Addendum d2
2fi2713-12
POWER MEiERING AN� pRp7�CiIVE ftELAYS
Page 1Z of iG
3. The relay shafl pravide a fault report wiih option for fault locator.
4. The relay si�ali pravide event records — with a record of the last 1024 events, time
fagged with a resolution of 1ms.
5. The relay shall stare ali its recorded data in nonvolatile mer�ory.
6. "�f�e relay shal) pro�ide data lagger function which shall record a rnaxim�m o€16 ar�alog
channels.
7. The current metering accuracy shall be at +/- ,25% of the reading for up to 2 times rated
secondary current and -�/- 1% above them.
8. T�e voltage rrtetering accuracy shall be at */- Q.5% of the reading from �.S to 208 volts.
9. The power metering accuracy shall be ai a�/- �.% nf the reading.
�0. The frequency metering accuracy shall be typically 1 milliNertz aec�racy level.
J. Hardware
1. Relay shalf ha�e conformal coated electronic board assernblies for harsh environment
deplayment.
2. Microprocessar based protective relays shall employ IPC (institute for Interconnecting
and Pacicaging Electranic Circuits) Class 3 printed circuit baards (PCBj.
3. The relay shall ha�e draw-out construction to facilita�e testing, maintenance and
interchange flexibility.
4. The refay shall not use efectralytic capacitors as any eomponent or sub-eomponent.
S. The relay shall provide a field swappable power supply mndule.
6. The relay sha(1 have a scan rate af 128 samples per power syst�m cycle for digital inputs
and pra�ide less than 1 rnsec time stamp resolution for state changes.
7. The relay shall pravide an operating temperature range of -40 to 60 degrees C.
8. The relay shall support a minimum of 10 digitaf outputs and 14 digital inputs.
9. The digital inputs shall be capable af accepting wet or dry input signals. In case externa!
wetting valtage is used, the �oftage threshold shaf I be software selecta�le fnr 24V, 48V,
125V and 250V DC sources.
1�, i"he relay contacis shall be rated for a minimum of 10A continuous.
K. 5ecurity
City of Fort Worih Westside Water Treatment Ptant $ackup Ge��erators
City Project I�u�3�ber: 1U3d10
Addendum 02
25 27 13 - 13
POWER METEI�ING AND PROTECTIVE RELAYS
Page 13 of 16
�. The relay shalf �ro�ide RBAC (Role Based Access Contro!) with three roies sueh as
Observer, for accessing operatianal date, Operator far start-stop of the motnr,
Administrator for configuring.
2. The relay shall provide option for passwnrd complexity.
3. The relay shall pro�ide aption for lacal devtce level authentication and far remote server
authentication using RADlUS.
4. The relay shall provide sup�nrt for SYS�OG to publish security related e�ents.
5. The re{ay shall support secure file transfer protocol S�'iP.
6. SecuriEy setting reports must include the folfowing e�ents with time stamp:
a. Failed Authentication
b. User Lock out
c. Setting changes
d. Log in
e, Log out
f. RA€31US server unreachable
g. Clear Event / Transient / Fau6t records
2.O�1 POWER QUALITY METER (PM1)
A. Subject to camplianee with the Contract Documents, the �allawing Manufacturers are
ac�eptable:
�.. G� Multilin PQMII Power Quality M��er
B. The listing of specific manufacturers abo�e does not irr�ply acceptance of their products that
do not meet the specifi�d ratings, features and funciions. Man�facturers listed above are
nat relieved from rneeting these specifications in their entirety.
C. Genera[
1. AI{ circuit boards shall have a harsh environrnent conformal caating to resist �125 gas
and other corrosive ag�nts, including humidity.
D. Monitoring and Metering
1. M�tering Functions with accuracy af 0.2 percent for A& V and 0.4 percent for power
para meters
City o( Fort Wnrt3s Westside Water Treaiment Pla€�t Backup Generatc�rs
Ci[y Project Number; 1�3�10
Addendur�i fl2
26 27 13-14
POWER METERiNG A�lD P€tOTEC7IVE RELAYS
Page 14 of 1G
a. A, V, VA, W, VAR, KWH, KVARH, KVAH, PF, Hz
b. W, VAR, A, VA Demand
c. A, V Un�alance
Z. Power Analysis �unctions.
a. Total Harmonic E}istortion
b. Individual harmanics
c. Waveform capture
d. Historical data
e. Minimum and maxirrtum metered �alues complete with time and date
f. R�cord of last 4Q e�ents
g. Two indepencfent da�a logs
�. User Interface and Programming
1. lntegrated Eceypad to access actual va(ues and set points.
a. 2- line, 40 character illuminated display for use witi� keypad. The display shall ha�e:
1) Variable scroiling rates.
2J Frant mounted L�bs to display alarms, communicatinn status, relay status,
simulation mode, self-test failure, and set point access status.
3) Relay reset button to c{ear aiarm and auxiiiary conclitions.
2. The meter sha11 ha�e one alarm output relay with Farm C contacts.
3. Relay output shall be through alarm, auxiliary and pulse output functions.
4. The meter shafl provide a user configurable p�lse output based on KWH, KVARH or
KVAH.
5. The meter shall provide a p€�fse input for demand synchronization.
6. T�e meter shall incfude a simulation mode capabifity fnr testing the functionality and
meter response to pragrammed conditions without the need far external inputs.
7. The relay shall 9nclude a power systems option cnnsisting of �armonic anaiysis, triggered
trace rrtemory waveforrn ca�ture, ev�nt record and data logger funetions,
City of Fort Worah Westside Water Trealme«t Plan[ eackup Generatnrs
City Praject Number: 1�34I�
Addendum [32
26 27 13 - 15
POWER METERING ANp PROTEC7N€ EtELAYS
€'age 15 of 16
�. Control Power:
1. Range of available control power: DC: 88-300 VDC; AC: 70-255 VAC, 48 to 62 Hz.
2. LO Rar�ge: DG: z0-60 VDC; AC: 20-48 VAC, 48 to 62 Hz.
G. Communication
1. For remote monitaring, the following comrr�unication ports shall be provided:
a. One Industry 5tandard port for meter and relay programming using a laptop
camputer.
b. �ne RS-485 port.
c. One integral 10/100BaseT Ethernet port .�he connection shall supp�rt Madbus
TCp, Ethern�t IP and SNMP. Where an integral port is not availabie, provide a media
protocol can�erter as specified herein.
d. Th� manufacturer shall factary enter the proper IP Address for sueh conneetion.
Upon request by the Contractor, the Owner/�ngineer will provide the proper
In�ernet Protoco! Address (fP Address), to be config€�red by the equipment
manufacturer.
Z. The protocol interface shafl implement Ethernet/{P Protocol with the fallowing as
minimum capabilities:
a. Trartsfer of basic I/O data via User Datagram Protnco! {UDPy-based implicit
messaging
b. Uploading and downloading of parameters, set �oints, programs and reeipes via "iCP
(i.e., explicit messaging.)
e, Polled, cyciic and change-oF-state monitoring via UDP, such as RPf and COS in Ailen
8radley's Control Logix control systems.
d. One-ta-one (unicast), one-to-many (multicast), and one-to-all (broadcast)
comrnunication via TCp
e. Use of wefl-knawn 1"CP port number 44818 far expficit messaging and 11dP porC
nurnber 2222 for implicit messaging.
3. The media protocol converter shall meet the follawing eriteria:
a, The converter shall support 10/1006as�-T Ethernet. The serial port speed (baud
rate) si�all support 230kbps. The pratocol shall suppnrt Modbus TCP, Ethernet IP,
I�F�., and Moc[bus RTU/ASCIi. Protoco! shall be Web Browser configurable.
City of I�ort Wnrtt� N'estsicie WaterTreatment Plant i3ackup Generators
City Project NumUer: 1�3410
At�dendum �2
26 27 13 - 16
POWER METERIiUG AIVD PROTECTIVE RELAYS
Page 16 of i6
b. Operating limits shall be Q-60 de�rees C, with hurr►idity range minimur�'� of 5-90
percent. Shock capabiliry on the �erial port shall be ESD +15 kV air GAP rneeting IEC
1€}00-�1-2. Power requirernents shalf be 9-30VDC at 0,5A minimut-n,
c. ihe co�verter shalf ha�e LED status for serial, signals, power, and �thernet.
d. The can�e�r�er housing shafi be UL 1604, Class 1 �iv 2, �IN Raii mountable. The
con�erter shall have DB-9M port connection, wfth screw termir�als, to the input,
e. Conver�er shall be Digi One IAP, or approved �qual.
3.E10 EX�CUTION
3.01 INSTALE.ATION
A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned
as an integral part of equipment specified elsewhere in these Specifications.
B. Enclosure Mounting Requirements:
1. Mount all wall-mounted enciosures with an air gap between the enciosure and wa(I or
mounting plate. Create the air space with slntted channel or severa! stainless steel
washers which together will make at [east a%-inch space.
2. Provide maunting feet for floar rt�ounted enclasures.
3, Mount all enclnsur�s with integral we(ded-on mounting fugs. Drilling through the back
of any enclosure to provide a mounting means is prahibited. Any enclosure dril(ed to
pro�ide a maunking m�ans will be rejected and shali be replaced with no change in
Contract Time ar Price even if the er�closure installa�ion is camplete with raceway
a�tached and concfucinrs installed.
4. Penetrations in any enclasures with a NEMA 3R, 4 or 4X rating which is iocated in any
wet or damp area or in any pracess area whether it appears to b� dry or not shall be in
the sides or bottom only, Top penetrations in any ene(asure located as describeci herein
shall not be dor�e far any reason, including raceway entries or equipment mounting. Top
penetratians by the Contractor or by the original eq�ipme�t manufacturer in the factary
are al[ prohibited. Any encfosure with a top penetration locatec{ in �he areas specified
wfll be rejected and shall be removed and repiaced, even if it requires a return to the
fac�ory. Raceway penetra�ing the top shall be re-routed and re-installed. A[I installed
conductors in re-routed raceway shal! be remaved and re-routed in the re-ro�ted
raceway. Conductors found to be too short to be re-terminated shall f�e removed back
to their source ar load as the case rnay be, and shal! be replaced. Splicing is prohibited
and unacceptable. All specified corrective measures sha91 be provided with na change ir�
Contract i'ime c,r Price.
END OF SECTION
Cit}� of Fort Wortt� Westside Water'ireatment Plant Backa� Ge�teralors
i,ity Project Numher. I034i0
Addendum 02
26 27 26 - 1
LIGHT SWITCHES Af3tl RECEPTACLES
Page 1 nf 7
26 27 2b I.IGHT SWITCHES AND RECEPTAC��S
�.QD GENERAL
1.01 SCOPE OF WORK
A. Furnish al[ labor, materials, equipment, and install wiring devices as shown on t1�e Drawings
and as specified herein.
B. Provide a1! interconnecting conduit and branch circuit wiring for rece�tacle cireuits in
accordance with the NEC.
1.02 RELATEQ WORK
A. I�a references are made Lo any ather section which may contain work related to any oth�r
sectian. The Contract Documents shall be taken as a whole with every sectian related to
every other sectian as required ta meet the requirernents specifieci. The organization af the
Contraet aocuments into specification di�isians and seetions is for organization of the
documents themselves and does not reiate to the divis9on of suppfi�rs or labor which the
Contractor may choose to employ in the execution of the Contract. Where r�ferences are
rnac4e ta other Sections and other bivisions of the Specifications, ihe Contractor shall
provide sueh inforrr�ation or additionaf work as may be required ir� those references, and
include such inforrnafion or work as may be speci�ied.
B. Other Divisions
1. The Cantractor shafl be responsible for examining all Sections of the Specifications and
[7ravvings, and shail determin� the power and wiring requirements and shall pro�ide
external wiring and raceways, as required to pro�ide a Fully functioning power, control
and process contral systems. If the equipment requires more canductars and/or wiring,
cEue ta different equiprnent being suPplied, the Contractor shall furnish the additional
conductors, raceways and/�r wiring, with no chang� in the Gantract Price, and with no
increase in Contract Time.
1.03 SUBMITi'ALS
A. Shop D�awings
1. Submit eatalog data of afl switches, receptacles and other sp�cified items under this
Section, with a!I options, application lacations and exceptions clearly indieated. AI! cut
sheets shall be cf�arly marked to indicate which products ar� being submitted for use on
this praject. t7nmarked cut sheets will be cause to reject the submittal and return it far
revisian.
1.Q� REFERENCE STANDARDS
City af €�ort �VarllE IS'P.YI,SIfIG' Il'alcr Trccrf�nerrt Plrarr113rrckarp (ierre�•rrla'.s•
City f'rnjecl A're���1>er: 103d10
z6 z� zs - Z
LIGH75WIi"CHESAND RECEPTACLES
Page 2 of 7
A. Wiring devices shall comply with the requirements of the National Electrical Code (NEC) and
shalf be fJncferwriters Laborataries (ULj labeled.
1.05 QUA�ITY ASSIJRANCE
A. The manufac�urer of these materials shall ha�e produced sirnilar eiectrical rr�ateriais and
equipment for a minimum period of five years. When requested by the Owner/Engineer, an
acceptable list nf installations with sirt�ilar equipment s�all be provided demanstrating
comp[iance with this requirement.
B. The manufacturer of the assembly shall be the rr�anufacturer o� the major c�mponents
within the asseml�ly. All assemblies shall �� of the same manu�acturer.
1,06 JOBSIT� �ELlVERY, STORAGE AND HANDLING
A. Priar to jobsite delivery, the Contractor shall have successfully comp[eted all submittal
requirerr�ents, and present to the Owner/Engineer upan d�livery of the equipment, an
approved capy af al[ such submittals. Delivery of incompEete constructed eq€�ipment, or
equipment which failed any factory tests, will not be perrr�itted.
B. Equipment shall be handled and stored in accorcEance with manufacturer's instructions.
C. Equipment shall b� stared indoors and prntected from maisture, dust and other
canCaminants.
D. Equipment s�all not be installed until the location is finished and protected �ram the
elements.
lA7 WARRANTY
A. The Manufacturer sha11 warrant the equiprrient to be fre� from defects in rnaterial and
workmanship for nne year from date of final acceptance of the equipment. Within such
period nf warranty, the Manufaeturer s�all pramptly furnish all material and la6or necessary
to r�turn the equiprnent ta new operating conditian.
2.QQ PRO�UCi5
2.01 MANUFACTURERS
A. Subject to compliance with the Contract Dacuments, the Manufacturers listed in each
product categary are acceptab{e.
8. The listing of specific manufacturers does not impiy accep�ance o� their products that do nat
meet the specified ratings, features and functions. Manufacturers listed are not relieved
fram meeting these specifications in their entirety.
City nf l�'ort �Vor€1� JPes7.side fl4tler Trc�ut»�cf�r Plcnu L3uckr��� Gexerulnr.r
Ci1y f'rajec! ,1'ir�n6er: /03d 1(1
26272b-3
LIGHT SWITCHES ANLI RECEPTACLES
Page 3 of 7
2.02 RAT(NG5
A. The service volta�e, shall be as shown on the Drawings. The overail short circuit withstand
and interrupting rating of the equipment and devices shall be equal to or greater than the
a�erall short circuit witi�stand and interrupting rating nf the feeder de�ice immed€a�ely
upstream of the equipment.
2.03 MAT�RIALS
A. Wall switches shail be heavy duty, industrial speci�ication grade, toggle action, flush
mounting quiet type. All switches shall conform to the latest revision of Federal
Specification WS 896.
1. Manufacturer
a. Cooper (catalog n�amber as listed)
b. Hui�bell, Inc.
c. Pass & Seymo�ar, Inc.
d. Approved equal
Z. Single pole, 20 Amp, 120/277 Volt —(Cooper 2221V)
3. f�ouble pole, 20 Amp, �20/277 Valt -- (Coo�er. 2222Vj
4. Three way, 20 Amp, 120/277 Vait —(Cooper 222�V)
5. Four way, 2D Amp, 120/277 Volt —(Coo�er 2224V)
6. Singie pofe, 20 Amp, 120/277 Volt - key operated -(Cooper AH� �.91N)
7. Single pale, ZO Amp, 120 Volt - red �ilat-iighted handl� —(Coaper 2221PLj
8. 5ingle pole, 20 Amp, 12� Voft, clear ligh�ed handle —(Caaper 2221LTV)
9. Mor�entary eontact, three position, 2 circuit, center off —(Cooper 1995V)
B. Fluor�scent wafl box dimmer switch for �.20/z77 Volt contro! af rapid start fluarescent
lamps with a dimming range of 100% ta 0.5°/a light for 120-�olt and 10�% to 1% light for 277-
�a[t.
1. Manufacturers
a. Lutron Electronics Co., Inc.
b. Lithonia Cantrol Systems
Ci[y o1't�nrt �Vortf� 11'es7srde I! i�ler '1'reufuieiif Pl�rnl 13arktip Geirei•nlot•.+
Ci1Y f'rojec! �1'an�iGe�•: l03�110
26 27 26 - 4
IIGHT SWITCHES AN� RECEPTACLES
Page 4 of 7
c. Valmont Electric, Inc.
d. No Approved equal.
C. Explosion-proof single pole factory s�aEed switches shall be for 20 Arr�ps, 120/277 valts,
mounted in capper free aluminurn boxes,
1. Manufacturers
a. Crouse-Hinds EDS Series
b. Appleton Electric Co.
c. Killark
d. Na Appro�ed equal,
D. Ree��tacles shall be �eavy du�y, corrosion resistant, specification grade of the fallowing
types and manuFacturer or equal. Receptacles shaEl conform to Fed Spec WC596.
1. Manufacturers
a. Cooper �ca�alog numbers as listed)
b. Hub�ell, lnc.
c. Pass & Seymaur, Inc.
d. 1Vo Approved equa)
2. Duplex, 20 Amp, 1Z5 Volt, 2 Pa1e, 3 Wire Grounding, high impact, arc and rr�oisture
resistant yellnw nylan construction, heavy nickel platir�g on metal parts; (Cooper
5352CRY
3. Single, 20 Amp, 250 Volt, 2 Pale, 3 Wire; (Cooper 5451GY}
E. Weatherproof covers
1. Die cast afuminum. Plastic or other non-metaliic in-use covers are nat acceptable.
2. Weatherpraaf while-in-use rating
3. Manufaeturers
a. �aton Catalog No. WILIMH/V
b. ihomas & Betts
c. No Approved equa!
Cit}� of Fot'[ 11'orth �I'e.clsirle �I cuer 7realnre�r! Plmu C3uckrrp Genercrlurs
Ci11'!'ro/ec! r1'aauher: I03dl0
26 27 26 - 5
LIGHT SWITCHES ANd RECE€'TACLES
Page 5 of 7
F. �xplosion-proof receptades and �lugs
1. Manufacturers
a. Appleton Electric (Catalog number as listec{)
b. Crouse-Hinds
c. Hubbelllnc.
d. €Vo Approved equal.
2. Sing[e, 20 Amp, �25 Volt, 1 Phase, 3 Wire. (Appletan EFSC175-2023 and plug ECP-2023J
3. Duplex, 20 Amp, 125 Volt, 1 Phase, � Wire. �Appleton EFSC275-2023 and �lug, ECP-
2023)
4. Single, 2f3 Amp, 25� Valt, 1 Phase, 3 Wire. �Appieton ��SC175-20232 and plug ECP-
20232)
5. Duplex, 20 Amp, 250 Volt, 1 P�ase, 3 Wire. (Appletnn EESC275-2Q232 and plug ECP-
20232)
G, [}eviee Plates
1. Piates fior indaar flush mounted de�ices shall be of the required number of gangs for the
applieation in�olv�d and shalf be as follows:
a. Administration type buifciings: Smoati�, high impact nylon of ihe same manufacturer
and calor as the de�ice. Final c�lor to be as selected by t�e Architect.
b. Where permitted in other ar�as nf the �1ant, flush mounted devices in eement black
constructian shall be Type 302 high nickel (18-8j stainless steel of the same
manufacturer as the devices.
2. Plates For indoor surface rrioun�ed device baxes shall be cast metaf of the same materiai
as the bax, Crouse-Hinds No. �S23G and DS32G, or �qual.
3. Q�ersized plates shall �e installed where standard plates do not fuily cover the wall
o�ening.
4. Device plates far switches mounted outdoors or indicated as weatherpronf shall be
gasketed, cast aluminum with pr��isions far padlocking switches "On" and "Off", Crouse
Hinds No. DS185, or equal.
5. Multiple surface mounted de�ices shall be ganged in a single, common box and
provided with an ada}�ter, if necessary, to allow n-�ounting of single gang device plates
on multi-gang cast baxes.
City of I�orl 1Vorth !lisGsi�le It'<rler '!'reatnic>iif Phrm 13urkup Gcnerralnrs
Ci11' Yrr�jecl rlhmtbei•: Ill_3d 10
262726-5
L1GHT SWITCHES AfJd RECEPTAC�ES
Page G of 7
6. Engraved de�ice plates shall be provided where required.
7. Weatherproof, gasketed cover �or GFI receptade mnunted in a�S/�D box
a. Manufacturers
'i. Cooper, Catalog Nn. 4501-�'S
2. Hubbell, Inc.
3. �'ass & 5eymour, Inc.
4. No Appro�ed equal.
3.QD EXECUTION
3.Q1 I NSTALLATlON
A. 5witches and receptacles shal! be installed flush wi�h t�e finished wall surfaces in areas with
stud frame and gypsvrn board construction, in dry areas with cement block constr�ction or
when raceways are shown as concealed an the Drawings.
S. Do not install flush r�flun�ed devices in areas designated DAMP, WET or WET/CO�ROSIV� on
the Drawings. Provide surface mounted devices in t�ese areas.
C. Pravide weafiherproof devices covers in areas designated WET ar WET/CORROSIVE an the
Drawings.
D. Unless otherwise shown on the Drawings, wall swi�ches and other wall maunted car�trals
shall be installed at 54 inches AFF.
E. Con�enience receptacles shall be 36 inches abo�e the floor un(ess otherwise shown.
F. Convenience receptacles insfialfed outdoors and in rooms where equipment may t�e hosed
down shall be 35 inch�s above floor or grade. Switehes shall be ganged together under one
co�er plate.
G. The locatian of all devices is shown, in general, on the [7rawings and rnay be varied within
reasonahle limits so as to avaic! any piping or other obstructinn without extra cost, subject
to the approval of the Owner. Coordinate tt�e installatian of the devices for pipir�g and
equipment ciearance.
H. Con�enience receptacles and light switcF�es shall be connected using strar�ded pig tails and
spring fork insulated lugs. Feed-through wiring of receptacles is prohibited,
3.p2 FIELD QUALITY COi�TROL
Cit}' nf E�ort IVoril� lY�rstsirle If'raler•Trr�unren! 1'Irairt IlackupGencru�c�rs
Cily� 1'rnjec� rl7rmLer: 1 f13d 111
262726-7
LICsHT SWITCHES ANO RECfPTACLES
Page 7 af i
A. Test wiring de�ites �o ensure electrica{ continuity of grour�ding. Energize the circuit to
dernonstrate compliance with the requirements.
END OF SECTION
Cil)� of I�ort l�rc3rtki 1 Pe.sisid� !I'afer '1'reutme�u Plurrt 13rrckup Ge�rerulnrs
Cify� Yrvjec�t r1'rirrilrer: 1(13�1!!1
26 28 16 - 1
LOW VOLTAGE ENCLOSED CIftCUI� BREAKERS AND aISCONNECT
Page 1 of 12
26 28 �.fi LOW VOL7AGE ENCI.OSED CIRCUIT BREAKERS AN� DISCONNEC7 SWI7CHE5
1.0� GENERAL
1.Q1 SCOPE OF WORK
A. The Contractor shall furnish and install low voltage enclosed circuit breakers and disconnec�
switches, together with appurtenances, complete and operal�le, as specified herein and as
shown on the Contract Drawings.
B. All equipment specified in this 5ection of the Speeificatians shall be the product of one
man�facturer and shalf be factory constructecE and assembled lay that manufacturer.
1AZ R�LATEa WORK
A. iVa references are rnade to any other sectian which may contain worlc related Eo any ather
section. The Cantract Docurnents shall be taken as a whole with e�ery section related to
e�ery aiher sectian as required tn meet the requirements specified. �he organiza#ior� af the
Contract Docum�nts into specification divisions and sections is for organizatian of the
docurnents themselves and does t�at relate to the division of suppliers or fabor which the
Contractor may choase to employ in the execution of the Contract. Where references are
made to ather Sections and other Divisions af the Specificatians, the Contractor shall
provide such infarmation ar additiona{ worlc as may be required in those references, and
include such information ar work as may be specified.
B. Ofher Ri�isions
T�e Contractor shall be responsible for examining all Sections of the 5pecifications and
Drawings, and shall determine the power and wiring reqt�irements and shall prnvide
�xternal wiring and raceways, as required to pro�ide a fully funciioning pawer, control
anci process cor�tral systems. If the equiprnertt requires more conductars and/�r wiring,
due to different equipment being supplied, the Contractor shal[ furnish the additionai
conductors, raceways and/or wiring, with no change in the Contract Price, and with no
increa5e in Contract Tim�,
1A3 SUBMiTTALS
A. Submittais shall be made in aceorda�ce with the requirements nf Division �., Section 26 00
Qp and as specified herein.
B. Provide systerrts engineering with coorcfination curves, io c�emonstrate coordination
betw�en proposed breakers and/nr fuses submitted, such tha� prntective de�ice
coorciination is accomplished. Such curves and settings shall be incl�ded as a part af th�se
submittals.
City of�Port 1Vor[ft 1Pe.slsidc 1Pn1er Tre�rfuretai Yla�tf I3uc'krrp Gc�re��rrtors
C'rlyf'rojec7,\'rrir�bcr: l03d�0
262816-2
LOW VOLTAGE ENCIQSEp CiRCUIT BREAKERS ANQ QISCONNECT
Page 2 of 12
C. Coordinate short circuiY rating of equipment per Power System St�dy pravidec{ by Power
S�udy �ngineer.
D. Submittals shall also contain information on related equipment to be furrtished under this
5pecification but described in the related 5ections listed in the Related Worfc paragraph
above, Incomplete submittals not containing the required 9nformation on the related
equipment will also be returned without review. A{I cut sheets shail be clearly marked to
indicate which products are bein� subrnitted for use on this project. Unrr�arked cut sheets
wil! be cause to reject the subrt�ittal and return it for revisian wit�nut re�iew.
E. The original equipment manufacturer shall create a!! equipment shnp drawings, including all
wiring diagrams, in tt�e manufacturer's Engineering department. All equipment shnp
drawings sf�all bear the original equipment manufacturer's laga, drawing file numbers, and
sha11 be maintained on file in the ori�inal equipr-neni manufacturer's archive file system.
Photocopies of the Engineer's ladder schematics are unacceptable as shap drawings.
F. 5ubmit to the Owner/Engineer, shop drawings and product data, far the following:
1. Product data sheets and catalog numbers �nr o�ercurrent protective trip devices on
circuit breakers and switches, relaying, meters, pilat lights, etc. The manufacturer's
r�ame shall be clearly visible on each cut sheet sub�-nitted. List all options, trip
adjustments and accessories f€�rnished specifieaily far this prnj�e�.
2. Prn�ide control systems engineering to produce eustom unit elementary drawings
showing inierwiring and interlocicing between companents and to remately mounted
devices. Inefude and identify ail cannectir�g equipment and rerr�ote de�ices on the
schematics. The natation "Remote Device" wi11 not be acceptable. Show wire and
terrriina] numb�rs. Indicate special icfenti�ications for electrical devices p�r the
Drawings.
3. Pro�ide plan and elevatian drawings of each controller ar encfosure, with dimensions,
exterior and interior views, shawing component layouts, controls, terrr-iinaf bincks, etc..
4. Schernatic diagram
5. Nameplate schedule
6. UL Listing of t�e completed assembly.
7. Component list with detailed compnnent infarmation, incfuding nriginal manufacturer's
part number.
8. Conduit entry/exit locations
9. Assembly ratings including;
a. 5hort-circuit rating
b. Voltage
C'tly o€� Port �Vc�riU 1 Pestside fYaler Treuufrenl I'Iu�N Hurkrrp Gc�reralors
C'il�° I'rnjec! Aran�rber: 1(13�! t!1
2b 28 lb - 3
LOW VflLTAGE ENCLOSED CIRCi11T 6REAKERS ANd DISCONNECF
Page 3 of 12
c. Cantinuous current
10. Major component ratings including:
a. Voltage
b. Continuous current
c, interrupting ratin�s
1�.. Number ar�d size of cables per phase, neutral if present, ground and afl cable terminal
sizes.
12. Instruction and renewal parts baaks.
G. Factory i'ests. 5ubmit�als shall be made for factory tests specified her�in.
H. Field `fest Reports. 5ubmittals shall be made far fiefd tests specifiet� here€n.
I. Operation and Maintenance Manuals.
�.. Refer to 01 78 23 for 0&M Manuals requirements.
2. Qperation and maintenance manuals s�all include the foElowing informatinn:
a. Manufacturer's contact address and te{ephone number for parts and service.
b. Instruction books and/or leaflets
c. Recammencfed renewa! parts list
d. Record Documents for the infarrr�ation requ[red by the Submittals paragraph ahove.
J. The rnanufacturer shall subr�it for appro�al, a training agenda for all training specified
herein. �'rainin� agenda shall npt be submitted until finai ap�raval ofi the �peration and
Maintenance Manuai.
1.04 REFERENC� CODES AND STANf7AR�S
A. All proriucts and camponents shown on th� Drawings and listed in this specification shall be
designecf and manufactured accarding to latest revision of �he follnwing standards (unless
otherwise noted):
1. NEMA Standard AB1— Molded Case Cireuit Breakers, Malded Case Switehes and Circuit
Breaker Enclasures
Z. NFPA 70 — National Eleetrical Code (NEC}
3. NFPA 70E — Standard �ar Electrical Safety in the Workplace
City nf Fm�t 11'orth 1Pesl,sirle ld'rrter Treslme�u Plcuit I3uckrrp Gerrerrrlor.r
Ciq�!'rajcct A'rorrher•: 103�11!)
262816-a
LDW VOLTAGE ENCLOSED CIRCLIIT 8FtEAKERS AND �ISCONNEC7
Page 9 of i2
4. IEE� 242 — Pratectior� and Coordination of Industrial and Commercial Power Systems
5. IEEE 399 — Power Systems Analysis
6. i1L 489 — Moldeci Case Circ€ait 8reakers and Circuit Breaker Enclosures
7. UL 1�66 — l.ow Valtage AC and DC Power Circui� Sreakers Used in �nclosures.
8. AIi equipment campanents and completed assemblies specified in ti�is 5ection of the
S�ecifications shall hear the a�a�ropriate labe! of Underwriters Laboratories.
1.05 QUA�Ii'Y ASSURANGE
A. The manuf�cturer of this equiprr�ent shall have produced similar equiprr�ent fnr a rninimum
periad of ten years. When requ�sted by the Engineer, an acceptable list af installations with
similar equipment shall be provided demanstrating compliance with this requirement.
B. The manufacturer of the assemi�ly shall be the manuf�cturer of the major carr�ponents
within the asser�bly. All assemi�lies shall be of the same manufacturer. Equiprnent that is
rnanufactured by a third party and "brand labeled" s�all not be acceptable.
C. All camponents and material shall be new and af the latest field prover� design and in
current production. �bsolete components or components scheduled for immediate
discontinuation shall not be us�d.
D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified.
Equipment s€�F�mitted shall �it within the space shown on the Drawings. Equipment which
does not fit within the space is not acceptable.
�.06 JOBSITE DELIVERY, ST'ORAGE A�f� HANDLING
A. Prior ta jobsite delivery, the Contractor shall have successfully completed al( submittal
rec�uirements, and present to the Owner/Engineer upon delivery of the equipment, an
approved copy of all such submittals. Delivery of incompleie constructed equipment, or
equipment which failed any factory tests, vuill not be permitt�d,
Equipment shall he handled and stored in accardar�ce with manufacturer's instructians. Two
copi�s of these instructions shall be included with the equipment at time o� shi}�m�nt, and
shali be made avaifable ta the Contractor and Owner. The instructions shall include detaiied
asseml�ly instructions including but not [imited to wiring interconnectior� diagrams, rigging
for lifting, skiclding, jacking and mo�ing usin� rolling equipment to place the equipment, baft
tarqueing requirements far bus and all other eorr�ponents which require t�e instaflation af
bolted cannections, and instructions fnr storing the equipmertt priar ta energizing.
C. Equipment shall be stored indaors and protected from moisture, dust and other
contaminants.
Cily oI� Fart 1VortIE i!'c�s1.��ide 1 Puler Ti•eubuen! 1'lu+rf I3urkup Gc•irerulors
C'il;' P�•njecf A'�rmbei�: 1 li3d !(1
262816-5
LOW VqL3AGE ENCLOSED CIRCl31T BREAKERS AND DISCONNECT
Page 5 of 12
�. Equipment shall not be installed until the location is finished and protected frarri the
elements.
1.07 WARRANTY
A. The Manufacturer shall warrant the equipment ta be free from defects in material and
workmanship for one year from c�ate of final acceptance of the equipment. With'tn such
period of warranty the Manufacturer sha11 promp�fy furnish all maierial and labor necessary
to return the equipmers� to new o�erating condition. Any warranty worlc requiring shipping
or transporting of the equipment or camponents shall be perforrned by the Contractor at no
expense to the Owner.
2.00 PROpUCTS
2.01 MANUfACTUR�RS
A. Subject to campliance with the Contract Documents, the following Manufaeturers are
acceptable:
�. Eatan
2. ABB.
3. Square D
The listing of specific manufacturers above does not imply acceptance of their products that
do nat rneet the specified ratings, features and fune�ions. Manufacturers list�d above are
not relie�ed frort� meeting these specifications in th�ir entireiy.
C. All equipment furnished �nder this Section shall be nf the sar�e manufacturer.
2.02 RATINGS
A. 1'he service voltage, shali be as shown on the Drawing5. The overall short circuit withstanc
and interrupting rating of the equipment and de�ices sha{I be equal �o or gr�at�r than the
overafl short circuit withsiand and interrupting ra�ing nf �he feeder device immediately
upstream af the circuit break�r or switch. Systems employing series connected ratings far
main and feeder devices shall not be used.
Circuit breakers, safety switches and associated devic�s shall be designeri for continuous
operation at rated current in a�0°C ambient temperature.
C. Furnish hea�y duty Mil{ rated devices.
I�. For additional ratings and canstruction notes, refer to the Drawings.
City uf l�orl 1lrnrtlt 11'e.si.sirle 11'uler "!'rer�l�ne�r1 Plc���f t3rrck¢�� Gefrc�i��VoF•.��
Crq� !'rqjecf e1'ror�&er: I U3�J II)
262816-6
LOW Vql7AGE ENCLDSED CfRCUIT $REAKERS ANQ �ISCONNEC7
Page 6 oi 22
2.Q3 CONSTRUCTION
A. General
1. Refer to Drawings for: actual layout and location ot equipment and components; current
ratings of devices, eomponents; protective relays, voltage ratings of devices,
components and assemblies; anti other required details.
Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allaw ad�quate
clearance fnr bending and terminating of cable sixe and type specified, Lugs for tt12
AWG up to #6 AWG sha(1 be ring terminals. Conductors #4 AWG and farger shall be two-
hole lor�g barref lugs with N�MA spacing. Alf lugs shall be the closed end canstruction ta
exdude maisture migration into the cahle conductor. See also Sectian 26 Q5 19 Wires
and Cables (100D Valt Maximum) for additional requirements.
3. Built in cor�trol statinns and indicating lights shall be furnished where shown on the
Drawings.
4. Furnish nameplates for each cfe�ice as ir�dicated in Drawings. Namep€ates shal[ be
engraved, laminated im�aact acrylic, mat#e finish, not less ihan 1/1b-inch thick by
3/4-inch by Z-1/2-inch, Rowrr�ark 3224a2, f�amep(ates shali be �16 S5 screw mounted to
all enclosures except far �VEMA 4 anc� 4X. Nameplates for NEMA 4 and 4X �nclosures
shall be attached with do�ble faced adhesive strips, TESA TUFF TAP� 497(3, .009 X 1/2
inch, or equal. Prior to installing the name}alates, the metai surface shall be tharoughly
deanec{ with 70% alcof�ol unti{ all residue has been removed. Epoxy adhesive or foam
tap� is not acceptable.
B. Enclosur�s
1. General
a. Pro�ide 316 SS hardware for alf encfosures.
b. All enclosure doors sl�all have bonding studs. The er�closure interior shall have a
bancfing stud.
c. Enciosures shall no� ha�e hales or knockouts for canduit entry.
d. All pat�els installed outdoors shall have a factory appiied, suitable primer and final
coat of weatherpraof white paint.
e. All endosures shal! be provisioned with hardware for a padlocic.
f. All enclosures shall have integral welded mounting lugs.
g. See 5ection 26 DS 33 Raceways, 8axes and Fittir�gs far additional requirements.
2. iVEMA 7/4X
Ci[p of C'url 11'or(h �I'e.r�.si<!e !i'[lfer Ti•euimeit! I'lcarl 13urkrrp Ge�acrufur.s
C'r1P Projec7 rl4unhe��: I03d i f)
26281b-7
LOW VdL7AGE ENCL�SE� CIRCiJ1T BREAKEftS AND QS5CONNECT
Page 7 of 12
a. Class 1, Divisian 1, Groups A, e, C, and D, or as defined in NFPA 7n). 8oxes shall be
constructed as follows:
1] Copper free cast aluminuin boc�y and cover
2) S�ainiess steel hinges
3) Watertight neoprene gasket
4) 5tainless stee[ coWer bolts
5) AI{ penetraiions shall be factory drifled and tapped.
3. NON METALI.IC
a. Chemical Rooms. iV�MA 4X constr�cted as follows:
1j PVC or Fii�ergfass reinfarced polyester body and door.
2) UV inhibitors
37 Luggage type quick release latches
4) Faarn-in-place gaslceted doars
4. ALI�MINUM
a. NEMA 4X Aluminum
1) Type 5D52 alurninum, body and door
2) 5tainless steel hinge
3j Faam in-place gasket
4) Single point quarter �urn (atches
5. N�MA 12
a, NEMA 12 5teel
�.) Mild steel body and door
2j 5tainless steel hinges
3J Foam in-place gas�Cet
4) 5ingle paint quarter turn latches
6. NEMA 4X Stainless Steel were no� otherwise �efined
Cily of Erort 1Vorth )Ye.sLside 11'ufer Tt•errttimnl !'I�riN C3uckup Gener•utms
Cit)' Pi•ojecl r\5rnrher; 1l13d 10
2b2816-5
LOW VQETAGE ENCLOSED CIRCUiT BREAKERS AND D15C0(VNECT
Page 8 of 12
a. Where an enciosure is nat otherwise clefined or shown on the Drawing
1) NEMA 4X Stainless Steel
2) Type 304 stain(ess steel, body and c�nnr
3) Stainless steel hinge
4} Foam in-piace �asket
5) 5ingle point quarter turn latches
7, NEMA 1 or NEMA 1A boxes sha11 not be used.
S. Malleable iron boxes shall not be used.
9. Pravide a ffange mounted, or through the doar, discnnnec� operating handle wiih
mechanical i€�terfock having a bypass that will allow the enclosure doo� to open only
when the circuit breaker or switch is in the OFF pasition. The circuit breaker or switch
shall have the capability of being bypassed after the door has been opened.
C. Internal Wiring
�. Wiring: Stranded tinned copper, minimurr� sixe No. 14 AWG, with 600 Volt, 90°C, flame
retardant, Type 5f5 thermosetting 600-volt ins€�la�ion, NEMA Class II, Type B wiring. Line
side power wiring shali be sized for the fu[I rating ar �ram� size of t1�e cannected device.
Z. Ail wiring shall be tagged and codecE with an identification number as shown on the
Drawings. Coding shall be typed on a heat shrinkable tube applied to each end shawing
origination and destinatian of each wire. i"he marking shall be permanent, non-
smearing, solvent-resis�ant type similar to Raychern TMS-SC�, or equal. Wire tags shall
be machine-printed. Wire tags relying an adhesives of any type are unacceptable.
Ail wiring shall be neatly bundled with tie wraps and supported ta wire way su�}�orts.
Control wiring shall b� bundled separate�y from pawer wiring. In addition, low signal
wiring (rnillivolt and miiliamp) shall �e bundle separately from the rest of the cnntral
wiring,
D. FielcE Insta[led Internal Wiring
Field installed interior wiring shall be neatly grouped by cireuit and bound by plastic tie
wraps. Circuit groups shall be supported so fhat circuit terrr�inations are not stressed. In
addition, low signal wiring (millivalt and rt�illiamp) shaE! be bundle separately from the
rest of the control wiring. Wiring sha[I not be supported using adhesive supports.
Adhesive wire supports are unacceptable, and if instalied shali be remaved and replaeecE
with a non-adhesive support with no increase in Contract Price or iime.
C:ity t�f Fart 1Vu��ti� �l�e.sl.sirle !i'iuer Ti•ecrlme��l Yla�rt BcickrrE� CciteruPur.s
Cr(�' Projec� �1'tu�rher�: ]!)3�17/)
26281G-9
LdW VOLTAGE ENCLOSED CIRCUIT BREAKERS AN� �ISCONN�CT
Page 9 of 12
2. All field wiring shall be tagged and coded with an identification number. Coding shall be
typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a
permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal.
Wire tags shall be machine-printed. Wire tags reiying on adhesi�es af any ty�e are
unacceptable.
In general, all conduit entering or leaving equipm�nt shall be stubf�ed up inta the
bottmm �f t�e encfosure directly below the area in which the conductors are to be
�errninated, or from the top if shawn on the Drawing� and not located in a wet, damp or
any process area. Conduits shall nat enter the side un{ess approvec[ in writing by the
Owner/Engineer.
2.04 CIRCI�IT BREAK�ftS
A. Molded Case Circuit Breakers (MCCS'sJ
Unless otherwise 5hown on the Drawings, circuit breakers 225 ampere frarr�e raiing and
larger, sha(1 be molded case (MCCB), three-Pole, 600-vaft, fixed type, with stored energy
closing mechanis�. Breake�s shall be manually aperated unless indicated as el�e�rically
operated (EO} on the Drawings. Trip de�ice shall be solid state with ad}ustable long time
pickup, and cfelay; adjustable short time pickup and de9ay; short time i2t switch;
adjustable instantaneaus pickup, adjustable grour�d fauli pickup and c{elay, and grouncE
fault delay and p€ckup irips for selecti�e t�ipping.
2. Unless atherwise shown on the Drawings, circuit 6realcers less than 2Z5 ampere frarne
rating shail t�e molded case, three-Pole, 600-voft, fixed type, manually aperated with
stored energy closing mechanism. Circuit t�reakers shall have in�erse time and
instantaneo�s tripping characteristics.
2A5 DISCONNECT SWITCHES
A. Disconnect switches shall be heavy duty, quick malce, quick �reak, visib9e blades, 6QQ-valt,
three-pole with full co�er interlock, interlack defeat and flange mour�ted operating handle.
2,06 FUSED DISCQNNECT SWITCHES
A. Fused disconnect switches sha{I be �eavy duty, quick malce, quick break, visible bfades, 6�0
volt, three-�ale with full eover interiock, €nterlack defeat and flange r�aunted aperating
handfe.
B. Fuses shall be r�jection type, 6�0 vafts, 200,000 A.I.C., dual element, time delay, Bussman
Fusetrort, Class R!C 5 or equaf.
2.07 MOTOR ISOLATION SWITCHES
Gil}' oF I'ort IVurth i1 es7.side {J'rNer TF�eulr��en! f'ln+tf Bucku�3 Geirernlvr.s
CrP�� Project A'rirrabnr: 103d1l1
26 28 16 - 10
L�W VOLTAGE ENCLOSEd CiRCUIT BREAKERS ANn DISCONNECT
Page 10 of 12
A. �or motors up to and including 100 horsepower, the isolating switch sha[I be a t�orsepnwer
rated, quick make, quick break, visible blades, �oa �oir, �hree po[e motor circuit switch, in an
enc[osure as fisted above and sized far the motor as shown on the Drawings. The switc�
shall 6� �lainiy marked "Da not operate under load".
For motors greater than 100 horsepower, the isolating switch shall be a current rated, quick
malce, quick break, visible Ealades, 500 vnit, three pale motor circuit switch, in an enclosure
as listed abnve and sized for the motor as shown on the Drawings. T�e switch shall be
plainly marked "Do nat operate under Ioad".
C, Where a switch status auxiiiary eor�tact is shown nn the [}rawings, the auxiliary contact shall
be early brealc (apens before the switch is opened) and early make (closes befnre t�e switch
is cEosed). i'he auxiliary contact shall be rated 5 amperes at 480 volts.
2.08 DOUBLE THROW MANUAI. TRANSFER SWITCH
A. Manua) transfer switches shall be heavy duiy, quick r�ake, quick breaic, visible blades, 600-
volt, three-ole, fused ar non-fused as shawn on the Contract Documents, with fiange
mounted operating handie.
2.09 FACTORY T�STING
A. The circuit breakers and disconnects shall be completely asserr�bled, wired, and adjusted at
the factory and si�all be given the r-nanufacturer's rautin� sho}� tests and any other
additional operational cest to insure the workability and reliat�le operation of the
equipment.
B. Factnry test equipment and test methods sha11 canform wikh the latest applicable
requirements of AN51, IEEE, U�., and NEMA standards, and shall be subject to the
�wner/�ngineer's approval.
3.00 EX�CUTION
3.01 INSTALLER'S QUALIFICATIONS
A. Installer shall be specialized in installing low �oltage circuit breakers and disconnect
switches with minimum five years doc€�mented experience. Experience documentatian shai)
be subrnittec� for a�proval prior to beginnin� work on this project.
3.02 EXAM[NA710N
A. Examine installation area to assure there is enough clearance to instalE the equipment.
B. Verify that the equiprr�eni is ready to ir�s�ail.
C. Verify field measurements are as instructed by manufacturer.
City of Fort 1Va>rtk� Jf'eslsirle ll4rler 7i•eulnrcnl Pluir113ackr�f� Gc��rer�rlur.r
Gi1s' Pr�Jecl iVrruiher: I03d ]0
2b 28 16 - �1
LOW VOLTAGE ENCLDSED CIRCUIT BREAKE1iS ANn D15CONNECT
Page 11 of 12
3.�3 INSTALLATIOiV
A. The Coniractar shalE instalE all eq�ipment per the manufacturer`s recommendations and
Contract Drawing5.
B. Install required safety labels.
C. Conduit entry into ihe top of any NEMA 4/4X rated enelosure in any outdoor, damp, wet or
process area is stricily prahibited. Any enclasure entered from the top will be r��no�ed, the
conduit and conductors re-routed, or conductnrs replaced if too shart. No increase in
Contrac� Price or Contract Time will be allowed.
3.04 FIEi.D QUALI�Y CONTROL
A. Inspect instafled equiprr�ent for anchoring, alignment, grounding and physical damage.
S. Check tightness of all accessible el�ctrical connections. Minimum acceptable valUes are
specified in manufacturer's instr�ctians.
3.�5 FIELD A�JUSTING
A. Ac[just all circuit I�reakers, switehes, access doars, operating handl�s for free meehanical and
electrical operation as described in manufacturer`s instructions.
B. The Power Monitoring and Protecti�e Devices sha(I be set in ihe field by a qualified
repres�ntative o� the manufacturer, retainecl by tf�e Contractor, in accordance with settir�gs
designated in a coordina�ed study of th� system as required in Pawer System Study. All such
settings, incl�ding the application ofi arc flash labels, shall have been r�ade and Approved by
the Owner/Engineer, prior to energizing of the equipr�ent.
3.�6 FIELD TESTING
A. Perforrr� ail electrical field tests recommended by the manufacturer. Disconnect all
connections to solid-state equipment prior to testing.
Megger and recnrd phase to phase and phase to ground insulation resistance. M�gger, for
one minute, at minimum valtage of 10D0 �olts DC. Measured insulation resistance shaEl be
at [east �00 megohms. In no case sha[1 the rr�anufacturer's maximum test voltages be
exceeded.
C. Test the grounc[ fault �rotection sys�err� using a high current injection meti�od.
D. Test the rating p�ug for correct rating.
3.07 CL�ANING
City of E�ort 1lforth 1Peslsirle 1I'riler Trerrnirenl Pln�rt 13ackrap Getrei•nlm�s
CiIP I'rnlecl ,1'i�i��8cr: 1(13d10
z� za ss - �z
LOW VOLTAGE ENCi.OSE� Ci€iCUIT BREAKERS AND �ISCONNECT
Page 12 of �2
A. Remove all rubbis� and debris from inside and around the equiprnent. Remave dirt, dust, ar
eoncrete spatter from the interior and exterior of the equipment using brus�es, �acuum
cleaner, or clean, lint free rags. Da not use cornpressed air.
3.08 EQUIPMENT PRQTECTION AND RES��RATlON
A. iouch-up and restore damaged surfaces to factory finish, as approved by the manufacturer.
If the damaged surface cannot be returned to factory specificatior�, the s�arFace shall be
replaced.
�ND OF S�CTI�N
Cit)� i�F Fnrt 1Vartli IPe.cLside !P«1er Ti•euliue�rl Plar! I3�rrkup Ge�rer•cu��rs
Ci1}� Projecl r1'xmher: Il}3d!(f
252987-1
ELECTRICAL CONTRACTOR PROV1[3�(] CC3NTf2()L PANELS (ECPS�
Page 1 of 22
2fi 29 87 ELECTRf£AL CONTRAC70R PROVIDED CONTROL PANELS (�CPS)
1.(]0 GENERA�
1.01 SCOPE OF WDRK
A. F�rnish and install functional cantral panels to manUally or auiomatically aperate con�rol
syste€ns as specified in the detailed requirements of this 5ection, and fogic and schernatics
as shown on th� Electrical Drawings.
B. SuE�mittals for Electrical Control Panels, nat cleariy specifieci as Control Panels by the
Electrical Contractor, shall be submitted under the Section of the Specifications specified in
the Process Equiprrtent Di�ision or Mechanical Equipment �ivision, and shafl not be
subrr�itted under this Section Control Panels for th�se Divisions, shall meet the requirements
of Mechanical Equipment Manufacturer's Cantral Panels, and shall E�e submitted as a part
of the Meehanicaf Equipment manufacturer's submittals or Proc�ss Equiprr�ent Division
Submittals. Control panefs specified within ihe fnstrumentation 5ections of C?ivision 40 57 OD
shall �e sub�itted as a part of the Instrumentation submittals.
1.OZ RELAT�C} WORK
A. No references are made to any ather section which may cantain work related to any other
section. The Con�ract �ocuments shal{ be taf�en as a whole with e�ery seetion related ta
every other seciion as required to meet the requirements specified. The organization of ihe
Contract t7oeuments into specification divisions and seetians is for organization of the
documents themselves and does not relate to the division of suppliers or labor which ihe
Contraetor may choose to employ in the execution of the Cantract. Where refere�ces are
made to other Sections an�I other Divisions of the 5pecifications, th� Contractor shall
pra�ide such infarrnation or addi�ional work as may be required in those references, and
include such informatior� or work as may be specified.
B. Other Divisions
1. The Contractor shall be respansible far examining all Sectians of the SpeciFications and
Drawings, and sha[I determine the power and wirtng requirements and shall provide
external wiring and raceways, as required to pravide a fully functioning power, control
and process control systems. If the equipment requires more conductors and/or wiring,
due to different equipment heing suppfied, the Contractor sMall furnish the additional
conductors, raceways and/or wiring, with no change in the Contrae� Price, and with no
increase in Cantract Time.
1.03 SUBMITTALS
A. Submittafs shall be made in accardance with the requirements of Di�isian 1, Section 26 00
Op and as specified herein.
Cit�� cFf I�or( 1Vorlh lPesLside If'a(et• 7'reu�iuenf t'lairl flcrckarp Gener•ator.s
Ci(s' I'�-qjecl rVtuirher_ I113�111
262987-2
ELECTRfCAt CONTRACTOR PRDVEDED CONTROi PANEIS (�Cp$j
Page 2 af 22
B. Pravide systems engineering ta produce coordination curves, showing conrdination
between brealcers and/or fuses submitted, such that protective device eoordinatian is
accamplished. Such curves and settings sha[! be inciuded as a part of these submittals.
C. Submittals sha(I also contain inFnrmation on related equiprr�ent to be furnished under this
Specification but described in the relateci Sections (isted in the Related Work paragraph
abo�e. Incomplete submittals nnt cnntaining the required information on the related
equiprtaent will also be returned ur�reviewed.
D. The original equipment manufacturer shall create all equiprneni shop drawings, including all
wiring diagrams, in the manufacturer's Engineering department. All equipment shop
drawings shall bear the ariginal eq�ipment manufaeturers logo, drawing file nurt�bers, and
shall be maintainecf on file in the ariginal equipment manufacturer's archive file system.
Photoeopies of the Engineer's ladder schematics are unacceptable as shap drawings.
E. Subrrtit to the Owner/Engine�r, shop drawings and product data, for the foilowing:
1. Product data sheets and catalog numbers for overcurrent pratective devices, mntnr
starters, control relays, control stations, meters, pilnt lights, etc. The manufacturer's
narne shall be clearly visible on each cut sheet submitted. List a)I optians, trip
adjustments ancE accessaries furnished specifically far this praject. Cfearly mark each
sheei to indicate which items apply and/flr those items that do not apply.
Z. Pra�ide control systems engineering to praduce custorrt unit elementary drawings
showing inter-wiring and interlocking between eompanents and ta remotely mounted
d�vices. Include and identify afl connecting equiptnen� and remote devices on �he
schematics. The notation "Remote Device" will not be acceptable. Show wire and
terminal numbers. Indicate special identificatians for electrical devices per the
Drawings.
3. Eq€aipment outfine drawings showing elevation, plan and interior views, frant panef
arrangement, dimer�sions, weight, shipping splics, conduii entrances and anchor bo[t
pattern. lndicate alf options, special features, ratings and deviations from this 5ection.
4. 5chematic cEiagram, including manufacturer's sefectinns of component ratings, and CT
and �T ratias.
5. Power and control schematics including ext�rr�al connections. Show wire and terminal
numbers, and calor-coding.
6. Instructian and replacement parts baoks.
7. As-built final drawings.
8. Documentation that the par�el assembly faciEity 9s a UL-508 certified panel shop.
9. �aesimi[e of the UL labei that is �o be applied to the completed panel.
10. Furnish camplete eil( of Materials indicating manufacturer's name and part numbers.
City of Eort 1Vorth it�E'.5'I,5' Amber for FAIL.
�}j Blue for READY
Sj White for POWER ON.
c, Mode sefeetor switches {HANf�-O��-AUTO, LOCAL-OFF-REMOTE, etc.j shall be as
shown on the Drawir�gs, tlr�its shali have the number of positions and cantact
arrangerrtents, as required. Each switch shal! ha�e an extra dry contact for remote
mo�itaring.
d. Pushbuttons, shaf! be as folfows:
�) Red fnr STOP, Vaive OPEN, Breaker CLOSE and rnushroam Red for EM��GE�fCY
STO P.
2j Green for STA�tT, Valve CL05E and 8reaker OPEN.
3] Blacic for RESET.
e. Furnish namepiates for each de�ice. All nameplates shall b� laminated plastic, black
lettering an a white background, attaehed with stainless steel screws. Device
mounted t�ameplates are not acceptable.
7. Contral and lnstrument Power Transformers
City of [�ar( Wurt13 I!'e.sf.sirle 11'uler Ti•eul�i�errt I'I�riN Hurkxp Geircruturs
Crt)' f'rnjerl r1'irnr6er: 103�J10
262987-9
EIECTRICAL CONTRACTOR PEtOVIDED CON7E20L PANEtS (ECPSf
Page 4 oi 22
a. Control power transformers shall be provided where shown on the arawings.
Transformer shail be sized for the entire laad, including spaee heaters, pfus 25%
spare capaeity, and shalf be not less than 100 VA.
b. Cantrol power transformers shall be 120 volt grounded secor�dary. Primary side nf
the transformer shall be fused in both legs. One leg of the transformer secondary
shall be safidly grounded while the other leg shal! be fused.
S. A faiiure alarm with horn and beacon light shalf be provtded wher� required or specifi�d.
5iience and reset buttons shall be furnished. Alarm horn and beacon shall be by Federal
Signal; Crouse-Ninds, ar eq�al, [�EMA 4X for all areas except for NEMA 7 areas, which
shail be NEMA 7/4X cast aluminurn.
9. Where specified or shown on the Drawings, a six digit, non-resettable elapsed time
meter shall be instalfed on the face o� each motor starter. Meter shall be as specified in
Section 2f 27 13.
B. �nelosures
1. General
a. Eac� enclosure shall incorporate a removable back panel, and side panels, o� which
control cornponents shall k�e mounted. 8ack panel shali be secured to the enclasure
wi�h collar studs for wall mounted �nclosures, and 316 SS hardware for free
standing enclosures.
b. All iree standing enc9osures shall be provic[ed with feet of �he same construction as
the enclosure.
c. The enclasure door shalf be interlocked wi�h the main circuit breaker by a panel
mounted eable driven operatir�g mechanism.
d. Back panel shall be tapped ta accept all mounting screws. Self-tapping screws shall
not be used to rnount any cornponents.
e. All ertc[osure doors shal! have bonding studs. The enclasure interior shalf have a
bonding s�ud.
f. �ach enclosure shall be pro�ided with a documentation packet on the inner door.
g. Enclosures shall not have holes ar knockouts.
h. Provide manufacturer's window kits where shown on the Drawings.
i. All panels installed outdoors shall have a factory appfi�d, suitable primer and final
caat of weatherproof white �aint.
j. Alf enclosures shalk be padlockable.
E"it}' af I�ort 11'oftEi �Yesf.ci�Ic Il'ufer Trenitiiesrt f'l�ur� R�ack«p Ge�te+�rH��ra�
C111' 1'rnjec•t �1'�u�iGer: 10 �dIU
25 29 87-10
�LECTRICAL CONTRACTOR PROVIDEd CONTROL PANELS {�CPS}
Page il3 of 22
2. NEMA 4X 5tainless Steel
a. Enclosure
1) NEMA 4X 316 5tainless Steel
Z) Type 316 stainEess steel, body and door
3j Stair�less steel continuous hinge
4) Faam in-place gasket
5) Singl� point quarter turn (atches (20-inches x 24-inches and belaw}. Alf others
three-paint latch
b. Manufacturers
1) EMF Company
2] NEMA Enclosures Cornpany
3) Hammond Company
4) Approved Equal
3. NEMA 1 or NEMA 1A I�oxes shall r�ai be used.
4. Malleable iron baxes shall nai be used.
C. Environmentai Conditionir�g
1. Candensatian Cantro)
a. A self-contained enclosure condensation heater with therrnostat and fan shall be
mounted inside the cantrol panel, if panel is rnounted o�tdoors or in a nan-air-
conditioned space.
1) �nclosure heaters shall be en�rgized from 120 valt, single-phase power supply
and sized to prevent condensation within the enclosure.
Z} �ocate enclosure h�at�rs to avoid overheating electrnnic hardware or producing
larga temperature fluctuations nn the hardware.
3) Enc(osure heaters shall have an internal fan for heat d9stribution and shal! be
controllec� tnrith adjustable thermastats. The therrnosiat shali ha�e an
adjus�ment range of 40°� to 9�°F. Provide a circuit brealcer or fused disconnect
switch within the enclosure.
4) Enclosure heaters shall be Hoffman type DAH or equal.
Cily of I�ort 11'a�yl� t�`es�sirle f['crler Ti•ealnren! Plurif I3ac'ktrp Ge�rer�r�nr,s
Ci1s' �'+•ojec! i�'rar>iher: I03d10
26 29 87-11
ELECTRICAL CC1N7FtAC70R PROVIDED CONTROL PANELS {ECPS}
Page Il o€ 22
b. Strip heaters may be pro�ided if they are 240-valt rated, pawered at 120 volts AC
and do nat have a surface temperature higher than 50°C. Strip heaters and
thermostats shal! be as manufactured by Chroma{ox or equal.
1) Stri� heaters shali be Chramalax, Type OT, 1.5-inches wide, 240 vaits, single
phase, 150 watts, energized at 120 volts, with rt�st resisting iron sheath, Catalog
No. OT-7�.5, Product Code No. 129314, or equaL Pro�ide sufficient wattage in
heaters to prevent condensation should the interior iemperature of the
enclosure drop below the dew paint.
2) A control thermostat mounted inside the cantrol Panel shall be Chromalax, Type
WR, single stage, Catalog No. WR-80, Product Cod� No.263�.77, or equal.
3) The strip heater terminals shall be guarded by a protec�ive terrr�inal cover.
Aj High temperature connecting iead wire shafl be used between the thermostat
and the heater terminals. Wir� shall be #12 AWG stranded, nickel-pfated copper
with Teflan glass insulation and shall be the product of Chromalox, Catalog No.
6-C�I-i2, Praduct Code No. 263783, or equal.
c. Each panel shall have a 1/2-inch stainless steei candensate drain, insta[led on a
stainless stee! conduit hub, HGTZ Series, T&B ar equal, in the bottom af the
enclosure. Drair� shall be O-Z GedneyDB6-50S5, or equal.
2. Corrosion Control
a. Pravide carrosion protection in each contral panel with a corrosion-inhibiting vapor
capsule
b. Manufacturers
1) Northem instrumer�ts; Madel Zerust VC
2) Hoffman Engineering; Model A-HCI
3) A�proved ec{ual
3. Panel Interior Am6i�nt Control
The manufacturer shall provide ambient terrtperature contral within the panel to
rnaintain internal temperatures below the maxirnurr� operating iemperatures of the
panel compor�ents. an ambient iemperature range of -20° C to 4��C.
b. i'he manufac�urer shalf provide panel internal heat rise calculatior�s to show that �he
pane[ internal temperatures will be maintained below the maximum aperating
temperatures of the panel companents.
Cily nf E�m�t 1Vorth f{'esl,sirte tNrrter Trearrne�rf !'Irnr113uc�kry� Gelre�•rrto��.r
Citi� Projca7 e\'rnnber: 1 lJ.id ! 0
26 29 87-12
ELECFRICAL CON7RqCTOR PROVIDED CONTROL PANELS (ECPS)
Page 12 of 22
c. The caEculation shall show al{ the internai and external heat gain loads, the expected
internal temperature rise in degrees C above the specified arr�bient, I� th� specified
�emperature ran�e cannot be met, an air concfitioning system shall be provided with
sufficient capacity to main�ain the temperature within the specified limits. Panels,
for which the calculated �eat rise exceeds 40°C., shall hav� an air conditioning
system, sized as required to reduce the heat rise to 40�C. or less, without violating
the NEMA rating of the endasure.
d. i�he air conditioner shafl have the following features:
1} Use CFC-free R134a refrigerant.
2) Ha�e fuily gask�ted flanges on all four mounting edges for a water�ight seal that
maintains NEMA 4X rating of the panel.
3) Thermostatic low temperature controi to pravide energy efficient operatian and
prevents over-cooling.
4j EMI/R�I suppressor to minimize transient spikes during campressor on/ofF
�y��E�,�.
5) Separated f�lower-driven evaporator and candenser air systems for cfosed loop
caoling,
6) Ui iisted.
7) Stainiess steel enclosure.
8) Internal corrosion resistant coating.
9} Low arnbient kit.
10) Sho�t cycle protector.
11) Manufac�urers
a} Hoffman
b) T�erma �fectric
cj Approved equal
4. Endosure �ans
Cit}' of C'urt \Vorth !�'esl.side !t'cder 7��rrriine�N Pln�r1 L3uckrr1� Geirerruvr•s
Cits' Pr�r� jcc�! ,\'rnnher: 1 l33d IO
26 29 87 - 13
ELECTRICAL CO�iTRACTOR PROV1[]EQ CC3NTROL PANELS (ECPSJ
Page 13 of z2
a. Fans shall be furnished far soft stari starters and VFbs, as requirec{ by the
rr�anu#actu�er, to provide air circulation and coaling. Fans shall E�e contralled by a
temperature switch. T1�e fan shail operate only when the drive is "ON" and for a
cool-dawn periad after the drive has stopped Otherwise the fan shafl nat run when
the drive is "OFF". Louvers, if providec{, shall ha�e externally removable filters. The
fiiter shai) be metalfic and washabfe.
fi�. Fan moiors shall be protected by an input circuit br�aker. Metal squirrel cage ball
bearing, three phase fan motors with 10-year design life shall be used in the drive
desigr�. Plastic muffin fans are not acceptable. �an power shall be obtained from a
tap on the main control power transfiormer.
c. A"loss of cooling" fault shall be furnished. In �he event of clogged filters or fan
failure, �he drive shall praduce an a[arm and then, in a predetermined time, be shut
down safely without electronic component failtare by the temperature switch.
Redundant fans shall be provided in the driv� design as backup in the e�ent of fan
failure.
[]. Internal Wiring
1. Power and con�roi wiring shall i�e Yinned stranded copper, minimum size #14 AWG, with
600 volt, 90°C, flame retardant, Type MTW thermaplastic insulation. Line side power
wiring sha[] be sized for the full rating ar frame size of the connected de�ice, and as
shown on the Drawings.
2. Ar�alog signal wires shall be 600 Volt Class, insulated stranded �inned copper, twisted
sh€elded #16 AWG pair,
3. All interconnecting wires b�tweet� panel mounted equipment and external equipment
shall be termirtated at numbered terminal blocks. Field wiring shall not be terminated
directly on any panel-mounted device.
4. All wiring shall be tagged and coded with an identificatian number as shown on the
arawings. Coding shafl be typed on a heat shrinkable tube applied �o each end showir�g
origination and destinatian of each wire. The markir�g shal] be permanen�, nor�-
smearing, solvent-resistant type similar to Raychem TM5-SCE, or equal.
All wiring shail be enclosed in PVC wire traugh with slott�d side openings and remavable
cover. Plan wire routing such that na low twisted shielc�ed pair cable conducting analog
420 mA signals ar low va{tage analog signals are routed in the same wtre trough as
cor�ductors carrying discreie signals or power. The following trough colar code shafl be
used.
a. Black: for ail 480-�olt AC circuits
b. Grey: 24-volt DC circuit
c. White: 120-volt AC circuits
Cil�� of l�'ort 11'arth f I'esr.sicle ii'raler Tt•e�zlnreiu Pl�uu 13�ickxp Geireru�nr•s
Cil�� 1'f•njcc! A'umhel" l0.3�Jlf)
26 29 87-14
ELECTRICAL CONTRACTOH PROVIb�b CONTRQL PANELS (ECPS}
Page 19 of 22
d. Blu�: intrinsically safe circuits
6. Alf cnntrnl panel wiring shall use the fallowing color code.
a. Black: AC pnw�r at line voltage
b. Red: swi�c�ed AC power
c. �range: May be energized while the main disconnect is in the off positinn
d. White: AC neutral
e. Orange/white stripe or white/orange stripe: separate derived neutral
f. Red/white skripe or white/red stripe: switched neutral
g. Green or green w/ yelfow tracer: ground/earth ground
h. Blue: Ungrounded DC power
i. Blue/white stripe ar white/blue stripe: DC grounded corr�man
j. Brown: 48flV AC three phase -�hase A
k. Orange: 480V AC three phase - phase B
I. Yellow: 480V AC three Phase - phase C
m. Purpl�: common for analog signal wiring
n. Brnwn: positi�e leg of an analog signal
E. �ielct Installed Internal Wiring
1. Field instailed interior wiring shall be neatly grouped by circuit and bound by plastic tie
wraps. Circuit groups shall 6e supported so that circuit t�rminations are not stressed. In
additian, low signal wiring (millivali and milEiampj shaEl be bundle separately from the
rest of the contral wiring.
2. All field wiring shall be tagged and coded with an identification number. Coding sha11 be
typed on a heat shrinEcable tube applied to each end of the wire. The marking shaEl be a
permanent, nan-sr�earing, solvent-resistant type s9milar to Raychem TMS-SCE, or equal
3. In general, all canduit entering or (eaving equipment shall be stubbed up into th�
bottom of the enclasure directly beiow the area in which the conductors are to be
termir�ated, or frarr� the to� if shown on the Drawings. Conduits shall not enter the side
unless appro�ed in writin� by the Owner/Engineer.
F. Terminal Blncics
C'ity o1' Fu€t �Irorih {I'e.stside {1 ufcr Treceli�re�:! I'lrur! f3uckrap Ge�rei•ulors•
Ci1}� Pr�ojrc•1 �V�miGer: 1113d 1 fl
26 29 87 - 15
El EC7HICAL CONTRACTOR PROVI�E� C�NTROL PANELS (ECPSj
Page 15 of 22
1. Terminal blocks shall he D1N-rail-mounted one-piece malded plastic blacks with tubular-
clamp-screw type and end barriers. T2rminal bEoeks shall be rated for 600 volts except
far cantro) and instrumentation circuits, or 4-20 mA analog signal conductors.
2. Provide 6C10 volt rated terminai 6(oeks for any cond�ctor carrying any voltage over 1�0
volts to ground,
3. Provide 600 volt rated strap screw terminal blacks for any pawer conduetors carrying
over 20 a�peres, at any voltage. Terminals shal! be dout�le sid�d and supplied with
remavabie ea�ers to prevent acciden�ai contact with iive circuits.
4. Power conductors carryin� over 20 amperes, at any �oltage shall be terrninated to strap-
screw type terminal blocks with crirnp type, pre-insulated, ring-tongue lugs. Lugs shall
be af the appropriate size for the terrninal �loek serews and for the r�umber and size of
the wires terminated. Do not terminate more than one conductor in any lug, and do not
land mare than two conductors under any strap-scr�w t�rminal point.
5. Terrninals shall ha�e permanent, fegible ider�tification, clearly visible with the protective
cover removed. Each terminal block shall have 2p% spare terminals, but not less than
two spare terminals.
6. Use the manufacturer's pro�ided brid$e connectars to interconnect terminal blacks
terminating common or ground conductors.
7. Twisted shielded pair or triad cables shall have each indiv'sdual conductor and shield
drain wire landed on individual terminal blocks. Use the rr�anufac�urer's provided bridge
connectors to interconnect terminal blocks terminating the shield drain wire
conducCors.
8, Cantrol eircuits, �.2(} volts and delaw, and 4-2� mA analog signal cond€�ctors s�all be
terminated with manufacturer's recort�mended insulated connectors.
9. Pravide an AC ground bar bonded �o the pane[ enclosure (if rneta{) with 20% spare
terminals.
10. Provided ground terminal blocks ior each �wisted-shielded pair drain wire.
2.04 S�RVICE ENTRANCE D�VIC�
A. Where the ControE Panel is rateti and used as a service entrance panel, the manufacturer
shall furnish factory instal[ed in the Control Panei, a dedicated [SPUj �Type 2), permanently
cor�nected, Surge Protecii�e Device on the laad side of the ser�ic� entrance panel, as
specified in Section 2fi 43 13 Low Voltage AC Surge Protecti�e De�ices �SPDs}.
2.05 MAIN CIRCUIT PROTECTIVE E]EVICE
Cit�� of Furt 1VurUi fi'es1.��ldc 1Prder 7reatf��eru Plcu�t I3ack�rp GeticrcNut�.r
C'rlr f'rojecf r1'irfirher: 1113dlQ
26 29 87 - i6
�I.ECTRlCAL CONTRACTOR PftOVl�ED CONTROL PANELS (ECpS)
Page 1fi of 22
A. Unless otherwise shown on the Drawings, the main circuit protecEive device shall be a
molded case (MCCB), three Pa[e, 60(3 volt, fixed type, rrtanually nperated with stored energy
closing mechanism. Trip device shall be solid state with adjustable long tirrte pickup, and
delay; adjustable short time pickup and delay; short time i2t switch; adjustable ground fault
pickup and delay, and ground fault delay and picicup trips for selecti�e tripping,
B. Provide a flange mounted main power discannect operating handle with mechanical
interlock having a bypass that will allow the panei door to open anly when the switch is in
th� OFF pasition. Where panels are shawn or specifiec[ wit� inner and outer doors,
disconnecting handles and controls shali be located on the inner door.
2.06 M�TOft CDNTROLLERS
A. Manufacturers
Subject to corr-�pliance with the Cnntract Documents, the following Mar�ufacturers are
acceptable:
a. Eaton
b. General Electric Company
c. Alfen Bradley
d. Square D
2. The fisting of specific manuFacturers above does not imply acceptance of their praducts
that do nat meet the specified ratings, features and functinns. Manufacturers iisted
above are not relieved fram r�eeting these specifications in their entirety.
B. Gen�raf
1. The C3rawings indicate the appraximate horsepower and intended control scheme of the
motor ciriven equiprr�enk. Prnvide th� NEMA size starter, circuit breaker trip ratings,
cnn�rol power transformers and thermal overload heater element ratings matched ta
the motors and contral equipment actuafly supplied, in compliance with t�e N�C and
t�e manufacturer's heater selection tai�les. All �ariatians necessary to accommodate
the motors and contro[s as actually furnished shall be made without extra cost to the
owner.
2. �urnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate
clearance for bending and terminating of cable size and type specified.
City ol' (�ort 1Vnrilt �l e.sl,sidc 1 Pn1er Ti•erilineir! I'1�rii1 ljrrrkup Ger�ercalvrs
G'il�� I'rqject A'unalrer: 7(}3d 1(I
26 29 87-17
ELECTRiCAL CDNTEtACTQR PHpV1pE(] CQNTROL PANELS (ECPS)
Page 17 of zz
3. A NEMA rated magnetic motor starter shall �e furnished for each motor. Eac� motor
starter shall be pro�ided with a motor circuit protector (MCP), or circuit breaker, and
equipped to pra�ic�e undervoltage release and over[oad protection on al1 three phases.
The short circuit protective de�ice shalf ha�e an adjustable magnetic trip range up ta
1�00% of rated contin�ous current and a trip test feature. MCf's shail be lab�led in
accordance with UL489. N�MA starter sizes and breaker trip ratings shali be as required
for th� horsepower indicated, but shall be in no case less than i��MA Size 1. )f the
manufacturer of the equiprnent utilizing the matar, supplies a motor horse�awer larger
than that shown on the Drawings, the Contractor shall supply a motor starter sufficient
€n size to control the motor supplied.
4. A mechanica! disconnect mecha€�ism, with bypass, shall be installecf on �ach rr�otor
circuit protector, capable of being IocEced in the "�FF" position to provide a means of
c{isconnecting power to each motor. Disconnects mechanisms shali be [ncated inside the
enclosure such that ih� main circtait breaker handle is the anly de�ice interfocked with
the panel door.
5. Eaeh rr�otor starter shalf ha�e a 12�-�oft operating coii unless atherwise not�d.
6. O�erload relays shafl be standard Cfass 20, arnbient compensated, manually reset by
pushbuttan located on fran# of the starter door. A normally closed contact shall be
directly used in the start circuit and a normally open contact shall be wire to a terrr�inal
board for overload alarm.
7. All interfaces between control panel and remote devices shall be isolated via an
interpasing relay. Interpasing relays shall have cantacts rated for 250 voEts AC a€td 10
amperes continuous. Relays shall be Control Relays as specifiec� herein.
C. Magnetic Motor Starters
�. Motor starters shall be twa or three pole, sing[e or three phase as required, 60 Hertz,
6�0 vol�s, magnetical[y operated, fulf �altage non re�ersing. i�EMA sizes shal{ be as
required for the horsepower shown on the Drawings.
2. Each motor starter shall have a 120-�olt operating cail, and cantrol power transformer.
Starters shal{ have mator overload protectian in each p�ase. Auxiiiary contacts shall be
provided as shown on the Drawings. A minirt�um of one normally open and one
norrnally closed auxiliary contacts shall be pro�ided in addition to the contacts required.
3. Overload relays sl�all E�e adjustable, ambient compensated and manua[ly reset.
4. Buil� in con�ral stations and indicating lights shall be furnished where shawn on �he
Drawings.
5. All wires shall be terminated on terminal blocks and shall be tagged.
6. Provide as bu[It wiring diagram ar�d past it in a protective eover inside the celi.
D. Contactors
Ci€}� of f�art 1Voiih dl'ea7side �Puter Trerrlme�il Plurrl H�rckrrp Ge�rerulnrs
Ci1�'Prujecl A'utirber: 103d10
26 29 87-18
ELECTRICAL CONTRACTOR PROVIDED CONTf20L pANEL$ [ECPSj
Page 18 of 22
1. Contactors shall be a circuit breaker and contactor, �00 �olt, three-pole, 60 Hertz,
ma�netica[ly operated, NEMA size shall be as required for the kilowatt ratings required
far the equipmen� prnvided, 6ut shall be not less than NEMA size 1.
2. Contactars shall have a 120 volt operatin� coil and contro[ power transforrr�er. Furnish
th� control power transformer with extra capacity for the unit heater fan.
Combination Contactors used for lighting control shall be as specified F�erein,
magnetically aperated, with the number of channels and poles as shown on the
Drawings, Each con#actor shall be contralled by an Astronomic Time Clock Tyco Model
TC-100 ar appraved equal, 3000 VA }�hnto cantrol Precision Controls Model T-368-AL or
approved equal, ar a cambination of both clock and photo car�trol, all as shown on the
Drawings. The photocell shall be separately located as shawn on the Drawings, The
photocell enclnsure shal! be as required by the area classification.
E. Control Relays
Cantral relays shal[ be 3�0 volt, industria] rated, plug-in socket type, haused in a
transparent polycarbonate dust cover, designed in accardance with UL Standard 508 for
motor contraller duty. Cnntinuous contact rating shall be 10 amperes resisti�e, �./4 HP
at 12a valt AC, operating ternperature minus �.0 �o plus 55°C. Provide spare normaily
apen and nprmally closed cnntacts. Relays shall be Potter & Brumfield KRP Series ar
equal with neon coil indicator fight. Timing relays shail be 3€10 Vnit, soiid state type, witf�
rotary switch to select the timing range.
2.07 PROGRAMMABLE LOGIC CONTROLLER {PLC)
A. Where the control panel contains a programrnable logic controller (PLC) for pro�ramming of
the control logic, as shown on the prawings, �he PLC shall be as specified in 5ection 4Q 63 00
Pragrammable Logic Contrallers. The manufacturer sha[I pravide the address ]ist, and the
interface to connect to the Owner's plant rnoni�oring system for monitoring of the PLC's
operation.
B. Pro�ide a scri�ted prngram file for all PLCs.
C. The equipment manufacturer shall furnish factory installed, a dedicated Point of lJtilizatian
Devic� jSP�), as specified in 5eetion 2643 13 Individual Cantrol Panel ar�d Related
Equipment Protection (Type 3).
D. ihe manufacturer shall pro�ide the address list and an Ethernet interface to connect to the
Owner's plant monitoring system for �rtoniioring of the PLCs aperation.
2.08 REMOTE MONI�'ORING AI�D CONTROL INTERFACE
A. General: All control and intercannection paints from the equipment ta the plant contrnl and
rnonitoring system shall be brought ta a separate connectian bnx. No field connectians shall
be made directly to the equipment contra! devices. Functions to �e bro�ght out shall be as
descrii�ed in the Contral 5trategies in Section 40 61 96.
Cily nf' Po��t lUnrth N�E'.51,5'1fIE' 11'uler Ti•en�mei�t Plun! Iicrc�kup Ccrreraturs
Ci(s' f'rqjec! A�ruialie�•: fl13=iL11
26238i-19
ELEC7RICAL CQNTRACTOR PROVIOED CONTROL PAiVELS {ECPS}
Page 19 of 22
Discrete con#rol or stat�s functions shall be form C r�lays with contacts rated at 120 volts
AC. Ana{ag signals shall be isofated fram each other.
C. Equipment funetions to be directly interfaced ta the Plant ControC and Monitoring System,
shali be designed for operation with an Ethernet Connectian.
l�. The equipment manu�acturer shall factory enter the �roper IP Address for such cannection.
Upon request by the Cantractar, the Owner/Engineer will pra�ide the proper In�ernet
Pratacol Address (iP Address), ta be confi$ured 1�y the equipmertt manufacturer.
E. Refer to I&C drawings far Instrumentatian Input Output List for manitared parameters.
F. Comrr�unication
1. Far remote monitoring, ane of the fallawing communication capabilities shall be
�rovided:
One integral 10/100BaseT Ether€�et part supporting Modbus TCP, �thernet IP and
SNMP protocols.
b. One media protocol converter, interfacing the provided equipment to a
1p/1QOBaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP.
2. The protacol interface shall ir�plement the follawing:
a. All data shall be available and/or mirrored within the Modbus 4x or "Holding
Register" memory area.
b. Register 4x00001 shall exist and be reada�ie to allow simple, prec{ictable "corr�m
tests"
c. 5oftware ioals shall function properly with slaves' only supporting ModE�us
functions 3, 4 and 16. ftequiring support of diagnostic function 8 is nat acceptable.
d. Software tools shall be configurable to write a single register as either function 6 ar
16.
e. Snftware tools shall allaw sett9ng the Modbus/TCP "Unit Id" to be a �alu� nther than
zero. This is requirecl for Ethernet-to-5erial bridging.
f. Transfer of basic I/O data via User Datagram Protocol (UDP}-based implicit
messaging
g. Liplaading and dawnloading of parame#ers, set points, programs and recipes �ia TCP
(i.e., explicit messaging.)
Polled, cyclic and change-nf-state monitoring �ia l�DP, such as RPI and CDS in Allen
Bradfey's Contral Logix control systems.
Ci[}' ���1'or1 �Varlh 1(e.rlside I!'uler Ti�culmer�f I'lcurf I3rrc6�rq� GencF�rr�ors
Cify� f'rojecl �14un8er: 103�110
25 29 87 - 2q
EEECTRICAL CONTRACTOR PRQVI[]�D CONTROL PANELS {ECPSj
Page 2� o€ 22
{. One-to-one (unicast}, one-to-tr�any (multicastJ, and one-to-all (broadcast}
communicatior� via TCP
j. Use of vuell-known TCP port num�ier 44818 for explicit rrtessaging and UDP port
numb�r 2222 for implicit messaging.
3,pp �XECi1TION
3A1 INSTAL�ER'S QUALIFICATIONS
A. Installer shall be specialized in installing this type nf equipm�nt with minimum 5 years
dacumented experience. Experience documentation shall be submitted for appro�al priar to
beginning work on this project.
3.02 �XAMINATION
A. Examine installation area to assure there is enough clearance to install the equipment.
B. Hnusekeeping pads s�all be included for the floor rt�ounted mntor controllers as detailed on
the Drawings with the exception nf motor controllers which are to be installed adjacent to
an existing unit. Housekeeping pads for these (if usect) shauld match the existing
installation.
C. ChecEc cancrete pads and baseplates for uniformity and level surface.
D. Verify that the equipment is ready to install.
E. Verify field measurements are as instructed by manufacturer.
3.03 1NS7ALLAi'(ON
A. The Contrac�or shall install all equipment per the manufacturer's recommendations and
Contract Drawin�s.
B. Canduit hubs for use or� raceway system pull anci junctinn i�oxes shall be waterti$ht,
threaded aluminurr�, insulated throat, stainless steel grounding screw, as manufactured by
T&B H150GRA Series, ar equal.
C. Gonduits entering a control Pane! ar box containing efectricaf equiptnent, shall no� enter the
enclasure through the top.
D. Instali required sa�ety labels.
�.04 RACEWAY SEALING
Cit�� oi� f ort 1Vu��tf� tf'e.sl.side Ifiuc�r 7reWn�e�t! 1'lruu l�ackrap Gener«�or.s
Ci1P 1'rofc�c! ,1'ivarhei : 103=f ll)
2b2987-21
ELECTRICAL CONTRACTOft PROVIDEp C�NTROL pANELS {ECPS}
Page 21 of 22
A. Where raceways enter junction boxes or cantrol panels cantaining electrical or
instrumentation equipment, all entrances shall be sealed with 3M 1�OON5 WaterEight
5ealant, ar approved equaf.
B. This requirerrtent shall be strictiy adhered to for all raceways in the conduit system.
3.05 FI�LD QUAL{TY COi�TROL
A. Inspect installed equip�nent for anchoring, alignment, graunding and physical da►nage.
B. Check tightness of all accessibie electricaf connections. Minirr�um acceptable values are
specified in manufacturer's instructions.
C. Pravide one set of as-built panei drawings laminated, in each panel pocket.
3.06 �I�Lf] ADJUS�ING
A. Adjust all eircuit breakers, switches, access daors, operating handles for free mechanical and
electrical operation as described in manufacturer's instructions.
B. The power Monitoring and Protective Relays shall be set in the field by a qualified
representative af the manufaciurer, reiained by the Contractar, in accordance with settings
designated in a eoordinated study of the system as required in Pow��- System Sfiudy. All s€ach
settings, induding the application of arc f{ash labels, shall ha�e been made and Approved by
the Owner/Engineer, prior to energizing of the equipment.
3.07 fIELC} TESTING
A. Perform all electrical field tests recammended by the manufacturer. Disconnect all
connections tn solid-state equipment priar to testing.
B. Megger and record phase to phase and phase ia ground insulation resistance. Megger, for
one minute, at minimum �oitage of 1000 �olts DC. Measured Insulation resistance shall b�
at least 100 rnegohrr�s. In no case shall the manufacturer's maximum test �oltages he
exceeded.
C. Test each key interlack system for proper functioning.
Q. Test a11 controf iogie before energizing the motor or equipment.
3.OS CL�ANING
A. Remo�e all rubbish and de�ris from inside and around the motor contrnilers. Remove dirt,
dust, or concrete spatter from the inYerior and exterior af the equipment using brushes,
vacuum cleaner, or cfean, lint free rags. Do not use compressed air.
3.E}9 EQUfPMENT PROTECTION AND RESTORATION
C'sty nl� Fort 1t'm'th 1 Prs7side J{'uler Ti�errtuie�rt Plrnrt I3uck«p Getreralors
C'ify� I'rvjecf r1'zri>ibe�r: I03�110
z� z4 s7 - zz
ELEC7RICAL CON7RACTt3R PROVIDED CONTROL PANEiS (ECPS)
Page 22 of 22
A. To€ach-up and restore damaged surfaces tn facfinry finish, as approved by the manufacturer.
If the damaged surface cannat be returned ta factory specificatian, the st�rface shall be
replaced.
3.10 MANUFACTURER'S CERTIFICATION
A. A qualified factory-trained manufacturer's representative s�all personally inspect �he
equipment at the jobsite and shall certify ir� writing that the equipment has been installed,
adjusted, and tested, in accordance with the manufacturer's reeommendations, including ail
settings designated in the Power System Study.
B. The Contractar shall pro�ide three copies of the manufacturer`s representative's
certification.
3.11 TRAININC
A. Provide manufacturer's services for training of plant personnel in aperatian and
maintenance of the soft start starters furnished under this Section.
8. The training for each type of equipment shall Eae for a period of not less than one eight-haur
day.
C. The cost of training pragram to E�e cnndueted with Owner's personnel shall be included in
ti�e Contract Price. The training and instructian, insofar as practicable, shall be dir�ctly
related ta the system being supplied.
D. Provide detailed O&M manuals to suppler�ent �he training caurse. ihe manuals shall
include speeific details af �quipment supplied and operations specif[c ta ihe project.
E. The training session shall be conducted by a manufacturer's qualified representative.
Training program shall include instructions on the assembly, motnr starters, protective
devices, metering, ar�d ather major camponents.
F. The Owner reserves the right to videotape the training s�ssions for the Owner's use.
END �F SECTI(74�
Ci[y a€ l�orl �Vor1h fi'esl.rirlc fi'uirr'I'rccrhne�rf Plu�rt 6rrckup Geirerulw:s
Cit�� Prvjec•r �14r»rber; 1 U3�! I rl
26 32 13 - 1
EME(tGENCY STAND€SY GEfVERATOR SYSTEM
Page 1 of 34
26 32 13 EMERGENCY STANDBY GENERATOR SYS�EM
1A0 GENERAL
1.�1 SCOPE OF WORK
A. Furnis� and install Standi�y Diesel Generatar Sets 25�OKW/3�25 kNA, 4�.6aV, with ali
appurtenances as shown on the Drawings and specified herein.
B. Each generator size as shown on #he draw9ngs is a minimum size ara�nd which the electrical
conduc�ors and circuit brealcers have been sizec[. The C�ntractor shail provide each engi�e-
generator set that meets all the performance criteria, and shall increase the size of the
engine generator, if necessary, to meet the specified crit�ria. lf the genera�ar size increases,
the Contractor shall increase tt�e breakers, conductors, and all associated equipment to
accommodate the larger g�nera��r size. Alf sizing of associa�ed equipment shall be ir�
accordance witn the NEC. 5u�mit al) required changes specified abo�e to the
Engineer/Owner. No changes shall be dane to any of the pawer system componenis
without approval.
C. The Contractar shall provide fuel for startup and iesting. At the eompletian of start�p and
testing, the Contractor shall fifl the respective generatortanic.
F3. 1"he tanlc shall be �ressure tested at tf�e jobsite. It shall be sealed at ai[ �hreaded fitting
bosses and ali flanged plate tank apenings. The tester will instal! an air pressure gauge
asserr�bly into tank. The tester will attach compressed air supply to the tank and then slowly
pressure the tank to register the required 3 psi to 5 psi for the test. The tester will then
apply a soap rnixture alor�g the welded seams to check for leaks. After maintaining �he
pressure in tanlc for minirr�urr3 of 2 hours ar longer as required by Fire Marshal, the test shafl
conclude.
�. Provide portable load banlc for generator testing, connect �he load bank to generator
connection cabinet. The testing is defined in Fieid TesE.
F. Provide one free-standing foad bank, as specified herein.
G. G�n�rator set supplier sha[I provide the generator sets, paralleling switchgear ar�d
associated main switchgears. Et shafl be �eneratar set supplier's r�sponsibility to coordinate
said equipment and provide single sa�rce of responsibility.
H. Coordinate the size and type of diesel fuel tanks with City of Fort Warth Fire Marshall.
Factnry Witness Testing
1.02 RELATED WORK
Cit}� of Fnrt 11'oiih fI'eslside l t'ale�• 7i•nalnre�rt 1'la+t! f3rrckirp Generrrlc�r's
C7!>> Projec! r\'rutaher•: 103�i10
z6 3z i3 - z
EMERGENCY STANDBY GENERATOR SYSTEM
page 2 of 34
A. No references are made to any other section whieh may contain work related to any other
section. The Contract Documents shall be taken as a whole with e�e�ry section related to
every ather section as required to meet the requirements s�ecified. ihe organization of the
Contract Documents inta specification divisions and sections is for organizatinn of the
docurnents themselves and do�s nat relate to the division of suppliers or labor which the
Contractor may choase ta employ in t�e execution af the Contract. Where references are
made ta other Sectinns and other Divisinns of the 5p�cifications, the Contractor shall
pra�ide such information ar additional work as may be required in those references, and
include such information or work as may b� specified.
B. Other Divisions
1. The Contractor shall be responsible fnr examining all Sections of the 5pecifications and
Drawings, and shall determine tE�e power and wiring requirements and shal) pro�ide
externa( wiring and raceways, as required to provide a fuliy functioning power, control
ar�d �rocess controf systems. If the equipment requires mare conductors and/ar wiring,
due to different equipment being supplied, the Contractor shall furnish the additianal
conductnrs, raceways and/or wiring, with no change in the Contract Price, and with no
increase in Con�ract Time.
�,.Q3 SUBMITTALS
A. Submittals shal9 be made in accordance with the requirements of Division 1, Sectian 26 00
�0, and as specified herein. All cut sheets shall be clearly marlced to indicate w�ich products
are being submitted for use an this project. Unmarked cut sheets will be cause to reject tF�e
submittal and return it for revision.
Provide systems er�gineering with coordination curves, to derr�onstrate coorc�inatinn
between prnposed breaicers and/or fuses submitted, such that protective device
coordination is accomplished. S€ach curves and settings shall be included as a part of Yhese
subrnittals.
C. Submittals shall also contain informaiion an related equipr�ent to be furnish�d under this
Specification but described in the relai�d 5ections listed in #he Relatec# Work paragraph
abo�e. Incomp[ete subrnittals not containing the required infarmation on t�e related
equipment will also be returned without re�iew.
D. T�e ariginal equipr�ent manufac�urer shall create afl equipment shap drawings, including ali
wiring diagrams, in the manufacturer's Engineering [?epartment. All equipment shop
drawings shall bear the ariginal equiprr�en� rr�anufacturer's logn, drawing file numbers, and
shall be maintained on file in the ariginal equipment manufacturer's archive file system.
Photacopies of the Engineer's ladder schernatics are �nacceptab[e as shop drawings.
E. Provide field in�estigation to abtain the following information af existing equipment
connected to new equiprr�ent either as a feeder or a load;
�.. Short cireuit ratings of existing equipment
City af 3�orl �Voril� IJ'esl,side 1Pn1er Ti•eulixent Nlcuu Huc°ktrp Geuer�rlor.c
C'i1�� 1'rujec7 A'anuhes•: 103�JI0
263213-3
EMERGENCY Si"ANDBY GENERATOft SYSTENf
Page 3 of 3A
Z. Time-current cur�es and the current settings for existing relays including CT ratios.
3. Time-current curves and arn�erage for non-adjustable breakers,
4. Time-current curves and the current settings far circuit breakers
5. Time-current curves and amperage for existing fuses
6. 5ubmit this infarmation to the Engineer prior to sufamitting equipment required under
this specification.
Submit to the Owner/Engineer, complete shop drawings and product data for ali
cnmponents in nn� package in a single submittal. Submitting the �ngine-generator, �uef
tank, sound enciosure and access piatforms in separate packages will not be acceptable and
will be returned without review. �ailure to submit all components at nnc� may cause a
delay in the Contractar's construction schedule because of a delay in recei�ing approval to
rel�ase the equipment manufacture. D�lays caused by incamplete su�rr�it�aEs, incnrrec�
submittals, subrr�itials not meeting these specifications causing excessi�e resubmitta[s will
not be an acceptabfe reason �or extending the Contract Time or increasing the Cnntract
Price. Provide submittals for the following:
�.. �quipment outline drawings shawir�g elevation and plan views, dimensians, weight,
anchor details, and required aperating clearances.
2. Cand€�it entrance drawings.
3. Product data sheets and catafog numbers for the engine, AC generator, battery charger,
generator set contral system, electronic governor system, conirol stations, meters,
relays, pilot lights, circuit breaker, etc. List all options and accessories furnished
specifical[y for this project. Clearly mark each sheet to indicate which items ap�aly and/or
those items that do not apply.
4. Provide control systerns engineering to produce custom unit efementary drawings
shnwing interconnecting wiring and interloeEcing between components and to remotely
mounted devices. Include and identify aEl connectin� equipment and remote devices on
the sch�matics. The nofiatian "Rerr�ote De�ice" wil! r�ot be acceptable. Show wire and
terminal numbers. indica�e special identifications for electrical devices per the
Drawings.
5. Pra�ide plan and elevation drawings af each Generator Set, with dimensians, exterior
and interior views, shawing component layouts, controls, terminal blocks, etc.
6. Schematic diagrarn
7. [Vameplate sehedule
8. �L Listing of the completed assembiy.
City af f�m-t 1Vorth !I cslsirle IS'uler Tirulnie�r! I'I�att 13arknp Ge�verrrtors
Ci11' I'r•r�ject .1'ru�iber: 1 �J3d IO
263213-4
EMERGENtY STANOBY GENERAT4R SYSTEM
Page 4 of 34
9. Component list with detailed component infarmation, including ariginai rnanufacturer's
part number.
10. Conduit eniry/exit lacations
11. Assembly ratings [ncluding:
a. Shart-circuit ratir�g
b. Voltage
c. Continuous current
12. Major component ra#ings incluc�ing:
a. Voltage
b. Contir�uous current
c. I�terrupting ratin�s
13, Nurnber and size of cables per phase, ne�atral if present, ground and a(1 cable terminal
sizes,
14. Serviee and feeder lugs and connectors.
15. 5u�mit calculations showing that the generator sizing is correct for the valtage and
Frequency �ariations specified.
16. Instruction and renewal parts books.
17. Saund enclosure and all items maunted to the snund enclosure (including lighting,
electrical pan�ls and raceway). The sound enclosure drawings shall clearEy show a€I
access doors and �atches which shall cEetermine the width of the access platForm.
Provide cut sheets on all i�ems. Cu� sheets shall d�monstrate that Section 25 05 33
Raceway and 26 05 29 Support Hardware have been met.
18. Pro�ide structural drawings on the access platform including all specified details. Shaw
that the width of the platforrr� allaws the saund enclosure doors to open a minirnum of
90 degr�es. See structural specifications and drawings tor more information. If the
Contractor provides a sound enclosure with c[oars which are wider than shown nn the
drawings, the Contractar shalf modify th� width of the access platform and modify the
structural slab supporting the platform. Submit detai[s of afl required changes to the
Engineer for review and approval.
19. fuel tank anc� all assaciated instrurr�entation including engineering drawings showing
dimensions, weights, capacity, materials of construction, finishes for steel components
and cut sheets for all instrumentation companents provided.
Cily of Frni IVp;'tkt 1! {sGsr�le llirter 7"reufuten! Pkut! I3uckiq� Ge�rei•rrlr�rs
C'ils� Projecl A'rural>a•: 1(13�11f1
z63z �3-s
ElNERGENCY STANQBY GENERAiOR SYSTEM
Page S pf 34
2Q. Cut sheets on all conductors pro�ided sE�owing that they are tinned and meet the
requiremer�ts of Section 26 05 19.
21. Provide cut shee�s on all electronic components and ceriify that all circuit boards are
canformal coated.
G. Factory Tesis. 5ubmittals shafl be rnade for factory tests specified herein.
H. Field Test Reports. Submitials shall be made for field tests speeified herein.
I. Operation and Maintenance Manuals.
1. Refer tn 01 78 23 far O&M Manuals requirements.
2. Operation anci maintenance manuals shall include the following information:
a. Manufacturer's cantact address and telephone number for parts and service.
b. Instruction books and/ar leaffets
e. Recommended rer�ewal parts lis�
d. ftecord Documents for the inforrr�ation required by the Submittals abave.
e. Operating instructions, including periodic g�nerator set operational testir�g.
f. Automatic and manua! startup and shutdown sequences.
g. Pro�ide eomplete Generator and Mator information.
J. The manufacturer shall submit for approval, a training agenda for all training specifieci
herein. Training agenda shall not �e submitted until final approval af the Operation and
Maintenance Manual.
K. If the generator size must be increased to meet th� specified performance criteria, and the
supporting components of the power system must be changed to support the increase in
the generatar size, the Contractor sha11 submit a lis� of all changes required along with
supporting ealculations. Submittal af any required ehanges shall be made to the
�ngineer/Owner priar to �roceeding with the changes.
1.04 REFERE�4CE CODES AND STANI�AftDS
A. All products and componen�s shawn on the Drawings and listed in this specification sha[I be
designed and manufactured according to {atest revision of the fallowing standards (unless
atherwise notedj:
�.. NEMA Standard ICS 2— 2�Q0 Industrial Control and Systerns
2. NFPA 70 — National �lectrical Code (NECJ
Ci[)° of I°orl [Ve�rtl� 1 t'e,slside !liue�• Trer�lute�t! PIruN 13acktap Gexercdus•.r
Ci1>' Projecf ,1 �rmbeF�: !0_id !fl
263213-6
EMERGENCY STAN[]BY GENERATOR SYSTEM
Page 6 of 34
3. N�PA 70E — Standard For E[ectrical Safety in the Workplace
4. NfPA 110 for Level 15yster�s.
5. 05HA for rotating parts.
6. NEMA MG� temperature limits.
7. UL508A
8. CSA282-M1989
9. IEC 8528 part 4
10. Mil — Std 461C part 9
11. iEC S�d 801.2, 801.�, 801.5
�.2. IE�E5S7
�.3. ASTM D279�}-93
14. ASTM D2247-92
15. UL 2p85 - 5tandard fnr Prntected A6oveground �anks for �lammable and Combustible
Liquids
B. All equipment campanents and completed assemblies specified in this Section of the
5pecifications shall bear the appropriate la�el of Underwriters Laboratories.
L�5 QllAL1TY ASSl1RANCE
A. The rr�anufacturer of this equipment shall have produced sirt�ilar equipment for a minimum
period of ten years. When requested by the Engineer, an acceptable list of insta[iations with
simi[ar equipment shafl be provided demonstrating compliance with khis requirement.
B. The rrianuFacturer of �he� assembiy shall i�e the manufacturer of the major componen�s
within the assembly. All assemblies sha€I be of the same manufacturer. Equipmer�t that is
manufacturec� by a third party and "6rand lab�led" shall not I�e acceptable.
C. All components and material shall be new and of the latest field proven c#esign and in
current praduction. Obsolete components ar components seheduled for immedia�e
discontinuation shall nat be used.
D. �or the equipment specifiecE herein, the manufacturer s�ali he ISO 9001 Z000 certified.
E. Equipment submitted shall fit within the space shown on the arawings. Equipment which
does not fit within the space is not acceptable. The space required far the engine-generatnr
shall include that shown for the access platfarm cor�plete with stairs.
City nf I�ort li'nttl� IPc.rtsidc Jfirtc�r '1'realnteiil 1'l�r��f 73uckrrp Ge��eru�nrs
Cify f'rojcc�t �1'ivarber: 1O.3d10
2&3213-7
EMERGENCY STANDBY GENERATOR SYSTEM
page 7 of 34
1.06 108S1TE DELIVERY, STORAGE ANd HA{VDL!€VG
A. Prior to jobsite de{i�ery, the Contractor shall have successfufly completed ali subrnittai
requirements, and present to the Owner/Engir�eer upon delivery of the equipment, ar�
appra�ed capy of all such sui�mitta[s. Delivery af incompfete constructed equipment, or
eq�aipment which failed any faetory tests, will not be permit�ed.
B. Eq€aipment shall be handled and stored in accordance with manufacturer's instructions. Two
copies af these instructions shall �e included with the equipment at tirne of shipment, and
sha(I be made available to the Contractor and Owner. The instr�ctions sha�l include detailed
assembiy instructinns including but not limited to wiring interconnectian diagrams, rigging
far lifting, skiciding, jacking and ma�ing using rolling equipment to place the equipment, bolt
torc{ueing requirements far bus and all other components which require ihe installation of
balted connections, and instructions for storing the equipment priar ta energizi€�g.
C. Protect equiprner�t c�uring shipment, handling, and storage by suitable complete enclos�res.
Protec� equiprr�ent from expos�re to the elem�nts and keep thorough�y dry.
[3. Protect painted surfaces against impact, abrasion, discolaration, and other damage. Repaint
damaged painted sur�aces to the satisfactian af the Owner/Engineer.
f. Equipment shall be im�ediateiy instalfed in its permanent finished location shawn an the
[3rawings, upon delivery to the jobsite. If the equipment cannot be irnmecfiately installec{,
the equipment shalf not be c[eii�ered to the siie, but stored offsite at the Contractor's
expense, until suc� time that the site is ready for permanent insiallation of the equiprnent.
F. 5hipping groups shall be designed ta be shipped by �ruck, rai[, or ship. Indoor groups shall be
balted to skids. Breakers and accessories shall be packaged and shipped separately.
G. Where space heaters are provided in equipment, pro�ide €emparary electrical power and
aperate space heaters during storage, and after equipment is installed in permanent
location, untif equipmen� is placed in service.
1.a7 WARftANiY
A. The Manufac�urer nf the a[ternator shall assume Man�facturer's responsibility for the
Generatar Set in its er�tirety, and warrant the equipment to be free from defec�s [n materia[
and workmanship fnr three years frorrt date of final acceptance of the equipment. Within
such periad of warranty, the Manufact�rer shall promptly �urnish al[ material and labor
necessary to re�urn the eq€�ipment to new operating condition. Any warranty work requiring
shipping or transporting of the equipment shall be performed by �he Manufacturer at no
expense to the Owner.
2.pp PROdUCT5
2.01 MAN1}FACTURERS
Cit�' Ut I'[3T[ �VOYiIF !1 e.stsidc lfiucr 7i•e�ifnieirf P7rrri113uckrrp Gerierr�fa•.r
C`i{l' 1'rojccl ,1'anttfie�•: 1 f13�! 1!1
263213-8
ENlERGENCY 57AND8Y GENERA7QR SYSTEM
Page 8 0€ 34
A. Subject to compliance with the Cont�act Qacurr�enis, the follnwing Manufacturer's are
acceptable:
1, Cutnmins
2. Kahler
3. Caterpiller
4. No Approved Equal
B. The listing of specific manufacturers above does not imply aeceptance of �heir products that
do nnt meet th� specified ratings, features and functions. Manufacturers listed above are
not relieved from meeting these specificatiar�s in their entirety.
2,02 RATINGS
A. The ser�ice voltage shall be as shown an the Drawings.
B. Power: Standby, minirnum size as shown on the Drawings, at Q.8 �nwer factar, based on site
elevaiion of �.�00 feet and ambient temp�ratur�s up to 5D°C.
C. For additional ratings and construction notes, refer to the Drawings.
2.Q3 PERFORMANCE
A. Voltage Re�ulation: Voltage regulatiort shalE be plus or minus 0.5% far any constant load
between no load and rated I�ad for bath parallel and nan-parallel applications, ftandam
voltage varia#ion with any steady load from no load ta fuil laad shall not exc�ed plus or
minus 0.5%a.
B. Frequency Regulation: Frequency regulation shail be isochronous from steady state no foad
to steady state rated load. Randorr� frequency variation with any steac�y {oad frorn no Inad
to full load shall not exceed plus or minus Q.S%. The AC voltage wa�eform shall ha�e not
r-nore than S% tota9 harmonic distartion at full linear load and with not more chan 3% in any
single harmonic. Telephone influence factor shall be less than S0.
C. Load Pick Up: The engine generator set shall be capable af picl�ing up the loads indicated on
each step, in arder, with starting and running voltage dips no� exceeding 15% and frequency
variatian not rr�ore than plus or minus 5%. Contractor shall submit ealculations showing that
the generator sizing is carrect for the voltage and frequeney �ariations sp�cified. Ef the
minimum specified generator size is unable ta start the loads in the sequence specified, the
manufacturer shall increase the size of the generator set until the loads start in tF�� load
sequence specified with the specified voltage and frequency limits specified.
D. The engine generator set shall be capable of o�erating up to 3� minutes monthfy at no load,
for up to 12 months, witF�aut darnage to the unit.
City nf €�ort 1�'nrth fi'evFsicic lT4Ner T�•cutnrc��1 P1cuN Liacktrp Ge1x�•alnr,s
C�ils° !'rnlec! Ararfirbcr: I03�1111
263213-9
EM�RGE�iCY STAN�BY GENERA70R SYSTEM
Page 9 of 34
E. Load Steps:
LOA�S AFD CURRENT CURREN7 CURRENT FUTURE FUTURE FUTURE LOAD
LOAD LQAR LOAD LOAD LOAD LOAD SEQUE�iCE
(HPj (KVAj �KW) (HP) (KVA) (kW]
CHII.I.ER, I-fVAC 253 1
DH-1; HVAC 25 �
FAN COIL#1, HVAC �.5 1
FAN COIL#2, I-jVAC 15 1
FAN COIL#4, HVAC VFD 15 1
LIGHTING PAN�L, L-OZ 13.5 1
CONSTANT LOAD
LICHTING PAIVEL L-OB, 25 1
CONSTANT LOAD
I.IGHTS IN OZ GEN RM, 2 1
CONT�IN�F I.OAD
MCC-HS COMBINED 5 1
<�10HP, COfvSTANT
E.OAD
MISC. MCC-NS LOADS 3 1
<=10hP
PANEt LHS 30 7.
PANEL LUHS 10 1
SOUTH ROADWAY 10 1
LIGHTS, COi�1STE�NT
LOAD
RW-BFV-001 2 1.1
ACID CIP TANK HEATER 50 1.1
(80 KW]
CAUSTIN CIP TANK 50 1,7.
HEATER (80 KW)
TOTAL L�QAD PAN�L 25 30 1.5
HFLT
ACCU-B, HVAC 15 6 1.5
ACCU-A, HVAC 15 1.5
TOTAL OAD PAN�L 3�.�. NOT
HFLT-5B; HVAC ACCOUNTED
DUCT HEATER N0.3, 53 NOT
HVAC ACCOUNTED
DUCT HEATER, HVAC 15 NOT
ACCOUNT�D
TOTAL OAD PAN�L 111 NO7
HFLT-5B; HVAC ACCOUNTED
RAPIQ MIXER 20 3..2
RAPID MIXER#2 20 1.3
1�3JECTION PUMP#t1 15 2
City nf Fart IVoc�lh i{'e.sl.srrle Ii'rrter Trerrline��t Plriiv I3uckirp Gerrerulnrs
Ci1s� I'rojec! rVri��rber: I(1.�d 10
26 32 13 - 16
EMERGENCY SFAN�BY GENERATOR SYSTEM
Page 10 oF 39
INJECTION PUMP#2 �.S 2
DEST#tUCT UNiT 15 2
(ODU#1)
MCC-OB COMBINED 3.75 2
LOADS <=7.0 HP
OZONEGENERATOR 90 2
SWB-OZ COMBiNED 4 2
LOADS <=.10HP
OZONE GENERATOR#Z 90 2.2
INJECTION PUMP#3 15 2.2
INJECTION PUMP#4 15 2.2
DESTRUCT UNIT 15 2.2
(ODU#2j
MISC. MCC-OB LOADS 24S 2.3
<=10HP
M15C. SWB-OZ LOADS 1 2.4
<=10hP
MISC. MCC-Oz I.DADS 18.25 3
<=10HP
NITRDGEN SYSTEM 30 3
SODIIlM HYDROXIDE 7.5 3.1
RECIRCULATION PUMP
MISC. MCC-FLTA loads 3Q 3.2
<=10hP
MISC. MCGFLTB 15 3.3
LOADS <=10hP
FEED PUMP#1 YES Z00 4
FEED PUMP#3 YE5 ZDD 4.1
FEED PUMP#2 YES 200 4.2
�EED Pk�MP#4 Y�S 2fl0 4.3
FEED PUMP#5 YES 200 BACKUP
REVERSE FLOW YES 40 4.4
PiJMP#1
REVERSE FLOW PUMP YES 40 4.5
MEMBRANE AIR AFD 40 4,6
BLOWER#1
MEM8RAN� AIR 40 BACKUP
BLQWER
BACKWAS�E#3 60 4J
BACKWASH!#Z 6a BACKU P
BACKWASH 6d 4.8
CHILLED WATER 20 4.9
CHILLED WATER#2 20 4.9
COMBINER ( 72.5 HP) 50 �_.5 4.�0
Ciq� ol']�art IVorth ff esf.side 1liuer Ti•eulnrenl !'lrnN Nuck+rp Grneruturs
Crll'!'rofecf �1'uwrLer: 1{J,i=llll
26 32 13 - 11
EMERGENCY SFANOBY GENEiiATOR SYSTEIvI
Page li of 34
WASHWA7�R R�CYCLE 40 6
PUMP�#3
WASHWAiER RECYCLE 15 6
PUMP#t1
WASHWATER RECYCLE 15 BACKUP
PUMP#2
WASHWATER RECYGLE 40 BACKUP
PUMP#4
HIGH SERVICE PUMP#4 SOLID 350 7.1
STATE
50FT
STARTER
MISC. PAiV�L i�H5 �.0 2 7.1
l.OAaS <=1DhP
H1GH SERVICE PI�MP#5 SOL1D 350 7,2
STATE
SOFT
STARTf R
HiGFI SERVICE PUMP#1 300 7.3
HiGH SERVICE PUMP#2 350 7.4
TOTAL LDAD PANEL 15 10 3 8
H FLT-3A
TOTAL LOAD PANEL 10 1$ � 8.1
HF�T-�.A
AIR SCOUR#� CP 150 8,2
AIR SCOURt#2 CP 150 STANDBY
TOTAL L�AD PAN�L S 13.5 8.3
NFI.T-48
TOTAL LOAD PANEL 8 10 5 $,4
H FLT-28
UPS W/BATTERY 10 NOT
BACKUP MCC-OB ACCOCENTED
WJBAT7�RY BACKUP- 10 NOT
SW8-OZ ACCOUNTED
FEED PUMP#7 YES 200 IF WE ADD
fN FUTIJRE,
51ZE OF THE
G�N?
FE�D PUMP#6 200 fF WE ADD
IN �UTIJRE,
51ZE OF THE
G�N?
FUTURE F-iIGH SEftVICE 350 IF WE A€}i3
PUMP#�3 IN FUTURE,
51ZE 0� THE
GEN?
Ci€y oFPort 11'c�a�th i1'erl.ride i1`rrter Tr�e�rfnre�rt 1'lurrl Buc.�kry� Ge�rerrr/or.r
Cify� Yrqjec! rVrrnilier: 103d I0
26 32 13-12
ENIERGENCV STANDBY GEfVERATOR SYSTEM
page 12 of 34
FUTURE H1GN SERVICE 350 IF W� ADa
P�JMP#6 IN FUTURE,
51ZE OF THE
GEN?
Fut. REVERSE FLOW 44 I� WE AD�
PUMP#3 IN FUTU#iE,
SIZE OF THE
GEN?
FUTURE OZONE 90 IF WE A[7D
GENERTOR IN FUTURE,
SIZE OF THE
GEN?
2.04 ENGINE
A. �ach engine shall be a diesel, four-stroke, water-coolec[, with a mir�imum of four cylinders,
The horsepower rating of the engine at its minimum tolerance level shall be sufficient to
drive the aliernatar and all cannected accessories. �ngine sha{I be ceriified by the
Environmental Pro�eetion Agency (EPA) to confarm to tier level 2 in effect at the time af
mar�ufacture. iwo stroke engines are not acceptable. Engine shal) be manufactur�d by one
of the following:
1. Caterpillar
2. Cummins
3. Stewart & Stevenson
4. Kohler
5. No Ap�roved Equal
B. Engine aecessaries and features shall include:
1. Governor System: An electronic governor systern shall prnvide autornatic isochronous
frequency regulatian.
2. Radiatar and Cooling System: Skid mounted radiator and cooling system rated for fufl
load operation in 122°F (50°C) art�bient as measured at the generator air inlet. Radiator
shall be provided with a duct adapter flange. The equipment supplier shall fill the
cooking system with SO/SO-ethylene glycalf water mixture. Rotating parts shall be
guarded against aceidental contact per OSHA requirements.
3. Electric System: An electric starter capable nf three complete cranking cycles without
overheating.
4. l.ubricatian Oii Pump: Positive displacernent, mechanical, ful! pressure, lubrication oil
pump.
Cily ��f Fort 15�c>r[h I!'c>sis�irle TI'ufer Treufnreril Plu�rf Backrrp Geuerutnrs
C rt>> 1'rujecf A'irurber: 1!)3d !fl
26 32 13 - 13
EMERGENCY STANDBY GENERATOR SYSTE#vt
Page 13 of 34
Dil Filters: Full flaw lubrication oil filters with replacea�le spin on car�ister elements and
dipstick oil level indicator. Oil filters shall he acc�ssible from the side of the engine easily
reached through ane of the enclosure access doors. Pravide drip pan below oiE filter to
catch oil leaks during �ilter change.
6. Air cleaner: fteplaceable dry e[em�nt air cleaner with restriction indicator. The air
cleaner shall be easily accessibie frorrt the side of the generator without clirnbing on top
of the engine.
7. Fuel Lines and Fuel �ilter; Provide flexibfe fuel lines. �uel filter shall be water separator
type and shall be located an the side of the engine far easy access and mair�tenance.
Filters shall nat be located on top of the engine.
8. 8attery Charging Altematar: Engine mounted battery charging alternator, 45-ampere
minimum, and solid state voltage reguiatar.
2.05 AC GENERATOR
A. Generator; Each AC generatar shall be synchranous, four-pole, revolving field, drip-proof
construction, pre-lubricated sealed bearing, air caoled by a direct driven ce�trifuga! blower
fan, and direct[y cannected to the engine with flexible drive ciisc. All insulatior� systern
cornponents shall meet N�MA MG1 terr�perature limits far Cfass N in5ulatian system. Actual
�emperature rise measured by resistance rriethod at full loac� shafl not exceed 1z5°C, over a
40�C arnbient.
B. Far generators 2�00 kW and larger, provide a form wound, two bearing, epaxy vacuum
pressure impregnated alternator with non-hygrascopic epoxy, wound and insulated for an
autput rating of 4,16(3 volts. The generator laminatians shall utilixe cfass C5 ste�l anct �E�e
stator shafi be wound with copper conductnrs,
C. For the rr�edium vo[tage generators, provide a trip output contact ta trip the generator
breaker in the generator paralleling switchgear.
D, Power: Each generator shali be capa6le af delivering rated output power (kWj at rated
frequency and pawer factor, at ar�y �altage not more than 5% abo�e ar 6elow rated voltage.
Excitation: A permanent rnagnet generatnr (PMG) shall be inekuded to pro�ide a reliable
source of excitation power for aptimum rr�otar starting and short circtai� performance. The
PMG and controls shall �e capal�le of sustaining and regu6ating current supplied to a single
phase or three phase fault at approximateiy 3Qp% of rated current �or not more than ten
SECOtlt�S.
F. Provide �.20-volt, single phase anti-condensation heater for each generatar set.
G. All current transformers s�all have their secondary leads cor�nected to shor�ing type
terminal blocks.
Cily oF Fort 1Vor�l� 1t'eslsirle Acalcr� Ti•ecun�e�rf Plcau I3ucktrp Gerler«lnrs
Cily Projcct rl'rui�bcr: I03�Jl0
26 32 13 - 14
EMEfiGENCY STANDBY GEM1iERATOR SYSTEM
Page 14 of 34
H. fmpedance Groundin�: Pro�ide an impedance grnunding system for tl�e generator ta limit
the ground fault current. The system shall include a grounding resistor rated at 400A,lOsec.,
a neutral CT to detect ground fauEt current and a relay with twa sets of output contacts; one
contact to trip the generator and the second eontact wired to terminal blocks to trip the
5witchgear generator brealcer.
2.Q5 CC)N�ROL
A. Gen�ral: The generator set shall be provided with a microprocessor-based con�ra! system
that is designed to provide automatic starting, auto-synchro�izing, monitnring, and contral
far the generators. The eontral system shal] be designed to ai(ow local control and
monitaring of the generators and remote control and mnnitoring as described in this
specification.
8. Mnunting: The control panel shal( be shack mour�ted or� the generator set. The control
panel shall be vibratian isolated and prototype tested to verify the durability of all
camponents in the system under the vibration conditions encountered.
C. Standards: The controi panel shall be UL508 listed, CSA282 M1989 certified NEMA 4X, 316
Stainless Steek. AII switches lamps and meters shafl be ail tigF�t and dust tight, and the
enclasure daor shall be gasketed. There shall be no expos�d points in the contral pane(
(with the daar openJ that operate in excess af SO �alts. The controls shall meet or exceed
the requirements of Mil 5td 461C part 9, for susceptibilify, canducted, and radiated
electromagnetic emissions. The entire control system shall be tested and meet the
requirements of I�EE 587 for voltage surge resistance.
D. �eatures:
1. Mode Select Switch: The AUTO-RUN-�FF Mode Selectar Switch shall initiate t1�e
folfowing contral modes. When in the OFF position, the generator set is disabled, and
cannot be sfiarted locally ar from remote cornrnands. If the generator set is runr�in� in
the RiJf� or AUTO positions, turr�ing the selector switch tn OFF will cause the generator
set to go into the cool down mode, and stop after cool down. When the selector switch
is in the RU�t position, the generator set shall start, anci remain running unti! the
seleciar switch is turned to OFF position. If the selector switch is placed in AiJTO, the
generator set shall start upnn a dry contact request(Permissivej from the remote
control device, and remain running until the selector switch is placed in the OFF
position, causing a normal cool dawn and shutoff.
2. Emergency Stap Switch: E�ergency switch shall be Red "mushroom head," push to
operate, pull to reset. A protecti�e cover shafl l�e pravided to prevent accidental
aperatian. Depressing ihe emergeney stap switch shall cause the generatar s�t to
imrnediately shut down, and he Incked out until reset,
�. Res�t Swifct�: The RESET switch shall be used to clear a fault and allow restarting the
generator set after it has shut down for any fault condition or stopped by emergency
switch.
City of I�c�rt 15'oc�th Ili.�i.i•rdc fi4rtci• Ti•culirrciu PlrriN Burkrq� Ccnet-afvrs
Ci11' I'ru�ecf ,1'�m�ber: If13�l111
263213-J.5
ENIERGENCY STANDBY GENERATOR SYSTEM
Page 15 of 34
4. Partel Lamp Test Swi�ch: Depressin� the panel lamp switch shall cause the entire panel
to be lighted with �C control pawer. The paneE lamps shall remain lit far 10 minutes
once illt�minated and automatically be switchec{ off after ten minutes, or after the
switch is depressed for the seconc� time.
5. bigital Metering Set: Digital metering set, D.5% accuracy, to indicate generator RM5
�oltage and current, frequency, output current, autput kW, kW hours, and power factor.
Generatar output voftage shall be available in line to iine and line to neutra! volta�es
ar�d shall display all three-phase voliages (line-io-neutra) or line-to-linej simultaneousiy.
6. Generator Set Alarm Display: The generator set shall be pro�ided with alarm and status
indicating lamps �o indica�e nan au�omatic generator status, and existing aiarm and
sf�utdown conditions. The lamps shall be high intensity LEa type. Ti�e lamp candition
shall be clearly appare�t ur�d�r bright raam lighting conditions. The generator set
control shall indicate the existence af the foilowing ala�m and shutclown conditions on a
digital display panel:
a. Low oi� pressure (alarrr�)
b. Low Low oil pressure (shutdown)
c. Oil pressure sender faiiure (alarm)
d. �ow coolant temperature (a(arm)
e. High coolant temperature (alarm)
f. �lig� Hi�h coolant terr�perature {shutdown)
g. Engine temperature sender failure (alarrn)
h. Low coolant level (alarm ar shutdown selectablej
i. �aiE ta crank (sh�tdown}
j. O�er erank (shutdown)
k. Over speed (shutdown)
I. Low €lC �oltage (alarm)
m. High �C voltage (alarm)
n. Weak battery �alarrrt)
o. Low fuel day tank (alarm)
p. High AC vo[tage (shutdown}
q. Low AC voltage (shutdown)
Ci1y af Fps�l 1Vprtlt 1 Pesl.rrde I!'crler Tre«l+ne��f Plaiu liarkrif� Geriei•utor.t
Cii�' Prolect �lzaun6cr: 1(13d 10
26 32 33-16
ENlERGENCY STAN�BY GENERATOii SYSTEM
Page iG of 34
r. Under frequency (shutdown)
s. (7ver current (warning)
t. Over current (shut�own}
u. Shart circuit (shutdown)
�, O�erlaad (alarm)
w. Emergency stop (shutdown)
x. Fuel leak (alarm}
y. Ground fau{t trip {shu�down)
7. 5pecial Alarm ar 5hutdown Conditions: Pro�ide spare indication points for two
addi�innal alarm or shutdown conciitions. Labeling of the alarrn or shutdown conditions
shall be of ihe same type and c�uality as the above-specifi�d conditians
8. En�ine Status Monitoring:
a. Engine ail pr�ssure (psij
b. Engine coolant temperature (degrees F j
c. Engine ail ternperature (degrees F)
d. �ngine speed (rpmj
e. Numfaer af hours of aperation (hours)
f. Number of start attempts
g. Battery voltage (DC volts)
9. Electromechanical �lour meter.
10. The control system shall alsfl incorporate a data lagging and display provision to allow
lagging of the last ten warning or shutdown indieations on the generator set, as well as
tofa! time of operation at various loads, as a percent of the standby rating of the
generatar set.
�.1. A set of Form C dry contacts shali be provided for each gense� remote condition
specified herein.
12. The Genset shal[ send a signaf to the PLC for the actual fuel level.
2.07 ENGINE CONTR�L �UNCTIOlV
City of Far� LS'ortkt 1 Pesl.ci�le lPralcr 7'r•ealineirl Ylruu I3uckrap Generufors
C'ity� Pr��jec! a1'irurber: 1113�i111
26 32 13 - 17
EM�RG�NCY STAN�BY G�N�RATOR SYSTEM
Page 17 of 3A
A. Cycle Cranking System: T�e cnntrol system provided shall incfude a cycle cranking system,
which allows for user selected cranfc time, rest tirrae, and # of cycles. lnitial settings shall be
for three cranking periods ot 15 seconds each, with 15-second rest period between two
cranEcing periods.
B. Idle Mode Control: The control system shall include an idle mode cnntrol, which alfows the
engine to run in idle mode in the RUN position only. In this made, the alternatar excitation
system sha11 be disa6[ed.
C. Engine Ga�ernor Cantrol: The corttrol system shall include an engine gavernor control,
which functions to provide steady state frequency regulation as noted elsewhere in this
specification. The governor control shall include adjustments for gain, damping, and a
ramping function to control engine speed and limit exhaust smoEce while the unit is starting.
The ga�ernor control shal[ be suitable �or use in paralleling applications without camponen�
changes.
D. Time Delay Start: 7he control system shall ir�clude time delay start (adjustable 0- 300
seconds) and time delay stap (adjustat�le 0- 60� seconds) functions.
E. Sender Fai[ure Moni�oring: The control system shaEl include sender failure monitoring logic
for speed sensing, oil pressure, and e€�gine terr�perat�re which can discrimina�e betw�en
failed sender or wir'ing componer��s, and an act�al failure condition.
2.0$ ALTERNA70it CONTROL FUNCiION
A. Alternatar Cantrol Functions shall include an I/0 mfldule for remote trip af a down-stream
protective relay aetivated by any of the protective devices listed below.
B. The alternatar pratective devices shall incl€�de the following protective de�ices:
1. Generatar phase sequence,
2. Q�er/under voltage (z7/59),
3. O�er/under frequency (81 O/EJ)
4. Reverse pawer �32RP}-kW
5. €teverse reactive power (32RV)-kVAR
6. Overcurrent pratection {50/51)
Generator Proteciion System (GP1}-Refer to project drawings and Specification Section
Z6 27 13.
C. Digita[ �olta$e Regulation: The generator set shall include an automatic c�igital voltage
regulation system that is matched, and prototype test�d with the gaverning system
provided. It shall be immune from incorrect operatian due ta load induced �oltage
waveform distortion and provide a pulse width €�nodu{a�ed output to the alterr�ator exciter.
C;ity uF Fort 1Vorlh Il es7.side fi'iuer Ti�eulineiu PT�u�! I3rrc°ktrp Gener�rfnrs
Crll' 1'rajec! A'«ruher: 103=111)
26 32 13-18
ER+iERGENCY S7R1Vb8Y GENERATOR SYSTEM
Page ].8 af 34
The voltage regulation system shall be equipped with three phase RMS sensing and shall
cantrol E�uildup of AC generator �oltage to provide a linear rise and limit overshoot. The
system sF�all include a torque matching c�aracteristic, which shall reduce autput voltage in
proportion to frequency below a threshold of 59 HZ. The valtage regulator shall include
adjustments for gain, cianr�ping, and frequeney roll off. Adjustrr�ents shall be broad range,
and made via digital raise-lawer switches, wit� alpha-numeric LED readout to ir�dicate
s�tting le�el.
C�. �utput Current: Controls shall be provided ta rr�onitar the autput current of the generator
set ancf initiate an alarm when {oad current exceeds 110%of the rated current of the
generatar set an any phase for mare than GO secancfs, The controls shall shut down and
lock out the �enerator sei when autput current level appraaches the thermal damage point
of the alternatar.
�. Output Power: Controls shail be provided to monitor the kW load on the generatar set and
initiate an alarm conditian when total laac� on the generator set exceeds the generator sei
rating for mare than five seconds. Controls shail include a load-shed cantrol, to operate a
set of dry contacts (far use in shedc[ing customer load devices) when the generator set is
o�erlaadetE.
F. Over/under Vo[tage Monitor: An AC over/under voltage monitoring system that responds
only tn true RMS voltage conditions shall be pra�ided. The systerr� sha(I initiate shutdown of
the generator set when alternator output vo[tage exceeds 110% of the operator-set voltag�
leve[ for rrtore than ten secands, or with no intentional delay when voltage exeeeds 130%.
Under voltage shutdown shall occur when the output voltage nf the alterna�or is less than
85% for more than ten seconds.
G, Battery Monitaring 5ystem: A battery monitoring system shall be provided which initiates
alarms when the DC control and starting voltage is less than 2S valts DC or mare than 32
volts DC. During engine starting, the law voltage limit shall be disabled, and if DC voltag�
dra�s to less than 24 voits for mare ihan two seconds a"weak battery" alarm shall be
i n itiated.
2.Q9 REMOTE MON[TORING AND CONTR�L lNTERFACE
A. All control and intercnnnection wiring from the ger�eratar cantrol panef to the Paralleling
Master Contro{ Panel in the electrical room shal{ be wired directly without field connectians,
as shown on project drawing. fnstruments on the generator shall be wired to the Generator
Control Panei. Functions to b� brought out shall be in accordance with manufacturer's
standard ir� ac{dition to the features specified herein as described in the control strategies
and paralleling switchgear speciFications.
B. Discrete con�ra[ ar status functinns shall be fnrm C relays with contacts rated at 120 volts
AC. Analog signals shall be isolated from each other.
C. Equipment functions and alarms, to be directly interfaced to the Plant Cantrol and
MnniCoring System, shall be designed far operatian with an Ethernet Connection.
Cii}' c>f Fwt 1Vnrtkt U e.�l.srde Ii'�+fer 'I'reuli�iei�! !'lu�r1 I3uckiy� Gesreralnrs
Citi' Projec! rl'unnc�r: I(Y3d l0
26 32 13-19
EMERGENCY STANDBYGENERATOR SYSTEM
Page ] 9 of 34
D. The equiprr�ent manufaeturer shali factory enter the proper IP Address far such connection.
Upon request by the Cantractor, the Owner/Engineer wiil provide the proper Internet
Protocol Address (lP Address), to be canfigured by the equiprr�ent rnartufaeturer during
programming.
E. Referto Instrumentation ]nput Output List for monitared parameters.
F. Communicaiinn
Far remate monitoring, one of the following comrr�unication capa�ilities shaii be
pro�ided:
a. One integral �.0/1006aseT Ethernet port supporting Modbus TCP, Ethernet IP and
SNMP protocols.
b. One media protocol con�erter, interfacing the provided equipment to a
10/1006aseT Ethern�t port supporting Modbus TCP, Ethernet EP and SNMP.
2. The pratncol interface shall implement Ethernet/IP Protoco9 with �he following as
minimum capabilities:
All data shall Fie a�ailable and/ar mirrored within the Modbus 4x or °Holding
Regis�er" rnemory area.
b. Regisier4x00(}01 shall exist and be �-eadable to allow simple, predictabie "comrri
tests".
c. Saftware taols shalf function properly with slaves' o�ly supporting Modbus
functions 3, 4 and 16. Requirin� support of diagnastic function S is not acceptable.
d. Software tools shali be configurable to write a single register as either function 5 or
15.
e. Saftware taals shall allaw settir�g the Modbus/TCP "Unit Id" to be a value other than
zero. This is required for EtE�ernet-ta-Serial foridging.
�. The media �rotocol con�erter shall mee� the followir�g criteria:
a. T'he converter shall support 10/100 Base-T Ethernet. The seriaE port speed (baud
rate) shaEl support 230 kbps. The �ratocal shall support Modb�as iCP, Ethernet EP,
dF1, and Modbus RTU/ASCII. Protocal shall be Web Browser configurable.
Operating limits shall be 0-60°C, with humicfity range minimum of 5-9(3%a. Shock
capability an the serial port shall be ESD +15 kV air gap rr�eeting IEC 100€3-4-2. Power
requirements shal! be 9-30 volts DC at 0.5 amperes minimum.
c. The converter s�al! have L�0 status for serial, sigr�a[s, power, and Ethernet.
f:ity oCl�ort ll�nrtfi 1lesfside A4tler Ts•ecrlieren! Pleri�t 13uckeq� Ger�e���rturs
Cilti� Prnjerf t1'rriribcr: 1(13dI0
zs �z �� - zo
EMERGENCY STANOBY GENERATOft SYSTEM
Page 20 0# 34
d. The con�erter hausing shall be UL 16p4, C1ass 1 Div 2, DIN Rail mountable. The
converter shall have DB-9M part connection, with screw terminals, to the inpu�.
e. Converter shall be Digi One IAP, or appro�ed equal.
2.1� GENERATOR BASE
A. The engine generator set shall be mnunted on a heavy-duty steel base to �aintain
alignment between camponents. The base shall incorporate a battery tray with ho[d-down
clarr�ps withir� the rails.
B. ihe generator base shall have at least three locations on eaeh side where the generator
platform, specified herein, will be bo[ted to prevent the mo�ement of the platform away
from engine generator. i"he side of the platform closest ta the generator shafl not depend
on the bolt locations to support the platform, The platform shall be entirely self-supporting.
2.�.�, AllXil.IARY EQUIPMENT AN[3 ACCE550RIE5
A. Coolant Heater: Engine maunted, thermastatically corotroll�d, coalant h�ater far each
engine, with pawer frorr� the �anelboard. The coolant heater shall be ins�alled on the engine
with silicorte hose eor�r��ctions. Steel tubing shall be used for canneetinns ir�to the engine
coolant systerri wherever the length of pipe run exceeds 12 inches. The coolant E�eater
installation shall be specificaliy designed to pravide proper venting of the system. The
coolant heaters shall be instafled usin� quick disconnect couplers to isolate the heater far
replacement n� the heater element. The quicEc discannect/automatic sealing coupiers shail
ailow the heater element to be replaced without draining �he engine caaling syst�m or
significani coQlant foss. The eoolant heater shall be provided with a thermastat, installed at
the engine th�rn-iostat ha�asing. An AC power cannectinn bax shall be provided for a single
AC power conneetion to the coolant heater system from the panelboard. The caolant
hea�er(s) shall be sized as recnmrnended by the engine manufaciurer to warm the engine to
a minimum of 100�F �4[l°C) in a 40° F ambient, in corr��liance with iVFPA110 requirements.
B. Lube Oil �leaters: Provide lube oil heater and power from the panelbaard.
C, Vibration Isolators: Vibration isalators, spring type, and quanti�y as recommended by the
generator set manufacturer.
D. Starting and Control 8atteries: Starting battery bank, caEcium/lead antimony type, 24-volt
DC, sized as recorr�mended by the generator set r�anufacturer, shall be supplied for each
generator set with battery eables and connectors.
E. Exhaust 5ilencer: Exhaust muffier(sJ shall be provided for each engine, size and type as
reeomrriended by the generator set manufacturer. The mufflers shal[ be criticai grade.
Exhaust system shall be installed accardir�g ta the generator set manufacturers
recammendations and appliea�fe codes and standards. The portion af exhaust pipe and
silencer$ shall be fully insulatecE wit� lagging to protect the insulation layer for all �ortiQns of
Cit}' o€�Port �1'urtis i1'e.sfsi�le 1Pa7er "I'real+�tcvtll'&uil l�ucktrp Geiiet•urors
Crli' 1'rojec� rl'rrnrhrr: 1113d1f1
26 32 13-21
�MERG�NCY STANDBY GEfVERA7DR SYSTEM
Page 21 of 3A
the exhaust system which is within the sound enclosure. Fasteners used to secure the
lagging shall be 316 stainless steel.
2.12 BATT�RY CHARGER
A. UL listed/CSA certified twenty arr�pere valtage regulated i�attery charger shal) be provided in
ti�e engine generator set endosure. Input AC voltage and DC output voltage shafl be as
required. Chargers shall be equipped with float, taper and equalize charge settings.
Operational monitors shall provide visua{ ou�put along with indi�iduaE farm C contacts rated
at 4 amps, 120 volts AC from the PanelE�aard, 30 �olts DC for remote indication of:
1. Loss of AC pawer red light
2. �ow battery voltage red light
3. High battery voltage red light
4. Analog DC voltmeter and ammeter, 12-hour equaiize charge timer, AC and DC fuses
shall also be provided on the charger.
2.13 OUTQOOR WEATHER-PROTECTIVE HOIJSING
A, Generator set housing shall be provided factory assembled ta generator set base and
radia�or cooling and shall be of the so�ar�d-attenuated type. Hausing shail pravide ample
airflow for generator set operation at rated load in th� arr��aient conditio€�s previously
specified.
B. The f�ousing shall have hinged side access doors and rear control door. All cfoors shalf be
lockable. All sheet metal shafl �e primed for carrosion protection and finish painted with
�he manufacturer's standard color using a two-step electro-coating paint pracess, or equal
meeting the perforrnance requirements specified belaw. AI[ surfaces of alI metaf parts shall
be prirned and painted. The painting process shall result in a coating, which n�eets the
follawing requiremer�ts:
�. Prirner thickness: 0.5-2.0 rt�ils. Top coat thickness, 0.8-1.2 mils.
2. GI055, per ASTM D523-89, $d% (�IUS OC TTiICIUS 5°/o. C�Id55 1'8�@fltlOC1 d�tef Otl2 y�3t' SIIaII
exceed 50%.
3. Crosshatch adhesian, per ASTM D3359-93, 4B-5B.
4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds.
5. Salt Spray: per ASTM 6117-90, 1000+ hours.
6. Humidity: per ASTM D2247-92, 1000+ hours.
7. Water Soak: per ASTM D2247-92, 1000# hours.
Cit}' af F urt 1Vorth If'e.rlsitle [Yu1er Ti�eatuaeiu I'lurr! Ruckiq� Geirernlars
Ci1 �' Yrnject r1'run73er: 103�11(i
zs �z �� - zz
EMERGENCY STAiVDBY GENERATOR SYSTEM
Page 22 of 34
8. Painting of hoses, hose clamps, wiring harnesses, and other non-metallic service parts
shall nat be accepta�le. Fasteners used shall be corrosion resistant, and design�d to
minimize r-r�arring of the painted surface when remo�ed for norrnal installation or
ser�ice work.
C. Provide hatch on top of t�e enclosure tn access the radiatar.
€}. Sound Attenuation:
Hausing shall be saund attenua�ing type, producirtg a r�oise level not greater than CO
dBa at nearest property line.
2.�4 FUEL STORAGE TANK
A. Provide a dual wall sub base diesel fuel storage tank. The tank shall be sized to provide 24
hours usable capacity at 100% load. The tank shall be constructed af carrosion resistant
steei and shall be double walE concrete lined t!� 2a85 lis��d. Th� equipment, as insfalled,
shall meet all local and regional requirements for above ground tanks.
8. All tanks require overfill pratection, including 90% high le�el alarm and 95% automatic shut-
off.
C. Provide the fuel tank with a continuous levef transmiteer, and leak detector(s). The fuel tank
shal! be canstructed to place the fill spout on the �enerator end so to facilitate access from
th� generator enclosure en�ry dnor on tt�e side of the generator dosest to the access raad
as shown on the project cfrawin�s. Provide S-gallon spill cantainment for fill part.
D. Provide required signage per Fort Warth Fire Departrnent requirerrients for abav� grou�d
fuel tanks for fuel fired equipment.
2.15 ViBRATION fSOLATOR
A. Furnish and install sprin� type �ibration-isolators between the sub-base tank and the
generator set. A minimum of six isolators shail be used, properEy sized far the generator set
supplied.
2.16 S�RVlCE AND FEE�ER L�JGS AND CONNECTORS
A. All service and fe�der lugs ar�d connectnrs sha{I be copper and shall be crimped type, with
standard industry tooling. �ugs and connectors shail match the size and the number of
conductors where used and shall �e clearly iclentified and color coded on the connector.
B. All connections shall be made far stranded wire and shail be made electrically and
mechanically secured. The Ic�gs and cannectors shall have a curr�nt carrying capacity equal
to the conductprs far which they are rated and meet UL 486 requirements far 75°C. Lugs
larger than #8 AWG shall b� two-hole long barr�l lugs with NEMA spacing. The lugs s�all be
of clased end construction to exclude rrtoisture migration into the cable conduc�or.
City nt'i�or; IVorth (i'e.sl.ride fYuler Ti�eut�riei�! I'k�it! f3crcktrp CeneF-�rtnrs
Ci1>> Pi•ojer! r1'im�Let•: �d134111
26 32 13 - 23
EMERGENCY STANDBYGENERATOR SYSTEM
Page 23 oF 3A
2.17 NEUiRAL GROUND RESISTOft
A. The NGR shall be designed, manufactured and tested as per the lat�st revisions of IEEE-32.
B. The resistive elernents shall be [ow temperature coefficient, resistor grade stainless st�el of
sufficient mass to withstand the rated current and prescribed duty.
C. The resistars shall 6e mounted in corrosion resistant support frames, using stainless-steel
hardware.
D. The entire r�sistor assembly shall be rnflunted on insulators ra�ed for the systern volta�e.
E. All resistor terminals and interconnections between resistor units shall be stainless-steel
using stainless- sieel hardware including lock washers. High current connections shall be
spot or TIG welded as appropriate.
F. Connections between resistors and bushings ar current transformers shall be solid copper or
5tainless steel bus or copper cables.
G. The �rame of the enclosure shall be rriade from structural steel angles w�ldec� together, or
bolted together with stainless-steel hardware. The �op of the enclosure shall �e solid,
slightly overhung and sloped. It shall be emboss�d with stiffening ribs. The enclosure shall
have forged eyebolts in each corner for lifting purposes.
H. ihe bottom of the enclasure shall be screened with expanded or perforated rnetal with
openings of 1/2" or less. This screening shall be welded or bolted in and is not removabEe. li
shall he elevated 4 to 6 inches abo�e the base of the unit.
f. Bokt-on side ca�ers on all four sides shall be used. Sc�eened eavers may be furnished far
c�rtain applications. Stainless-steel hardware shall be used, Louvered ar scr�ened apenings
shall not exceed 1/2".
J. A durahie nameplate, permanently attachec! to one side caver shall show the manufacturer
and the camplete rating. Painted encfosures shalf be suitably deaned, primed and painted.
Stainless-steei and al�minum enelosures (in particular� shall be protected fram scra€tching
during rnanufacture, ass�mk�ly and shipment.
K. Voltage systert�s as shawn on the Drawings. Each NGR shail have the following ratings:
1. Maximum Voltag� tL-N) 2A00 V fnr aperation on the 4160 V
2 Maximum continuous fault current (10 seeonds7 400 A
3. Con�inuaus 1ir�e charging current �D A
4. Short-Circuit Current, At Rated Maxirr�um kV 25 kA
5. Temperature ratir�g (1 mir�ute) over 3a deg C ambi�nt 750 deg C
Cif}� 01�1'ort 1t'orth tPestsiJe 1Puler "C'recrinreu! Pluilf f3uckrrp Ge�rerruor.s
C'i1i� 1'r� jecl r1'rrml>er: 1 fJ3d 10
2G 32 13 - 24
EMERGENCY STANDBY GEf��RATOR SYSTEM
Page 24 af 34
6. Temperature rating steady state over 30 deg C ambient 385 deg C
E.. Control and Instrument Power Transformers
Contra[ power transformers shall be furnished as shown on the Drawings, iransformer
mechanical ratings shall equal the BIL and momentary rating of the circuit breakers.
�'ransformers, when mounted in switchgear assembiies, shall E�e rated for the fulE
voltage of the switchgear. TranSformer shall be sized for the entir� laad, Ii3CIUCiII�g 5��C�'
heaters, plus 25% spare capacity, and shall be nat less than 100 VA. Provide a load
calculatian showing t�at the sixing of the control power transfarmer complies wi�h this
requirement.
All contro{ power transformers shall have vacuum cast primary and secondary coils
using epoxy resin. Voltage and cantral power transformers af the quantity and
ratings indicated, Control power transfor€��rs shall be 120 volts grounded
secondary. Primary side of the transformer shall be fused in bath legs. Qne leg of
the transformer secnndary sha[I be salid[y grour�ded while the o�her leg shall be
fused.
M. Vol�age Transformers
Valtage transformers shall be mounted in draw out drawers contained in an enclosed
auxiliary compartrr�ent. The voltage �ransformer primary connections shall utiiize epoxy
insulated bus bar. Rails shall be provided for each drawer to permit easy inspection,
testing and fuse replacement. Shutters shall isalate prirriary bus stabs when drawers are
wi�hdrawn. A mechanical interlock shall 6e provided to require the secondary breaker
to be open before the CPT drawer or CPT primary f�se drawer can be withdrawn.
N. Current Transformers
1. Current transfarmers shall be furnished as indicated on the contract drawings. The
thermal and mechanica! ratings af t�e eurrent transformers shalf be cnardinated with
the circuit breakers. Their accuracy rating shall be equal to or higher than ANSI standard
requirements. The lacation for t1�e current transfarrners shall be front accessible to
permit adding or changing current transformers without removing F►igh-voltage
insulation connections.
Z. Current transformers for power quality meters sha!( be instrument acc€aracy. Meters and
relays shall not be p[aced on the same current transformer circuit. Prnvide separate
current transformers for relays and for me�ers.
Pravide separate current transform�rs �or diff�r�ntial r�lays when shawn on the
drawings.
4. Shorting terminal blocks shall be furnishec� on the secondary of all the current
transformers.
S. Provide a 40Q/S A CT on Generator's Neutral Bushing to r�atch the burden far wiring
and input impedance for a generator protection relay loca�ed with the generator
Cit�� of Fm-i 1Vnr[h ft'e.sl.crde Jf?ryer Ti•euluieirt Pluit� Buekrip GeneF�utors
Cits'Yrujecl�l'au�rhef� 1113�11O
26 32 13 - 25
EMERGENCY STANOBYGEf3ERATOR SYSTEM
Page 25 of 34
breaker con�rols in the ATO as shown on the drawings. The AT� and protec�ive relay
shall be pro�ided in accorc[ance with Section 26 27 13 Power Metering and Protective
Retays.
2.�8 PANELBQARf]
A. Furnish anc� install a generator mounted panelboard, of a size, rating and capacity, as shown
on the �roject drawings.
Panelboard and housing shal[ be NEMA 12 316 stainless steel, rnanufact�red in accordance
with Section 26 24 1b.
2.19 GEfVE�tATOR ACCESS PLA1"FORM
A. Pro�ide with the generator set, a set �f platforms made of grated alurr�inum to serve as
access into the enclosure via any of the generatar set enclosure doors which are pravided.
This is to include frontage for any doubl� door or sir�gle personnel door. The piatforms shail
be on both sides of the enciosure and meei all OSHA Cade requirements fnr access, exi� and
safety.
B. The platforms s�al( irtckude hand railings around the entire perimeter of the plaEforms and
stairs and support weight of any persannel who may lean up against or fall inta the railings.
Nand rails shall have apenings where the sound enclosure doors are required to have full
opening for access to the interiar of the sound enclosure.
C. Platform width shall allaw for full 9�-degree openir�g af al{ generatnr enclosure doors.
Platforrr� approvak drawings shall illustrate door apenings to show adequate clearance is
being provided so the doors open 90 degrees without touching the hand rails. Stairs shall be
included on bath platforms and steps are to be as 05HA prescribed for riser distances. The
platforms shalE 6e designed such that all rain snaw or sleet will easily pass �hrough the
aluminurn grating on all horizonta4 surfaces. The platforrns shall be provided F�y the same
�endor as the generatar set.
D. Platforms and handrails shall be demountabfe eonskruction. Platform shall ha�e lifting
means permanently and shall be constructed with support legs on all sides so that no
support is fram the generator frame or sound endosure. �iowever, the platform suppart
s�ail b� bolted tn the genera�or frame so that no mo�ement away frorr� the generator is
possible without dismantling the balted cor�nections. i�he platforms shall no� be bolted to
the saund enclosure, which shall be remo�abfe without unbolting the platforms from the
generator frame.
i"he platforms shafl be installed �y the contractor, per manufacturer's instruction and
level�d as necessary tn �rnvide a safe and level surface for the personnel. The platforms
shail be anchored in such a way that there is no ct�ance of swinging or other movement of
the pla�farms while in use.
Cit�° ot�I�orl 1UnEth tPe,slsir�e 1!'uterTreatwreiu PIa�r1l3�rc�kiy� Generufur.s
Cr13� PrcJec•1 r�'r�»rh�r: 103�11�1
2632J.3-26
EMERGENCY STAiV�BY GENERATOR SYSTEM
page 26 of 34
Provide two NEMA grounding pads, one on each end for t�e plaifarm for bonding the metal
platform to plat ground grid.
G. All fastener materials shail be 316 stainless steeL
2.2Q I.QAD BANK
A. Furnish and instali a UL listed, air-coaled, ou�door, firee-standing, weat�erproof resistive
generatar loat� bank at the Iocation shown on the Drawings.
B. The load bank shalE foe designed for periodic exereising and testing of the corresponding
generatorset.
C. The load banic s�alf he as manufactured by Avtron Manufacturing, Sirnplex, or approved
equal.
D. Ratings
The [oad banEc rating, in KW, shall be not less than 30 percent of the KW rating of the
associated star�dby ger�erator set.
2. The foad bank shall aperake in an am�ient temperature of -20°F to 120°F.
Housing for the load bank shall be of the sound attenuating type, producing a noise leve!
nat greater than 75 dBa at seven meters.
E. COf1StiUC�I�I1
1. The Inad laanlc shall �e outdoor weatherpraaf constructian, suita€�ie far installation on a
concrete pad or structural base. All exterior fasteners shall be stainless ste�l. The load
bank shall include forklift channels in the base for lifting.
2. The load bank shall be constructed of hea�y gauge aluminized steel per A5TM A463.
3. The main input load bus, load step relays, fuses and blower/control relays shall be
Incated within the load bank enclosure. A thermostatically controlled t�eater shall be
located within the control sectior� to pravide proteetion to t�e cantrol devices from the
effects of moisture and condensation.
4. Airflow throughout the load bank sha(I be vertical. Ambient intake cooling air shal! �e
drawn in at the bas� of the ur�it and heated air exhausted nut the tap. Intake npenings
s�all be designed to prevent objects greater �han 1/2 - inch diameter from entering the
unit. The Inad bank exhaust hood shali be angled and i�clude interiar baffle plates to
direct falling rain from the interior of the load bank. 7he load bank exhaust hood shal!
be constructed of nan-carrosive aiuminum.
S. The exterior of the load bank shali be painted with baked polyester �owder eoating at a
minimum 2 mils dry film thickness.
Ci1p c�f Fm�t 1Vori1� lVesl.ride I1'ater Trecrti»eiit I'lrurt I3uc•kup Ge�rerrrtor.s
Cits� Prv�ecr ,��rr�nGer: I�13�lIn
26 32 13 - 27
�IvtEIiGENCY SiANnBY GENERATqR SYST�M
Page 27 of 34
Load elements shal! be cantained in multiple resistor cases or trays. Each sha11 be
capable of being rerr�o�ed, in its entirety as a unit, for inspection or service.
F. Resistive Load Elements
Laad elements shall be helicaliy wound chromium alfoy ratecE to operate at
approximately one-half of maximum continuous ratin� of wire. �lements shall be fully
supported across the entire length within the air stream by segmented ceramic
insulatnrs on a stainless siee) rod. Elemen� supparts shall be designed to prevent a
short circuit to adjacent elernents or ground in the event af a wire brealc.
G. Coaling
1. The load bank shall be eooled by integral TEFC nr TEAO �notor(s), direct co�pled to the
cooling fan blade. �'he fan motor shall be electrically protected against overload using a
motor overload device and shor� eircuit protected using three current limiting fuses with
an interrupting rating of 200 kA.
N. Protective De�ices
1. A differential pressure switch(s) shall be pravided to detect air [oss (ane for each s�ack].
The switch(sJ shall be electrically interlacked with the Ioad application controls to
prevent load from being applied if caoling air is r�oi present.
2. An overterr�perature switch shall be provided to sense the load bank exhaust in each
vertical h�ater case assembly. The switch shail be elee�ricaily interlocked with the load
application cantrals to remave laad frorn being applied in the event af an over
ternperatur� conditian.
3. Branch fuses shall l�e provided on all three phases of the switched load steps above
50 kW. Branch fuses shall be current limiting type with an interrupting rating af 200 kA.
4. The exterior af the laad bank shall have appro�riate warning/ea�ation stat�m�nts on
access panels.
Control Panel
The contral panel shali be a re�ote mounted in a NEMA 4X free-standing enclasure. The
panel shall conta[n a eontral power ON/OFF switch, a power ON indica�ian light, blower
START/5T0� pushbuttans, 8lawer ON light, blower FAILUR� light and OVEftTEMP light.
�oad selection shall include a master load ON/OFF switch and individual laad step
suvitches, where required.
J. Auto Load Dump Circuit
A standard r�mote load durnp circuit shall be pro�ided as part of the load bank contral
circuit. Pravisions shall be pro�ided to remove the load bank off-line from the operatio�
of a remote normally cfosed set af auxiliary contacts from a transfer switch or ather
device. In the event af the rer�ote contact opening, all load is remaved.
Cit}' c�r Fo��t 1Vorth !I'eslside !f'ruer Ts•errinreirt PIan113crekup Ge�iercrlor.s
(_7!y f'rojeci rVrrnrbei•: 1l1,3�1111
25 32 13 - 28
EMERGENCY 57ANbBY GEN�RA7C3(2 SYSiEM
Page 28 of 34
K. Automatic Load Controller
An Automatic Load Step Cnntroller shall be pravided for maintaining a minimum Inad on
the generator set. The controller shall monitor the connected dawnstream loads and
shall automatically add or subkract Inad steps in response to building load changes to
maintain a rr�inim�m load levef on the ger�erator set.1"he controller shall include an
initial time-delay circuit, and automatic time delayed load siep application circuit. A
remote contact closure shall be provided for activatian and transfer of control. A
separate curreni transformer shall be supplied far ma�nting and sensing af downstream
loads.
2,21 SPARE PARTS
A. Provide the follawing spare parts in the quantities specified:
1. Two air cleaner elements of each rype.
2. Two Fuses of eaeh type.
3. One Radiator hnses of each type.
4. Two Fuel filters of each type.
5. Twa Oil filters af each type.
6. One Belt of each type.
2.22 FACTORY TESTING
A. The standby generator shall be eomp(etely assembled, wired, and adjusted at the factory
and shafl be gi�en the manufacturer's routine shop tests and any other adcfitinnal
operational test to insure the workability and reliab[e operation of the equiprrkent. 7'he
engine-generator shall be tested ir� its enclasure and saund measurements shall be included
prove compliance wit� specified sound ratings as a part of the t�sting procedure.
B. Factory test equipment and test methads shall cnnform with the latest applicable
requirements of AN51, IEEE, UL, and NEMA standards.
C. 5ubmit t�e test record forms which shali be used to record the test resulis to the
Engineer/Owner for approval prior to performing any factory testing. The farm shall include
the engine and alternator operating perimeters s�ecified to b� met in this specification.
The form shall b� used during the factor test and eertified by the manufacturer and
submitted to the Engineer/Owner appro�al. The engine-generator shall be tested in its
�nclosur� and saund measurem��ts shall be included prave compliance with specified
sound ratings as a part of the report.
Cify a�f E�pj�t 1Vprtli !I eslsi<Ic !1 aler 7�r•c��rd�te�N Yfurrt Brrchtrp Getter<rturs
Cr15' Prqjecl i1`ru�iher: 1 f13d1 B
2fi 32 13 - 29
EMERGENCY STANQf3Y GENERATOR SYSTEM
Page 29 of 34
ihe from shal! be �sed during �f�e field aeceptance tests and shall be signed by the
representati�es frorrt the manufacturer and Contractor and submitted to the
Engirteer/Owner for appraval. Sound measurements to pro�e compliance with specified
sound ratings sha[l be included as a part of the r�pnrt.
2.23 WlTNESS TESTING
A. The Qwner/Engineer wiil witness ih� Factory Tests for each of the following Equipment
Units:
1. Equipment iJnit I.D.
2. Eq�ipment Unit {.D.
3. Equiprnent Uni� {.D.
B. The number of Owner/Engineer persons witn�ssing the tests will be 4 persons.
C. lJnder no circumstances, will the equipment be approved for shipment, nor will the
equipment E�e accepted by the Owner, if witness testing is specified, and the equipment is
shipped without the testing being witnessed. iVa change in the Contract Price will be
allowed for s�ipment bacic to the testing facility or any atl�er expenses incurred, nor change
in the Cantract Schedule aflawed For delays incurred because the equipment was shipped
without testing.
D. If a test must be re-run d�e to failure in meeting the specifted requirements, �he witness
expenses for the re-test sl�al€ be provid�d. No change in the Contract Price will be allowed
for any costs associated with retesting. Retesting an the same trip shall be only at the optinn
of the awner/Engineer.
E. Submit all travel arrangem�nts ta �h� Owner/Engineer far approva[. The Dwner/�ngineer,
who is witnessing the testing, shal{ appro�e all travel arrangernents, including the airline
se[ected, fligh� tim�s, hot�l sel�cted, testing agenda, ete.
F. An interpr��er/guide shall be provided if En�lish is not widely spoken, or in areas where
�nglish is not the na�ive language.
G. T�e Owner/Engineer shaEl ha�e direct communications with the person who is responsible
for Incal arrangernents and has the au�harity �o pay for those ex�enses prior �o leaving the
Owner's Project location, ar other designated locatian.
H. Submit the testing agenda for approval at least 30 days priar to the test date, or the test
date shall be rescheduled, with no c�ange in the Cantract Price or 5chedule. The agenda
shall include a detailed list of all tests to be done.
l. Where travel is over night, testing shali not start on the arrival c(ay.
1. Travel [}acuments
Cit}' of Fu€t �Vorth i1'e.rl.ride f�'irler Tr•eulnrerr� f'lru�t 13ac•kr��� Ge�rerul�n•s
CitP !'�•njec! �1'aunber: l03d 1 fl
26 32 13 - 3D
EMERGENCY SiANDBY GENERATOR SYSTEM
Page 3� oi 34
1. Provide Letters af Invitation �nd other documentation required to abtain a visa into the
host co�ntry. Provide all required visas and include the cost of a visa service and any
fees the host country charges for the visa. Na change in the Cantract Price wifl be
allowed for these costs.
2. Use a visa service loeated in the Dallas-Fort Worth area to handle the Owner/En�ineer's
passports who are traveiing ta witness the test. Inelude the cost the visa service
campany and the cost of the visa required by �he host country in t�e Contract Price. No
change in the Cantract Price will be allowed for these costs.
K. Owner/Engineer Persons Tra�el Expenses
1. Owner/Engineer representati�es shall not have to provide for a�y out-of-poc[cet
expenses related to �he trip, transpnrtation, meafs, or incidentals t�at would require
later reimbursement. All costs sha[1 be inc[uded in the Contract Price and no changes in
the Contract Price will be a{lowed for these expenses.
2. Provide all air travel fare, including ground shutt[e or taxi, to and from the
Owner/En�ineer's office ar residence. Air fare inside the Continental United 5tates shall
be nonstap if avaiiable, Coach Class or better, frarr� DFW, Air fare outside ihe
Continental United 5tates shall �e nonstop if a�ailabl�, Business Class or better, frorn
DFW, Include these expenses in the Cantract Price. No change in the Cantract Price wi11
be allawed for th�se expenses.
3. Grnund transpnrtation at any destination shall be prnvided by the hast Original
�quipment Manufaeturer (O�MJ. The Owner/�ngineer persons shall not be required to
drive in a foreign country under any circumstar�ces.
4. Pravide for hote(, meals, tra�el and incidentals to be paid for by the host �EM at the
testing location, whos� equipment is being tes�ed. Tk�e host OEM shall have the
authority to resolve any expense prab[ems. If the Hotel affers restaurants, those
charges shali be cavered in the Hotel expenses. If ineals are nnt offered at the Hotel,
transpartation to restaurants and the cost of those meals, shall be pro�ided by the host
OEM. lnclude these expensect in the Contract Price. iVo change in the Contract Price will
be allowed for these expenses.
5. Unlimitec! acc�ss to an int�rnational cell phon� sha![ be provided while out of the
Continental United States. Indude the cost in the Contract Price. Na change in the
Contract Price will be allowed for these expenses.
Full access ta the internet shall be provided while out of the Cnntinental Ur�ited 5tates.
Incfude the cost in the Cantract Price. No change in the Cantract Price will be allowed
for these expenses.
3.00 EXECUTION
3.01 MANUFACTURER'S REPRESENTATIVE
Cily ol�Pc�rl 1Vorth �t e.sfsiclz !I'rilcr Ti•e�i1»rcr�! Plrri�P I3ciekr�� Geireru7urs
Cih� /'�•oject �i'tu�rher: 1113�l11)
26 32 13-31
EtV1ERGENCY STAf�DE3Y GENERA7OE2 5YSTEM
Page 31 of 34
A. The cantractor shall hire ihe services af a qualifiec� factnry-trained manufacturer's field
engir�eer to assist the contractar in the insta4lation and start-up of each type of equi�ment
specifiet[ below for a periad of nat fess than one working day per standby generator. The
manufacturer`s field er�gineer shall pravide technical direction and assistance to the
Cantractor in genera[ assembly of the �quipm�nt, connections and adjustments, and testing
of the assembly and com�onents cantained therein.
3.p2 EXAMINATfON
A. Exa�9ne installation area ta assure there is enough clearance to instafl the equipment.
B. Concrete pads shall be installed as shawn on the Structural Drawings.
C. Checic concrete pads and baseplates for uniformity and ie�el surfac�.
D. Verify that the equipment is ready ta install.
�. Verify field meas�rements are in confarmance with ihe manufacturer's recommendations.
3.03 I NSTALLATION
A. The Contractor shal[ install all equipment per manufact�rer`s instruciions and
recommendations in accordance with appro�ed shop drawings anc[ Contract Drawings.
B. Install the generator set with subbase fuel tank on the cancreie pad as shown on the
drawings. Insta[I the �ibro-isolators between the subbase fuef tank and the generator se€.
Installation shall be in accordance with the rnanufacturer'S recornrriendations.
C. Install required safety labels.
3.04 �IELD QUALITY CONTR�L
A. Inspect instailed equiprr�er�t for anchoring, alignment, grounding and physical damage.
B. Check iightness of ali accessible electrical connections. Minirnurr� acceptable values are
specified in rnanufacturer's instructions.
3.f35 FIEI.D AGlJl75TMENT
A. Adjust all circuit breakers, switches, access daors, operating handles for free mechanical and
electrica! opera�ion as described in manufacturer`s installation and ins�ruction sheets.
B. The power monitoring and protecti�e relays shali be set in the field by a qualified and
trained r�anufact�rer's representative, in accordance with settings designated in a
eoordinated siudy of the systerr� as established in the appro�ed Power 5ystem Study. Afl
such settings, including the application af arc fiash labels, shall have been made and
appraved by the Owner/Engineer, prior tn energixing af the equiprnent.
City oE�Fort IVo€�th 1Peslside 1Prrfer 7�•ealrnesr� Plrr�N 13ncku�� Geirerutars
C'itP 1'rojec! rA'�rnrl�er: 103d1O
26 32 13-32
EMERGENCY STANDi3Y GENERATOR SYSTEM
Page 32 of 3A
3.Q6 �lELD TES�'
A. Upo� completion of the ins�allation and as snon as conditions perrnit, the emergency power
suppiy system ineluding the engine driven �enerator, electrical circuits, controfs, transfer
swftch and ntt�er devic�s shall be tes�ed in the presence of the Owner/�ngineer and the
ser�ice representative for the manufacturer of the en�ine dri�en generator ur�it to assure
that the system functions as specified.
Prior to scheduling the test, notify the Owner/Engineer in writing that all requirements
and provisions of the Cor�tract Documents have been fulfil[�d, that all apparatus shal[ he
clean, properly acfjusted, and ready for aperation and that the Instruction Manuals,
parts lists, and record drawings have been submiited,
2. �The tests shafl be conducted using load banks provided und�r this Contract, or existing
load banks if present, or load banks shail be pro�ided {wit� na change in the Cantract
Price} to canduct the fallowing tes�s:
a, 25% load for 2 hours
b. 50% load for 2 hours
c. 10E7% Inad For 4 hours
3. Additional tesCs shall !ae conducted as follows:
The test shall be conducted in accordance with the Owner's process needs at a tirt�e
of day or day of the we�k as directed by �he Owner to manually load the generatnr
with actual plant laads. The tirr�e may be any time of the day ar night and the c[ay af
th� week may be any day as selected by the Owner. Na increase in Contract Price
will be accepted for after-hours testing.
B. The field testin� shall incfude the fo[lowing:
1. C7emonstrate the generator tripping due to an �ngin� or generator fault conditian
initiated by the package engine- generator contrals
2, The test shall include a trip of the generator differential relay if present.
3. Automatic shutdown devices shall be tested, and the respective values recorded at
which the devices will stap the engine. Any adjustments required shall be made in the
devices to maice the operating values correspond to those recornmended by the engine
manufacturer and as recorded during the stap test.
4. Additional testing shall be performed to dernonstrate the emergency pawer supply
system's ability to meet the autort�atic starting, load transfer and mokor starting
requirements.
Cicy of ftirt 11'ortlt lf'es7siJe If'uler Ti�eu�meiu Plufrt 13crc�kup Ge�ierufor.s
Ciry f'rqjeci r1'rr�,tne,•: I r13d 1 r}
26 32 13 - 33
EMERGENCY STANDE3Y GENERATOR SYSTEM
Page 33 of 34
C. !f the emergency power supply system fails to fulfill the perforrr�ance requirements of this
s�ecification, correcti�e aetion shall be taken, and the system retested to assure full
compliance.
1. All expenses associated with the field tests, and r�quired resisting, including any
correetive action, sha[1 be provided.
2. SMn�ld any part of the testing not pass the specif[ed requirements, pravic�e ar�y
necessary chat�ges to bring the generator system into full compliance.
3. Provic{e certifications in wri�ing frorr� the manufacturers' Engineer for any changes
includin$ but not iimited to connections, adju�tmen�s, repairs, camponent replacements
necessary to malce th� circuit, device, or control system function as specified and
otherwise comply with the Gor�tract f]ocuments.
[3. Provide all fuel and all engine fluids io perfarm all required testing. All fluid levels and fuel
sttall �e fiNed to fu[l faflowing tes�ing and shall be turnecE o�er ta the Owner filEed when the
project has been completed and the unit is turned over to �he Owner for their use. If the
Owner experiences an emergency candition and causes ti�e engine generatar ta run pr'tor to
final competition, then the fuel and engine flu�ds used wil! be the respansibility of the
Owner ta replenish.
E. The field tes�ing shall include a demonstration of the generator tripping due to an engine or
generator fau(t condition initiated by the generator rnaster contra(s and shall include a tip of
the generator differentia! rep(ay.
3.07 EQIJIPME�fT START-UP
A. Operate unit to demor�strate ability to operate continuousfy withaut vibration, jamming,
leakage or o�erheating ar�d to perform specified functions, after installatian and after
manufacturer's En$ineer's check of installed equipment.
8. Comp[y with manufacturer's operating and maintenance instructions during s�art up and
aperation.
C. Prompily correct improper instalfation of equiprnen�. Cooperate wi�h supplier of ec�u9pment
at iime of start-up and in making af all final adjustments necessary to place equipment in
satisfactory working order. 5tartup shalf not cammence without the presence of the
manufacturer's Engineer.
3.08 CLEAfVING
A. Remove al[ rub�ish and debris from inside and around the motor controflers. �iemove dirt,
dust, or concrete s�atter from the interior and exterior of the equipment using brushes,
�acuurn cleaner, or clean, lint free rags. bo not use compressed ai�.
3.09 EQIJIPMENT PROTECTfON AN[� RESTORATION
Cis?� nl' 3'or€ 1Vorth 11 e.slsi<Ie lfirler Ti�e�rlme�u Pl�nr1 L3rrckup Ge�rerulnrs
Ci!}'�'i'r3jec't i1'uurhe+:• l�3�f10
26 32 13-34
EMERGENCY STAIVD€3Y GENERATQR SYSTEM
Page 34 of 34
A. Touch-up and restore damagec� surfaces to factory finish, as approved by the manufacturer.
if the darnaged surface cannot be returned to factory specification, the surface shalf be
repiaced.
3.10 MANU�ACi'UFi�R'S CERTIFICATION
A. The qualified factory-trained manufacturer's representative shall persanally inspect the
equipment at the jobsite and shall certify in writing that the equipment has been instalEed,
adjusted, and tested, in accardance with the rnanufacturer's instructions and
recommendatians, including all settings d�signated in th� Pow�r Syst�m Study.
The Contractar shall provide three copi�s of the rnanufacturer`s representative's
certification.
3,11 TRAINING
A. Provide manufacturer's services for training of plant personnel in operation and
maintenance of the 5tandl�y Generator Sets furnished under this Section.
B. The training for each type of equipment shall E�e far a period af not less than two eighi-haur
days.
C. The cost of trai€�ing program to be conducted wfth Owner's personnel shall be included in
the Cantract Price. The training and instruetion, insofar as pt�acticable, shail be directly
related to the systern being supplied.
a. Pro�ide detailed 0&M manuals to supplement the rraining course. The manuals shall
include specifie details of eq€aipment supplied and operations specific to the project.
E. The training sessian shali be cortducted by a manufacturer's quaEified representative.
Training program shafl include instructions on the assernbly, circuit breaker, engine,
alternatar, protectiv� devices, me�ering, and other major components.
F. The Owner reser�es the right to videatape the training session far the Owner's use.
�ND QF S�CTION
C3ty nf Fprl 1Vor�1� !t eslsrdc !I cucr Ti�culn�e��1 Plurrt L3uckr�1� Qe�rerutnrs
Ci1V 1'rojecf �\'tu�thcr: 103d10
253623-1
LOW VaLTAGE ENCLDSED AUTOMATIC TRANSFER SWITCHES {ATS�
Page 1 of 17
26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC �RANSFER SWITCHES (AT55}
1.00 GENERAL
�..�1 SCOPE OF WORK
A, The Contractor shall furnish and insfall law �oltage enclased autorr�atic and manua! transfer
switches (ATSsj, together with appurtenances, complete and aperable as specified herein
and as shown on the Contract Drawings.
The items of equipment are for indivicEual ap�lications as separately er�closed items.
5ubmitta[s macfe under this Section, for eomponents and electrical items specified under
other Sectinns, will be returned unreviewed.
1.02 R�LAi'�L7 WORK
A. No references are made to ar�y other section which may contain work related to any other
section. The Contract Qacuments shall be taken as a whale with every section related to
�very o�her section as required to meet the requirernents s�ecified. The organizat[on of the
Contract �ocuments into specification divisians and sec�ions is for organization of the
docurt-�ents themsel�es and cfoes not relate to the di�ision of suppliers or labor which the
Contractor may ehoose to employ in th� �xecutinn nf the Contract. Where references are
made �o other Sections and other f}ivisions of the 5pecifications, the Contractor shall
pravide such information or additiona[ work as rr�ay be required in those references, and
include such information or work as rnay be specified.
B, �ther f�€visions
The Contractor shall be responsible for examining all Sections of the Specificatians ar�d
Drawings, and shall determine the power and wiring requirements and shall provide
external wiring and raceways, as required to provide a fully functioning power, confirof
and process control systerr�s. If the equipm�nt requires more conductors and/or wiring,
due to different equiprnent �eing supplied, the Contractar shall furnish ihe additinnal
canductors, raceways and/ar wiring, with no change in the Contract Price, and with no
increase in Contract Tirne.
�..03 SUBMITTALS
A. 5ubmittals shali be made in accordance with the requirements of Division 1, Seetion 26 00
Oa anc4 as specified herein.
Provide systems engineering with coordination curves, �o demons�rate caordination
between proposed breakers and/or fuses submitted, such that protective device
eoordination is aecomplished. 5uch curves and setcings shall be i�cluded as a part of these
submittals.
Ci[y nf l orl 11'o3't[E �t'e.r�side lYu7er 7)•enittteu! YIwN 1lnckriE� Geirerutors
Ci1y� P�•njec! A'tunhei•: ! 03�11 U
263623-2
LOW VDLTAGE ENCLOSE� AUTOMATIC TRANSFER SWITCHES (ATSJ
Page 2 of 17
C. Coordinate short cireuit rating of equipment per Power System 5tudy provided by Power
Study Engineer.
D. Submittals shaEl also contain infarmatinn nn related equiptr�ent to be furnished under this
Specificatian but described in the relatec� Sections listec[ in the Related Wark paragraph
above, Incarrtplete submittals not cnntaining the required inforrnatian on the related
equipment w[II also be returned �nre�iewed.
E. The origir�al equipment manufacturer shall create a{I equipm�nt shop drawings, including all
wiring diagrarns, in the manufacturer's �ngineering department. All equipment s�ap
drawings shali I�ear the original equipment manufacturer's logo, drawing file r�umbers, at�d
shal[ be maintained on �ile in the origina[ equipment manufacturer's arc�ive file system.
Photocopies of the �ngineer's ladder schematics are unacceptaf�le as shop drawings.
F. 5ubrnit to the Owner/Engineer, shop cErawings and praduct data, for the following:
1. Product data sheets and catalog numbers for o�ercurrent prntective trip devices on
circuit breakers and switches, relaying, meters, pilot lights, e�c. The rnanufacturer's
name shall be clearly visibie on each cut sheet submitted. �.ist ali options, trip
adjustments and accessories furnished specifically for this project. Cleariy mark each
she�t to indicate which items appiy and/ar those items that da not apply.
2. Provide control systerr�s engineering to praduce custorr� unit elementary drawings
show9ng interwiring ar�d in#erlocicing between compone�ts and to remotely mounted
devices. Include and identify all connecting equipment and remote devices on the
schematics. The notation "Remote Devic�" wiil not be acceptable. Shnw wire anc�
terminal numbers, Indicate special identificatians for electrical cEevices per the
Drawings.
3. Provide plan and elevation drawings of each cantroller or enclosure, with di�nensians,
exterior and interior �iews, showin� component layouts, eontrals, terrr�inal blacks, e�c..
4. Schematic dia�ram
5. Nameplate schedule
6. UL Listing of the com�ieted assembly.
7. Cornponent iist wifi� detailed companent informatian, inciuding original rr�anufacturer's
part number.
8. Conc[uit entry/exit locations
9. Assembly ratings irtduding:
a. 5hort-circuit rating
b. Vaftage
City of For( \Varth !f'r.st.viele If4uer Ti•eul�ueni Plcual Iirrektrp Geirercrlors
CitP1'rojecl V'uii�bes-: l03�JIf1
263G23-3
LOW VOLFAGE ENCLbSEbAiJ70MA71C1'RAN$FEf25WI7CHES (ATSa
Page 3 of 17
C. COt1t1C1UQU5 CUfC2tlt
1�. Major corr�panent ratings including:
a. Voltage
b. Continuous current
c. Interrupting ratings
1�.. Number and size af cables per phase, neutral if present, ground and al! cable terminal
sizes.
12 fnstructian and renewal parts books.
G. Faetary Tests. Submittals shalf be made for factory tests specified herein.
H, Field Test Reports. Subtnittals shalf be made for fie[d tests specified herein.
[. �peration and Maintenanc� Manuals.
1. �tefer to 01 78 23 for 0&M Manuals requirements.
2. Operation anc[ maintenance manuals shali include the following information:
a. Manufacturer's contact address and telephone number for parts and service.
b. lns�ructian books and/or leafle�s
c. Recorr�mended renewa( parts list
d. Record Doeuments far the information required by the Submittals paragraph above.
J. The manufacturer shall subrnit for appro�af, a training agenda for all training specified
herein. Training agenda shall not be submitted untii final appraval nf the Operatian and
Maintenance Manua[.
1.04 RE�ER�NCE CODES AND STANDARDS
A. All products and components shawn on the Drawings anc[ listed in this specificatian shali be
designed and manufactured accarding to latest revision of the following standards (unless
ath�rwise nated]:
1. NFPA 70 Nationaf Electrical Code �NECJ
2. NFPA 70E 5tandard fo€' Electrical Safety in the Workplace
3. UL 1008 Underwriters Laboratories stanclard for a�tomatic trartsfer switches
Cit}� of l�ori IL'or[!� lfi.+�Lv(de lPr�ler Tre�rinreril Plru�! 13rrcA�up Geirerulnr.s
Ciry� Pro�ecr �i'tu�ibe,•; l0341I1
2b 36 23 - 4
LOW VOLTAGE ENCLOSED AtJTOMATIC TRANSFER SWfTCHES (Ai5)
Page 4 of 17
�F. CSA: C22.2 No. �.78 certified at FOQ VAC
5. NFPA 10�.: l..ife safety code
6. NFPA �.1(3: Standard for emergency and standt�y power systems
7. I��� 446: I.E.E.E, recornmended practice for emergency and standby power systerns
8. i�EMA IC51D; AC automatic transfer switch equipment (supersedes 1CS2-447J
9, iJL 5p/508: Enclosures
10. AN51 C33.76: Enclasures
11. NEMA 250: Enclosures
12, IEE� 472: (ANSI C37.90A}: Ringing wave irr�mur�ity
13. EN55022 (CISPRII}: Conducted and radiated emissions
14. IEEE 242 — Protection and Coordination of Industrial and Cammercia! Power Systerr�s
15. I��� 399 — Power Systerns Analysis
16. UL 489 — Molded Case Circuit Breakers ancf Circuit 8reaker Enelosures
17. UL 1065 — Low-Valtage AC anc� DC Power Circuit Breakers Used in Enclosures.
8. A!l �quipment components and completed assemblies specified in this Section of the
5pecifications shall bear the appropriate label af Und�rwriters La�oratori�s.
1.05 QUALITY ASSURANCE
A. The manufactur�r of tl�is equipment shali have produced similar equipmer�t fnr a minimum
period of ten years. When requested by the �ngineer, an acceptable list of inskallations with
similar �quipment shall be provided demanstrating eompliance with this requirement,
B. The manufacturer of the assembly s�all be the manufaeturer of the rrtajar components
within the assembly. A!I assemblies shall be of the sam� manufacturer. Equipment that is
manufactured by a third party and "brand labeled" shall not be acceptable.
C. All campaner�ts and materia( shal] be new and of the latest field praven cEesi�n and in
current production. Obsolete camponenfis nr com�anents scheduled for irr�mediate
discontinuation shall not be used.
�. Equipment submitted shall fit withir� the space shown on the Drawings. Equipment which
dnes not fit within the space is nat acceptable.
E. �or the eq€aiprrieni specified herein, the manufacturer shafl be ISO 90012000 certified.
City uF Fe�r; IVc�rtli 1f'eslsidc 1 f'n7er 'C'r-eafureirl Ylusu C�rickrrp Geiierulnrs
Ciiy f'rujec! A'arwther: 11)3�11l7
263623-5
LOW VOLTAGE EfdCLOSED AUi'Ohl€ATIC TRAf35FER SWITCHES jATSJ
Page 5 of 17
F. Equipment submifted shall fit within the space shown on the Qrawings. Equi}ament which
does not fit within the space is nat acceptable.
1.06 JOBSITE DELiVERY, STORAGE AfVD HANQI.ING
A. Prior to jobsite delivery, the Contractor shall ha�e s€�ccessfully campleted all submittal
requirements, and present to the Owner/Engineer upon delivery af the eq�aipment, an
approved copy af a!I such sui�mittals. Delivery af incompiete construcied equiprnent, or
equipment which failed any factory tes�s, will not be permitted.
B. Equipment shall be hanc[let! and stored in accordance with manufacturer's instructions.
C. Equipment shall be stored indoors and protected from moisture, d€�st and other
contaminants.
D. Equipment shall nat E�e instal{ed unti{ the [oeation is finish�d and pratected from the
�lements.
1.Q7 WARRANTY
A. The Manufacturer shall warrant the equipmen� to be free from defects in material and
workmanship for two years fram date of fina! acceptance of the equipment. Within such
period of warranty, the Manufacturer shall promptly furnish all materia[ and labar
necessary to return the equipment to new aperating condition. Any warranty work
requiring shipping or �ransporting of the equipment or components shall be performed
by the Manufacturer, at no expense io the C}wner.
2.Qp PR(�DUCTS
2.01 MANUFACTURERS
A. Subject to compliance with the Contract Documents, �f�e fol[owing Manufaeturers are
acceptable:
1. ASCD
2. Zenith
3. Cummins
4. EATQN
5. Caterpiller
6. Kohier
Cify uf �'ort 1t'urth il c�sl.ridc Il ater '1'rccrinreit! Plrua! 13ackup Ge�rerrrtns•s
Cr1Y F'ra1ecf ei'irni8er: IDI�!!�
�63623-5
lOW VOITAGE ENCLOSE� AUiONiATIL iRANSFER 54NITCMES (ATSj
Page 6 of 17
B. ihe listing af specific manufacturers above daes not imply acceptance of their products that
do noi meet the specified ratings, features and functions. Manufactur�rs listed aF�ave are
nat re[ieved from meeting these specifications in their entirety.
C. All equipment furnished under this Section shal! be af the same manufacturer.
2.02 RATINGS
A. The service voltage, shalE be as shown on the Drawings. ii�e overall short eircuit withstand
and interr�pting rating af the equiprr�ent and devices sha11 be equal to or greater than the
overall short circuit withstand and interrupting ratin� of the feeder device immediateiy
upstrearn af the automatic transfer switch. Systems employing series cannected ratings for
main and feeder de�ices shall nat be used.
B. The withstand current capacity of the main contacts shall �ot be less than 20 times the
cantinuous duty rating when caardinated with any moided case circuit breaker established
by certified test data. Refer to required withstand and close ratings as detailed in this
specification.
C. Temperature rise tests in accordance with LiL 1008 sha{I have been conducted af�er the
overload and enduranc� tests �a confirm the abili�y of the units to carry their rated currents
wit�ir� the allowable temperature lirr�its.
D. For additianal ratings and construction notes, refer to the Drawings.
2.03 CONSTRUCTION
A. General
1. The equipment described in this specification shall contain Faetnry assembled and
operationaE tested circuit breakers and accessories and be self-supportir�g in a manner
tn be installed on a level cor�crete pad.
2. Refer to Drawings for actuaf layout and lacation of equiprr�ent and components; current
ratings o# devices, bus bars, components; pratective relays, valtage ratings of devices,
components and assembfies; and other required cfetai(s.
3, llnits shall be arranged as shawn on t�e Drawings.
4. Nameplates
a. External
Cit}' ����1'�rt �Vur1h 1f'cs(.side IPuter Ti•cubrtenll'&rit! f�ucktrpGe�ier•ulur.c
C'rli' 1'+•{�1ec! ,1'xnrher: 1 U3d 1 U
2&3623-7
LOW VOLTAGE ENClO5ED AU70MATIC 7RANSFER SWITCHES {ATS)
Page 7 of �7
1j Nameplates shall be engraved, laminated irnpact acryiic, matte finish, black
letters an white �ackground, not Iess than �./16-inch thick by 3/4-inch by
2-1/2-inch, Rowmark 322402. �la�eplates shaN be 315 SS screw mounted to al1
enclasures except f�r NEMA 4 and �X. Nameplates far NEMA 4 and 4X
enclasures shall be attached with double faced adhesive strips, TESA TUFF TAPE
4970, .009 X 1/2 inch, nr �qual. �rior to installing the narr�eplates, the metal
surface shall be thoroughly cleaned with 70% alcohol until ail residue has been
remo�ed. Epoxy adhesive or faam tape is not acceptable.
b. Internal
1] Control cornponents mounted within the asserr�k�ly, such as fuse blocks, relays,
pushbuttons, switches, etc., shall be suitafialy marked for identification,
carrespandin� to appropriate designatior�s on manufacturer's wiring diagrart�s.
c. S�eeial
1} Identification nameplates shall be white with blacEc letters, cautinr� narr�eplates
shall be yellnw with black letters, and warning nameplates shall be red with
white letters.
5. Cor�tro! �evices and Indicators
All operat'tng contral devices, indicators, and instruments shal! be securely mount�d
on the pa�el door. All cnntrnls and indicators shall be 3a millimeters, corrosion
resistant, NEMA 4X/13, anodized aluminum or reinfarced plastic. Booted control
devices are not aeceptat�le. Auxiliary co�tacts shalf €�e provided far remote run
indication and indication of each status and alarm condition. Additional controls
shall be provided as sp�cified herein and as rec�uired by the dekailed mechanical and
electrical eq�ipment requirements.
lndicator larnps shal{ be LED type. For al! contro! applications, indicator [amps s�all
incorpora�e a push-to-test feature. Lens calors shal[ be as fa�lows:
1) Red for ON, Valve OPEN, and Breaker CLOSED.
2) Green for OF�, Val�e CLOSED and Breaker OPEN.
3] Amber for FA[L.
4) Blue for READY
5) White for POWER ON.
c. Mode selector switches (�IAND-OFF-ALJTO, LOCAL-OFF-REM�TE, etc) shalE be as
shawr� an the Drawings. Units shall have the nurr�ber of positions and contac�
arrangements, as requir�d. Each switeh shall have an extira dry contact far remote
moni�ori ng.
City of ��ort 1Vorth lYe.sGside 1 Pn1er Ti•ealnrenl f'Irut! l3uck�q� Ge»erulrsrs
Cilp Yrnjec! �l'irrxber: 1(13�! I (1
2G 36 23 - 8
LOW VOITAG� �NCLDS�D AUTOMATIC TRANSF�R SWITCHES (ATS)
Page 8 of k7
d. Pushbuttons, shall be as follows:
1) Red for STOP, Valve OP�N, Breaker OPEN and mushroom Red for EMERGENCY
5T0�.
2) Greer� �or START, Valve CLOS� and Breaker CLOSE.
3) Black far RESET.
e. Furnish nameplates for each device. All namepEates shall be laminated plastic, black
lettering on a white background, attached with stainless steel screws. De�ice
rnounted namepla�es are not acceptable.
f. The manufacturer shali nat remove, reuse, after, or replace original equipment
nameplates or equi�ment tags associated with equipment or components supplied
by the manufacturer's suppliers and sub-suppliers.
B. �nclasures
1. General
a. Provide 316 SS harc{ware for all enclnsures.
b. A{I enclosure doors shall have bonding stuc[s. The enclosure interior shall have a
banding stud.
c, Each enclasure shall be provided with a documentation pocket on the inner daor.
d. Enclosures shall not have hnfes ar knockouts.
e. AII panels installed outdoors shalf ha�e a factory applied, suitab[e primer and final
coat nf weatherproof white paint.
f. A!I enclasures shall �e padlockable.
Z. NEMA 4X 316 �ne(osure
a. The enclosure shall be
1J NEMA 4X 316 Stainless Sieef
2) Type 316 stainiess steel, body anci door
3) Stainless stee! continuous hinge
4j Foam in-place gasket
5) Single point quarter turn latc�es (2D"x24" and belaw}, All nthers 3-point latch
b. Manufacturers
C'ity iif Furt Nurtl� fYe.st.sirle tl'i�ter Treutrrlesu Plcuu l3ncktq� Ge�mr•rrtw•.s
G it�• Prujec! Nui�rGer: 111.3�! I U
263623-9
LOW VbLiAGE ENCLOSEn AU70MATlC 7RANSFER SWITCHES {A75)
Page 4 of ]7
�) Naffmar� Coneept Series
2j EMF Company
3) NEMA Enciosures Company
4y Hammond Company
5} Appra�ed Equal
3. NEMA 1 ar NEMA 1A boxes shall not be used.
4. Malleable iron boxes shaEl not be used.
C. Internal Wiring
Wiring: Stranded tinned copper, minimum size #14 AWG, with 6Q0 volt, 90°C, flame
retardant, Type SIS thermoplastic insufation, NEMA Class I1, Type B wiring. Line side
power wiring shall be sized for the full rating or frame size of the connected device.
2. Alf wiring shall be tagged and coded with an ideniification nurnber as shawn on the
Drawings. Coding shall be typed on a heat shrinEcabie tube applied to each end showing
origination and destinatian of each wire. The marking shall be permanent, non-
smearing, solvent-resistant type similar to Raychem TM5-SCE, or equal.
AI! wiring shall be neatly b�rndled with ty-raps and supported to wire way supports.
Control wiring s}�all be bundfed separately from power wiring. In addition, low signal
wiring (miilivolt and milliampJ sha[1 be bundle separately frorn the rest of the eontrol
wiring.
�]. Field lnstalled Internal Wiring
1. Field installed in�erior wiring shal{ lae neatly grouped by circui� and baund by plastic tie
wraps. Cireuit groups sha[I be supported sa that circuit terminations are not stressed. In
addition, low signal wiring (millivolt ar�d rr�i[liamp) shall I�e bundle separately from the
rest of the control wiring.
2. All field wiring shalf be tagged ancf coded with an identification nur�ber. Coding shall be
�yped on a hea� shrinkable tube applied ta each end of the wire. The marking shail be a
permanent, non-smearing, sol�ent-resistant type, similar �o Raycherr� �'MS-SCE, ar equal
In generaf, afl conduit entering ar leaving equipment shal! be stubbed €ap into the
bo��om of the enclosure ciirecily below the area in which the conductors are to be
terminated, or from the top if shown on the Drawings. Conduits shall not enter the side
unless approved in writing by the Owner/Engineer.
E. Control and Instrument Power Transformers.
City E1j I'OC� �vpi�Il ti`e.slside fI'rr1e�• Trerrl�ncnl Plrnil Rnekrrp Ge�ieratnr.r
Cir�� PrnjecY �A'z�rirbei•, 1 f)3�11O
z� �6 z3 - �a
LOW VOLTAG� ENClOSED AUTOMATIC TRANSFER SWITCNES (ATS)
Page 1a of 17
Control power transformers shal] be provided where shown on the Drawings.
Transformer shall be sizec� for the entire laad, including space heaters, plus 25% spare
capacity.
Cnntral power transform�rs shall be 120-�o[t grounded secandary. Prirnary side of the
transformer shall be fused in both legs. One leg of the transfarmer secondary shall be
solidly grounded while the other leg shall be fused.
2.04 EQU[PM�NT
A. General
1. Autorr�atic tra€nsfer switches sha[I be designed for an err�ergency and r�orrnal source
voltage and current ratings as shown on Ehe Drawings. Switches shall be listed under UL
10Q8.
2. The switches shall initiate transfer af the load to the err�ergency source when any phase
of the normal source drops below 90 percent of normal voltages.
The transfer switches shail 6e adequately constructed to carry full rated current on a
continuous 24-hour basis in afl appro�ed enclosures and shall not show excessi�e
heating or be subject to de rating. The transfer switches shall be capable of
withstandin$ inrush current �alues to 20 times full load current rating without
mechanical distortion of main contact poles ar suppnrts. The transfer switches sha[I b�
capable of withstanding all available system fault currents without parting of ar darr�age
to contacts during the fa�Et elearing tirr�e af the system over current device.
4. The transfer switches shall be of inherently t�ree-pale cEouble ihraw construction and
shall have three pnsition aperatian: closed to normal source, open, closed to
emer�ency source. Transfer switches with circuit breakers ar contactors are not
acceptable. Time delay between opening af the closec� cnntacts and closir�g of �he open
cantacts shall be a rninimum of 400 miiliseconds to allow for voltage decay before
transfer is complete, The foflawing accessaries shali be furnished:
a. Adjusta6le 0 to 30 second time deiay to override norrr�al saurce pawer outages.
b. Adjustable 1 to 300 second time delay i�efore retransfer.
5. A maintained contact test auta switch and normal/emergency pifot lights shall k�e
mounted an ihe enclosure daar.
6. Where Kirk-Key arrangements are used, the Kirk keyed interlocics shafl be Kirk Ha Series
(Hea�y Dutyj 316 5eries of 315 stainless steel, ar approved equal.
7. Autnmatic transfer or autamatic transfer with non-automatic re-transfer operation.
Provide a field selectable programmable set point that permits the transfer switch to
operate in either of twa modes:
Cit)� of I�ort �Vorth 1Pe.sl.�rde U a�es• Ti•eulnrriu Pluny I3uck�rp Gei�erutur•.i•
CilY f'rujec.'t r1'ru»8er: / f13�11(l
zs36z3-�z
LOW VOLTAGE ENCl�SED AUTOMATIC TRANSFER SWITCHES {RTS}
Page 11 of 17
a. Fully automatic mnd� (auto re-trans�er)
b. Automatic transfer from Source 1 to 5ource 2 with manually initiated re-transfer
operation
B. Automatic Transfer Switch
�. Transfer switches shall be rated far the va6tage and ampacity as shown on the plans and
shalf have 600-volt insulatian on all parts in accordance with NEMA standards.
2. The unit shall be rated based on a[I classes of [oads, i.e., resistive, tungsten, E�allast a€�d
inductiv� foads. Switches raYed 400 amperes ar less shal[ be Ul. listed far 1pp% tungster�
lamp load.
3. 5witches composeci of molded case breakers, contactors or components thereaf nat
sp�cifically designed as an automatic transfer switch wiil not be acceptable.
4. The automatic transfer switch shall be equipped with a solenoid protection scheme that
rema�es any attempts of operating the sa[enoids after three consecutive trials until
manua! inter�ention by an aperatnr.
5. The withstand current capaeity of the main contacts shali r�ot be less than 20 times Che
continuous duty rating wher� coordinated with any molded case circuit breaker
established by certified test data,
6. Tf�e transfer sw€tcF� manufacturer sha1) submit test data for each siz� switch, showing it
can withstand fault eurrents of the magnitude and tE�e duration necessary to maintain
the systerr� integrity. Minimum UL listecf wi�hstand and close into fault ratings shall be as
failows: (All values 480 vo{t, RMS symmetrical, {ess than 20% power faetorJ
City of [� o� t North df eslsrde il'r�ter Ti ecrinictat I'l�nil f3ackri�� Geire�•r�iors
C'iti' 1'rrrjec! rlrrrml�er: 1(13d l(3
26 36 23-12
LqW VOITAG� ENCLQS�� AUTOMATIC TRANSFER SWITCEiES (ATS)
Page 1Z of 17
Any Molded Case Breaker 5ize Fault Curren#
(Amps) (RMS 5yrtemetricalj
Up to 15� 1D,00�
151 - 26b 3Q,OQQ
261 - 404 35,000
401- 1200 50,b00
1201- 400� 1D0,000
Specific Coordinateci Ma[ded Fault Current
Case Breaker Size SAmps] (RMS Syt1111iBt!'iCdl�
Up ta 15� 30,000
151 - 2b0 42,Q00
261 - 400 50,000
401 - 800 65,OOQ
8�1 - 1200 85,400
1201- 4000 100,000
Current Lirniting Fuse Size (AmpsJ
Up to 4000 200,000
C. Generator Contrals
1. Where the emergency source is a standby ge�erator, the following additionai functians
shall be pravided:
The ATS shal[ incorparate adjustable three phase under and o�er-�oltage and three
phase unc[er and aver-frequency sensing on th� normal source.
b. When the vnitage of any phase nf the normal saurce is reduced to 80% or exceeds
110% nor�inal valta�e, or frequency is displaced 2 Hertz from nominal, for a period
of Q-1(l secands (prograrnmable) a pilo� contact shall close ta initiate starting of the
�ngine generator.
c. The ATS shall incorparate adjustable three phase under ancf over-voltage and three
phase under and over-frequency sensing on the emergency sa�trce.
d. When the emer�ency source has reached a voltage �a1ue within +/-10% af nominal
and achieved frequency within +/- S/ of the rated value, the load shall 6e
transferred to the emergency saurce after a programmab[e time cfefay.
e. When the norma! source has been restored to not less than 90% of rated voltage on
all phases, the load shall be re-transferred to the normal sa�rce after a time delay of
0 to 3� rriinutes (pragrammabl�j.
f. If the engine generatnr should fiail while carrying the lo�d, retransfer to the normal
source shall be made insiantaneously upan restora�ion of propervoltage {9p%j on
the narmal source.
CiFS� of Fort 1�'urtf� 1 Peslside If`uler• Treuhne�rf f'lurrt 1lrrckup Ge�ierww•s
Cit�' Prrrjecl rVrrmlre��� 1I13�llll
26 36 23-13
LOW VOLTAGE ENC3.OSED AVTOMATIC TRANSFER SWITCH�S (ATS)
Page 13 of 37
D. Control Panel
1. The tran�fer switch shall be equipped with a microprocessor based control panel. The
cnntrol panel shall perforrr� the nperational and display functions of the transfer switch.
7he display functions of the control panel shall include ATS position and source
availability.
2. The equipment man�facturer shall furnish factory installed, a dedicated Point of
Utilization Device (SPD), as s�ecified in 5ection 26 43 �.3, Individual Contraf Panel and
Related Equipment Protection �Type 3).
3. The digital display shall be accessible without ope�ing the enclosure door and shall be
provided with an l.C[3 display screen with touch pacf func�ion and display menus. The
pro�rammin$ functions shall be pass code protected.
4. The controf panel sha91 be provided with menu dri�en display screens for transfer switch
monitoring, control and field changeable functions and settings.
5. Th� contrnl panel shal[ be opto-isnlated frnm electrical nnise and pro�ided with the
fo!{owing inherent cantrol functio�s and capabilities:
a. Multipurpose display for continuous monitoring and contro! af the ATS functions
and settings. All field chang�able functions shall be pass code protect�d and
accessible thraugh the keypad.
b. Bui1t-in diagnostic display that includes the capturing of historical data, such as
number of transfers and tirne on emergency power source, for ease of
traubfeshooting.
c. Touch pad test switch with Fast Test/�aad/No Load pasitians to simulate a normal
source fail€�re.
d. iime delay to override morrtentary normal source faifure prior to engine start. Field
programmable 0-1Q seeonds (adjustable by increments of 0.1 secondJ factory set at
three secands.
e. Time delay on retransfer ta normal source, programrnable 0-60 minutes (ac�justable
by increments of Q.1 minute) factary set at 30 minutes. If the emergency saurce fails
during the retransfer time delay, the transfer switch cantrols shall ac�tomatically
bypass the time delay and imrnecfiately retransfer ta the narmal pasitian.
Time delay on transfer to emergency, programmable Q-5 minutes, faetary set at ane
second.
g. �'erminals for remote test/peak sha�e operation and transfer inf�ibit to tF�e
emergency saurce,
Cify o1't�ort GVarth �PP.S'I,5'1(IL' il'uler "li•ualuient Plrur113uckrrp Geirernlor,r
Cit4' Prcjjecl e1'runber: 103d10
263623-]4
LOW VOLTAGE ENCLOSEQ Ai1TOMATIC THANSfER SWITCHES (ATS)
page 14 of 17
An in-phase monitor shall be pro�icled. The monitor shali compare the phase angle
d'€fferenee between the normal ar�d emergency sources and be programmed to
anticipate the zero-crossing point to rnir�irnize switching transients.
i, Auxiliary cantacts (oRe normally apen each) shall be �rovided to ind'€cate norma[
and emerger�cy source a�ailability,
j. Auxiliary contacts (one normally apen each) shall be pra�ided to indicate normal,
open and emergency pnsitinn of th� swi�ch.
k. A load/nn load clock exerciser shall be incorporatec� within th� micraprocessor and
shail be programmable to start the engine generator set and transfer ihe load
(when selected) for exercise purposes on a weekly basis. The exerciser s�alf contain
a lithiurn battery For memory retention during an outage.
A timecE auxiliary contact (one normally cEosed} adjustable 0-60 seconds shall be
pravided ta allaw motor loac�s �o be disconnected prinr to transfer in �ither
direction.
m. Provide a momentary pushbutton to bypass the time delays on transfer and
retransfer anc� programmable commit/no camrrtit control lagic.
E. Accessories
1. Pravide the fallawing accessories:
a. 5electar and [3isconnect 5witches.
1) Three-pasition selector switch; Stop/ �"est/Au�omatic.
2j aiscannect switch to disconr�ect engine starting circuit.
3) Cnml�inatinn auto/manual retransfer selector swiich.
4) Autamaiic/manua[ operation fnr ATS.
5j Maintained Auto - Maintained Test.
6j Where neither source is a standE�y generator, provide a Source selector switch
circui� to select either source as primary.
2.05 FACTORY T�STING
A. The ATS shall be campletely assembled, wired, anc� adjus�ed at t�e factory and shal� be
given the manufacturer's routir�e shop tests and any other additional operational test to
ir�sure the worlcability and reiiable operation of the equiprr�e�t.
City oF Frn�t 11'nrth 1 Pesfsrrle iJirter Ti•ruluie��f Phr�rr ficrcktq� Geirerulor.s
Ci{ti' Nrnjeci r1`ranrher: 1l13d 111
26 36 23-15
lqW VQLTAGE ENCLOS�D AUTpMRTIC TRANSf�ft SWITCH�S (A75)
Page 15 of 17
B. Factary test equipment and test methods shalf canform with the latest applicabfe
requirements of ANSI, I���, 111., and NEMA standards, and shall be subjeck to the
Owner/Engineer's a�proval.
3.00 EXECUTION
3.01 INSTALLER'S QUALIFICAI'[ONS
A. InstaEler shall be speciaiized in installing ATSs with minimum five years documented
experfence. Experience docurnentation shall be submitted for approval prior to beginning
work on this project.
3.02 �XAMII�ATION
A. Examine instalfatian area to assure there is enough clearance to install the equipment.
B. Verify that tk�e equipment is ready to install.
C. Verify field measurements are as instructec{ by manufacturer.
3.03 I NSTAL�ATi�i�
A. T�e Contractor shall insta[l al{ equipment per the manufacturer`s recammendations and
Contract Drawings.
B. [nstali required safety labels.
3.Q4 FIELC3 QUALITY CONTROL
A. Inspect installed equipment for anchoring, alignment, grounding and physical dama�e.
B. Check tightness of all accessible electrical conr�ections. Minirr�um acceptable vaiues are
specified in rnanufacturer's instructions.
3.05 FIELD ADIUSTING
A. Adjust all A�fSs for free mechanica! and eleetrica! o�eratian as described in manufaeturer's
instructior�s.
B. Adjust all circ�it breaEcers, switches, access doors, operating F�andles for free mechanical and
electrical operatian as described in manufacturer`s instructions.
Cit�° o€ Fart 1Vor11� fi'esyside il'ater Trerrtinent Pluiu 13c�ckup Geirernlors
Cif s' !'rc3jec! A�>rut7ier: 1 !}3�F10
26 36 23 - i6
LOW VOITAGE ENCLOSED AUTOMATIC 7RANSFER SWI7CHES (A7S)
Page 15 of 17
C, The Power Manitorir�g and Protective Relays shail be set in the Field by a r{ualified
r�presentative of the manufacturer, retained by the Contractor, in accordance with settings
designated in a coordinated study af the system as required in Power Sysiem Study. All such
settings, including tt�e applicatian af arc flash labe{s, shall have been made and Approved by
t�e Owner/�ngineer, prior to energizing of the equipment.
3.a6 FlEI..D TESTING
A. Perform all electrical field tests recommended by the manufacturer. Disconnect all
connections to soiid-state equipmen� prinr to testing.
B. Megger and record �hase tn phase ar�d phase to ground insulatian resistance. Megger, for 1
minute, at minimum voltage of 10D0 �olts DC. Measured Insulation resistance shall be at
least �(l0 megohms. In no case shall the manufacturer's maximum t�st voltages be
exceeded.
3.Q7 CLEANING
A. Rema�e all rub�ish and debris from inside and around the equi�ment. Remove dirt, dust, ar
concrete spatter from the interiar and exteriar of the equi�ment using brushes, vacuum
cleaner, or clean, lint free rags, Dn nat use compressed air.
3.08 EQUIPM�NT PROi�CTION AND RE5TORAT[ON
A. Tauch-up and restore darnaged surfaces tn factnry finis�, as appro��d by the manufacturer.
[f the damaged surface cannot be returned to factory specificatian, the surface shall be
replaced.
3.Q9 MANUFACiURER'S CERTIFICATION
A. A qualified factory-trained manufacturer's representative shall certify in writing that the
equipment has �een instailed, adjusted and tested in accorc{ance with the manufacturer's
recommendations.
B. Th� Contractor shall provide three copies of the manufacturer's representative's
certification.
3.�.0 TRAINING
A. Provide manufacturer's ser�ices for training of plant personnel in operation anc{
maintenance of the equipment furnished under this Section.
B. The training sha11 be for a period of not less than one-haEf eight-hour day.
Citp oP E�nt't 1Vrn'th Itisls'ide ]Palcf• Trealutcirl Plu�r! I3uc'kty� C�e�tE+•u�ut's
Crll� Prqjce! A'ru�ihe�c 103d I0
z6 36 za -1�
LDW VOLi'AGE ENCLOSED AUTOMATIC TRAiVSf�R SWITCHES (ATS)
Page ll of 17
C. T�e cast of training prograrn �o be conductec� with Owner`s persannel shal! be included in
the Contract Price. The #raining and instruction, insafar as practicabfe, shall be directly
related to the system being supplied.
U. Pro�ide detailed D&M manuals �a su�plement the training caurse. The manuals shail
incfude specific details of equipmer�t supplied and operatior�s specific to �he project.
E. The training session shall be cand�cted by a manufacturer's qualified representative.
Training program shall include ins�ructions on the asserr�bly, circuit brealcer, protective
devices, metering, and ather major components.
F. The Owner reserves the right ta videotape the training sessions for the Owner's use.
END OF SECTION
Cit}` of Eurt �Vortl� 1f e.rf.srde If'utcr Trcuhucn! Plu�rl I3crckup Generulc>rx
Cr1y Prvjec! r1'rmtber: 103�!!0
z�asoo-�
LIGH�NIiVG P12qT�C71ON
Page 1 of 6
25 4100 �.IGHTNING PROTECTION SYSTEM
�.AO GENERAL
�.01 SCOPE OF WORK
A. Contractor shall provide a11 labor, materials, equipmen� and inciden�als as shown, specified,
and required ta furnish and install a lightning protection system that fully meets the UL
Standards listed herein. The Contractor shall provide an inspect€on of each n�w structure, or
modified existing structure, by Underwriters Labaratories and shall obtain a Master Label
far each new or modified stru�ture
B. The Contractar sha(I employ the services af a licensed lightning protectian systems
engir�eering company ta design and install the lightning protection system and prepare
detai[ed instailation drawings and �nateriaf specifications. 7he systern shall include ground
conductors, ground rads, exothermic connections, mechanical connectors, structural steel
connections, all as shown on the Drawings, and as specified herein, to pro�ide a bonding to
earth ground grid of ali metallic structural members likely ta become energizecf. Compliance
with all provisions of Section 26 05 26 shall be included under this specification.
C. The Franklin Rod sy5tem shafl be usec{. Other systems such as �he early streamer emission
�ESE) are not acceptable
D. The eid Price shall be in comple�e campliance with the Contaet Documet�ts. Any exception
shall be incEuded in the E�ic� with a detailed explanation that elearly indicates the paragra�h
of this Specification and / or the item in the Drawings to which the excep�ion applies. The
Cnntrae�or shall expfain in detaif the reasans for the exception. i'he inclusion of an
exception and its explanation as specified shall not constitute any obligation on the part of
the Engineer / Owner to accept the Bid Price with the exception.
E. This Specification shall have precedence over any canflict in the b'sdders submittals and / or
descripti�e informatian and the Contract Documents uniess an exception is made at �he
time �f bidding as specified hereirr, and the bid price is aecepted with the bidder's exception
by the Engineer / Owner.
The Contractor shall pravide all tools, equipment, supplies, artd shall perform all labor
required to install the equipment specified in the Contract Documents in arder ta install,
test, anci p[ace into satisfactory operation in the tirne specifi�d for compleCion in the
Contract Documents. Fail�re af any of the Cantractors su�-contractors or suppliers to
perform the work as specified shall not constitute an acceptable reason for the Owner to
grant any change in the Contract Price or additions to the Contract 1'ime.
1.02 RELATED WORK
City af Fort l�rnrth Il'estsrde fE'uler Ti�eutme�u Plnir113cu�kxp Ge�rernlnrs
Cifs' �'���j�c! A'rinrhei�: l03d10
26 41 00 2
L1GH�NING PROTECTION
Page 2 of 6
A. No references are made ta any other section which may contain work reiated to any ather
section. The Con#ract Dacuments shafl be taken as a whole with every section related to
every other section as required to meet the requ€rements specified. The organization of the
Contract Documents into specification di�is9ons and sections is for organizatinn of the
documents themselves and does not relate to the division of su�pliers or labor which the
Cantractor may choose to employ in the execution of the Contract. Where references are
made to other 5ections and other Divisin�s of the Sp�cifications, the Contractar shall
prnvide such informatian or additional work as may be requireci in thase references, and
include such information ar worlc as may be speciFied.
B. Other Di�isions
�. 7he Contractor sl�all be responsible far examining all Sectians of the Specifications and
Drawings, and shall determine the power and wiring requirements and shal! provic�e
external wiring and raceways, as required to provide a fully functianing power, control
and process control sys�ems. If the equipment requires more conductors and/or wiring,
due to different equipment being suppEied, the Contractor shall furnish the additional
conductars, raceways and/nr wiring, with na change in the Contract Price, and with no
increase in Contract Time.
1A3 5U8MI�TA�S
A. Shop �rawings: 5u6mit for approval the fol[owing:
�.. Cnmplete design drawings, for each structure and the site, showing the type, size, and
locations of all grounding, dowr► conductors, thraugh roof/through wall ass�m�aiies, roof
conductors and air terrninals, sha�l be submitted to the Engineer for appro�al.
B. All cut sheets shal( be ciearly rnarked to inclicate which products are being submitted for use
nn this projeet. Unma�ked cut sheets wiEl be cause to reject the submittal and return it for
revision and re-submission.,
C. All shop drawing submittals and all O&M submittals shall be submitted accordance with
Division �..
lA4 REFEREi�CE CODES AND STANC3AEtC35
A. All praducts ancf compnnents shown on the Drawings and [fsted in this specification shal)
be designed, manufactured, and insfailed acearding tn fatest revision of the foflowing
sfandards (unless otherwise notedj:
�.. fVFPA 70 — fVational Electrical Code (NEC)
2. NFPA 78� — l.ightning Protectian Code
3. LPI 175 - Lightning Protection Institute Installatian 5tandard
4. UL 9GA — insial[ation Requirements far Lightni€�g Protection Systems
Ci1y aPE�ort 1Vorth 1PesGside t!'u�er "1'rrcuureiif Nlanl 13uckup fie�rei•�rtors
Crf s' Pt•ulect A'rrinGer: 1(13d I!1
z�a�ao-�
LIGHTNING PROTfLTION
Page 3 of b
B. All equipmer�t specified in this 5ection of the Speeifieatians shall bear fhe approprtate
label of Underwriters Laboratories.
7..p5 C�UALITY ASSURANCE
A. The manufacturer of this equi�ment shal[ ha�e produc�d sir�ilar equipment for a minimum
period of five years, When requested by the Engineer, an acceptable list of installations with
similar equipmen� shalP be providec� demonstra�ing compliance with this requirernent.
B. The [ightning protection system shall confarrn to the requirements and standards for
iightning �rotection system of the LPI, Ul. and NFPA. Stanc{ard requirements
C. Ail camponents and material shall be new and of the latest field pro�en design and in
current production. Obso[ete components or corripanents scheduled for immediate
disconti�uation shall nnt be used.
1.Q6 lOB51TE DELIVERY, 5TORAGE AND NANDLING
A. Prior to jobsite deli�ery, the Contractor shal{ have s�ccessfully cnmpleted a[1 submittaf
requirements, and present to the Owner/Engineer upon delivery of the equipr-nent and
materials, an approved copy of all such subrnittals.
B. Protect equipment and materiafs during shipm�n�, handling, and storage by suita�Ie
camplete enclosures. Proteet equipment from exposure to the e9ements and keep
thoroughly dry.
C. Protect painted surfaces against impaet, abrasion, discalaratian, and other damage. Repaint
darnaged painted surfaces to the satisfaction of the Owner/Engineer.
1.07 WARRAN7Y
A. The Manu�acturer shall warrant the system and equipment to be free from defects in
materiaf and workmanship for one year from date of final acceptance af the equiprri�nt.
Within such period of warranty the Manufacturer shall promptly furnish ali material and
labar necessary ta return the equipment to new operatir�g conditian. Any warrar�ty work
requiring shipping or transporting of the equipment shal! be perfarmed by the
Manufacturer, at no expense to the Owner.
2.00 PRODUCTS
2,a1 SUPPLIERS
A. Subj�ct to compliance with ihe Cantract E3acuments, the following Suppliers are acceptable:
Bonded Ligh�ning / Advanced Lightning �echna[ogy, Argyie, Texas
City ol�rort IVurtkt llistside R'rNerr Treuriiiei�f PluF�r Llurkrrp Uenerrrlar.s
CilyYrnjecl r1'imrhet•� If13d!(1
z64�oo-a
lIGHTNING P�tOTECTION
Page 4 03 6
2. VFC, Inc, Grapevine, TX
3. Appraved Equal
B. The list[ng nf specific suppli�rs above does not imply acceptance of t�eir products that do
not rr�eet the specified ratings, features and functians. Manufacturers listed abave� are not
relieved from meeting these sp�cifica�ians ir� their entirety.
2.02 GENERAL
A, The systern to be furnished under this specificatior� shall be the standard product of
manufacturers re�ularly engaged in the production of lightrting protection equipment and
sha(I be the rrianu�acturer's latest apprnved design. Lightning protection system insta(lers /
designers shall be certified by the Lightning Protection Institute far the wark. Submit LPI
training and qualificatians for each designer and installer. The installation shall be in full
cnmpliance with �!L 96A and IVFPA 78(7. Should conflict between the two standards be
discovered and at issue for the project, subrnit the issue ta the Engin�er for resalution.
B. Al( equipment shalf �e new and af a design and construction to suit the application wher� it
is used in accordance with acc�pted industry standards and LPI, UL, and �lFPA standard
requirements.
C. At the point where an electrica! service of 1000 Volts or less is generatect, a surge protection
device shall be pro�ided and instafled, corr�plying with UL95A, for a lJL Master Labe(
Certificate of Inspection. The surge protection device sha[I comply with UL Standard �449
Third Edition, as a�ype 1 ar Type 2 lightning rated uniC of 20kA ar mare, as specified in
Sectinn 26 43 13.
2.03 MATERIALS
A. Class I Class II materials may be utilized for Class I structures, not exceedin� 75 feet abo�e
grad�. A11 other structures shail utilize Class II materials.
B. Unl�ss otherwis� sp�cified herein, ail materials shall be tin p[ated copper with 316 stainless
steel fasteners (nuts, bolts, washers and anchars) , and used in accnrdance with LPI, UL and
NFPA code requirements.
C. Aluminum materials, witi� 316 stainless steel fasteners (n�ts, bolts, washers and anchorsJ,
shall be used only on aluminum, galvalume or galvanized metal structures. Where
alu�-ninum, galvalume ar galvanized metal para�et caps are used, the entire roof lightning
prot�c�ion equipment shall uiilize aluminum components. Appro�ed transitional
components shall be used for transitions to alurr�inurr� materials. Down leads and grounding
shall utilize fiinned capper with the bim�tal transition occurrin� at the bi-metaf through raof
assembly.
D. All air terminal bases for flat roof areas shall be the adhesive type.
Cisy uf Fort 1Vortkt fi'r.vlsrrlr fi'uter Treu1»rent Plux! liuckr��� Ge7rerulot�.s
Cits' Nrojecf e1'1f1nGe�•: 103d !U
264106-5
LIGH7NING PR07EC7EON
Page 5 of 6
E. Conductors shall be #inned copper, {aluminum where instalEed on alurrtinum roofsj. Pro�id�
conductors with their wire size, stranding, and weight in accordance with NFPA 780.
F. Conductor fasteners shall be an a�proved type of non-corrosive metal, and ha�e ample
strength ta support conducfors. Cable fasteners shall be of the adhesive type.
G. AI[ cable connectors shall be tin coated copper cast bronze with screw pressure type 316
stainless s�eei bo[ts, washers and nu�s.
H. Where any part of a protectian system is exposed ta potential mechanical injury, protect it
hy covering it with FVC conduit.
3.d0 EXECUTION
3.01 INSTAI.LATIQN
A. All materials shall be installed by experienced and LPI certified technicians that speciaiize in
this type of work. The lightning protection systerr� shalf be instal�ed per appro�ed shop
drawings and UL and NFPA recommended practices.
B. Install air terminals on structure steel framework bonded to the down Conductors. Unless
otherwise specified h�rein, all mat�rials shalf i�e tin plated copper with 33.b stainless steel
fasteners (bolts, nuts, washers and anehors) , and used in accordance with �P[, i!C and NFPA
cade requirem�nts. Conduit #ar dawn canductors sha![ be as specified under Section 26 05
33.
C. Bond structural steel framework as req€�ired by IVFPA 780 and UL 96A.
D. Bonc{ a[I metal pipes and metal structures as required by NFPA 780 and UL 9fA..
E. All ear�cealed canductors shall be installed in Schedule 40 PVC conduit.
F. Provide a dedicated lightn[ng protection system ground rocf at the ground end af eac� down
conductar. Exothermically weld each dnwn conductor to the dedicated ground rod. Band
each 6ightning protection system down conductar to the power system grounding e[ectrode
counterpoise. Connecting any down lead cnnductors directiy ro the power system
grounding electrode system counterpoise without a dedicated Eighting protection system
�round rod is strictly prahibitecl.
G. All down fead conductors shail be installed without splice from the roaf [ightning pratecti4n
canductors to the dedicated lightning protection system ground rod.
H. All concealed lightning pratection system connections shall be exothermicaEly welded. The
only exception shali i�e fnr lig�t�ing protection syster�s installed in NEC classified areas as
deterrnined by �1FPA 820, the �ngineer or the NEC Authority Naving Jurisdiction.
All components of the lightning protectian system, on ar abo�e the roof, shall be connected
�o the lightning protection systern ground.
Cil}• oF f�ort 1Varth fi'e.slside fi'rrler Ti�erur�rerrt Nlruu 13uckrrp Ge�rerrrfnr.s
Ci1�=I'��ojecl �1'irrirbcr: 703d111
264100-G
L[GHTlU1NG PRDTECTIO#V
Page 6 of 6
3A2 TESTiNG
A. The Contractor shal] employ the services af a Ul. field inspector, for insp�ctian of th� system
upon completior� nf the instailation. The Contractor shall assume full responsibi(ity for the
correctness of the installation and shafl rnake any and all corrections and additians d�emecE
necessary as determined by the UL i�spectnr. The Contractor shafl pay for all costs of the UL
inspeckion and any subsequent re-inspeetions as required.
B. Inspectian and testing to be performed by personnel regularly engaged in the installatian
and testing of Master iabeled lightning protection syst�rns.
C. Inspect the syster� far proper installation.
D. 7est the cornplete system far continuity ta the electrical graunding system.
�. An application shall be made to the Underwriters LaE�arataries Inc, for inspection and
certification, and shal( be ciefivered to the Engineer, confirming that all cancealed
components ha�e been manitored during job construction.
F. A UL Certification shall be provided for each anc� every new structure, incluc[ir�g all parts af
existing structures that are expanded, as defined by NFPA 780 and Ul 96A. A Master �abel
shall be obtained for all structures where the service voltage is less than 1000 VAC.
G. All insp�c�ions shall be done by a third party inspector in persan on site by a Ul� or �.PI
certified inspector, Self-inspection by the lightnir�g prot�ction system desi�ner or insta{ler is
nnt acceptable. Photographic inspection is not acce�table. A[I lightning protectian system
inspectians shal! be witnessed by the Engineer / Qwner. Unwitnessed ins�ections are nat
acceptable and shall be re-dnne if �ot witnessed with no change in the Contract Price or
Contract T'ime.
END OF SECT�ON
City of i'ort 1t'orth Jf'e.stside tf'u�er Tren1»�err� 1'Icu:l Hcrcktrp Ce�rerrrtars
C'it�� PruJecr A'rr�irLer: 1113d1l1
26 d3 13 - 1
LOW VO�TAGE AC SURGE PROTECTIVE aEVICES (SPDS}
Page 1 oi 10
26 �l� 1� I.OW VOLTAGE AC SURGE PROT�CTIVE �EVICES (SPDSj
1.00 GEN�RAI.
1.Q1 SC�PE pF WpRK
A. This 5ection of the Specifications describes the requirements for low �oltage AC surge
protective devices (SPDs 1Kv and less), to be furnished under o�her Sections of the
Specifications as I€sted in the ftelated Work paragraph of this Section.
B. All equipment described herein shal6 be submitted, and factory installed, as an integral part
of eq�aipment specified elsewhere in these 5pecifications.
1.p2 RELATED WORK
A. No references are rnade to any other section which may contain wark related ta any other
section. The Contract Docurt�en#s shali be taken as a whofe with e�ery seetian related ta
every other section as required to meet the requirements specified. The organiza�ion of the
Contract Docurnents into specification divisions and sections is for orgar�izatian of the
documents themselves and does nat relate to the division of suppfiers or labor which the
Contractor rnay choose to employ in the execution of the Contract. Where references are
macEe to other Seetions and other C�ivisions of the 5pecifications, the Contractor shall
provide sueh information or additional work as may be required in those references, ar�d
include such inforrnation or work as may be specified.
B. Other Divisions
1. The Contractor shall be responsible for examining all Sections of the Specifications and
Drawings, and shall deterrr�ine the pawer and wiring rec�uirements and shall pravicte
external wiring and raceways, as required to �rovide a fully functioning power, control
and process cnn�rol systems. If the equipment requires more conductors ar�d/or wiring,
due to different equipment being suppfied, the Contractor sf�all furnish the additional
cnnductors, raceways and/or wiring, with no change in the Contract Price, and with no
increase in Contract Time.
1.03 SUBMETTA�S
A. 5ubmittals for equipment specified herein shall be made as a part of equipment furnished
under ather Sections. Indi�icEual subrr�ittals for equipment specified herein will not be
accepted and will be returned unreviewed.
('ity of Fnrt 1Vorth 1F'estu�le !I'ulcr 7reulntefrt Pluirf ffackul� Geirerrrinrs
Ci11' Prnject ,\riwi6er: 1(13d �(}
2G43 13-2
lQW VQI.TAG� AC SURG£ PROTECTIVE DEVICES {SPDS)
Page 2 of 10
B. Sulamit cataing data fnr all items supplied from this specification Section as applicabie.
5ubmittai shall inelude catalog data, functians, ratings, inputs, outputs, displays, etc.,
sufficient ta confirrn that �he SPE� provides e�ery specified r�quirement. Any options or
exceptions shal! be clear[y indicated, with the reason for such c{eviations. Acceptance of any
deviation will be at the sole discretion of the Owner/Engineer. 5hop drawings, not so
checked and nated, will be returnecE unreviewed.
C. The submittals shall inc[ude:
1. Qim�nsia�a! drawing of each SPD type.
2. UL 1449 Faurth Edition Listing, Standard for Safety, Surge Proteetive Devices,
documentation. Provide �erification that the 5PD camplies with the required ANSI/UL.
1449 �}th Editinn listing k�y Und�rwriters Laboratories (UL) or other Nationally
Recognized Testing Laboratory (NRTL).
3. UL 1283 Listing, �lectromagnetic Interference Filters, documentation.
4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2/50, 10kA-8/20�ts waveform)
clamping valtage test results.
D. Operatior� and Maintenance Manuals.
1. Refer to 01 78 23 for O&M Manuals requirerner�ts
2. Operation and Maintenance manuals sha(I include the following informatian:
a. Manufacturer's contaci address and telephone number for parts and serviee.
b. Instruction books ar�d/or leaflets
c. Recamrr�e€�ded renewal parts list
d. Record [}ocum�nts for the fnfarmation required by the Submittals above.
�.a4 R�FERENC� COD�5 AND STANDARQS
A. The equipment in this specifricatinn shall be designed and manufactured accarding to latest
revision of the following standards (unless atherwise noted}:
1. UL 1449 Fourtf� Edition — Surge Protective Devices
Z. fJL 1283 Elec�romagnetic Interfer�nce Filters
3. ANSI/IEEE C62.41.2-2002 —[EEE Recommended Practice on Characterization of Surge
Voltages in Low Voltage AC Power Grcuits
4. ANSI/IEEE C62.45-Z002 —1��E Reeommended Practiee an Surge Testing for Equipment
Cannected to l.ow-Voltage AC Power Circuits.
Cit�� 01' Fur[ 1Vorth 1 Pcslsfdc l f'ater Treafine�rf d'lrrrtl L3uckxp Gesrerulvrs
Cits' f'rvjec�l �1'raulle� :� I (J3�11l3
z� a3 i 3- 3
LOW VDLTAGE AC SCiRGE PROTECTIVE DEVICES {SPDS}
Page 3 of ] 0
5. [�EC Article 285 - 5urge Prntective Devices
�. NEMA/iSCI —109 Transient Overv�ltage Withstand Test
7. IEEE Std. �l72/ANSI C37.90A Surge Withstand Capabili�y T�sis
8. IEC 255.4 5urge Withstand Capabifity Tes�s
B. All SPDs and their instalEa�ion shall comply with the requirements of the Natinnal Efectric
Code and Underwriters �aboratories (Ul.) where applicaE�fe.
C. Each specified device shall also conform ta the standards and codes listed in the inc{ivicfual
device paragraphs.
1.05 QUALITY ASSURANCE
A. The manufacturer of this eq�ipment shall ha�e produced simifar electrical equiprrient for a
rr�inimum period af five (Sj years. When requested by the Owner/Engine�r, an acc�ptable
list of insfallations with similar ec�uipment shall be pro�ided demonstrating compliance with
this requirernent.
B. The manufacturer of the SPD shall be the same as the manufaeturer of the ser�ice entrance
and distribution equipment in which the deviees are installed and shipped. The protected
electrical equipment, after installation of the SPD, shall be fulPy tested and certified to �he
fallowing i�� standards:
�.. UL 67 - Par�elboards.
2. Ul. 845 - Motor Controi Centers.
3. fJL 891 - Switchboards.
4. 11L 1558 - Law Voltage 5witchgear.
C. For the equipment specified herein, the manufacturer shall be 150 9(10�, or 900� eertified.
1.D6 WAR�tA[�TY
A. Th� Manufacturer shafl warrant the equiprnent to be free from defects in material and
workmanship far 10 years #rom date of acceptance af the equipment cantaining the items
specified in this Section. Withir� such period of warranty the Manufacturer shall prompt[y
furnish all r�aterial and labar necessary to return the equipment to new operating
condition. Any warranty work requiring shi�ping or transporting af the equiprr�ent shall be
performed by the Manufacturer at no expense to the Owner.
2.0� PRODUCTS
Cify �f Furt 1Vor11� 1 PestsiJe dl c�ter Trec�1»ie��1 Plcriu L3<�cknp Geiierutars
Cilv 1'rojrr! ,1'�u�rher: 11)3�F111
2G43 13-4
lC3W VOLTAGE AC SIFRG� PftOT�CTN� []EVIC�S (SPDSj
Page 4 of 1U
2.Q1 MANUFACTURERS
A. 5ubject to com�liance with the Contract Documents, the folfowing Manufacturers are
acceptabfe (Type � and Type 2):
1. Cutler Hammer
2. ABB
3. Square D
4. Allen Bradley
5. No Appro�ed Equa]
B. Subject to campliance with the Cantract �ocuments, the fallawing Manufacturers are
acceptable (Type 3):
1. Edco SLAC Series
2. Phoenix Contact
_c�3'. ��,'�nFtl int.3:[7 ' � • u _ �
4. No Approved Equal
2A2 SERVICE ENTRAfVCE AND D15TRIBUTIOIV EQUfPMEf�T
A. General
1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will
nat be acceptable.
Z. AIE SPDs shall be marked with a short-circuit current rating, and shall mee� or exceed �he
availal�le fau[t current at the cortnection point.
3. UI. 1449 Usage Classificatians.
a. Ty�e �. — Perrr�anently cnnnected SPDs intended fnr installation betw��n the
secondary of the service transfor€ner ancf the line side of the service equipment
overcurrent device, and iniended to be instalfed without an externai o��rcurrent
protectiv� d�vice.
b. Type 2— Permanently connected SPDs intended for installation on the load side of
service eq€aipment overcurrent de�ice; including SPDs lacated at the �ranch panel.
Ci[y of Purl 1Varth IYe.sl.sicle �Pu1er 7'realme�t! 1'irur! 13uc•kup Ge�rerrrlrz�:s
L'i!Y Prajrcl r1'rutzbei•: 103d1I1
2G�t3 f3-S
LOW VOLTAGE AC SURGE PROTECTiVE i7EViCES {SPOSj
Page 5 of 10
c. Type 3— Point of u�ilixation SPDs, instailed at a minimum conductor length of 10
meters (30 feet) from the electrical service panei ta the point of utilization, for
example cord connected, direct plug-in, receptacle type and SPDs ir€stalled at the
utilization equipment being �rotected. T�e distance (10 meters) is exclusive of
conductors provided with or used ta at�ach SPUs.
4. Constructian of Type 1 and Type 2.
a. Fufly [ntegrated Component �esign: A[I nf the 5PD's components and cfiagnostics
shafl be contained within one discrete assembly. 5PDs or individua! 5PC3 modules
that must be ganged together in order to acl�ieve higher surge current ra�ings nr
other functionality will not be accepted.
b. Overcurreni Protection: The unit shalf cantain ihermally pratected MC}Vs. The
thermal[y proteeted MOVs shal{ have a thermal protection element packaged
together with the MOV in order to achie�e overcurrent proteciion of the MOV. The
thermal protectian e[errient sha(1 disconnect the MOV(s) fram the system in a fail-
safe manner should a condition occur that wauld cause ther� to enter a thermai
runaway condition.
c. Maintenance �ree Clesign: The SPD shall be maintenance free and shall nat require
any user irzterven�io� �hraughout its fife. SPDs eontaining items s�ch as replaceable
modules, replacea�le fuses, or repfaceable batteries are no� acceptable. SPDs
requiring any maintenance of any sorC such as periodic tightening of connections are
not acceptat�fe.
d. 8alanced Suppression Platform: The surge current shall be equal€y distributed to all
MOV components ta ensure equal stressing and maximum perforrr�ance. The surge
suppression platform must pro�ide equal impedance paths to each matched MOV.
Designs incorporatir�g replac�able SPD rt�odules are no� acceptable.
e. Electrical Noise Filter: Each ur�it shall inc[ude a high-performar�ce EMI/RFI noise
rejeetion filter. Noise atten�ation for electric line noise shall i�e up to 50 dB from 10
kHz to 1�0 MHz using the MIL-STD-220A insertior� loss test method.
f. Internal Connections: Nn piug-in cnmponent rnodules or printed circuit baards shall
be used as surge current conductars. All internal cornpar�ents shal{ be soldered,
hardwired with connections utilizing fow impedance conductors.
g. Pawer and ground cannections s�alf be prewired wikhin the protected equi�rrient.
h. �ocal Monitoring: Visible ine�icatian of proper SPt� cannec�ion and operatiion shall be
pro�ided. The indicator lights shall indicate which phase as well as which module is
ful#y operabl�. The status of each SPD rr�adule shall be monitared on the front cover
af the enclasure as well as on the madule. A push-to-test button shal[ be pra�ided
to test each phase indicator.
contacts for testing purposes.
Ci(}' af F'nr[ 11'orth
Push-to-iest button shall ackivate a staie change of dry
f['esf.side tf crlcr Ti•ecilutciu Ylait l3uc�ki�p Gci�ei•crtor.s
Ci1r f'rvjec! A'unrher: 1l13d1 U
2G d3 l3 - 6
LDW VOLTAGE AC Si1RG� PRp7ECTIVE Q�VICES {SPPS]
Page 6 of 70
Surge Caunter: The SPD shall indicate user hnw many surges hav� aceurred at the
loca�ion. Th� surge counter shall trigger each time a surge e�ent with a peak current
magnitude of a rr�inirrrum of 50 ± 2�A occurs. A reseC pushbuttnn shall also be
standard, allowing the surge counter to be zeroed. The reset button shall contain a
mechanism to prevent accidental resetting af the counter via a single, short-
duration buttnn press. To �re�ent accidental resettir�g, the surge counter reset
button shall be depressed for a minimum of 2 seconds in arder to c[ear the surge
caunt total. The ongoing surge count shall be stored in non-voEatile memory or UPS
backup.
Remote Monitoring: �or remate monitoring, the SPDs shafl pravide the same
discrete and analog signal and cantrnl functions as specified for iocal monitoring
and the surge counter, �o a terminal strip for a€atgaing connection to a PLC as shawn
on the arawings. The funetions shall be convertec� as specifi�d for interface to the
monitared equipment.
k. The voltage surge suppression system shall incorporate therrnally protected metal-
oxide varistors (MOVsj as the care surge suppression carnponent far �he servic�
en�rance and all nther distribution levels. �he system shall no# utilize silican
avalanche diodes, selenium eells, air gaps, ar aEher components that may crowbar
the system voltage leading to system ups�t or create any environrnental hazards.
SP� shafl be l.isted in accordance with Ul 1�149 Fourth Edition and UL 1283,
Electromagnetic Ir�terference Filters.
m. Ir�t�grat�d surge protective devices �SPD) shall be Component Recognized in
accordance with i1L 1449 Fourth Edition, Sectian 37.3.2 and 37.4 at the standard's
highest short circuit curr�nt rating (SCCRJ of 200 kA, inciudin� intermediaie le�el of
fa�lt current testing.
n. SP[7 shafl be tested with the ANSI/I�EE Categary C High expasure waveform {20kV-
1,2/50µs, 10kA-8/20µs},
o. 5P� shall pro�ide suppression for all modes of protection: L-N, L-G, and N-G in WYE
systems (7 Mode).
5. Construction of Type 3.
Fully Integrated Component Design: Ail nf the SPD's companents and diagnostics
shall be cantained within one discrete assembly. SPDs or individual 5PC3 modules
that must be ganged together in order to achie�e higi�er surge current ratings or
oth�r functionality will not be accepted.
b. Maintenance Free Design: The SPD shall be maintenance free and shal] not require
any user intervention throughout its life. SPDs cantaining items such as replaceable
modules, replaceable f€ases, or replaceable batteries are not acceptable. SPDs
requiring any maintenance of any sort such as periodic tightening of connections are
not acceptable.
City of I�nrt 1Vnri13 1Pes•tsicic !I'r�lcr 7'rer+t»rcnl 1'leru! Hucktrp Geraercr!<��•.s
Ci(y� f'r•rfec•1 rl'��r�rLer: I03�111)
2G4313-7
LOW VOLTAGE AC SURGE PROTECiIVE DEVICES {SPpS)
Page 7 of 1�
c. Electrical Naise Filter: Each unit shail inciude a high-performance EMI/R�I r�oise
rejection filter. Noise attenuation for electric line noise shall b� up �n 50 d6 from 10
kHz to 100 MHz using the MII..-STQ-220A insertion fass test method.
d. Internai Connections: No plug-in component modules or printed circuit boards shall
be used as surge current conductors. All interrtal components shall be safdered,
hardwired with connections utilizing fow impedar�ce conductors.
e. Power ar�d ground connections sha11 be prewired within the proiectec� equipment.
f. Local Monitoring: Visible indication of proper SPD connectian and operation shali be
pravic[ed. The indicator light shal{ incficate that the rnodule is fully o�erable. The
status of each SPD madule shall be monitored on tMe front cover of the module.
g. SP� shall be Listed in accordance with UL �449 Fourth Edition and UL 1283,
Electramagne�ic In�erference Filters.
h. SPi3 shafl be �esfied with the ANSI/I�E� Category C High exposure waveform (20kV-
�.z/50µs, 10kA-8/20µs).
e. Applications.
1. Service Er�trance Rated Equiprnent (Type 1).
a. This applies to switchgear, switchboards, panelbaards, motor control centers, and
other devices installed as ser�ice �n�rance equipment where �he SPD is ta be
permanently connected between the secondary of the service transformer and �he
line side of the service equiprnent o�ercurrent cfe�ice.
b. Service entrance locatec[ SPDs shall be tested and demanstrate suitability for
applicaiion within AN5!/IEEE C62.41 Category C environments.
c. The SPD shali be af the same �nanufaeturer as the equipment
d. The SPQ sha[1 be factory instalied inside the equipment, at the assembly point, by
the ori�inal equipment manufacturer
e. Locate the SPD on the load side of the main c�isconnect device, as close as passible
to the phase canductors and the ground/neutral bars.
f. The SPD shall be connected through a UL appro�ed disconnecting means. The
disconnect shalf be located in irr�mediate praximity ta the SPD. Connectian shalf be
rnade via bus, conductors, or other conr�eetions originating in the SPD and sltall be
kept as short as possil�le.
g. The 5PD shall be integral ta the equipment as a factory siandardized design.
h. All monitoring and diagnastie features shall �e visible from the front of the
equipment.
C�€f}° of I�ort �5'urlh �14�.st.srdc 1f`rrtrr Ti�cnlmetrl 1'lunl Buckup Generufnr.s
Cits� Prnjecr A4nuher: 1113d IO
26�i313-8
LOW VDLTAGE AC SURGf PROTECTIVE DEVICES (SPDS}
Page 8 of J 0
2. Distr€bution Equipment Applications (Type 2j.
a. This appfies to switchgear, switchboards, panelboards, motor control centers, and
o�h�r non-service entrance equipment where the SPQ is to be permanently
connected on t�e load side nf the equipment overcurrent device.
�. The SPD shall be of the same mar�ufacturer as the equipr�ent.
c. The SPD shali be included and maunted within the equipment by the rnanufacturer.
d. The manufacturer shall size and pra�ide the overcurrent and disconnecting means
tor the SPD.
e. The 5PD units shall be tested and demonstrate suitability for applicatian within
Af�SI/I��E C62.41 Categary B environments.
�"he SPD shall be located within the panelboard, unless atherwise shown on the
Drawings. SPDs s�all be instalEed i€�nmediately following the load sicEe of the main
breaker. SPDs installed in main lug only panelboards shall be instalied immediately
faflawing the incoming main lugs.
g. The SPD shall not iirnit the use nf t�rough-feed lugs, sub-feed lugs, and sub-feed
brealc�r options.
h. A[I mnnitoring and diagnostic features shall be visible from the front of the
equipment.
3. Individua! Cor�trol Panel and Related Equipment Protection (Type 3).
a. Locate the SPt7 on the load side af che ground and neutral connee�inns.
ihe SPD shall be connected thraugh a disconnect circuit �reaker or fuse as shown
on the drawings, The disconnecting means shall be lacated in irnrr�ediate �roximity
ta the SPi�. Connection shall b� made via bus, conductors, or other connections
originating in the SPD and sha(I be kept as short as possible.
c. All monitorin� and diagnastic features shall be �isible frnrn the front of th�
equi�ment.
4. Mechanical Equipment Manufacturer's Provided Contral Panels {M�Ms] and Electrical
Martufacturer's Pravided Control Panels (O�Ms) Applications (Type �., Type 2, and Type
3}
Where any sueh panel is installed as service entrar�ce equiprr�en�, a Type 1 SPD shall
be installed.
1) The sarrie requiretr�ents for other s�r�ice er�trance equi�ment [isted above apply
ta this application except for the requirement that the Type 1 SPI] shall not be
requirec{ to be of the same manufacturer as the panel.
Csty of C�orl 1�fnril� If'esGside Jt'rrter Treulme��f 1'lrurl f3uckrq� Ge��errtlars
Ci11' f'rr�jec•111'runGei•: /03d 11)
26d313-9
LOW V(iL7AGE AC SURGE PH07ECT[VE €�EViCES {SP�Sj
Page 9 of l0
b. Where any such par�el is instalfed as non-service entrance equipment, but within 50'
af wire length of the incarr�ing power line when that line is o�erhead.
1) The same requirer�ents far other nan-service entrance equipment listed abo�e
apply to this ap�lication except for the requirement that the Type 2 SPD shall
not be required to be of the same manufacturer as the panel.
2} Where a Type 15PD is installecf, a Type 2 SPD is not required on the same panel
unless atherwise specifically shown on the drawings.
c. Where any such panel includes a PLC, a iype 3 SPD shal6 be installed.
1j The same requirements for other individua{ control panel and related
equipment listed abave apply �a this application.
Z) The 5PD shall be integraf to the MEM or OEM panel, as a factory standardiz�d
design.
C. Ratings
1. Uniti Operating Voltage: Refer to drawings far operating voltage and unit configuration.
2. SPD shall he designed to withstand a[naximum coniinuous operating voltage (MCOV) of
not less than 115% of nominal RMS �oltage.
3. Minimum surge current rating shall be 240 kA per phase (i20 kA per mode) for service
entrance ar�d 120 kA per phase (50 kA per modej for distribution applications.
4. !JL 1449 clamping voltage r�€�st not exceed the following: Valtage Proteckian Rating
(VPR}
Volta�e
240/12p
208Y/12d
480Y.277
6QOY/347
L�N
1200/$OOV
804V
1200V
1500V
L�G
SODV
800V
�200V
�.500V
N�G
8E70V
soav
1200V
�.500V
5. Pulse life test: Capable of proteeting against and survi�ing 5C}0� ANSI/IEEE Categary C
High transients without failure or degradation of clar�ping valtage by more than 10%.
6. Minimum UL 1�i49 4th editior� withstar�d Nominal l]ischarge Current (InJ rating ta be
Z�kA per mode
2.E33 ACCE550RIES
Cit}• af Fo€t �Vorih il'estsrde [S'�r1er 7i�e«lrtie�rl Yluu1 Hackrrp CenerrrlE�rs
CrlY1'rujecl�\'��iriGer_ If)3df0
2G 43 13 -1Q
LOW VOLTAGE AC SiIRGE PROTEC7IVE nEVICES {SPDS}
Page 10 of 20
A. Furnish nameplates for each device as indicated on drawings. Color schemes shali be as
indicated an Drawings.
3.OD EXECi1TION
3.01 INSTAI�L.ATION
A. All equipment specified herein shall �e factory instalted, field adjusted, testec{ and cleaned
as ar� integral pa€rt of equipment specified elsewh�r� in the indi�idual equipment
Specification.
B. Types 1 and 2 shalf be grounded and bonded as a part af the indi�idual equiprr�ent as
specified in the individual equipment Sectian. Type 3 shall be grounded and bonded in
accardaRce with the SPD manufacturer`s instructians.
�ND OF 5ECT�ON
Cily o! T'ort 1Vor11� t{'e,slsrde fT'uler Trec�m�c:v PIcuN L�rrekirp Ge�rer<�1vrs
Cirp Prqjecr rVtrr,tber: 1 r13�F1 rl
zs so oa -1
LED LIGHTING SYSTEM
Page 1 oi 4
26 50 00 LED �1GHTING SYS7�M
1.00 GEN�RAL
1.01 SCOPE OF WORK
A. Furnish all labor, materia€s, equipment and incidentals rec{uir�d and install a complete
lighting system ready for operation as shown on the Drawings and as specified hereir�.
B. Light fixt�re type schedule anc[ other requirements are shown on the Drawings.
1.02 REI.ATEp WQRK
A. Na r�ferences ar� made to any ather section which may contain work related to any atf�er
section. The Contract Documents shall be taken as a whale with every section related to
every other section as requireci to rneet the r�quirements specified. The organizaiion ai the
Contract Racuments into specification divisians and seetians is for organizatian of the
documents themselves and does not relate to the di�ision nf suppliers ar labor which the
Contractor may choase to emplay in the execution of the Contrac�. Where references are
made to other Sections and other Divisions of the Speci�ications, the Cnntractor shall
provide such information or additianal work as rnay be required in those references, a€�d
include such information or wark as may �e specified.
B. Other Di�isions
l. The Cantractor shall be responsibfe for examining a11 Sections of the 5pecifications and
C7rawings, and shall deterrnine the power and wiring require�nents anc[ shall provide
external wiring and raceways, as required to proWide a fully functianing power, control
and process cantrol systems. If th� equipment requires more cnnductars and/or wiring,
due to different equiprr�ent being supplied, the Contractor shall furnish the additional
conductors, raceways and/or wiring, with no change in the Con�ract Price, and with na
increase in Contract Time.
1.03 Sl78MITTALS
A. 5ubmittals shall be rr�ade in accordance with the requirements of Di�ision 1, Sectinn 25 05
29 and as speci�ied herein.
6. Submitials shall alsa contain information on related equipment to be furnished under this
Specification but descril��d in the rela�ed sections listed in the Related Work paragraph
abo�e. Incomplete sub�nittals not cantaining the required information on the rela�ed
equipment will be returned unreviewed.
C. Manufacturer's �echnical infarmatian far the materials praposeci for use in the systems.
D. For all fight pole foundations shown to be installed in earth, pravide installation and
anchoring drawings �hat are stamped and sealed by a licensed engineer in the state af
Texas. The soil condition shall be assumed to be disturbed earth. If compaction is assurr�ed,
a compaction test shall be performed on all foundation locations, showing the minimum
field density assumed in the foundation design.
E. 5ubmit manufacturer's name and catalog data for all lighting equipmertt specified in this
Section and on the lighting fixture schedule.
City oF F�art \Varth ft'esl.ride 1 Pa1er Treutriren! Plratf Iluckup Ge�rerulvr.x
Ci1;� Prqjecl r1'rrnrber: I(13d 1l1
z65aoo-z
L£D LIG�iTING SYSTEM
Page 2 of 9
Shop drawings: Cl�arly indicate ]uminaire type, name of the job. Contrac�or shall endeavar
to subrr�it aEl luminaires, drivers and integral cantrpls shop drawings at one time, in ane
package. Any re-su�rr�ittals shall incluci� all luminaire, driver and integral controfs pre�iously
rejected or requiring further informatian. 5pecialty SSL, custom, or modified fixt€ares may be
subrnitted as a separate package.
G. Shop Drawings: Reproductians of the contract drawings are nnt acceptabie as shop drawing.
H. Product Data: Provide dirnensions, ratir�gs and specific catalog number and identification of
items and accessaries and performance data.
I. 5hop Drawings: Indicate any dirnensions and components for each luminaire that are not a
standard product nf the rnanufacturer.
J. Wiring Diagrams — as needed for speciai operation or interaction with other system(s)
K. P�otometric Data: Where indicated below ar for substitutians, suppiy camplete
photametric data far the fixture, including optical p�rforinance, rendered by NVLAP
appro�ed la�oratory deve[oped according to the methods of the lliuminating Engineering
Soeiery af North America. Subrrait electronically, in lfSNA LM-63 standard format. Types XX
and YY.
L, Submit photametric data for a[I substitute luminaries. Photametric reports are not required
from specified manufacturer €anless noted in paragrapl� H above.
M. Specificakion Sheets: If laekir�g sufficien� detail to indicate compliance with contract
documents, siandard specification sheets will not be accepted. This inc(udes, but is nat
limited to, luminaire type designation, manufacturer's camplete catalog number, valtage,
LED type, CCi, CRI, specifie driver information, system efficacy, VO li�e rating, and any
modifications necessary to meei the requirements aF fihe cantract documents.
N. Substitutions shall include complete photometric data as out[ined in paragraph H abnve,
and point by point calculatians for the specific ccsnditions on the praject. Sam�les shall be
requir�d for cansideration of any substitutions and rnust be submitted in accordance with
the terms autlined in �aragraph below.
O. Working Samples of al[ substitutions: Samples shal( be 1Z0 �alt with card and plug attac�ed,
and shall include specified �EDs and all modificatinns r�ec�ssary to meet the requirements
specified in the Cont�'act Documents.
P. Er�ergy Efficiency:
1. Submit documentation for �nergy Star qualificatians for equipment provided under
wark af this Section.
2. Submit data indicating luminaire efficiency.
3. Submit da�a indicating Ballast Efficacy Factor [B��).
4. Su�mit data indicating Luminaire Efficacy rating (LER).
5. Submit cfata indicating colar rendition index of Eight source.
Q. 5ubmit environmental data in accordance with Table 1 af ASTM E2129 for products
provided under wark af this Sectian.
R. Manufacturer's technical information for the materials prapased for use in the systems.
City of E� n3'[ 1Vnrth I Pe.rt.cide 11'aler Ti•eutnre�ri PImr1 73rrckrap Geirerr�lvr.s
Crry� !'roject �i'tunher: 1 U3d I U
zbsoao-a
LE� LIGHTING SYSTfM
Page 3 of 9
1.04 REF�RENCE CODES AND STAN[}AR[}5
A. All lighting fixtures shall be in aecardance with the National Fire Protectian Association
(NFPA) lVFPA 70 "National Electrical Code" (NEC), and shall be constructed in accardance
with the latest editian of the Underwriters La�oratories (UL) "Standards for 5afety, Electric
Lighting Fixtures".
B. National Er�ergy Policy Act of 2�05, Public Law No. �.09-58.
C. IESNA LM-63 - AN51 Appro�ed Star�dard File Format for Electronic Transfer of Photometric
Data and Related ln€ormatiort; 2002.
D. NFPA 70 - National Electrical Cad�; National Fire Protection Associatian; 2pp8.
E. IESNA l.M-79-08 IESNA - Approved Methad for Electrical and Photometric
F. Measurerr�ents of 5olid-State Light�ng Praducts; 20D8
G. IESNA LM-SO-O8 IESNA - Approved Method for Measuring �umen Maintenance of LED tig�t
Sources
H. IESNA LM-SO-48 IESNA - Ap�ro�ed Methad for Measuring Lumen Maintenance of L�D Light
Sources
I. fESNA TM-21-2011— Projectirtg Long Term Lumen Maintenance of LED Light Saurces
J. Ul. 8750— l.ight �mitting Diade (LEDy Equipment for Use in Lighting Products
K. C3SHA 29GFR1910.7 -- luminaires shall be 9isted hy national recognized testing laboratory
appro�ed by United Stated Departme�fi o� Laf�ar, Occupationa[ 5a#ety and �ealth
Adrninistration (05HA)
1.05 QUALITY ASSIJRANCE
A. The luminaires shall be rr�anufactur�d in aceordance with a r�anufacturer quality assurance
(QA) pragram. The QA program shall include two types of quality assurance: (1) design
quality assurance and (2) produc�ian quality assurance. The produetion qua[ity assuranee
shall indude statistically controlfed routine tests to ensure rr�inimum performance levels of
the modules built to meet this specificatian. These tests shall include: CCT, CRI, l.umen
output and wattage. Tests sha[l be recorded, analyzed and maintained for future reference.
B. QA process and test results docurr�entation shall be kept on file for a minimum perind of
se�en years.
C. L�D luminaire designs not satisfyir�g desi�n qualification testing and the production quality
assurance �esting performance requirements described below shall not be labelec{,
advertised, or sold as conforming to this specification.
1.06 108SITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite clefiv�ry, the Contractor shaEl have successful{y completed ali submittal
requirements, and present €o the Owr�er/Engineer upon delivery af the equipment, an
appro�ed copy of aEl such submiteals. Delivery of incomplete constructed equipment, onsite
factory work, ar fai6ed factory iests will not be permitted.
C€ty of Fc�rt �lrart€t 1t e.rtside �1 cuer Tre�rfineni Plr��rf f3uckrq� Genc���rto�•s
Ci!#' 1'rujec! i1'iuxher: 1!)3-l11)
265000-4
LE� LfGHTING SYSTEM
Page 4 of 9
B. Prat�ct equipment during shipment, handlin�, and storage by suitable complete enclosures.
Protect equipment frorn exposure to the elements and keep ihoroughly dry.
C. Protect painted surfaces against impact, abrasian, discoloration, and other damage. Repaint
damaged paintec{ surfaces to the satisfaction af the Own�r/Engineer.
D. �quipment shall be installed in its permanent location shown on the Drawings within seven
(7) calendar days of arriving onsite. If the equipment canno� be instailed within seven (7)
calendar days, the equipment shall not �e delivered to �he site, bvt stored offsite, at the
Contractor's expense, until such time that the site is ready for permanent installation of the
�c{uipment,
E. 5hipping groups shall be designed ta be ship�ed by tr�ck, rail, vr ship. lndoor groups shall be
bolted to skids. Breakers and accessories shall be packaged and shipped separately.
1A7 WARRANTY
A. The rnanufacturer shall provide a warranty against lass af p�rformance and defects in
rnat�rials and workmanship for the Lumir�aires for a period of 5 years after acceptance af
the Luminaires, Warranty shal) cover all cort�ponents cnmprising tt�e luminaire, AIE warrar�ty
dncumer��ation shall be provided to customer priar to the first shipmer�t
B. The equipment sha(1 be warranted to be free From defects in workmanship, design, and
materials. If any part of the equipment should fail during the warranty period, it shall be
replaced and the unit(s) restored to service at no additional cast (including parts, lahor, and
tra�el expenses) to the Owner.
G The manufacturer's warranty period shall run cnncurrently with the Contractor's warranty
period. No exceptian to this provision shall be allowed.
2.0� PRODUCTS
2.Ci1 MATERIALS
A. Luminaires
1. Each luminaire shall consist nf an assembly that utilizes LEDs as the light source. in
addition, a complete luminaire shall cansist of a housing, LED array, and electronic
driver (power supply} and integral contrals as per this specification.
2. �ach luminaire shall be designed to operate at an a�erage operaiing ter�perature of
25°C.
3. The operating temperature range shali be 0°C to �25°C,
4. Each luminaire shal! rn�et all parameters of this specificatian throughout the minirnum
operational life when o�erated at the average operating temperature.
5. Nominal luminaire dimensions. Refer to light fixture sched�{e
B. Lurnina[re Conskructinn:
1. Luminaire hausing to have no visible welding, screws, springs, hoaks, rivets, har� LED's
or �lastic suppnrts.
Ci1y uf Furl Nur1h II'e.si.rlde I1'uter Treat�uera! Pla�rf L3uckup Ge�rerul�3r,r
CrlyPrvjcc'!e1'uutf3e�:• 1rr3�il0
26 56 00 - 5
I.�p L16H7ING SY57EM
Page 5 of 9
2. The luminaire shall be a single, self-cantained device, not requiring onsite assemb(y for
installation. The power supply and circuit board for the luminaire shall be integral to the
unit.
3. �uminaires shall be fabricated fram past painted cold rolled steel and shall be a rigid
structure with integral �-bar' clips.
4. Finish: Pnly�ster powder caat painted with 92% high-reflective paint after fabricatian.
5. Reflector: rugged one-piece cold ralled steel with embossed multi-facets, echaing the
frequency of the refractor prisms to distribute soft figMt at multtple angles, without
flashing thus reducing high luminance contrast.
6. End caps shalf be sloped at 70 degrees to create depth.
7. Luminaire to have smaoth transition between t-bar and reflector arch. l�a dnarframe ar
exposed hardware.
8. Polymeric materials (if used} of enclosures canta€ning either the power supply or
electronic camponents af the luminaire shall be made of UL94V0 flame retardant
rnaterials. L�rninaire lenses are exduded from this requirement.
9. Integral Grid Clips required on recessed mounted luminaires along with integral tie wire
mounting points.
1�. Lum[naire to ha�e air removal eapa�aility as specified.
11. The assembly and manufacturing process for the SSL luminaire shali be designed to
assure afl internal comportents are ad�quately supported to withstand mechanical
shocfc and vibration.
C. LED Saurces
1. LED's shalf be manufactured by, Nic�ia, 5arnsur�g or Osram.26 51 �.3 Interiar Lighting
Fixtures
2. Lumen output shall not decrease by more than 20%over the mir�imum aperationa[ life
of 50,000 hflurs.
3. Individual E.��ls shalk be connected such that a catastrophic lass or the failure af one �ED
will not result in the loss o� the entire luminaire.
4. LED Boards shafl be suitable far fiield maintenance or ser�ice from below the cei[ing with
plug-in conneetors. iED baards shall �e �pgradabl�.
5. Light Color/Quafity-
a. Correlated Color terr�perature (CCT) range as per specification, between 3500K,
410�K and 5000K shall be carrelatec� to chromaticity as defin�d by the absalute (X,Y]
coordinates on the 2-D CIE chromaticity chart.
b. The color renditian index (CRI) shalf be 80 or �reater.
c. Cofor shift over 6,000 htours shall be <0.407 change in u' v' as demonstrated tn fES
LM80 repor�.
a. Power Supp{y and Driver
City of f�art 1Vprth fi'e.ti7.sirle lYuter Trentnrenl Ylcrirt liuckrrp Ge�rerrrlm�s
C'i1�=1'�•ujeef A'z�iuh��� I03�1If)
zssono-s
LED LIGMTING SYSTEM
Page 6 of 9
Driver: AccuDrive, 120 — 277 volt, UL Listed, CSA Certified, So�nd Rated A�. Driver shall
be > 80% efficient at full load across all input voltages. Input wires shall be 18AWG solid
copper minimum.
Driver shall be suitable for full-range dimming. The luminaire shall be capable of
continuous dimming without perceiva�le flicker over a range of 100% to 5% of rated
lumen output with a smooth shut off functian. Dimming shall be contralled by a 0-10V
signal.
�. Dri�er shall be UL listed,
4. Maximum stand-by power shall be 1 Watt.
5. Driver disconnect shall he provided where required to comply with eodes.
6. The electronics/power supply enclosure shall k�e irtternal to the SSL luminaire and be
aceessible per UL requirements
7. T�e surge �ro�ection which resides within the driver shall protect the lurninaire from
damage and failure for transient voltages and currents as defined in ANS!/IEEE C64.41
2Q02 for iocatian Category A, where failure does not mean a momentary lass of light
during the transient event.
E. Electrical
1. Operation Voltage - The luminaire shall operafie frnm a 50 or 60 HZ ±3 HZ AC line over a
voltage rar�ging from 120 VAC to 277 VAC, The fluctuations of line voltage shall have no
visible effect an the luminous output. The standard operating voltages are 120 VAC, 277
VAC, 347 VAC.
2. Power �actor: The luminaire sha11 have a pawer factnr of 90% or greater at all stanc[ard
operating voltages and fulf luminaire ocatpu�.
3. THi�: Total harmonic distortion (current and voltage) incluced into an AC power line by a
luminaire s�all not exceed 20 perc�nt at any standard input �oltage.
4. Surge 5uppression: The luminaire shall include surge protection to withstand high
repetition noise and other interference.
5. RF Interference: The luminaire and assnciated onboard circuitry must meet Cfass A
emissian limits ref�rred in Federal Comrrtunicatior�s Comr�issian (FCC) Titfe 47, Subpart
B, Sectian 15 Non-Consumer requirerr�ents fnr EMI/RFI emissions.
6. Electrical connections between normal pawer and driver must be tnndular uti4izing a
snap fit connector. All electrical components rnust be �asily accessib(e after installation
and be replaceable without removing the fixture from the ceiling.
7. A�I electrical cornponen�s shail be RoHS carnpEiant.
Exit Sign: UL listed. Provide witi� automatic power failure device w[th integral self-testing
module and fully autornatic high/law trickle charger in a self-contained power pack. Battery
shall be seal�d electrolyte type; shall operate unattended; and require r�n maint�nance,
including no additional water, for a perind of not less than five years. L�D exit sign shall have
ernergency run tim� of 1-1/2 hours (minimum). The light emitting diodes shalf have rat�d
lamp life of 70,000 hours {minimurr�).
City of I�nrt 1Vurt€� fNe.slslde fYaier Trea��rae�rP PIon1 Cfockrip Geueralur.s
cir�� E�r�,je�•r �irtu�rf�e,�: 1n3�11r�
z�saoo-7
LEQ LIGHTING SYSTEM
Page 7 o€ 9
Product Type Watts/Fixture
Alf Exit Signs Fixtures 5 wat�s or less
G. Photometric Requirements
1. Luminaire performance shall be tested as described herein.
2. Luminaire performance shall be juc{ged against the specified rr�inimum illurr�inance in
the specified pattern �or a particular application.
3. Luminaire fighting performance shall be adjusted (depreciated) for the minimum life
expectancy (Section 2.2.5).
�. The performance shall be adjusted �depreciated) by using the l.�D manufacturer's data
ar the data frotr� the IESNA Standard TM-21 test report, which ever one results in a
higher fe�el of lumen depreciation.
5. The luminaire may be deterrr�ined to be compliant photomeirically, if:
a. The initial minirnum illuminance le�el is achie�ed in 100% of the area of the
specified [ighting pattern
b. The measurements shall be ealibrated ta standard photopic cali�ra�ians.
c. Add specific project requirements.
H. T�ermal Management
1. The thermal management tof the E�eat generated by the LEDs) shall E�e of sufficient
capaci�y ta assure pra�er operation of the luminaire o�er the expected useful life
(Sectian 1.2.9 cjj.
2. The LED manufacturer's maximum junction temperat€�re far tihe expected life [Section
1.2.9 c�) shalf not be exceeded at the a�erage operating ambieni (Seciion 1.2.4j.
3. The L�b manufacturer's maximum junction temperature for the catastrophic fai�ure
shall not be exceeded at the maximu� operating a�nbient (Section �.2.5}.
4. The luminaire shall ha�e an Ut IC rating.
5. The Driver manufacturer's maximum case temperature shall not be exceeded at the
maximum operating ambient. Thermal management shall be passi�e by design. The use
of fans or o�her rnechanical devices shall not be allowed.
Emergency Lighting Bat�ery Units
1. Emergency (ighting units shaEl be as specified in the "Lighting Fxture Schedule° shawn
on the Drawings.
2. Battery units shall be af the self-contained, fully automatic type with sealed lead acid
batteries, valt-meters.
3. tJnit enclosures shafl be corr�patible to their enviranment and units shall comp[y with
the requirements of NFPA 70 {NEC).
4. ft shall be the responsibility of the contractor to provide all necessary maunting
hardware.
Cit�° of�Port �t�orllt Ii e.clsicle dJ'ruer� 7i•e«lii�ent Plr���f L3�rckup Geuerutu�•s
Ci1�� 1'rajecl �I'rui�ber: 103�!]l)
zssaoo-s
LEb LIGHTfIVG SYSTEM
Page 8 of 9
5. 5hal! be factory insta(lec{ and provide a range of S00 to 1��D Irri of IigF�t for 90 mirtutes.
Output is based on the size and wattage af the luminaire.
6. Integraf ar remote test switch shail be provided as per specificatian.
J. �lexible �ixture Hangers
Flexible fixture hangers used in non-hazardous areas shall be type AR6 and flexible
fixture supparts used in hazardaus areas s�all he Type EFH as manufactured by the
Crnuse-Hinds Ca., similar by Appleton Electric Co; Killark a�ivision of H€�bbeli Inc.; or
equal.
2. Where required in 5ection 16000 —�L�CTRICAi GENERAL PRDVl510N5, al) pender�t-
mounted and recessed in suspended ceilings, recess�d lighting fixtures shall be �rovided
with four anti-sway supports to meet Type I[ seismic requirements.
3.00 �XECUTiOf�
3.01 I NSTALLATION
A. Each fixture shall be a completely fir�ished uni� with a!( com�onents, maunting and/or
hanging devices necessary, for �he proper installatinn af the particular fixture in its
designated location and shall be eom�letefy wired ready for connection to the branch circuit
wires at the autlet.
B. A]I flush mounted fixtures shall be supparted frorn ihe structure and sha(I not be dependent
on the hung ceilings far their support.
C. Fixtures noted to be installec[ flush in suspended ceilings shall be of mour�ting types suited
far the type ceiling ir�volved. It shalf be the responsibil9ty of the electrical contractor to
verify the ceiling types prior ta ordering fixtures.
Q. Fixture to E�e recessed mounted in suspended lay-in grid ceilin�, dry wall ar other ceilir�g
type up to 1%Z" thick. Contractor to verify exact ceiling type priar to ordering luminaires tn
insure compatibility with ceiling thickness. Provic{e ceiling adaptor as required to
accommodate ceiling thickness up to 2". Bottom of luminaire shall be flush with ceiiing.
E. Flexible fixture hangers shall I�e used for all pendant r�oun�ed fixtures. Fixtures 2-Ft long
and larger shall be supported with a minimum of twa fixt�re hangers.
F. Conduit run in areas with hung ceilings shall 6e instalied in the space above the hung ceiling
as dose to the structure as possible. Conduits shall be supported from the strueture.
G. Exterinr ligi�ting poles shaEl be mounted plumb.
H. Fixture locatians are shown on the Drawings in approximate Eocations; hawe�er �xac�
locations s�all be coardinated so as to avoid confiicts with HVAC ducts, equipment, and
other obstacles.
Where the Drawings state a particular mounting height, 9t sl�all imply that the bottorn of the
fixture shail be mounted at the stated mounting heigh� above the finished flaor, unless
specifically not�d otherwise.
J. �"he minimum mounting height for the bottarn of lights and �xit signs shall be 80 inches
above the finished floor in compliance with Americans with Disabilities Act (A�AJ.
Cily uf f orl li'nrtkt JPe.slside 1 f'r�lcr Ti•eulixc�rl Plurrt I3uckup Geuerulvrs
Cil�� 1'rvjecl A�rairahci�: 1l3.i�F!!I
265000-4
LED lIGH71NG 5YS7EM
Page 9 of 9
K. lnstall fixtures s�curely, in a neat and worlcmanlike manner, as specified in NECA 501.
L. Flangeless fixtures far recess mounting in drywall shafl be pro�ided with r-nuc[ ring and
plaster guard, instal{ per manufacturer's insirtactions.
M. Install all required hardware and mounting brackets to secure [uminaires to structure per
local coc�e requirements.
N. Bond lurninaires and metal accessories to branch circuit ec�uipment grounding conductor.
3.02 FI�LD QUALITY CONTRQL
A. Perform field inspectian, tes�ing, and adjusting in accordance with Sectian 014000.
B. Operate each luminaire after installation and connection. Inspect for irriproper connections
and aperatian.
C. Test and calibrate alf controls associated with lurninaires, i.e. integral photo cel{s and
occupancy sensars.
3.03 CLEANIiVG
A. Clean electrical parts to remove conducti�e and d�leterious materials.
e. Remo�e dir� and debris from I�ns enclasures
1. For cfeaning acrylic lenses or diffusers, use a feather duster or dry cotton eheeseclath to
rid the lens/diffuser of any minor dust. For fingerprints, 5iTllld�@5, nr o�her dirt present,
use a� amrr�onia-based cleaner (such as Windex} and wipe carefully with cotton
cheeseeloth [so as to a�oid ir�jury �rom any prismatic texture of the lens).
2. Jab site con�arnination may no� n�cessarily �e rernoved using the abave
recommendations. In that case the lens would need ta be repiaced.
C. Clean photometric control surfaces as recommendetf by rr�anufacturer.
D. Alf fixtures shall be left in a clean cnndition, free of dirt and defects, before acceptance by
the �ngineer.
END OF SEC7104�
Ci[)� oF Pnrt 1Vor€U It�E',5'I.P!(�C' Ii'u�er 1"reutnrenl Ylo�rt f3uckup Gerrerertnrs
C'ity� Prnject rVran�her: I�l.idlll
DIVISION 31
EARTHWORK
310513-1
SO[LS FDR EAR�HWORK
Page 1 of �
31 Q5 13 SOILS FOR EARTHWORK
1.Od GENERAL
1A1 WORK INCLUDED
A. This Section of the speci�ications describes the �arious classes ofi �arth Fil1. All af the classes
of �arth Fill contained in this speci�ication may nat be used an this praject. The cfasses of
Earth Fill used on this praject are shown on the drawings or specified in other sections of
Che speci�icatians. This 5eetion does not include speci�ications for placement and
compactian of �arth Fil{. Specifications for placement and compaction of Earth Fill are
included ir� ather sections of �he specificatians and/or shown on the drawings.
1.02 PRICE AND PAYMENT PROCEDI�R�S
A. Measurement and Payment
1. Measurement
a. This Itern is cansidered s�absidiary to the structure ar [�ems being plac�d.
2. Payment
a. The work perfarmed ar�d the rt�aterials furnished in aceordance with this Item are
subsidiary to the structure or Items being pfaced and no other compensa�ion will be
allawed.
1.03 STANDAR[75
A. Soi1 materials shall be classified into the appropriate class of Earth Fil! shown below
according �n ASTM D2�187 "Standard Classification af Soils for �ngineering Purpases (Unified
Sail Ciassifieation System)" or other appro�riate methods as designated �y the Engineer.
2.Q0 PRODIlCTS
2.p1 MATERIALS; CLASSIFlCATIONS
A. Class 1 Earth FiEI: Limited to clays and sandy clays cfassified as CH material with a iiquid lirr�it
greater than or equal to 50, a plasticity index greater than ar �qual to 25, and a m[nimum o�
b0 percent passing ihe �la. 2QQ sieve, which are free of organie rr�aterials.
B. Class 2 Earth Fill: Limfted to clays and sandy days classified as C� and CL materials with a
caefficient of permeability less than or equal to �..Q x 10�' cm/sec, a liquid limit greater than
or equa) to 30, a plasticity index greater �han or equal to 15, and rnore than 50 percen�
passing the Na. 200 sie�e, which are free of organic materials.
C. C[ass 3 Earth Fill: Consist af any materials classifiecl as CH, CL, SM, SP, SP-SM, SC, and GC,
which have a mir�im�m plasticity index ofi �l, which are firee of organie rnaterials.
D. Class 4 Earth Fill: Consist af materials which are classified as SP, SM, SC, Cl., ar dual
classifications thereof, which have a liquid [imit Eess than or equal to 35 and a plastieity
index of a mir�irnurr� of 4 and a maximum ofi �.5, which are free af arganic materials.
CITY OF FORT WORTH Westside V1�ater Treatn�ent Plant Backup Generators
CITY PRDJECT NIfMBER: 103410
3iU513-2
SOILS �OR EAft7HWC7RK
Page 2 0# 2
Ciass 5 Earth Fill: Consist of materials classified as SP or SA-SM which have a plasticity index
less than or equal to 4 and a maximum of 12 percent passing the I�o. 200 siev�, which ar�
iree of organic rr�aterials.
Class 12 Earth Fili: Consist af soifs suitable for tn�soil which are relatively free of stones or
other objectionable debris, which have sufficient humus content to readily support
�egetati�e grawth, The suitability of soils for tapsoil shafl be subject to the approval of the
Engineer.
3.QQ �X�CUTION (NOT APPLiCABLE)
�ND OF SECTION
CITY OF FORT WORTFi Westside Water Treatment Plant Bnckup Generators
CITY PROIEC7 NUMBER: 103410
310516-1
AGGflEGATES F€7R EARTHWOiiK
Pd�� � 6f 7
310515 AGGREGATES FOfi EARTHWORK
1.40 GENEItAL
1.01 WORK INCLilDED
A. This Section of the specifications describes the various classes of Aggregate Fil[. All of tl�e classes of
Ag�rega�e Fil] contained in this specificaiion may not be used on this project. T�e classes of Aggregate Fil)
used an t�is project are shown on the drav�rings or speeified in other section5 af the specifications. This
Section daes not include installatian. lnstallation of Aggregate Fill is included in other sections af the
specificatior�s and/or on the drawings.
1.(}2 PRICE AN6 PAYMENT PROCE6URES
A. Measurerrient and Payment
1. Measurement
a. This Item is cansidered subsidiary to the str�cture or I�ems being pfaced.
2. Paymeni
a. The work performed and the maEerials furnished in accordance with this [tem are subsidiary to
tE�e structure or Items being placed and na ather compensation will be allowed.
1.03 QURLITY ASSURANCE
A. ClaSsification �esting:
1. Cor�tractor TeSting:
a. Arrange and pay �or the services of an independer�t testing laboratory to sample and test
proposed Aggregate Fill materials.
b. Submit the test results to the Engineer and obtain appravaE prior io praviding Aggregate Fill.
2. Owner Testing: The �wner shafl arrange and pay for additional testing on the Aggregate Fill a€ier
deiivery ta the project site as determined necessary by the Engineer,
S. Contamination Certification:
1. Obtain a written, notarized certificaEion fror� ihe 5upplier of eac1� proposed Aggregate Fill source
stating that to the best of the S�ppfier'S knowkedge and belief there has never been cantamination of
khe source with hazardous or toxic materials.
2. Submit khese certificacivr�s ta the Er�gineer prior to proceeding to furnish Aggregate Fill ta the site.
The lack of such certificatio� on a patentiaf Aggregate Fill source shall be cause for rejectio� of that
source.
1.04 57A[�DARDS
A, Aggregate F(II shall be classified into the approp�iate class listed below according to ASTM testing
procedures as specified for the various classes.
CI7Y pF FORT W�RTH l�Jeslside Water Treafinent Plont 8ackup Gene�ators
CI7Y PRQIEC7 NUMBER: Ifl3410
31051b-2
AGGREGATES FOR EARTHWORK
Page 2 of 7
1. American Society for Testing and Materials {ASTM) Standards:
ASTM C33 S�ecification far Cor�cret� Aggregates
ASTM C88 Test Method for Soundness of Aggregates by Use of Sodiurri Sulfate or
Magnesium sulfate
ASTM C125 Terminology Relating to Concrete and Concrete Aggregates
ASTM C131 Test Method for Resistance �o Degradation af Small-Size Coarse Aggregate by
Abrasian and [mpact ir� the Los Angeles Machine
ASTM C535 Test Method €or Rasistanc� to Degradation of Lar�e-5ize Coarse Aggregate by
A�rasian and [mpact i� the Los Angeles Machine
ASTM D448 Ciassification for 5izes of Aggregaie for Raad and Bridge Construction
2,00 PRODUCI"S
ZA1 MATERIALS; CLASSIFICA710NS
A. Class 1 Aggregate Fill; Consist of durab#e particles of crushed stone free of silt, clay, or other unsuitable
materials and have a percentage of wear of not more than 40 pereent w�en tested ir� accordance with
ASTM C131 or C535, When material is subjected #o five cycles af the sodium sulfate soundness test in
accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12
percent. The source of the material shall be approved by the Engineer and meet the follawing gradation
in accordance with ASTM D448, size num�er 57;
Sieve Size Square
Opening ��rcent Passing
�.-�.�2" ].Ofl
1" J5-100
1/2" 25-5Q
No. A �-10
No. 8 0-5
Class 2 Aggregate Fill: Consist nf durabfe particles of crushed stone free of silt, clay, �r other unsuitable
materials and have a percentage of wear of not mare than 40 percent when tested in accordance with
ASTM C131 or C535, When material is subjeeted to five cyc[es nt the sodiu€n sul#ate soundr�ess test in
accordance with ASiM C88, Sodium Sulfate Sof�tion, ihe weighted perce�tage of loss shall nat exceed 12
percenE. The source of the �nateriaf shall be approved by the Engineer and meei the tollow'tng gradation
in accordance uvith ASTM D4A8, size number 57:
Sieve Siie 5quare Rercent Passing
Opening
1" 100
3/4" 90-100
3�8" 20-55
No. 4 0-10
CITY OF FORT WORTH Westside Water Trea[ment Alant Bockup Generators
CiTY P€�OIECT NLIMBER: 103410
310516-3
AGGREGA7E5 FOR EAR7HWQRK
Page 3 of 7
No. 8 0-5
C. Class 3 Aggregate Fill: Consist of durable particles of crushed stone free of silt, day, or otE�er unsuitable
materials and have a percentage af wear of �ot more than 4� percent when tested in accordance with
A57M C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in
accordance with ASTM C88, Sodium Sulfate 5olution, the weighted percentage of loss shall no# exceed 12
percent. The source of the material shall be approved by the �ngineer and meet the following gradation
in accordance with ASTM D448, size r�umber 7:
Sieve Size 5quare `
` Open6ng Percent Passing
3/4" 100
1/2° 90-100
3/8" 44-70
No, 4 0-15
N o. 8 Q-5
D. Class 4 Aggregate �ill: Consist of durab[e partic[es of crushed s�one free of silt, clay, or other unsuitable
materials and have a percentage of wear of not more than 4Q percent when tested in accordance with
ASTM C131 or C535. W�en material is subjected to five cydes of the sodium su[fate soundness test in
accordance with ASTM C88, 5odium Sulfaie Salutian, the weighted percentage of loss shall not exceed 12
percent. ihe saurce af the material shall be approved by the Engineer and meet the following gradatinn
in accordance with ASTM D448, size number 467:
5ieve Size Square p�rcertt Passing '
Opening _ _
2" 1Q0
i-1/2" 95-100
�/4" 35-7�
3/8" 10-30
No. 4 0-5
E. Class 5 Aggregate Fi4I: Consist of durable particles of crushed stone free of silt, elay, or other unsuitable
materials and have a percentage of wear of not more thar� 40 percent when tested in accordance with
ASTM C13�. or C535. When rr�aterial is subjected to five cycles of the sodium suifate soundness test in
accordance with ASTM C88, Sodium Sulfate Solution, che weighted percentage of loss shall not exceed 12
percent, The source of the material shall be approved by the �ngineer and meet the following gradation
in accordance with ASTM D448, size number 357:
Sieve Size Square ' '
Opening Percent Pass9ng '
2-1/2" 100
2" 95-100
CITY flF FORT WORTH Westside Woter Treatment Alant Flockup Generators
G1Y PROJECT NUNiBER: 1(53410
310516-Q
AGGREGATES FOR EARTHWOAK
Page 4 of 7
1" 35-70
1/2" 10-30
f�o. 4 0-5
Class 6 Aggregate �iii: Consist of durable particles of crushed stor�e free of silt, clay, or other unsuitable
materials and have a percentage of wear of not more thar� 40 percent when tested in accnrdance with
ASiM C131 or C535. When materiai is subjeeked to five cydes of the sodium sulfate soundness iest in
accordance with ASTM C88, 5adium Sulfate Solution, the weighted percentage ofi loss shall not exceed 12
percent. The saurce of the material shall be approved by the Engineer and meei the fallowing gradation
in accordance witf� ASTM D448, size nurr�ber 1:
5ieve Size Square p�rcent Passing
Opening
4" 100
3-�/2° 9Q-10d
2-1/2" Z5-60
1-1�2° 0-J.5
3�4" 0-5
G. Class 7 Aggregate Fifl: Consist of durable particles of cru5�ed stnne free of silt, clay, or other ur�suitable
materials and shall have a percentage of wear of not more than 40 percent when tested i� accordance
with ASTM C131 or C535. Wt�en material is subjected to five cycles of t)�e sndium sulfate soundness test
in accnrdance with ASTM C88, Sodium Su!#ate Salution, the weigh#ed percentage of loss shall not exceed
12 �ercer�t. 1'he source of the material shall be appro�ed by the Engineer and meet the following
gradation in accordance with ASTM �448, size number 6:
5ieve 5ize Square
Percent Passing
Opening
1" ].00
3/4" 90-100
1/2" 2D-55
3/8" 0-15
No. 4 0-5
H, Class 8 Aggregate Fill: Cansist of durable particles af crushed stone free af silk, clay, or other unsuiEable
materials and shal! have a percentage of wear af not more than 40 percent when tested in accordance
with ASTM C131 or C535. When material is subjected to five cycle5 of the sodium sulfate soundness test
in accordance with ASTM C88, Sodiurn Sukfate Solution, ti�e weighted percentage of loss sha[f not exceed
12 percent. The source o€ the material shall be approved by the Engitteer and meet th� following
gradatinn in accnrdance with ASTM DA�8, size number 56:
Sieve S(ze Square
Opening ��rcent Passing
CtTY OF FORT WORTH Wesiside Wpter Treatroent Ptant 8ackup Genera[ors
C[TY PRDIECT NUMBER: i03410
3105 i6 - 5
AGGREGATES FOR EARTHWORK
Page 5 of 7
�-�/z�� 1ao
1" 9�-10p
3/4" 40-$5
1/2" 10-4Q
3/8" 0-15
Na, 4 �-5
I. Class 9 Ag�regate �ill:
Consis# of washed and screened gravel and natural sands or sands manufactured by crushing stones
complying with the requirements of ASTM C33, except that the gradation shall be as follows:
Sieve Size Square percent Passing
Opening _ _ _
1/2" 90D
3/S" 95-100
No. 4 8(]-95
Na. 8 65-85
No. 16 50-75
No, 3p 25-60
No. 50 10-30
No. 1DQ 0-10
2. Class 9 Aggregate Fil) shalf f�ave not more tE�an 45 percent passing any sieve and reta'tned on the next
cansecutive sieve of thase shpwn above, and its fineness mod�lus, as defined in ASTM C125, shall be
not less #han 2.3 �or more than 3.1.
!. Class 1D Aggregate Fill:
1. ConsiSt of washed and screened natura� sands or sands manufactured by crushing stones complying
with the requirements and tests of ASTM C33. The gradation as included in ASTM C33 is as follows:
Sieve Size Square . percent Passing :
Opening
3/8" 10�
Na. � 95-100
No. 8 80-100
No. 16 50-85
No. 3� 25-60
No. 5� 10-30
No, 100 0-10
CfTY OF FQRT WORTH Westside Water ireatment Pfant Backup Generators
CITY PROIEtT NUMBER: 103410
31 t15 16 - 6
AGGREGATES FDR EARTHWORK
Page 6 of 7
2. Class 10 Aggregate Fil) shall have not more than 45 pereent passing any sie�e and retained on ti�e
next consecutive sie�e of those shown above, a�d its fineness madulus, as defined in ASTM C125,
sha11 be not €ess than Z.3 r�or more than 3.1.
K. Class 1� Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable
material and have a percentage of wear of not more than 40 percent when tested in accordance with
ASTM C13�. or C535. When material is subjected to five cycles af th� sodiurn sulfate soundness test in
accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of lass shali not exceed 12
percent, Tl�e souree of the material s�all be appraved by the Engineer and meek the following gradation:
Sieve 59z� Square
Opening Percent Pass9ng:
�.-3/4" 100
7/8" 65-90
3/8" 50-70
No. � 35-55
No. 40 15-30
No. 100 0-12 (Wet Sieve Methodj
L. Class 12 Aggregate Fill: Consist af durable pariicles of crushed stone free of silt, clay, or other un5uitable
material and have a perceniage of wear of not more than 40 percent when tested in accordance with
ASTM C131 or C535. When ma#erial is subjected ta fi�e cycles of the sodium sulfate 5oundness test in
aceordance with ASTM C88, Sadium 5ulfate Solution, the weighted percentag� of loss shal) not exceed 12
percent. Tl�e source of the material sha116e a�proved by the Engineer a�d meet the follawing gradation:
5ieve Size 5quare
a�����g . Psrcent Passing
1-1/2" 100
1" 85-10p
3/4" 60-95
3/8" 50-80
Na. 4 40-65
No. 16 2D-4�
No. 100 0-12 (Wet Sieve Methadj
M. Class 13 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable
material and have a percentage of wear of not more t�an 40 percent when tested in accordance with
ASTM C13�. or CS35, When material is subjected to fiv� cycles of il�e sodium sulfate soundness test in
accordance with ASTM C88, Sodium Suifate Solution, the weighted percentage o# koss shall not exceed � 2
percent. T�e source of the material sha(I be approved by the Engineer and shall m�et the following
gradation;
Sieve 5ize 5quare
Opening Percent Fassing
QTY OF FORT WORTH WesYside Water Treatment Pfant t3aekup Gene�afors
CITY PROJECT NUMBER: 1U3410
310516-7
AGGREGA7ES FQR EAR7HWORK
Page 7 of 7
1-3/4" 1�(i
7/8° 65-90
3/8" 50-70
No. 4 35-55
No. 40 15-30
Na. �00 a-3 (Wec Sieve Method)
Class �4 Aggregate Fill: Consist of durable �articles of erushed stone free of si6t, clay, ar other unsuitable
materiaf and have a percentage of wear of �ot mare than 4� perce€�t when tested in accordance with
ASTM C131 or C535. When rnaterial is subjected ta five cycles of the sodi�m sulfaie sourtdness test in
accnrdance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exeeed 12
�ercent. The souree of the material s�all be approved by the Engineer and meet the foilowing gradation:
5ieve Size S�uare ' percent Passing
Opening
1-1/2" 100
1" 85-100
3/�" 60-95
3/8" 50-80
No. 4 40-65
�10.16 20-40
f�o. 100 �-3 (WetSieve Method)
Q. Class 15 Aggregate Fill: Consist of durable partieles af silica sand, washed clean, chemically inert, and
packaged by t}�e Supplier. The material shal! r�eet applicable regufatory requirements for monitar we11
fi{ter pacic. The source of the material shall be approved by the Engineer and shall meet the fnllnwing
gradation requirements:
Sieve Size Square `
�pening Peresnt Passing
No. 20 9&100
f�o. 40 Q-�
3.00 �X�CUTIQiV (NQT APPLICABLE)
Ef�ti 0� SECTIOt�
C[TY OF FDftT WORTH Wes[side Water rreatme+�t PlanF Backup Generpdors
CITY PROJECT NUMBER: 103420
31 11 Op - I
CLEAI2ING AN6 GFiUBB(NG
Page 1 of 3
31 1�. 00 CLEARING AND GRUBB�NG
1AU GEN�RAI.
1.01 WORK INCi.UDEQ
A. Provid� labar, materials, equipmer�t and incidentals necessary to perforrn operatinns in
connection with clearing, grui�bing, and disposal of cleared and grubbed materials.
1.(}2 PRICE AND PAYMENi' PROCE[�URfS
A. Measurerr�ent and Payment
1. Measurement
a. This Item is considered subsidiary ta the item "Clearing and Gr�bbing".
2. Payment
a. The work perfnrmecf and the materials fumished in accardance with this liern are
subsidiary to the item "Clearing and Grubbing" and r�o other comp�nsation will be
allowed.
1,03 QUAI.iTY ASSURANCE; DEFINITEONS
A. Clearing: Clearing is defined as the rernoval of trees, shrubs, bushes, and other organic
matter at or above origina) ground level.
B. Grubbing: Grubbing is defined as the removal of stumps, raats, boards, logs, and ather
organic matter found at or below ground le�el.
2.OD PR�Di1CT5 {NOT APPLICABL�j
3.00 EXECUiION
3.01 PREPARA710iV
A. Mark areas to be cleared and grubbed prior to commencing clearing aperations. The
Owner's Represen�ative shall appro�e� ciearing and grubbing limits prior to commencerr3ent
of clearing operations.
B. Trees and shrubs outside af the clearing limits, which are within 10 feet of the clearing limiks,
shal[ be clearly rnarked to avoid damage during clearing and grubbing aperations.
C. Remove trees and brush autside the clearing limits, but within Ehe immediate vicinity of the
wark, upon receipt of appra�al by the Owner's Representative, when th� trees or brush
interfere with the prngress af canstructian operatians.
D. Clear(y mark trees and shrubs within the clearing fimits, which are to remain, and protect the
trees and shrubs fram damage during the elearing and grubbing operatians.
E. The clearing lirnits shafl nat extend beyond the praject limits.
3.02 IfVSTAi.LATiON
CI"1'1' OI� I�Oft"f �VOK"1'l [ J�'esl,side lPuler Ti�euluren! Plr�iu 13uckr�p Geuerulnrs�
CI'I'Y 1'Iit),If:C"C NU�iBER: [[i3410
311100-2
CLEARING AND GRUBBING
Page 2 of 3
A. Glearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees
and other v�geta�ian, �ogether with the down tirr�ber, snags, brush, rubbish, fences, and
debris occurring within the area to be cleared.
B. Grubbing:
1. Grubbing shall consist of the removal and disposa[ af stumps anci roots larger than �.
inch ir� diameter.
Z. Extend grubbing to the depth indicated below: In the case af multiple construction
items, the greater depth shall apply.
a. Footings: � 8 inches belaw the k�ottom of the foating.
b. Walks: 12 inches below the bottom of the walk.
c. Roads and Taxiways: 18 inches below the battam of #he subgrade.
d. Parking Areas: 12 inches below the bottom of the sul�grade.
e. Embankrr�ents: 2�4 inches below existing ground.
f. Concrete Struciures: 18 'tnches below the bottom of the concrete.
3.03 FI�LD QUALiTY CONTROL
A. Cor�plete[y remove timber, logs, roots, brush, rotten wonci, and other ref€�se fram the
Owner's property. Qisposal of materials in streams shall not be perm9tted and no materials
shall be piled in stream channefs or in areas where it might be washed away by ffoods.
Timber within the area ta be cleared shafl taecome the property of the Contractor, and the
Cantraetar may cut, trim, hew, saw, or otherwise dress fefled timE�er within tt�e Eimits af the
Owne�'s praperty, provided timber and waste material is disposed af in a satisfactory
rnanner. Materials shall be removed from the site daily, unless permissian is granted by the
Engineer to store the materials for {onger periods.
END OF SECTION
CCC�Y (H� FOA'[' 11'ORTEI 1f'cslsi�lc lf4ilcr TreralnlerU Pluir� I3crckup Gei�errilnrs
CC['l' PRO,fI?C f� NU�[I3tiR: 103d1Q
311100-3
CLEARING AN� GRU881NG
Page 3 of 3
APPENDIX A
A1.0� MEASUREMENT AND PAYMENT
A1.01 MEASUREMENT
A. Measurerr�ent is not required.
A1.02 PAYMENT
A, Payment for t�e wark sp�cified wi11 be made at the lump surr-t price bid for "C[earing and
Grubbing", which payment shak! constitute ful! compensatinn for labar, equiprr�ent, taals,
and incidentals necessary tn corr��lete the specified worlc, including refilling of depressions .
No payment wilf be rriade for clearing ancf grubbing in the barrow or waste disposal areas,
and all costs thereof shall be included in the appropriate bid price of the type of work
invalved.
B. The amaunt bid for "Clearing and Grubbing" shall not exceed 0,2 perceni of the �ota[
amount bid, exclusive of "Mobilization" and "Clearing and Grubbing."
El�� �F APPENDIX A
Cl'I'Y �� fORT 11'ORTE-! JI'es7si�le !t alcr Tr•eufr�ic�iu 1'T«n113crcktrp Generulor,s
Cl'i'Y F'IZO.IP.CT NUMF3iR: 103d10
312310-1
STRUCTURAL EXCAVATION AN6IIACKFiLL
Page 1 of 6
31 23 10 STRUCTURAI. EXCAVAT�ON AND BACKFII.�,
1.00 GENERAL
1.01 SUMMARY
A. This Section specifies exca�ation, backfil! materials, €�ackfill placement and compaction
procedures, and oth�r construction activiiies incidental to project structures.
1.p2 PRICE AND PAYMEN�' PROCEDURES
A. Measurement and Payment
�.. Measurement
a. This item is considered subsidiary to the struc�ure or Items being placed.
2. Payment
a. The work performed and the materiais furnished in accordance with t�is iiem are
subsidiary to the structure or Items heing placed and no other corr�pensation will be
allowed.
1.Q3 QUALIFICAT[ON ASSURANC�
A. Testing Agency: An independent testing agency t�at is AASHTO accredited.
1A4 SUBMITTALS
A. 5ubmittals shall be in accordance with 5ection 01 33 0{7 "Dncument Management" and shall
include:
1. Qualification Data: For testing agency.
2. Provide list af compactian equ€pment to be used.
3. Backfil( material classifications: For each soil or aggregate backfiil material pravide a
certificatiar� by the testing agency.
4. Compaction iest Results: 5ubmit test results within 24 hnurs of successf�al testing.
1.a5 STANDARDS
A. Material classification, placing, and testing shall be in cornpfiance with the Iatest revisions of
the fallowing standards, unless otherwise noted in th� Cnn�ract Docurnents.
1. ASTM International {ASTMj Standards:
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of
Sni[ Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3j)
ASTM D1556 Standard Tesi Method for Qensity and Unit Weight of Soil in Place by
Sand-Cone Method
ASTM D2487 Standard Practice far Classificatian of SoiEs for Engineering Purposes
�Unified Soil Classification Systerr�j
ASTM D�253 $tandard Test Methods for Maximum index Density and Unit Weight
of 5nils Using a Vibratory Table
CI7Y q� �ORi W032iH Westside Water Treatment Plant 8arkup Generators
CITY PROJECT NISMSER: 103A10
312310-2
STRUCTURAL EXCAVATiON AND E3ACKFILL
Page 2 of 6
ASTM D69�8 Standard Test Methods far In-Place Density and Water Canter�t of
5oil and Soil-A��re�ate bv i�uclear Methnds [Shallow De�th1
B. Any other testing required by these specifications and not specifically referenced to a
s'�andard shali be performed under ASTM or other appropriate star�dards as designated by
Ehe Engineer.
1.Ob [}ELIVERY ANI] STORAGE
A. Deposit material to be used for bacicfill in storage piles at points convenient �or handiing of
�he material cfuring the backfilling aperatians and as required to prevent cantaminatian with
other materials.
1.{37 JOB CONDITIONS
A. Review subsurface in�estigations. A limited subsurface investigation has �een performed by
[spetify gentechnical engineering firm name�. Boring logs frarn that investigation are
a�ailable at the �ngineer's office far inforrnatipn purposes only. The precise profil� of sail
and rock strata beneath this Site is not known.
B. Review the Site and deterrnine the canditions which may affect the structural excavatior�,
pr€or to the commencement of the excavation.
2A0 PRODUCiS
2.01 BACKFILL MAT�RiAI.S
A. Str€�ctural Fill Backfill: Structural fill shali be flexib[e base in accordance with TxDOT 2�14
Standard 5�ecifications, Item 247, Grade 1 or 2, Type A.
B. Clay Cap: Clay cap outside of structures s�all be exca�ated onsite fat clays that are free of
organic rnaterials and particles larger than 3° in diameter.
C. Mud 51ab: Lean concrete in accardance with 5ection 03 30 00 "Cast-In-Place Concrete."
2.02 COMPACTiOIV �QUIPMENT
A. Compaetion equipment shal! conform to the folEowing requirerrlents.
�.. Heavy Compaction Equipment:
a. Tarr�ping Compactor: Steei wheels with rectangular face, tapered pads that prevent
fluffing the soil. Compactor shall be equipped with cleaning fingers ta rerno�e soii
accumufation from between pads.
1}. Dperating Weight, Minimum: 30,�00 paunds.
2). Wheels or Qrum 5ize, Minimum: 4 feet diameter.
3). TraveE 5peed, Maximum: �0 mph.
b. Pneumatic Rollers: Minimum eight-tire, pneumatic roller with a rrtodular i�allast
system and ffexible operating weight, and which will equally distrib�te load
between tires to provide cornpaction unifarmity.
CI7Y OF ��RT WORTH Westside Water Treatment Afant f3ackup Generators
C1TY PROJECT f�L�M�ER: 103410
312310-3
STRUCT€iiZAL EXCAVATIOiV ANd BACKFILL
page 3 of 6
1). �perating Weight Range: As required for specified eompaction, 36,000 to
50,000 pounds.
2). Tire Pressure Range: 80 psi to 100 psi.
3). Travel Speed, Maxi�nurr�: �.0 mph.
4). Distar�ce Between Edges of Adjacent Tires: �ess than 5� percent of tire width.
e. Vibratory Ftollers: Smooth drum raller with 90 percent of the static weig�t
transmitted through a single drum.
1). Static Weight, Minimurn: 2Q,OQ0 pounds
2}. Centrifugal Force Per Drurr�, Minimum: 40,000 pounds
3�. Frequency: 1400 �/min
4). [7rum Size: Diameter 5 feet, +/-1 foot; width between 6 and 9 feet.
5j. Trav�l 5peed: 5 mph for self-�ropelled; 2 mph for towed.
6J. No backing up of tihe vibratory ralfer will be allawed an an embankment unless
the vibrating mechanism is capable of being reversed.
2. �tand-Directed Compaction Equipment: EJse power tampers and vibratory pfate
compactors in areas where it is impracticable or unacceptable to use heavy corr�paction
equipment.
3.00 �XECUTION
3.01 PR�PARATION
A. Clear and grub the area to be excavated prior to the start of exca�ation in accordance with
Section 31 11 DO "Clearing ar�d Grubbing [Civi!]."
3.p2 EXCAVATIO{V FO€t �OIJNDATIONS
A. General: Excavate subgrade to the c[epth indieated on E7rawings, +J- 0,1 feet talerance
Extend limits af t1�e exeavation I�eyand the perimeter of the faundations
1. Exposec( subgrade surfaces shall be levef and of sound, stable material; free of mud,
frost, snaw, or ice. Testing agency or Owner's r�presentati�e shall confirm exposed
sul�grade is a suitabEe bearing material based on the Construction Documents.
2. Proof roll the exposed sui�grade in accordance with TxDOT It�m 216. [}o not proaf roll
wet or saturated subgrades.
3. Where unsounc{ or unstable material is unco�ered, notify Owner's representative
Remove ahjectionable material and replace after approval is received from Owner's
representative. Replacement material shall be as indicated here unless otherwise
indicated on Drawings:
a. Rock subgrade replacement material: FlowaE�fe fill.
b. Soil subgrade replacement material: Com�acted str€�ctura{ fill
CITY OF F�RT W�RTH Wes[side Water Treatment Plant 8nckup Generatars
CITY PRQJEC7 f�[�MBER: 10341Q
312310-4
STRi1CTl1RAE EXCAVA710N ANCl BACK�lI l.
Page 4 of b
B. Mud 51ab: Where indieated, install mud slab on exposed foundation subgrade surface
within 8 hours of subgrade exposure. Confirm subgrade is free af loose, unsound, and/or
deleterious material before placement of mud slab,
C. When the material encauntered at foating bearing elevation is found to be pariially rack or
incompressible rnaterial, I�ut atherwise satisfactory for the foundation, remave the
incompressible material to a dept� of 6 inches belaw tt�e footing gra�e and 12 inches on
each side and backfi(1 with compacted select fill.
D. �xcavation Safety: Al[ exca�ations shall be in accnrcfance with OSHA requirements.
3A3 WATER IN FOUNDATION EXCAVATIONS
A. Genera(:
1. Prevent water infiltratian into foundation excavations. Remave standing water from
excavation prior to pladng concrete. lf removal of standing waier is not possi�le due tn
continuaus water infiltratian, then contact Owner's representative for additionai
direction regarding placing concrete underwater.
Z. Do not dewater a foundation exca�atior� while placing concrete or far a period of at
least 24 hours after concrete placernent.
Rack Foundation 5ubgrade: If rack material becomes weathered due to water infiltration,
then remove weathered material and provide rock re�lacert�ent material tn restore
faundatior� su�gracfe elevation.
C. 5oi( Foundation Subgrade: If foundation subgrade becomes saturated da not disturb the
subgrade. Wait fo� water to evacuate the subgrade and subgrade surface to adec�uately
stiffen prior to plaeing concrete. lf subgrade is disturbed, then wait until subgrade �as dried
out, exca�ate disturbed subgrade and provide replac�ment materEal as indicated above.
3.04 COMPACTED BACKFII.I�
A. General: Backfill excavated spaces and areas not occupied by the permanent structure.
1. Sackfill behind a retaining wall ar baserr�ent-type wall sF�all not be placed until the
conerete has reached its 28-day compressi�e strength or 7 days, whichever is longer.
z. ilnless otherwise indica�ed on Drawings, s�ruct�res with a top slab shall not backfilled
until the top slat� has been in place at least 4 days.
3. Structures with soil on o�posing (oppasite) sides shall be backfilled to pre�ent uneven
loading of the structure — e�ertly raise backfill an apposing sides of the structure. The
maximurr� differential backfill height between opposing sides is 1 foat.
4. Do not permit roilers to aperate within 3 feet of structures.
5. Maximum Lnose Lift Height:
a. Hea�y Compactian Equipment: 8 inches.
b. t�and-Directed Compactian Equipment: 4 inches.
6. Previous Compacted Layer: if backfil! placemer�t occurs over a period of iime greater
than 24 hours, then scarify and recompact the pre�inus day's final compacted layer.
CiTY 4F fORT WORTH Wesiside Water T�eatment Plant 8ackup Generntors
CiTY PROJEC71VUM8Eft: 3a34J0
3�z3aa-s
SiR3JCTURAL EXCAVATION AND BACKFILL
Page S af 6
a. Scarify and Reeompact: 6-inch depth; adjust the moisture content; recompact.
b. Saturatec{ subgrades shail not be worked on until suffieien�ly dry and harden sn as
not to be r�tted with eampaction equipment. Scarify and recompact layers
damaged by weather or construction equipment.
Moisrure: Prior ta cnrripacting l�ackfil{, mix and aerate ar water the loose iift backfill
material as necessary ta adjust the moisture content and evenly distribute throughout. The
material shall eontain rnoistur� within �he limits specified �elow.
1. In accardance with ASiM D6938, c[etermine the optirr�um rt�oisture content far the
maximum dry density.
Backfill moisture content shall be as indicated in Table 1, "Co�rrpacted Fiil."
3. Aggr�gate filL• Cample#ely enhesionless materials, shafl be at a rnoisture content which
will allow use of the specified compaction equipment and consis�ent ac�ievement of the
specified density.
C. Corr�pactian: As required to achieve the specified density, ir�crease the number of passes
above the rt�inimum specified and/or modify the weigf�t of the equipment.
1. Deterrnine the maximum dry density in accordance with ASTM D698 for cohesiv� s�iis
anc� ASTM D4253 for cohesionEess soils.
2. Minimum num6er of passes for all compacted fill types: 8.
3. Cohesive Soils: A tamping compactor or tamping cornpactor fallowed by a pneumatic
roller shall be used.
4. Cahesionless or low cohesive soils: A �i€�ra�ory ro{ler or �ibratory plate compactors shall
be rec�uired if �he materia] is cohesinnless or with less than 15 percen� passing the No.
Z00 sie�e. Confirm a�plicability af �ibratory compaction equipment in the field.
5. Overlap passes a rninirnum of 1 feet for hea�y compaction equipment and 50 percent of
the baseplate width for hand-directed equipment.
6. Backfill density shall �e as indicated in Table �, "Ca�npacted �ill."
Table 1: Compacted Fill _
` I Z Moisture `
BacEcfifl Type �ensity 3 4 Comments
Content ,
O►z-Site Clays 95% -0% ta +5% NIA
Gerler�l Fill 9S% -I% ta -+-3°/a N/A
Structural Fill 95% -1 °/o ta -+-2°/a N/A
1 The perceniage inc{icated is the rr�inimum required percentage of the maximum dry
density as de�ermined E�y the applicable ASTM.
z Below Vehicular Pauement: Scarify to a depth af S, ►noisture condition, and recam�act
to not less than 100 percent of the rnaximum dry density.
3 Range indicated is the acceptabfe talerance with respect to the optimum rnoisture
content.
q Completely cohesionless materials, sha(I be at a rr�oisture content which will al[ow use
of the specified cornpaction equipment and resu[t in consistent achievement of the
specified density.
CITY OF FORT WORTH Westside Water Treatmen[ Plant 8ackup Generatars
CITY pROJECT NtJMBER: 103410
312310-fi
STRUCTURAL EXCAVATIOfV AND BACKFILL
Aage 5 of 6
�A5 FIELD QUALITY CONiROL
A. Contractor is responsible for the casts invalved in providing an a�proved t�sting agency to
per�nrm quality control testing of backfill operations and verificatian of subgrade bearing
material. T�e tes�ing laboratary shall make tests of in-place density and moisture in
accordance with ASTM S�andards previously mentianed in this Section. ihe testing agency
shall rnonitor backfill operations continuaus6y or at iniervals acceptable to the Owr�er's
representative. It shall be the responsibili�y af the Contractor to notify the testing agency a
minimum of two business days t�efore backfill operations begin.
In-place density tesis shal) be canducted at a rate acceptable to the Owner's resident
representative.
END OF SECTION
CITY OF FORT WORTH Westside Water Treatment Pfant f�ackup Generators
CITY PEiOiECT f3€�iVl[3ER: 103410
3i2333.14-1
TR�NCH SAFEIY
Page 1 of 1
31 23 33.�4 7R�NCH 5AFETY
Z.OQ G�NERAL
1.0� WC)RK If�CLU[}�D
A. T�is specfficatian consists of tf�e basic requirements which the Contractor must comply with
in order to pro�ide for the safety and health of workers in a trench. This specification is for
the purpase of pra�iding minirnum performance specifications, and the Co�tractar shall
develop, design, and implement the trench safety system. The Contractor shall bear the
so[e responsibility for the adequacy of the trench safety system and providing "a safe piace
to wark" far the workman.
B. Should the trer�ch safety protection system require w€der trenches than specified
e[sewh�re, the Cantractor shall b� responsible for the ctists associated with determining
adequacy af pipe bedding and class, as weil as, purchase and installation of alternate
rr�aterials.
1.02 PRIC� AND PAYM�NT PROC�bU�ES
A. Measurement and Payment
�. Measurement
a. 1'his Item is considered subsidiary to the struc�ure or Items be€ng placed.
2. Payment
a. The work performed and the materials furnished in accordance with this Item are
subsidiary ta the structure or Iterns being placed and no other compensation wi[1 be
ailowed.
1.0� STANDARDS
A. The fol(owing standarc[ shall be the minimum governing requirernent of this specifica�ian
anc! is hereby rr�acle a part of this specification as if written in its entirety.
1. Occupationaf Safety and Health Standards - Excavations (29CFR Fart 1926), U.S.
Department of Labor, latest edi�ian.
B. Comply with t�e applicaE�fe fec[eral, state, and local rules, regulations, and ordinances.
2.U0 PRODUCTS (IVOT APPI.ICABI.Ej
3.OQ EXECUT{OI� {NOT APPLICABLE�
�RlD OF SECTION
CiEy af Fort Worth 4Nestside Water TreQtment P1ant Sackc�p 6enerotors
City Praject Numbe�: 103410
31 23 33.19 - 1
7RENCHING AND BACKFILL
Page 1 of 10
�1 23 33.19 TRENCHING ANQ BACKFILL [PLANT CONSTRUCTION]
1.00 G�NERAI.
1.01 WORK INCLl�DED
A. Furnish labor, materia�s, equipment and incidentals necessary to perform aperations in
clearing, grubbing and Site preparatian; trenching, pipe bedd'[ng, and backfilling; handling,
storage, transportation and disposal of excavated material; pumping and dewatering;
preparation of subgrades; protectian of adjacent facilities and property; and other
appurtenant worlc.
B. Trenching, backfilling, and pi�e embedment procedures shall be in fuli compliance with
5ection 31 23 33.14 "Trench Safety."
C. Materia! sar�pling and testing rales, responsibiiities and procedures shafl t�e in full
campliance wi#h Section 0140 00 "Quality Mar�agement."
[3. �arth remaved from exca�ations and that is not ree{uired for backfill, shall be rerr�oved frarr�
the Site by the Contractor at its own expense, unless arrangements are made wifh the
Owner through its representative to a11ow c�isposa) ort -Site. lf permitted, the Contractor
sha[I dump and spread excess earth in a manner agreed upon by the Cantractor and Owner.
�. General and structural exca�ation and backfi[I shall be as specified in other Sections of the
Specifications.
F. Bidders must satisfy themsel�es as to the actual existing s�bsurface conditions prior fio the
sub�nittal of a pro�osal to complete the prnpased Work. No extra or separate payments
shall f�e rnade far rock, c�ewatering, or any other condition.
1.02 P�iICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurernent
a. This Item is cans[dered subsidiary to the structure or Items bei€�g placed.
2. Payment
a. The work performed and the materials furnished in accordance with this ltem are
suhsidiary to the structure or Items being placed and no other compensati�n will be
aliowed.
1.03 QUALITY ASSURANCf
A. Excavations shalf include material af whate�er nature encountered, including bu� not limited
�o clays, sands, gravels, conglomeritic bauiders, wea�hered day shales, rack, debris and
abando�ed existing structures. Excavatian anc[ �renching sha[I include the removal and
subsequent handling of materials exca�ated ar otherwise hand(ed in the perforrnance of the
Work.
8. Trench excavation shall consist of excavatior� to the lines and grades indicated, required for
installation of the �ipe, pipe bedding, backtill, and to accommodate trench safety systems.
CI7Y qF �OR7 WOI27H V�lestside Water Treatment Plant Bnckup Generators
CITY PRQJEET NiJtNQER: 103410
3l 23 33.19 - 2
TRENCHIf�G AND BACKFILL
Page 2 of l0
3..Q4 SUBMITTALS
A. Submittals shall be in accorcfance with Section 0133 00 "5ubmittals" and shall include:
1. Certified test reports for embedment material, backfil! material, coarse gravel, and
flexbase. Certified Test Re�aorts shafl b� from an indepencient laboratory. Test reparts
shall inelude sieve analysis, Atterburg lirnits, and other tests as required to d�manstrate
compliance with Paragraph 2.0�.
2. Test results indicating sail resistivity for etr��aedment tr�a�erial used on metal pipe.
3. Field densi�y test r�parts indicating that the Contractor's method of bacEcfiH meets the
requiremer�ts of the Contract Doct�ments. The field density t�sting for �ranular
embedment shall be done in a manner approved by the Owner/�ngineer by an
independent testing lab in accordance with ASTM D4253. The cost of the fielc! testing
shall be included in the Bid Pric� for the Work, with no ac[ditional campensation to the
Contractor.
1.05 REFERENCE SPECI�ICATiONS
A. Sectian 01 33 00 "Submittals".
S. S�ctian 03 3Q 00 "Cast-in-Place Concrete."
C. Sectian 3105 13 "Soils for Earthwork."
D. Sectian 3105 16 "Aggregates for Earthwork,"
E. 5ectior� 31 23 23.34 "Flowable Fill."
F. Section 31 23 33,14 "Trench 5afety."
1.�6 STANDARDS
A. The foilowing put�lications, referred to hereafter by basic designatior� only, farm a part of
this specificatian to the extent indicated by the references thereto:
1. ASTM International (ASTM):
ASTM C33 Standard 5pecification for Concrete Aggregates
ASTM D75 Standard Practice for Sarr�pling Aggregates
ASTM D698 Standard Test Methods fnr Labaratory Compactian Characteristics of
Soil Using 5tandard Effort (12,400 ft-Ibf/ft3 �600 k�f-m/m3))
A5i'M D1556 �est Method for Density and Unit Weight nf Soii in Place by the Sand-
Cone Method
ASiM D2�87 ���ndard Practice far Classification of Soils for Engineering Purposes
(iJnified 5ail Classification System
ASTM D6938 5tandard Test Methnd for In-Plac� �er�sity and Water Content of Soil
and 5oil-Aggregate by iVuclear Methods (Shallow DepthJ
ASTM D4253 ��st Methods far Maximum Index Density and Unit Weight of Soils
Using a Vibratory Tabie
C!N DF FORT WOR7N Westside WaYer 7reafinent Plant Bpckup Generotors
CITY PROJECT NUMBER: 103410
31 23 33.19 - 3
TRENCHkNG AND BACKFILL
Page 3 of 10
ASTM D�4254 Test Methods far Mittimum Index Density and Unit Weight of 5oils
and Calculation of Relative D�nsity
ASTM G57 ��st Method for Field Measurernent of Soil Resistivity Using the
Wenner Fa�r-Electrode Method
Any o�her testing required by these Specifications and not specifically r�ferenced tn a
standard shall be performed under ASTM or o�her appropr€ate stantfards as designated by
the Engineer.
1.07 ��LIVERY AND STORAGE
A. Exca�ated and deli�ered materials ta be used for backfill may be deposited in stockpiles at
poir�ts convenient for rehandfing the material during the backfilling process. lf not indicated
on the Drawings, the location of s�ockpiles shall be withirt the limits of construction
easements or public right-of-way. The location of stockpiles is subject to the approval of the
Owner or the �wner's representative. Do not place stockpiles over huried pipelines or
utilities unless adequate pr�visians are made �or protection. Roads and cEriveways must be
kept open unless written authorization is granted by Owner. Keep drainage channe[s clear
of stockpiled materials or rnake other satisfactory pravisions for drainage.
B. if more than ane material is stockpiled on site, maintain separation and clearly identi#y
stackpiles. Cross-cantamination of materials will nat be permitted and wi[I serve as grouncis
for rejec�ion.
1.Q$ �OB CON�ITIONS
A. Classification of Exca�ation: Excavation shall be "unclassified" and in�olves the rerrtoving of
the necessary materials to provide the trer�ch/excavation to the req�ired width and depth.
The Contractor, prior to submitting a proposal, must satisfy itself as to �he actuaf sub-
surface conditions. No extra or separate payments shali be made for rock, dewatering or
any ather canditian.
Raad Crossings: Where the Work requires raad closure, caordinate with the Owner to
obtain written approval detaiiing the extents of the road dosure as well as the durati�n the
road will be out of service. Pro�ide temporary access and detours far raads and driveways
as required by the �wner. BlocEcing access to plant operation and support activities will no�
be permitted.
C. Protectian of Exis�ing Structu�es and Utilities:
1. Prior ta the start ofi canstructian, cornrr�unicate with the loca) representatives of utilities
car�panies, including but not limit�d ta oil, gas, telephone, ar�d communications
companies, as wefl as, (acal water and sewer utilities operating in �he lacation af the
proposed construction area. Obtain the utility campanies' assistance in locating existing
facilities to avoid confl9cts ciuring construction. The location, number, depth, ar�d owner
of uti[ities indicated are far infarmation purposes only, and a!I utikities and structures
may not be shown or may not be in the location shown. The Contractar is responsible
for �erifying the actual locations and quantiiies af utilities and for protecting them
during construction.
CITY QF FORT WDRTH Westside Water Treatment PlaraY 8ackup Gerterators
CITY PROJECT NUMBER: 103A1D
31 23 33. i4 - 4
TRENCHING AND BACKFILL
Page 4 of i(S
Wh�r� canstruction endan�ers adjacent struciures, utilities, embankrnents and/or
roadways, the Contractar shall suppart and prntect such facilities so thai no damage
accurs throughaut the canstructian process. The cast of such pratection shalf b�
included in the Bid, and will nat entitle Contrac�or to additional compensatian. In case
damage should occur, the Cantractor shall be responsible for restaring the damaged
item to a condition acceptable ta the awner o� that item and shafl bear all cost of such
reparatians.
3. Repair or replace damaged street sur�aces, driveways, sidewalks, curbs, gutters, fences,
drainage structures, or other such facilities to the satisfaction of the Ow�er. Facilities
shall be returned to a condition equal to or better than the original condition and of
same or better materiaf and quality.
4. Refoeate minor utilities as necessary, at no additional cost to the Owner, in arder to
resn[ve confficts witF� new Worlc. Minor utiiities shall be defined as Canduit (ess than or
equal to 2-inch diarneter and pressure piping I�ss tl�an or equal to 6-inch c�iameter. All
proposed relocations shall be submitted in writing and appraved E�y Owner or Owner's
representative prior ta accomplishing t�e Work.
R. Freezing Weather Cor�dition: Place no embedment ar backfill material during freezing
weather or upon frozen subgrades. Place nn frozen embedment or backfill materials.
2.00 PRObEJCT5
2.01 MATERIALS
A. Concrete Embedment, Cap, Slacking, and Encasement: Where concrete embedmeni, cap,
blocking, nr e�cas�ment is indicated or requestecE by the Engineer, it shall be Class E as
specified in Section 03 30 00 "Cast-In-Place Concrete" tanless otherwise indicatecE.
B. Granular Embedment and Backfill: Granular ernbedment material shafl be as specifiecE in
Section 31 05 1� "Aggregates for Earthwnrk."
C. Coarse �ravel: Where coarse gravef is required far water drainage, restoration of trench
faundation, or other uses, it shall be crushed stane ar gravel and in compliance with ASiM
C33 for Cnarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, No. 357,
or as follows:
5ieVe Size
Square Opening �'ercent Passing
1" 95-100
3/4" 55-85
1/2" 25-50
I�a. 4 0-5
D. Earth Fill Material: Earth fill materials shall be as specified in Sectinn 3105 13 "Soils for
Earthwork."
Contralled Low-Strer�gth Material (Flowable FillJ: Cantrnlled low-strength maierial =flowable
fill) shall F�e provided in accordance with 5ect€on 31 23 23.34 "�lowai�[e Fil1."
CITY OF FOiiT WORTH Westside Water TreQtment P1ant 8aekup Generntars
CITY PROIECT NIJM$ER: 1030.10
3iZ333.19-5
TftENCH1fVG Af�D BACKFIE l
Page 5 of 10
F. Modified �lowable �ill: Modified fEowable backfill in areas of possible future excavation
shall consist of a mixture of native soils o� manufactured �naterials, cement and/or fly ash,
air entraining material and water which produces a materiai with uncanfined cnmpressive
strength of t�etwe�n 250 and 450 psi after 28 days. Any materials used shall be prirnarily
granular, with a p[asticity index less than 12 and with 100 percent passir�g a 3/4-inch sieve.
�he flawable mixture shalE b� mixed in a pug mill, concrete mixer, or transit rnixer and shall
have a minimum slump of 5 inches. The flowable mixture must E�e allowed to set prior to
the plac�ment of any nverlying mat�rials. Madified flowable backfi{I in permanent areas
such as abandoned pipe closures shall cantain the same materiais anc! ha�e an unconfined
campressive strength greater than 250 psi aft�r 28 days.
G. The rnixers used for mixing the soil cement bacfcfill shall be designed and aperated so that
the soii cement discharged fram the mixer is uniform in compasition and cansistency
throughout each hatch.
H. Ert�bedment Geotextile Material: Embedment geotextile materia! shall be Mirafi 18�iV
polypropylene or approved equal.
I. Util'tty Detection T�pe:
1. Width: 6 inches.
2. Thickness: 5 mils minimum.
3. Lettering: 1-inch high permanent black, cantinuously printed.
4. Co1or: Per APWA Uniform Color Code:
a. Red E[ectric Power Lines, Cables, Conduit and Lighting Cables
b. Yellow Oi[, Gas, Steam, Petraleum or Gaseous Materiafs
c. Orar�ge Commur�ication, Alarm or SignaE Lines, Cables or Conduits
d. Green Sewer and Drain Lines
e. Blue Potable Water
f. Purple Reciairr�ed Water, ]rrigatior�
5. Nondetectai�le: For use abo�e all metaflie pipe.
6. Detectable: For use above alI non-metallic pipe.
7. Detection tape must be installed above the �ipe zone, 12 inches abo�e pipe.
3.00 �x�CU7kON
3.Q1 PR�PARA710N
A. �ite:
1. Clear Site of {ogs, trees, raots, brush, tree trimmings and other objectionable materials
and debr'ts which are to be occupied by �ipe trenches, and grub stumps. Designate
ma#erial not salvaged fnr reuse as s}�oil and dispase of material in accordance with
Paragra�h 3.01.�,
CI7Y OF FORT WORTEf Westside Water rreatment Plpnt Backup Generotors
C€TY PROJECT NUMk3ER: 103410
31 23 33.19 - 6
TRFNCHING AND BACKFILL
Page 6 of 10
Do not remn�e tr�es outside of the required working area unless their removal is
authorized in writing by the Engineer ancE with the appro�al of the 9ocal gov�rning
authority. Adequateiy prntect the trees feft standin� from permanent damage by
construction operations. Standing trees may be trimrned where necessary �o facilitate
constr�ctian, but only with written authorization from the �ngineer.
B. Dewatering:
Provid� and maintain adequate dewatering equipment to rerr�ove and dispose of
surface and ground water entering khe excavations, tr�nches, or other parts of the
Wnrk. Ke�p each excavation dry during subgrade preparation and cantinually
thereafter un�il the praposed pipe is installed. Maintain the proper procedures
necessary to protect against damage to the proposed Work frar� hydrostatic pressure,
ffotation, or aiF�er water related causes.
2. Dewater excavations which extend dawn to or below ground water e[evatian by
iov+rering and keeping the ground water level a rriinirr��am of 2 fee� below the �Oattam of
the exca�ation.
3. Di�ert surface water or oiherwis� prevent water from entering excavatec� areas ta the
ext�nt possible without causing damage to adjacent praperty.
4. Provide and maintain any piping or canduit necessary to facilitate drainage. �a not alter
area drainage patterns to the extent that adjacent property ar�d landowners become
threatened with localized flanding and/ar water damage. 5hould such a situatian occur,
th� Cantractor sha(I be responsible �or repairing tF�e damage aC nn addi�ional cost to the
Owner,
C. Blasting: Blasting shall not be allowed in any instance.
D. Disposaf af Spail Material:
1. 5uitable material from excavatior�s which me�ts the requirements for pipe hackfill
material as indicated, except strippin� excavation, may be reused. Qesignate tt�e
remaining excavated materials as spoil materia! and dispase of materia! of� �he Site in
accardance with al! applicable iaws, ardinances, and codes. Contractor shall be
responsible for the storage, transportation, and deposition af spoil materia( and sha(1 be
responsible for acquiring the necessary permits, and the payment of fees and duties a€t
no additional cost to the Owner.
2. Na burning of materials shall be permi�ted on the 5ite.
3.02 TRENCFi EXCAVA�fION
A. General: The trenches shall be exca�ated ta the alignment and depth ind�cated or a$
necessary far the proper installatian of the pipe and appurtenances. 8race and c[ewater the
trench if necessary so that the workmen may work therein safely and efficiently. Any
specifie requirement [isted in Part 3.00, Execu�ion, rr�ay be madified as necessary to meet
OS�tA requiremer�ts. However, if trench widths are wider than indicated, the Contractor
shall be responsible far determining and furnishing the proper class of embedment and
piping and for provicling the mndi�iecf installation with no additional compensation to the
Contt'actor.
B. Trench Width: The trench widths sha[I be as shown or� the Drawings.
CITY OF FORT WORTH Westsrde Water Treat�nent Plant 8ackup Generntors
CI7Y pRDJECF NUMB�R: 103410
3� 23 33.A9 - 7
TRENCHING AND BACKFILi
Page 7 of 10
C. Pipe Faundation:
1. Excavate the trench to the line and grade indicated and as directed by the Engineer.
Grades sha{I be uniform �etween high points and low points to elirr�inate interrr�ediate
"highs and fows".
For 12-inch diameter and smalfer pipe, th� trench shall be "rough cut" a minirr�um of 4
inches belaw the bottorr� of the pipe. Far 14-inch and larger pipe, the trench shali be
"rough cut" a minimum o# 8 inches below the bottorn of ti�e pipe. T�e "rough cut"
dimension shal{ be increased as necessary ta pro�ide a minimurn clearance of 2 inches
from the bottom of the trench to the bottam of the bells, flanges, �al�es, fittings, etc.
3. The entire foundation area in the bottarn af all �xcavatinns shall be firm, siable
material. �oase materiaE shail be remaved, (ea�ing a clean, flat trench bottom, and
material shall not be disturbed below required sub grade except as �ereinafter
described. If the subgrade is soft, spangy, disintegrated, or the character of the
faundation materials is such that a prnper foundatinn cannot he abtained aY the
ele�ation specified, direct the Owner's attention ta such condition. Where directed by
the Owner, deepen the excavation to a depth wh�re a sa�isfactary foundatian can be
obtained. The s�b grade shall then be brought back ta the requirect grade with coarse
gra�el, thoroughly compacted to 75 percent relati�e density as deterrr�ined by ASTM
f�4253 and D4254.
D. Correeting Faulty Grade: ff the trench is excavated to a faulty grade (at a lower elevation
than indicatedj, carrect the faulty grade as specified below:
1. In uniform, stable, dry soils, correct the faulty grade with granular embedment rnaterial
tharoughEy compacted to 75 percent relative density as determined by ASTM [?�1253 and
D425�.
2. In saft spongy disintegrated soils or where necessary to allow proper drainage, carrect
the faulty grade with coars� gravel campacted to 75 �ercent relati�e density as
determined by ASTM D4253 and D4254.
3. Correct faulty grade at na additional cast to Owner.
E. Pipe Clearance in Rack: Remove ledge rock, rack fragments, or unyielding shale or mar) ta
provide a clearance of at least 6 inches below the parts of the pipe, �alves or fittings.
Pro�ide adequate clearance for properly jointing pipe laict in rock trenches at be[I holes.
Refill the excavation to grade with granular embedment material.
F, Bell Fioles Required: Beil holes of ample dimension shal� be dug in trenches at each jaint of
pipe to permit the jainting to be made praperly, visually inspected, and so that the pipe will
rest on the Full length of the barrel.
G. Care of 5urface Material for R�use: Surface rr�a�erials such as tap soil in its natural state,
st�itabfe for reuse in restoring the excavated surface, shail be kept separate from the general
exca�ation materiaL The top 12 inches of the trench backfil] shall be considered topsoil.
Save the topsoil to be used as backfill of the top 12 inches of the trench after pipelaying.
H. Manner of Piling Excavated Material: Place excavated materiai in accordanee with
Paragra�h 1.05 so that Work is not endangered and so as not to interfere with pub[ic traffic.
CI7Y OF FORF WORTFE Westside Water7reatnientPlantl3ackup Gerreratars
CITY PROIECT NtJ1NBER: i03410
31 23 33.19 - 8
TRENCHING AND BACKFILL
Page 8 of 1D
I. �renching �y Machine ar by �fand: The use of any suitat�le trench digging machinery is
permitted except in places where operations af same will cause damage to existing
structures abnve or below ground, Empioy hand methods as neeessary in those cases.
Open Treneh; The Owner shall ha�e the right t� iirnit the amount of trench which may be
opened or partially apened at any time in advance of the completed line; and also the
amount of trench left r�at bacEcfifled. Nat more than 150 feet of trench shaEl be left open
unless otherwise perrr�itted in writing by tt�e Owner. Sackfill and/or protect trenches as
necessary to prevent inj�ry to adjacer�t pro�erty, Owner's persannel, livestock, and the
public.
3.03 BACKFILL
A. Time of Backfilling: Backfill operations sha11 immediaiely follow pipe jainting, joint coating
application, and curing.
B. Braced and Sheeted Trenches: Remave sheeting and shoring as backfilling operations
progress. Incarpnrate methods sa that a good bond is obtained between the baekfiil
material and the undisturbed trench walls.
C. Prntection af Pipe During Backfillin� Operations: Take the necessary precautions to protec�
the pipe during backfill[ng operations. Take care tn pre�ent darnage to the pipe or to the
pipe coating, and repair any da�-naged pipe before it is bacEcfilled. Backfill the trench in a
method to prevent the deformatian or other deflectiar� nf the cylindricaf shape of the pipe
by rnnre thar� the alfawabl� pipe deflection as specified elsewhere. Use methods sueh as
stu[ling or ellipsing as necessary.
D. Cancrete Cradle, Encasement or Concrete Arch: Where indicated, instail the pipe in
concrete cradle, encasement, ar cancrete arch. Take precautions to pr��ent pipe
mo�ernent ar deflectinn during construction
Concrete Blocicing: Place blocking to rest against firm undisturbed trenc� walls. TF�e
support area fnr each bfoc[c shall be at least as great as that indicated in the Standard Details
and shall be sufficier�t to withstand the thrust, including water hammer, which may develop.
Each block shall rest on a firm undisturbed faur�dation of trench sides and bottam.
F. Aggregate fiil! Bedding:
1. After the trench has been cut to the depths indicated, bring up the bedding layer tn a
point slightly above grade in maximum 4-inch lifts and unifarrr�ly co�pact to the density
indicated. Form bell holes and scoop out a trough to grade so that the pipe is uniformly
supported by the embedment material. Lay and jaint the }�ipe. Bring up the
embedment material in maximum �k-inch lifts on aither side of the pipe to the elevation
above the pipe shown on t�e plans. tJniformly campact the material as specified befow.
Water jetting shall not be permitted.
G. Compactinn Req�air�ments:
1. Compact earth fill and cohesive aggregate Fili in rr�aximum 4-inch lifts with pneumatic
rallers ar power hand tarnpers and rr�ake a minimum of eight passes.
CITY OF FORi WORTH Westsrde Wafer Treatment Plant 8ock�p Generotors
CI7Y PRqJECT €VUMBER: 103410
31 23 33.19 - 9
TRENCFfING AND BACKFILL
€'age 9 of 10
2. Compact cohesionless aggregate fil[ in maximum 4-inch lifts with vibratory rollers or
vibratory �late power hand corr�pactors and make a minimum of eight passes.
3. The acceptability af the eompaction equipment shal{ be based upon the results of a test
sectian.
A. Compact earth fill and cohesive aggregate fil! ta a minimum of 95 percent af rnaxirnurr�
dry density as determined by A5TM D698, Standard Proctor.
5. Compact earth fill Class 1 and 2 at a rnoisture eon�ent within minus D to plus 5
percen�age paints of the optirr�um moisture content. Cornpact the remaining classes of
earth fikl and cohesive aggregate fill at a moisture cflntent within minus 2 to plus 5
percentage poin�s af optimum moisture content. The moisture ranges listed above are
minirr�urn and maximum limits. A ti�hter moisture rar�ge within these limits may be
required co consis�ently achieve the specified density.
6. Compact cohesianless aggregate fill on which it is not praetical to control the density by
"Proctor" methods to a minimum of 75 percent relative density as deiermined by ASTM
D4253 and D4254, or at the discretian of the Engineer, �y d�I�ICi GOI1lp�Cil011 [1lOIC�
method carrelated to ASTM a4253 and D4254.
7. Compact cohesionless aggregat� fill at a moisture content within a range that
accammadates cansistent placement and compaction to the minirnurn relative density
specified above.
S. Cnntractor wiEl arrange and pay for density and moist�re testing. The testing frequency
and methads shall �e as required by the Er�gineer. �he cost of repeating failed tests
shall be borr�e by the Cor�tractor. The Engineer may wai�e tesiing requirements on
cohesionless beddin� where testing is nat practical because o# limited space between
the pipe and trench walls, however, ihe rninimurr� nurr�ber of passes af the corrtpaction
equipment spec'sfied above shall be achieved.
H. Backfill Procedure for Pu�lic and Private Rnads: Backfill material above the pi�e zone for
existing roads ir�eluding City Roads, Cat�nty ftoads, pa�ed or improved pri�ate roads,
driveways, and any propased roads as indicat�d shall cansist af ffexbase materiai corripacted
in 6-i�ch [ifts ta 95 percent Standard Proctor Density. Replace asphalt pa�ed roacls with
same thickness HMAC as existing, b�at nc�t fess than 2 inches. Replace concrete roadways
with 3000 psi concrete reinfarced equal to or better than existing. 5aw-cut asphalt raads
prior to placement of HMAC. Cut co�crete roads back to expose reinfarcing prior to
replacing concrete paving.
5urface Material Re�lacement:
1. The top 12 inches af the trench bacEcfill shall be composed of the original surface
material or topsai{ exca�ated from the trench. Place the topsoif over the consolidated
trench backfill material and nea�ly raund over the trench to a sufficient heigh� to allow
settlement ta grade after consa[idation. Grade the surface as indicated. If final �rade is
not shown, grade surface tn allow drainage in the sarrze manner as existed prior to
construction.
2. Top soii shall not contain clods larger than 2 inches or rocks larger than those adjae�nt
to the �rench in the undisturbed condition.
3.04 FINISH9NG
CITY OF FORT WORTH Westside WaYer Treatmenf Plant 8ackup Generators
CiTY PRflJECT NUMBER: iO3Q10
31 23 33.19 - 10
TRENCHIN6 AND 9ACKFILL
Page 10 of 10
A. Finish the top pnrtion of backfill benea�h established sodded ([awn) areas with not less than
5 inches of tapsoil corresponding to, or better than, that underlying adjaining sodded areas.
Other areas shall be seeded as specifiied elsewh�re.
B. Grade and rake areas smooth and even which do not receive any type af paved surface, to
allow drainage ko drain away from the structures and toward t�e roads and streets ar the
natural drainage course.
3.05 �IELD QUALlTY CONTROL
A. Campact backfill and appropriate embedmer�t materiaf to a minimum of 95 percent of
maxirriurn density at a moisture content of n to 5 percent of aptimum for backfill and at
optimum far sand-cement embedment as determined by ASTM D698, 5tandard Proctor.
8. Make periodic tests of compaction for conforrriance with this Sectian by an appra�ed �esting
labaratory se�ected and paid for by Owner. Contractor shall pay for re-testing until
acceptable test results are obtained.
3.06 CLEAfV AND A€�JUST
A. Remove surplus pipeline rnaterials, taols, rubbish and temporary structures and lea�e the
Site clean, to �he satisfaction of the Owner or Owner's representative. GracEe the surface
anc� re-establish drainage. Removal of rack and other exc�ss �xcavated material and
general Ieveling and grading of the Site shall be part of the bid price and no additianal
pay�nent shall be made.
�N� OF SECTiON
CITY OF FORi WORTH Westside Water Treatment Plont 8ackup Generators
C1TY PROlECT �4liMQER: 1034I0
31 25 13.13 - 1
SE�DING FpR EFiqSION CONiFtDL
Page 1 of S
31 zS �.3.13 SE�DING FOR ER0510N C�NT#tOL
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide labar, materials, equipment and incidentals necessary to seed the slopes and other
areas as specified. This specificatian includes seedbed fertilization, watering, mulching, and
emulsifying or tacking the mulch and maintenance until fina! acc�ptance by the E3wner.
�.�2 PRIC� AND PAYMENT PROCEDURES
A. Measuremertt and Payment
1. Measurement
a. This Item is cansidered subsidiary to the item "Erosion Control".
2. Payment
a. The work performed and the materials furnished in accordar�ce with this ftem are
subsidiary to the item "Erasion Control" and no other compensation will be allowed.
1.03 QUAL[TY A55URANCE
A. Soil Testing: Fertilizer requirements for eaeh planting area and for significantly different so'tl
types within planting areas, wi{I be deterrnined by a qualified lahoratory such as the Texas
A&M University - Agricu{tural Extension Servic� soil testing laboratory. Representative
composite soil samples will be callected from the planting areas and subm9tted io an
approved soil testing laboratary.
1.0� STANDARQS
A, The seed used on this project will conform ta ITEM 164.2 5tandard 5peeifications for
Construction of Flighways, Streets and Bridges, Texas Departm�ni of TranspartaYion.
1.d5 DELEVERY ANf] ST()RAGE
A. Ueliver seed with each variety se�arate{y bagged.
1.06 OPTIONS
A. if dry mechanical methods are used, tf�e fertilizer may i�e spread at the same tirt�e as the
seed. After sowing, straw rr�ulch will be mechanically spread o�er the seeded area.
B. When seed and fertilizer are ta 6e distributed as a water sfurry, apply the mixture wit�in 30
minutes of rnixing.
2.00 PftODUCTS
2,01 MA�ERIALS
A. Seed: Fram the previous season's crap, labeled in accordance with the Texas Seed Law.
CITY OF FOfiT WOR7Ft Westside Water 7reatntenf Plant Backup Generatars
City Project Numher: 103910
3i 25 13.13 - 2
SEEDING FOR EROSION CONTftqI
Page 2 of 6
1. Seed for Fall planiing (terrtporary} sha{I be one or more of the €ollowing sma{I grains as
designated by the Er�gineer: Wh�at, oats, rye, or barley.
2. Seed for spring planting (permanent) shall be B�rrr�uda grass.
S. Fertilizer: Insert requirements.
C. Mulch:
3.. Consisting of straw, woocf-fiber, rnulch nettings, wood chips or other suitable rr�aterial
apprnved by the Engineer and free of lohnson grass and other nnxious we�d seeds.
2. Straw mulch shall be aat, wheat or rice straw, prairie hay, Bermuda grass hay, or other
hay harv�sted before seed production and appro�ed by t�e Er�gineer, The straw mulch
will be ke�t dry and shall not be rntted or molded. A minimum of 50 percent by weight
o� the herbage maEcing up the hay shall de 1� inches in (eng�h or longer.
D. Topsoil: As specified for Class 12 eart� fill in Section 3105 13 "Soils for Earthwark."
E. Herbieide: Contractor shall be responsible for using herbicides in a manner consistent with
label requirements and precautions. Only registered herbicides having a minimal residual
ef�ect shaEl be �sed. Contractor shall strictly adhere to all federal, state, and [ocal faws
governing herbicide usage.
3.U0 EX�CUTION
3A1 TOPSO[L PLACEMENT
A. Place topsoil as specified for Class 12 earth fill in 5ection 31 23 23,�6 "Cornpacted Earth Fill
[�ancEfills and Heavy Earthwork Projects, Excluding Dart�s]."
3.02 FALL PLANTING
A. �al( planting will be terraparary only and will be requirecE if constructian is cornpleted
between May 15 and Navember 30. The fall planting is ta be followed foy a spring planting
of perennial �egetation.
B. Seedbed Preparation: tJse a one-way �low, tandem disk, bedder, ar equipmer�t which wilf
accomplish similar results. Break or mix the surfac� of the soil with the tillage equipment.
Additior�al tiliage nperations will be necessary if required so planting can be on a ciean, firm
s�edbed. Chiseling will be necessary an areas which have b�en severely eompacted.
C. Seeding:
1. Seeding will be required on disturbed or excavated areas and on new embankments nf
whatever nature unless requested otherwise by the Engineer.
2. Optirnum fall planting dates are 5eptember 1 to Novernber 30. Accomplish the seeding
for fall planting within these dates unless approval to do otherwise is obtained from ti�e
Engineer. Planting ra€tes wher� drilled or broadcast are as follows:
Seeding Ib./acre
Wheat 1201b./acre
Dats 1281b./acre
CITY OF fORT WO(tFH Westside V✓pter Treafntent Plant (3ockup Generafors
City Project Number: 3�3410
31 25 13.13 3
$EEDING FOR EROSION CdNTROL
Page 3 of 6
Seeding ' Ib.]acre
Rye 1121b./acre
Barfey 11� II�./acr�
3.03 5PRING PLANTiNG
A. Fallaw procedures for spring planting if construction is compl�t�d between Novernber 30
and May 15, or after a temporary fall planting has been made:
1. Seedbed Preparation: Seedbed preparation for Spring planting is the same as that
stated in the Fali planting of temporary co�er with one addi�ion: Any temporary caver
crap rnust be �op kiiled usir�g an approved coniact herbieide or 6y mechanieally
undercutting the growing cover crop, lea�ing residues on or near the soil surface.
2. Muiching:
Spread mulch r�ateriaf on the area to be planted if canstruction was completed too
(ate far plar�ting a temporary falf crop or if insufficient residues are praduced by the
fall planting. Mulch th� planting areas ta contro4 soil erosian and seed loss by wind
and water and to promote grass establishrr�ent. Apply Mulch hay at the ra�e of 2
tons �er acre and spread �nifarmly sn that abo€at 25 perceni of the ground surface
is unifarmfy visible thro�gh the mulch.
b. Anchar the mulch hay by treading into the soil with a straight dislc type mulch tiller.
Perform disking across the slope along contours. Other types af rnulch such as
wood celluiose fiber or cotton bur mulch may be used at recommended rates, if
approved by the Engineer. A�p1y mulch in a rr�anner that will not hinder emergence
of seedlings.
Other methods of mulch anchoring ar� avai�able, including mulch netting, peg and
twine, pick chain, slit, and asphait mulch tie-down. Descriptions of these rnethnds
are available in the i976 Soil Conservation Service report enti�led, "Erosian and
Sediment Contra4 Guidelines for Developing Areas in Texas."
3. Seeding:
a. Plant Bermuda grass seed between March 1 and May 15. Sow t�e seed at the rate
of 50 pound5 of pure live seed (PLS} per acre, or mare if required to obtain a
complete stand of grass. The PL5 content is determir�ed by multiplying the seed
package weight by the product of the percent purity and the percent germinatinn,
which are contained on the se�d ia�Oel.
Accomplish seeding by mechanical tneans using either broadcasting ar drilling type
equipment to provide uniform distribution �f the seed in the plan�ing areas. Cover
Bermuda grass seed by 1/4 to 1/2 inch af soil. If seecE is drilled, the distance
between drifl rows shall not exceed 12 inches. Hydra seeding may be used to apply
seed, fertilizer, and waod-f'tber mulch with the approva! of the Engineer.
3.(34 MAINTENANC�
A. Irrigatior�: 5upply the seeded areas with adequate maisture (3- to �-ineh pene�ration) at �.0-
day intervals, if needed, for seed germination and plant growth until acceptance by the
CITY OF fORT WORTH lNesiside Wnter Treatmerit Pfant Backi�p Generators
City Prn;ect Number: 10341a
31 25 13.13 - 4
SEE�fNG FOR EROSiON CDNTROL
Page A of 6
Owner. Water the seed in a rnanner whic� will prevent �rasion of the soil. Furnish all water
to be useti.
B. Repair: Repair washouts and other bare soil areas in a seeded area either by re-seeding,
sprigging, or spot sadding, and perforrn maintenance as needed to establish grass in the
area.
C. Weed Control:
Cantrol campetitive weed grawth during the establishment period by mowing and/or
with herbicides. Chem€cal usage sha11 be in accordance with the current
recommencfations af the Texas Agricultural Experiment Station ar local 5oil
Conservation Service Field Office Technical Guides. Strictly ad�ere to afi f�deraf, state,
and loeal (aws gaverning herl�icides.
2. Weed control shall be the Contractar's respansibi{ity whether to�soi) is from on-site or
aff-site sources and also far seeded areas which are specified not ta recei�e tapsoil.
3,p5 SE�DING �F DiSTUR8EQ AREAS
A. Disturbed areas will require seeding as speci�ied in this Section unless request�d otherwise
by the Engineer or shown oiherwise nn the drawings or in the specifications.
8. Any areas which are disturbed E�y the Contractor which are not shown on the drawings or
specified to require disrurbance including any approved areas not shown on the drawings,
shall be considered as unauthorized disturbed areas. Any suc� areas shall be seeded as
specified in this 5ection at �he Contractor's exper�se and shal! not be measured or paid
under this 5ection.
3.06 FIEtD QUALITY CONTROL; OBS�ftVAT1O�f AIVD ACCEPTANC�
A. Observation: Upan completian of the site preparation, mulching, fertifizing, seeding, and
maintenance of seed�d areas, the Engineer will observe the seeded areas periodically en
determine the establishment success. Engineer wiil consider soif coverag�, purity of the
grass stand, and maturity af the plants.
B. Establishment of Stand and Acceptance:
1. The Engineer wil) c�etermine that a grassec! area is established upon f€�ffillment of the
fo!(owing conditions:
�.. The permaner�t grass stand uniformly co�ers the planting area, with no expnsed soi!
areas rr�ore chan 36 �nches across in any dimension.
3. The permanen� grass stand is free of over-topping weed species which would compete
for sunlight, moisture, and nutrients. fr� addition, no area of pure weed species greater
than 36 inches acrass in any dimension shafl occur within a perrr�anent grass stand.
4. The majarity of the grass plants in a stand shal! have a well-established root system to
survi�e if irrigation is discontinued.
5. Estabiish the permanen� grass sta�d before October 1 to preclude having ta perform a
temparary Fall seeding. In the event a fall seeding must be performed, follow-up the
temparary seedir�g with a permanent $eeding as specified. Upon final acceptance af the
CI7Y C)F F�RT WORTN Westside Water 7reafinent Plartt Bockup Geaerators
City Project Number: 103410
31 25 13.13 - 5
SEEDING �OR EROSION CONTROL
Page 5 of 6
work under this corttract, the Owner will assume the responsibility of maintaining the
grassed areas.
END OF 5EC710N
CITY OF FORT WOftTH Westside Water Treatmenf P1ant Sackup Generators
Ciiy Praject Number: 1034i0
31 ZS 13.13 - 6
SEEbING FQR ERQSION CONTROL
Page 5 of 6
APPENDIX A
A1.pQ MEASUREMENT AND PAYM�N7
A1.Q1 MEASUREMENT
A. Areas seeded shall be measured to nearest 0.� acre by a s�rvey perfarr�ed by the
Contractor. The Contractor shall cooperate with the Engineer ta determine the adequacy
and accuracy of ihe survey.
A1.D2 PAYMENT
A. Payrnent for seedirtg will be made on t�e basis of the unit price bid per acre for "Seeding for
Erosion Contral." A maximum of 50 percent comp[etion of any area will b� approved for
completion of seedbed preparaCion, rnuiching, and t�mporary and per�nanent seeding. The
rernaining percentage will be appraved after stand estab[ishment.
END OF APP�NDIX A
CI7Y Q F FQ RT W O RTH Westside Water Treatmen t Plan t 8ackup Generators
City Project Number: 10341D
31 32 19.15 - 1
GEOTEXTII �
Page 1 of 4
31 32 �.9.15 G�OT�XTkL�
1.00 GENERAL
1.01 WORK INCLUDEQ
A. Furnish labor, materials, equipment and incidentals necessary to install �eotextile. Use
g�o�extile ta pravide for the follawing applications:
1. Drainage/Filtratian: For lining irenches, pavement edge drains, interceptor drains or
blanket drains in subsurfaee drainage applications.
2. Stabilizatian:
a. ilse in conjunctio� wi�h aggregate ta stabilize soft sails far roads, storage yards,
parking areas or other areas as specified; ar
b. llnder ballast and/or subballast far mainlines, secnndary rail iines, switches,
crossings and retarders as specified.
3. Pratectior�/Erosion Protection:
a. Use as a cushian to pratect geomernbrane liners;
b. Under bedding stone or riprap along channels, shores and waterways; or
c. lJnder slnpe protection along highway cut ar filf slapes as specified for erosior�
contra! applieations.
4. 5eparation:
a. Use for separatinn hetween the Sidewall Trench Backfill Aggregate and the
protective soif co�er and for separation between the LCR Trench Backfill Aggregate
and ti�e protective sail cover in landfill applicatians;
b. Use as separation between subgrade and aggregate fill layer for athietic fields, roads
and ponds.
LD2 PR1C� AND PAYMENT PROCEDURE5
A. Measur�rnent and Payment
1. Measurernent
a. This Item is cansidered sub�idiary to the item "Site R�staration and Grass".
2. �ayment
a. The worf� performed and the rnaterials furnished in accordance with this Item are
s�bsidiary to the item "Site Restoration and Grass" and no ather compensation will
be allnwed.
City of fort Worth Westside Water 7reatmerit Plant 8ackup Generators
tity Projeet Number: 103410
31 32 19.15 - 2
GEO7EXTlI E
Page 2 of 4
1.03 QUALITY ASSUftANCE
A. �esign Criteria:
1. The geotextile fabric shall be inert to commonly encountered cherr�icals, hydrocarbons,
mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent
resistant, and conform to the properties in the following table.
1'he minimum average roll �alue (MARV) in the weakest principle directian for strer�gt�
�raperties of any individual rnll tested from th� manufacturing lot or lots of a particufar
shipment shafl be in excess af the minimum average rall value (MARV} in the weakest
principle directiar� stipulated herein.
Geotextile
Property Test Method Units MARV
Grab Tensile Stren�th A5TM D4632-91 Ib. 200
Trapezoid Tear Strength ASTM D4533-91 Ib. 50
CBR Puncture Strength ASTM I76241 Ib. 450-500
Permittivity ASTM D4491-92 Sec-1 0.1
B. Paclting and Identification Raquirements: Provide the geotextile in rolls wrapped with
pratective covering ta protect the fabric from mud, dirt, dust, and de6ris. The fabrie sha!! be
free af defects or filaws which significantly affect its physical propert9es. Label each roll af
fabric in the shipment with a numF�er or symbal to identify that prnductian run.
C. Samp9ing and Cnmpliance Requirements: A competent laboratory must be r-rzaintained by
the producer of the fahric at the paint of manufac�ure to ensure quality control in
accardanee with ASTM testing procedures, ihe laboratary sha{I maintain records of its
quality contral results and pravic[e a manufacturer's eertificate u�aon request to th� Engineer
prior to shipment. The certificate shall include:
1. Name of manufacturer.
2. Chernical compasition.
3. Product descriptian.
4. Statement of co�rtpliance to specificatior� requirements.
S. Signature of legally authorized official attestin� to the information required.
�.Q4 SUBMfTTALS
A. Submittals shall be in accordar�ce with 5ection 0133 OQ "Qocument Management" and shall
include;
�.. Subrnit Manufacturer's certificate as stipulated in Paragraph 1.02.C.
2. Samples.
City of ForE Worth Wesfside Water Treatment Plant 8ackup Generoto�s
City Fra�ect IVumber: 1{134.t0
31 32 19.15 - 3
GEdT€XTILE
Page 3 oi 4
2.00 PRODUCTS
2.01 MATERIALS
A. Geotextile: Rlon-woven fabric corr�posed of pnlyprnpylene fibers, fiormec� into a stable
netwark by needle punching.
B. Gea#extile shall be Mirafi 180N or approved equal installed in strict accordance with the
manufacturer's instructions and recammendations.
3A0 �X�CUTION
3.01 I N 5TA LLAT10 N
A. Exposure of geotextiles ta the elements between laydown and cover shali be a maximusti o�
14 days to minimize potential damag�. Install t�e geotextile on the prepared subgrade in
accordance with the [}rawings and manufacturer's recommendations. The geotextil� shall
be placed so iE�at placement of the overlying materials will not excesstvely stretch ar tear
the fabrie. Successive geatexti[e sheets shall be overlapped so that the upslope sheet is
p[aced over the downslope sheet. Wh�r� searns are required in the fongitudir�af trench
direction, they shafl be joined by either sewir�g or o�erla�ping. Overlaps shall be a minimum
of 12 inches. Seams shall be subject to the approval of the Engineer. Damaged geotextile
shall be repaired with a geotextile patch placed over the damaged area ar�d extended 3 feet
beyond the perirr�eter of the tear or damage.
B. The aggregate should be bacic dumped onto the faEaric and spread in a uniform lift
r�aintaining t�e design aggregate thickness. Cor�struction �ehicles will not be aklowed to
traffic directly on the fahric. A�oid over-stressing the soil by utilizing equipment in spreading
and dumping that exerts only moderate pressures on the soil. Severe rut�ing at the time of
placement is an indicat�on of o�er-stressing t�e sail. Such soil over-stressing must be
avoided. Increasing aggregate depths and reducin� loads are twa methads nf reducir�g the
pressures on the soil. Fiil any ruts w�ich deve[op during spreadir�g or compacting with
additional aggregate rather than blading from surrounding areas. Thoroughly compact �he
ag�regate with vibratary roliers afte� placement.
C, Avoid o�er-stressing the so'tl by utilizing eq�ipment in spreading and dum�ing that exerts
only moderate pressures on the soi{. Severe rutting at ihe time of pfacement is ar�
incfication of over-stressing the soil. Such soil o�er-stressing must �e avaided. Increasing
aggregate dept�s and reducing laads are two �nethods of reducing the pressures on the so[I.
D. Fill any ruts which develop during spreading or campacting with addi�ional aggregate rather
than bfading from surrounding areas.
E. Thoraughly compact the aggregate wi�h vibra�ory rollers after placement.
F. 1'he backfill placemen� shall begin at the toe and proceed up the slape.
END OF SECTION
City of Fort Worth Westsrde Water Treatment Plarrt aackup Generntors
City Pralect Number: 103410
31 32 19.15 - 4
GEOTEXF€LE
Page 4 of 4
APPENDIX A
A1.00 MEASUREMENT AND PAYM�N7
A1.01 MEASUREMENT
A. Geotextile sha[1 be measured ta the neat lines and grades indicated an the Drawings for
payrrrent by the square yard in place. Measurement will be the nearest square yard. No
alfowance will be made for material in laps and seams.
A1.OZ PAYM�NT
A. Payrr-ient will be made at the contract unit �rice bid for "Geotextile", which price and
paymer�t shall constit�te fulf cornpensation far furnishing labor, material, equipment, and
performing aperations in eannection wiih placing the geotextile as shown on the brawings.
Na rrieasurement nor payment wilf be made far damaged fa�ric due ta the fault or
r�egligence of the Contrac�or.
END OF APPENDtX A
City of Fort Warth Wests+de WaterTreafinent Plant 8ackup Generators
Crty Project Number. 103410
31 37 00 - 1
FiOCK RIPRAP
Page 1 of S
31 37 00 ROCK RIPftAP
1.U0 GENERAL
1.0� WORK I�fCLIJDE[3
A. �urnish labor, materials, equipment, tools anc{ incidentafs neeessary to produce and place
the rock riprap and gravel bedding material.
1.02 PRICE AfVD PAYMENT PROGEDURES
A. Measurerr�ent and Payment
1. Measurement
a. This Item is consideretf subsidiary ta the structure or items being placed.
2. Pay�rlent
a. ihe worEc performed and the materials furr�ished in accordance with this Itern are
subsidiary to the structure or ltems being placed and na other compensation wilf be
allowed.
1.03 SUBMITTALS
A. Submittals shall be in accordance with 5ectian 0133 QQ "Document Management."
B. Certified Test Reports: saundness tASTM C88), gradation (ASTM C136/ASiM €}5519), and
unit weight (ASTM C127).
1.04 STANDAR[]S
A. Sampling and testing of material shall comply with the latest re�ision of the fol[owing except
where specifically modified:
1. ASiM International (ASTM):
ASTM C88 Standard Specification for 5o�ndness of Aggr�gates by Use of
Sodiurn Sulfate or Magnesium sulfate
ASTM C127 Standard Sp�cification for Specific Gravity and Absorptian af Gaarse
Aggregates
ASTM C136 Siandard Specificatian for Sie�e AnaEysis of �ine and Caarse
Aggregates
ASTM D55�.9 Standard �'est Methods for Particke Size Analysis af Nafural and
Man-Made Riprap Materials
1.05 DELfVERY AND STORAG�; ft�CK RIPRAP STQGKPILE
A. Rock Riprap temporarily stackpi[ed for construction purposes shall be located in an area
approved by the Owner. Roc1c riprap materials shall nat be located so as to block ar restrict
equipment and vehicl� access to exis�ing structures or im�act flow af spillways,
drainageways, or creeks.
CI FY Of FOftT WORTH Westside Water Treafinenf Plant 8ackup Generatars
City Project Number: it33410
31 37 00 - 2
ROCK RiPRAP
Page Z of 5
z,ao ��opuc�s
2.01 MATERIALS
l.
B. Rock Riprap:
Stone for rock riprap shal9 �e durable and of a sui�able quality for permanence in the
structure and in the climate which it is to be used. The stone shail be free fram cracks,
seams, and other defects which would tend to increase unduly its d�t�rioration from
natural causes and shall fo� reasanabfy well graded between the prescribed lirr�its as
specified herein.
2. Except as otherwise specified, the rock fragments shall be anguiar to subraunded. The
least dimension of an individual stone fragment shal! be not less than one-third the
greatest dimensinn af the stone.
Rock riprap shall ha�e a rriinimum unit weighi of 155 pounds per solid cubic foot based
upon the bullc s}�ecific gravity {saturated surface dry) whert tested in accordance with
A5�M C127. A rninimum af one buik specific gravity (sa�urated surface dry) shall be
perfnrmed nn rock ri}�rap ina�erial delivered to the Site.
4. Rock riprap shall have a lass af less t�an 18 percent after five cycles when tested for
soundness in magnesium sulfate in accordance with ASTM C88. A minirnum of one
soundnessan-rnagnesium sulfate test shall be perform�d on rock riprap material
delivered to the Site.
5. Rocic Riprap grac�atian shali be as shown nn tt�e DrawingsAcceptance of rock riprap
material s�all be based upon in-pface gradations.
2.02 MANUFACTUR�D PRODUCTS
A. Geotextile Fabric: Geotextile fabric shall be Typar manufactured by DuPont, 5upra
manUfactured by Phillips Fibers Corporatians, Bidim manufactured by Monsanto, or other
appro�ecE equal. The weight of the material shall be at ]east 6 aunces per square yard. The
material shall be nonwaven geoiextile that is needle punched and made of 100 percent
pnlypropy[ene fib�rs. Fabric shall have an AOS of 80 (U5 Standard Sieve Size) (ASTM f�4751),
3.�D EXECUTlON
3.01 FOUNDATI�N PREPARATION
A. Trim and dress areas on which gravel bedding and rock ri�rap are ta be placed to conform
to cross-sections shown on the Drawings within an allowable tolerance of plus or minus 2
inches frarr� the slope lir�es ar�d grades shown on the Drawings. Where such areas are �elaw
th� allowable minus tolerance limit, bring areas to grade with compacted fill simifar to the
adjacent material in accardance with Section 35 73 13.16 "Compacted Fill [Dams]" or with
well corr�pacted gravel bedding material.
CITY OF �ORT WORTH Westside WaterTreatment P1ant 8ackup Generntors
City Praject Number: 103410
31 37 00 - 3
ROCK FtIPRAP
Page 3 of 5
3.p2 GEOTEXTILE FABRIC
A. 5tore and place fat�ric as specified by the manu�aeturer. Place the geotextile fabric after the
foundation is prepared and co�er immediateiy with gra�el bedding material.
B. Place fabric witl� the length running up and down the s[ope un[ess atherwise appraved. The
geotextile shall be placed sa t�at p(acement af the overlying materials will not excessi�ely
stretch or tear the fabric. Anchoring of the termina[ ends of the geotextile shall be
accamplished through the use af key trenches or aprons at the crest and the tae af the
slope.
C. Mak� a rr�inirr�um 24-inch lap on all joints. Secure fabric with nails or pins. Use nails at least
2 inehes long with washers or U-shaped pins with legs at least 9 inches long. Space nails or
pins at a maximum of 10 fe�t in each direction ar�d 5 feet along the seams. Alterna�ive
anchor spacing may be used when approved.
D. Construction vehic[es will r�ot be allowed to traffic directly on the fabric. f7amaged
geot�xtile shafl be repaired with geotextile patch }�laced nver the da�naged area and
extended 3 feet beyond the perimeter of the tear or damage.
3.03 ROCK RIPRAP PI.ACEM�NT
A. Place stone for rock riprap on th� grave[ bedding in such manner as to procfuce a reasonably
welf-graded mass af rock wi�h the rt�inimum practicable percentage of �oids, and construct
wiihin the specified tolerance to the lines and grades shawn on the Drawings or s�aiced in
the field. A tolerance of plus 6 or minus 0 inches frarr� the slape lines and grades shown on
�he Drawings shall be allowed in the finished surface of the rack riprap. PIaC� rock riprap �o
its full caurse thickness at one aperatian and in such a manner as to avoid displacing the
gravel bedding rnaterial. Distribute the larger stones e�enly and can€nrm the entire mass of
stones in their final positian to the specified gradation.
B. ihe finished rock riprap shall be free from abjectianable pockets of smalf stones and clusters
of larger stnn�s. Place rocfc riprap loads along horizontal rows and progress up the slope.
Place each load against pre�iousfy placed rock riprap. Placing rock riprap in layers shall not
be permitted. Placing rock riprap by dumping from top of slope, dumping into c�utes, ar by
sir�ilar methods likely to cause segregation of the �arious sizes shail not be perrnitted. The
desired dis�ribution of the various sizes of stones throughout the rnass shal[ be obtained by
methods of placernent which produces the speeified results. Ftearrange individual stones by
mechanical equipr�enfi or E�y hand to the exteni necessary to obtain a reasonably wefl
graded distribu#ion af stone sizes. Maintain the rock riprap protection until accepted and
rep[ace any material displaced by arty cause to the lines and grades shawn on the Drawings.
C. Rock riprap shall be placed in a manner to prevent damage �o structures. Nar�d placing is
required as necessary to prevent damage to any new and existing structures.
3.04 FIELD QUALITY CO�lTROL TESTING
A. Contractor shall be responsible for praviding all testing to demonstrate compliance with the
rec�uirements of the Contract Dncuments. Particle size analysis shall be perforrr�ed in
aceordance with ASTM D5519, Test Method A or B. The analysis shail be performed at the
work site on a t�st pile of representati�e rnck. The rr�ass of the test pile shall fae at feast 20
times the mass of Ehe largest rock in ihe pile. The results af the test sha[I be compared to
CITY OF FORT WORTH Westside Wc�terTreatment Plant 8ackup Ge�erators
City Project Number: 1034�0
313700 -4
ROCK #t{PRAP
Page 4 of S
the gradation required for the Project prior to beginning placement. Test pile resuits that do
nnt meet the construction specifications shall be cause far the rock to 6e rejected. The test
pile that meets contract requirements shall be left an the jab site as a sarr�ple for visuaf
comparison. Th� test pile shall be used as part af the last roek riprap to be placec[..
ERfD OF SECTION
C1TY 4F fORT WORTH Weststde Water Treatment P1ant 9ackUp Generators
City Praject Number: 103416
31 37 00 - 5
ROCK RIPRAP
Page 5 of 5
APP�N�IX A
A1.()0 M�A5UREMENT AIVD PAYMENT
A1.01 MEASUR�MENT
A. Measurernent shall be based on square yarcEs (SY) af rock riprap placed in horizontal
projec�ion as indicated on the [}rawings with nn adjustments for slopes.
S. Geotextile fabric shall not be measured but shall be cor►sidered subsidiary to the gravel
bedding (or rack riprapj.
A1.02 PAYMENT
A. Rocfc Riprap: Payment for rock riprap material shall t�e made at the unit price bid per sc�uare
yard for "Roek R[prap" which payment shall be ful{ campensation for labor, equipment and
materials, ancf for performing all operations necessary to furnish, transport, haul, handle,
place, and test the rack riprap as specified and as indicated on the Drawings.
END OF APPENDIX A
CITY pF FORT WOR7H Westside Water7reatmenYPlanY 8ackup Generatars
City Praject Num6er: i63910
316329-1
DRiLI£D CONCRETE PtER5 ANb SHAFTS
Page 1 of 4
3163 29 DRII.I.E� CONCR�T� PIERS AND SHAFTS
1.00 G�NERA�
1.01 WORK INCLUDED
A. Furr�ish labor, materials, equipment, and incidentals necessary to drill shafts for concrete
foundations, including the placer�ent of reinforeing and concrete.
1.02 PRICE AND #�AYM�N7 pROC�DURES
A. Measurement and Payment
1. Measurement
a. 1"his ltem is considered subsidiary ta th� iter� "Drilled shaft� for �lectrical Building".
2. �ayrnent
a. Th� work perforrr�ed and the materials furnished in accordance with this Item are
subsidiary to the item "Driiled shafts for Electricaf Building" and no other
compensatinn wifl be al[awed.
1.Q3 RELA7�D DOCE�MENTS
A. Reinforcing and cast-in-place cancrete requirer�ents shall be in accordance with
Section 03 2� 00 "Reinforcing SteeP' and Section Q3 3� 00 "Cast-In-P[ace Concrete."
3..d4 STANDARDS
A. The app[icable pravisians of the latest revisions ofi the following standards shall be
considered a part of this See�ion as if written herein in their entirety, unless atherwise noted
in the Contrac� �ocuments.
1. ASTM lnternational (ASTM):
ASTM A36 Specification for Carbon Str�ctural Stee!
ASTM A283 SpeciFicatian for Low ar�d Intermediate Strength Carbon Steel Pfates
ASTM A929 Specificatian for Steel Sheet, Metaklic Coated by the Hot-0ip Process
for Corrugated Steel Pipe
ASTM A6�.5 Specification far Deformed and Piai� Bilfet-Stee) Bars fo� Concrete
Reinforcement
ASTM A706 Specification for Low-Alloy Sieel Deformed and Plain Bars for
Concrete Reinforcement
ASTM A1064 Standard Specificatian for Carbon-Steel Wire and Welded Wire
Reinfarcement, Plain and Deformed, far Cor�crete
ASTM C94 Specification for Ready-Mixed Concrete
2. Arnerican Cancrete Ir�stitute (ACI}:
ACI 336.1 Specification for the Construction of Drilled Piers
CITY OF FORT WORTH Westside Water Trenfinenf P1anY 8ackup Generators
City Project Num4�er: 10341fl
31G329-2
�RiLI.ED C(3NCRE7E PIERS AN€3 SMAFTS
Page 2 of 9
ACI 117 Standard Spec'tfications for Tolerances for Co€�crete Construction and
Materials
a. Cantractor shall maintain one copy of each ACI standard (ist�d above at Ehe
construciian field office.
3. American Weiding Society (AWS):
AWS Q1.1 Structural Welding Code-5teel
1.05 SUBMIT�'ALS
A. Submittafs shall b� in accordance with 5ectior� 4133 p0 "Document Management" and shall
include:
1, Shop Drawin�s:
a. Concrete mix designs as indicated in Section p3 3Q Q� "Cast-f n-Plac� Concrete."
b. Reinforcing bar layout drawings vvitF� bar lists clearly marked and referenced to the
Drawings as indicated in Section 03 21 QO "Reinforcing Steel."
c. 5u�atnit Drilled Shaft Inspector qualificatians.
2. Procedures:
a. Detailed field procedures for drilled shaft construction, including excavation,
concreting, and casir�g withdrawal, if applicable.
b, Detailed procedures far piacement of concrete hy tremie.
c. If entry inta an exca�ated drilled shaft hole is required during cnnstructiar�, then
submit a safety plan priar to entering tt�e hole.
3. Record Data:
a. Manufacturers' literature far spacer products.
b. Concrete deli�ery tickets in aceordance with ASTM C94.
c. Drill�d Shaft Inspector Report, which shall contain at least th� following informatian
for each drilled shaft installed:
1). 5haft focation and ali�nrnent. If present on the Drawings, use project
identification number and/or project gridline coordinates.
2j. Dat� and time at start and completian of sha�t drilling.
3). Date and time at start and completian of concrete piacement.
4]. Shaft diameter.
5]. Verification of shaft vertical alignment and the verification method used.
6j. Bearing stratum data, including:
a). Depth and elevation at w�ich the bearing strata was encauntered.
�}. Bottom of shaft depth and elevation.
cj. Bearing stratum penetration required �ersus that provided.
CiTY OF FORT WOitTH Westside 4Vater 7'reptment Plant Backup Generators
City Project Number: 103410
3k6329-3
DRILLED CDf�CRETE PIERS AND SHAFTS
Page 3 of 9
7). Ef casing is used, then nate:
a). Casing inside diameter,
b]. Auger diameter.
c). Depth ta which casing was driven.
8J. lf water was encountered, then note:
a). Depth and ele�ation at which water was first encountered.
b). Depth and elevation of water just prior to concrete placernent.
c). How water was managed.
9). Verifica�ion of hole cleanfiness upon completion of hole.
1�).Verification of reinforcing cag� and note use of connection dowels, including the
number of cage spacers and their [ocations.
11).Class of concrete placed.
12}.iop of shaft treatment.
13).Record tirne and duration af any delays during concrete placement.
14). Nate any items that are not in accardance with the Construction Documents.
4. Certifi�d Test Reports:
a. Certified mill reports for reinfarcing steel including bar markings.
b. Cancrete rnaterial reports.
B. Recard Drawings: On the applicable i�rawings and Specificatian Sections, record any
modifications to the information specified.
1,n6 QUA�.ITY ASSURANCE
A. Installer's Qualifications: Shaft driller shall be experienced in this fine of woric, having
perform�d drilled shafts far simifar types of work, and having t�een in business for at least 5
years. Experience shall be rele�ant to anticipaied subsurface rr�aterials, water conditions,
shaft sizes and special techniques required.
B. Tolerances: Cantractor shall provide at its own expense any corrective aetion required by
the Engineer if th�se �olerances are exceeded, i'olerances shall be in accordance with ACI
117, exce�t as folfows:
1. Casing �iameter: Mandle and protect casir�g to maintain diameter within +/- 2 percent
of the specified diameter.
2. Shaft �iameter: Pra�ide shaf� diam�ter shnwn on the Project Drawings, or as aecepted
by the Engineer. Sides shall no€ flair aut more than 2 inches at top af shaft.
3. Shaft Vertical Alignment: Shaft out-of-plumbness shall not exceed 1.5 percent of shaft
{ength with a maximum of 6 inches.
4. Top of 5haft Norizontal Deviation: No greater than 1/24 of the specified shaft diameter
or 2 inches, whichever is sma[ler.
CITY OF FaRT WORTFf
Wesfside Water Treatn�ent Plant Bockup Generators
City Project Number, 103420
316329-4
i7RILLEb CONCR�TE PIERS AND SHAFTS
Page 4 of 9
5. Top of Sl�aft Vertical Deviatiot�: +/- 1/2 inch.
5. Anchorage Embedrrient Tolerance: Limit vertical and horizontal deviations of individual
anchorage camponents frorn the specified location to +�/- 1/4 inch.
C. Furnish (abor, materials, equipment, and incidentals necessary to drill shafts for concrete
faundations, including the placement of reinforcing and concrete.
D. Testing Agency Qualifications:
�.. An indep�ndent testing agency, acceptable to authorities ha�ing jurisdiction and the
�ngineer. The Owner will select anc� pay for this service.
2. The independent testing agency shall �e respansibl� far testing of materials, ready mix,
transit mix or central plant concrete.
E. �rilled Shaft Inspectar (Inspector): The [nspector shali be designated by the independent
testing agency and as approved by the �ngineer. The Inspector shall be a geotechnicai
engineer (icensed in the state in which the wnrk is b�ing performed, or an engineering-in-
training ar technician working under the direct supervision of the geotechnical engineer.
Additionally, the [nspector shall have experience in similar drilled shaft constructian and/or
inspectian.
F. The following items will be inspected, tested or approved by the Inspectar:
1. Determination of acceptable bearing elevatian.
2. Inspectian and approval of drifled shafts.
3. Appro�al far reinforcerrkent anc� concrete placement.
4. Other activities listed in this specification.
1.Q7 DELIVERY AND STORAG�
A. D�liver reinforcing to site in bundles rr�arked �or proper placement. Store reinforcing steel
on wood runners raised abo�e grade. Deliver steel casings in undamaged car�ditian and
prot�ct from damage until installed.
�.08 JOB CONDlTIONS
A. A subsurface investigation has been made by �reese and Niehols, Inc, Fart Worth, TX.
B. Establish grades in relatior� to the perrnanent benchmarks and finish floars for buildings.
Bottom elevation of drilled shafts as shown are estimated from soil baring data. Confirm
the actuaf bearing stratum elevation at site during excavation.
C. Gi�e notificatian to thP Engineer at I�ast 48 hours in advance of the time shafts shall be
drilled. Give the Inspector advance notice to obtain apprnval prior to drilling and placement
of reinforcing and cancrete in shafts.
D. Inspection and approval of drilled shafts shall be made by the Inspector, prior to placement
of reinforcing ar cancrete.
2.00 PROE3l1CTS
CITY OF FORT WORTH
Westside Water Treatment Plan{ Backup Generotors
City Project Numbar: 1034J.0
316329-5
DRILI EO CONCRETE PIERS AN� SHAFTS
Page 5 0€ 9
2.D1 MATEEtIALS
A. Reinforcing Steel: New billet steel conformin� ta A5�'M A615, Grade 60 or ASTM A7D6,
Grade b0, and in accordance with Section 03 210� "Reinforcing SteeL"
B. S�eel Casings: Non-corrugated round steel casings fabricated of ASTM A36 or ASTM A283
steel. Casing shall be of sufficient strength to withstand handi[ng and drilling stresses,
concrete pressures, surraunding earth and water pressures, to protect personne! as
required, and to permit advancement of the drilled shaft thrnugh eaving graund.
C. Corrugated Metal Liners: Corrugated rr�e�al pipe to ASTM A929. Corrugated metal pipe
li�er st�all only be used when approved by the Engineer. Liner shall be of sufficient strength
to withstand interr�a[ concrete pressures.
2.02 MIXES
A. Concrete: Materia[s, production rr�ethods and submittals sha[I be in accordance with
Sectian �3 30 00 "Cast-It�-Place Concrete."
1. Slurnp shall be as foElows wi�h a tol�rance of �/- � inch:
a. Dry, uncased or permanentfy cased: 5 inches.
b. �ry, temporarily cased: 7 inches.
c. 5lurry disp{acement or Underwater pfacement with tremie: 8 inches
2.03 SPACERS
A. Spacers shall be used to center the reinforeement cage within the hale to mair�tain specified
cfear cover. Spacing of spacers shali not exceed that recamrnended by the manufacturer ar
10 feet, whiche�er results in a smaller spaeing, and spacers shal! be pra�ided within 2 feet af
each end.
B. Spacers shall be precast mortar blocks with e€nbedded wires nr prefabricated plastic
spacers.
l. Spacers shall provide 3-ineh clear cover to all rei�forcing, unless otherwise indicated on
the Qrawings.
C. Provide spacer rollers when temporary casings are used �where the casin� is ta be
withdrawn).
1. Spacers shall provide 4-inch ciear cover to side walls of shaft, unless otherwise indicated
on the Drawirtgs.
2.04 EQUIPMENT
A. Furnish dril[ing rigs of adequate size and power �a perform the exca�ations required. Rigs
shall be maintained in good working condition, shall have stable platforms, and run by
qualified operators.
3.pQ ExECUTION
CiTY Of FORT WORTH
Westside Water Treatment Ylant 8ackup Generators
City Praject Nurnber: 103410
316329-6
�RILLED COf�CR€TE P1ERS AN� SHAFTS
Page 6 of 9
3.D1 PREPARATION
A. The site shalE be graded clean and le�el with excess material remo�ed from the site.
Remove obstructians that would interfere with movement of drilling rigs.
B. Accurately Iocate each shaft and mark with colnr caded stakes in a manner that the calar
identifies the type nf shaft. In addi�ion, provide permanent off set markers outsid� the
construction area to a{low rapid checking of shaft loeations fram fixed reference points,
C. Obtain the services af a qualified surveyor to layout shaft lacations and determine
e[e�ations.
�.02 INSTALLATION
A. Shafts shal6 be drilled accurate[y with vertical shaft walls, Rigs st�all i�e maintain�d in a
rnanner thai prevents excessive vibration, causing un�ven or out of plumb shafts.
S. Assign workmen whose responsibility it is to remove dirt away from shaf� holes. Dirt shali
be maved far enoUgh away frorr� the edges of holes to preven# falling back into shaft.
C. Once shafts have been drifled, cover open ho[es with plywoad sheets or ather coverings to
protect workrnen and to prevent de6ris frorn entering the hole.
3.03 REINFORCEMENT
A. Reinforcing bars shalf be straight and true, without bends or kinks, except where indicated
on the Drawings.
1. Make splices as indicated. 5tagger lap splices. Reinforcing steel shalE not be welded,
unless otherv,rise indicated on t�e Drawings.
B. The longitudinal reinForcing bars and spirals/ties shafl be assembled into a rigid unit prior to
placing,
C. 5pacers:
�. Spacers shall be us�d at the lower encf of the cage and along the side, placed at suitable
intervals, to ensure accurate location on the cage within the shaft diameter. Provic�e at
least four spacers arnund the cage perimeter at each support interval.
2. Spacers shall be attached securely to the reinforcemer�t cage in accordance with
rr�anufacturer's recommendations.
3. Martar block spacers shall I�e wired securely to the reinforcernent cage with four wire
attachrnen�s as follows:
a. Attach wires ai the top and bottom of the spacer to the vertieal reinforcemenC.
b. Attach wires at each side of the spacer to the ties (ar spirals) in such a way as to
keep the spaeer frnm rotating sideways.
c. 5pacers shali be securely wired in place and not subj�ct to movement. Dispfaced
spacers shall I�e replaced prior to cancrete placement.
D. Reinforcement shalf be free of r�ud, oil or oth�r coatings that affect the bond.
Reinforcement having rust, scale or other cantaminants sha11 be wire brushed �o remove
such contaminants, except as allowable by ASTM specificatians.
CITY QF FORT WORTM
Wesfside Water Treatmef�t P1ant 8ackup Generators
City Project Number. 103410
316329-7
I]RILLE[3 CONCRETE PIERS AN� SHAFTS
Page 7 of 9
�.04 CONCRETE PLACEMENT
A. Start concrete placement within 8 hours after compfetion of drilling and inspection af shaft.
Concrete to be placec{ in dry apenings, with ar without casings, shalf contain set retarders
and water reducing agents.
B. Pro�ide a hopper with a minimum 3-foot lor�g drap Yube at the top af the shaft to direct
concrete �ertically dawn the center of the shaft and prevent unnecessary splashing on the
reinforcing steel cage or exca�ation sidewalls.
C. Concrete plac�rri�nt shall be contir�uous from the begir�r�ing of placement in the battorr� to
the top of shaft or to construction joints. Time intervals are allowed far �ibrating or
radding, pUIII€1� C�51flg, placing forms and other necessary operaiions,
1. At a minirt�um, consolidate the top 5 feet of the drilled shaft with a vibra#ar. Increase
depth as req�aired for consolidation.
2. (nsert dowels at top of shaft prior to initial se� and prior to consolidating top of shaft.
3. If temporary casing is €ased, then vibrate top of drilled shaft only after casing is pulled.
a. Wttere�er casing is used, extend it above the grade af the finished shaft ta provide excess
concrete placement for the anticipated slump fram the casing removal.
Where a cap blocic or ground line s�rut is shown to be placed at the top af the drilled shaft,
and the cap ar strut is shown to k�e placed monolithically with the drilEed shaft, a tirrie
interval is aflowed for placing the required form anc� reinforcing after any necessary casing
removal.
F. After a placement is cornpleted, cure �he top surface and treat construction joint as
specified ir� Section 03 30 DO "Casi-In-Place Concrete."
G. [f it is clea€rly demonstrated that ground water cannot be sealed off hecaus� of the nature of
the soil farrr�ation, the shaft concrete may be placed thra€�gh water using the following
procedures:
1. Contact the Engineer for possible revision to drilled shaft depth and/or diarneter.
2. �'he procedures for plac�ment of concre�e uncferwater shalf canform to the
requirements af AC) 336.1 using a tre�ie.
F�. When temparary casings are used, the shaft shafl be drilled with an auger until a
predetermined depth is reached, then the casing shall be pfaced inta Ehe hole and spun until
it reaches the bearing strata and forms a seal against water pressure. The auger shall be
refit�ed and the remainder af the shaft drilfed and cleaned aut.
I. Cnncrete shall be placed inside the casing to a depth necessary to create a hydrostatic head.
As the casing is removed, additional cor�crete shall be pfaced inside the shaft, maintaining a
head inside the casing. Special care shal[ be exercised to prevent separations af concre�e
durin� remo�af.
J. Remo�al nf tert�porary casings with a vibratory hammer shall be aceomp{ished whiie the
concrete is sti[I fluid and befare initial set.
CI7Y pF �OR7 WORTH
Westside Wpter TreatnTent Plant 8ackup Generators
City Project tSumber. 103�#1Q
316329-$
PRII l�D CQNCiiETE PI£RS AND SMAFTS
Page 8 of 9
K. If a ternporary casing is installed, and the Contraetor is unable to extract it, then
immediately natify the �ngi€�eer for additianal direction. i.oad-testing or other remedial
action may be required at the discretiar� of the Engineer.
L. Installatian of temporary or permanen� casing by any method other than impact hammer
method shall be subject to the review and approva! of the Engineer. Th'ts includes, but is not
limited to, casing installed into a predrilfed hole, or casing installed by vibratory or
oscillator/rotator methods.
3,05 FI�I.D QUALITY COi�TRO�
A. Th� Contractor shafl provide accommadation to the fnspector to monitor cirilling aperations
and collect samples for testing.
B, Determina�ion of acceptable bearing stratum elevation.
Explore bearing stratum to a depth equal ta the diameter of the bearing area below the
bot�om of drilled shaft with probe hnle if clirected by the Inspector, the Engineer, or the
Owner's representative.
�. When a minimum penetratidn is r�quired into the bearing strata, the Contractor shall
c�ase drilling operations to a[low the lnspector to �eri�y and record the Eop of bearing
strata. Drilling within the bearing strata shail praceed only after the top of bearing
strata has be�n established and recorded.
C. Inspection and apprava9 of drifled shafts:
The Inspector shall �erify and document that the bnttom of the driiled shaft is free of all
loose material.
When a minimum penetratian is required into the k�earing strata, the Inspector shall
verify that the sides of the exca�ation, over the length of the penetratior�, are c(eaned af
all loose material.
The Inspector shall inspect the exca�ation after the p{acement af t�e reinforcing cage to
ensure no loose material was introduced to the excavation while the reinforcing cage
was placed.
d. [f the Inspector observes that the bearing stratum is not capable of pra�iding the resistances
specified on the Drawings or if if�e material encountered is not cansistent with that
indicated an the Drawings, then the drilling of all shafts shall cease and tha Engineer shail be
noiified within 4 hours. The Engineer shall make a determination of adjustrr�ents which
must be made.
If the hole for a dri(led shaf� rnust be entered, then al[ OSHA safety requirements shali be
met. Notify Owner and �ngineer a minimurn of 48 hours prior to �he start of these
activities.
END OF SECTION
CI7Y OF FORT WQRTH
Westsrde N/ater 7reptmenf PlanY 6ackup Generators
City Project Number; A03410
31G329-9
[IRILLED CONCR�T� PIEPoS ANb SHAF7S
Page 9 0€ 9
APPENDIX A
A1.�0 M�ASIlR�M�NT ANI] PAYMENT
A1.01 MEASUREMEiVT
A. Drilled shafts shall be measured by the lineal foat of acceptab[e shafts, in place of the
specified diameter frorr� the battam of the approved exca�ation to a point 6 inches below
finished ground elevation, or ta the underside of cap, b�ams nr o�her footing when the
elevation of the underside of such footing is �elaw the eievation of finishecf ground.
A1.02 PAYMENT
A. Drilled shafts shall be paid for at the contract unit price per lineal faot of cirilled shaf� nf the
specified diameter in place. This price shall be full cornpe►�sation for al! excavatian, placing
and rernoving any required casings, furnishing and placing all reinforcing steel and concrete;
farming, curing and finishing the concrete, including rerr�oving excess materiai, furnishing
tools and equipment and ather incidentals necessary to perform the wark. No extra
payrr�ent will b� made for filling a�ersize excavations or for steel casings feft in place.
END OF APPENDIX A
Cl7Y OF FDRT WORTH
Westside Water Treatment Pfartt 8ackup Generatas
City Project Number: 103410
DIVISI4N 33
UTILITIES
334k10-1
REINFORCED CONCRETE SiORM bRAIN PIPE CULVERTS
Page 1 of 12
SECTION 33 41 10
REINFORC�D CONCRETE STORM DRAIN PIPE/CULVERTS
PART 1 - GEN�RAL
1.1 SUNI�IARY
A. Section l�icl�►c3es:
Ftu'i�isk�ing a►�d installi►-►g ►•ei��forced concrete sto��m cirain pip� �nd c��lverts,
incittding:
a. Pipe o�• box tittii�gs
h. Cottraectio�� of clrai�i li��es to cu�•b inlets
c. All joii►ts
d. All connectio�3s ko �tet�r or existi��g pi}�e or hea�t«ralls, manl�oles, etc., to the
li��es and gE•ades sl�otvn an tl�e Dra��i►sgs
B. Dcviatio�as fi�o��z this Cit�� of Fo�'t Wo�•th Standarc� 5�ecific�tio�i
I. Section l.l C
2. Section I.2 A 1 b
3. Section 2.2 2 B i: Cl�an�;ed ASTM C 1433 (non [�igh���a}r traffic �•ated box c�ilvert} to
ASTM C1577 {izigh�vay tt�aftic rated box ciilverkj.
C. Relatecl Specification Sections incfttcie, b�it are nat i�ecessarily Is��tited to:
l. Division 0— Bidding Rec�t►ire�ne►�ts, Co��tract Forms a��d Conditio��s of tlle Cont�•acE
2. Division 1-- Generai Req�iirements
�-: c����1011-��-�i--a�i f'1.,��.1 l':....,�;r Tofo..;� ,!!�f T�7\ T.,�„�..t:9i�
�€. Section 03 30 00 — Cast-i��-Place Conct'ete
� ' ,
�: ��e�ie��3-0�?��c��
� c�.,t:,,,, n� �,4 �� r,,.,...,,r�„�a �„ , c.,.�,.,,,+�, �n.,.o..:.,i rr�r cn�1
1.2 PRICC AND PAY1�iENT i'ROCCDURCS
A. Measu►'ement a�id Pay��le�it
1. Rei�iforeed Co�tc�'ete Stot'nt Drai�i Pi�e
a. 1Vieas«re�iient
1) Measu��ecf aiong the lo��gitudii�al ce�ite��line oFthe �ipe fro�n tl�e initial
beginning paint �s sho�jrn on D�'a�a�in�;s to the end of const►•uct'to�� as sho�vn
on D►����in�s, exclucfing i€�sicie diameters of any �»anl�oles encou�3te�•eci
b. l.'ay�ttea�t
1} Tlie worEc }�erfor►ned ��zci matei�iafs �iu'�tislted i« acco►'clance �vith tl�is Itenl
�t�d ttteas�irecl as provicteci u��de�• "�Vleasw�ei��ent" �i�ill l�e paid for at tk�e Eu1it
priee hict per linear foat of "Ct�lvert attci Wi«g�v�lls" it�stalleci fo�•:
a} V�rious sizes
b} V�c•ious classes
c. Tlze ��rice bici sk�all incl�ide:
1) �'�►►'nislti�a� a»<i installing ti�e speci�ied dia���etet• pipe a��d �p�3��rte�i�►�t
C['1'Y OI� €�0127' 1YORTFI �l'e.sl.cide �14rter 7're«furen! PIni1� 6�rckrap Ge�reruyos•,s
Ci1y Project Number; l03�i k(3
33d1 EU-2
REtN�ORCEd CqNC�iET� STORM DRAIN PIPE CULVERTS
page 2 of 12
�[f�ll1�S
2) Mobilizakian
3) Pave���ent ��enioval
�� EYC$Vc1�IpE1
S� �i�1t1�111�T
6) Dispos�l oFexcess niate�•i�l
7} Fti�•��isk�in�, pl�ce���e��t aiad co����action of e�i�l�ec3c��ent
$} �ii�'i�isk�ing, pl�ce��3ent ai�ci cocr►paction oFb�ckfill
�)} G�skets
10) Clea►�-t►�
I I ) Cle�Eling
12) Jointing
13) Con�iectic���s to all drainage str�ictures
14) Wi�1g��alls
15) Ript�ap
2. Rei��Foi•ced Co��crete Storm D��ain Culve�•ts
a. Me�s����eme�li
1) Measu�'ed along the iongitucii��al ce��terli��e of tl3e pi��e F�•nt�t the i��iti�l
beg�ni�ing ��aint �s sl�o�v�l on D�•�wi��gs to tl�e et�d of consT�-uctinn �s sho�vn
o�� Dra�vi�igs, excludia�� ittside ciiauletEi�s of a��y i3�at�lio[es enco��nte►'etl
b. Paymeiit
ij Tk�e �vo��k perFormecl ai�c[ �7iate�•i�ls fu��niskted in �cco►�cla�ice with tl�is Ite►�i
and m�as��red as ��rc�vided ��nder "Measurement" «ill be paict Fa�• at tEte ����it
p►'ice bic3 pe►- linear fi�cft of"So� Culve�•t" installed fo�':
a) Various sizes
c. Tl�e price E�id skzal[ i��clti�c�e:
l) F�t�'nishing �nct insfalling the speeifiecl dianleker pipe iiRCj ��3�]LlftCl3Sili
�'ittings
2) Mol�ilizatio►�
3) P�vemeEft reaa�oval
4) �xca�ation
S) Hattling
6} Dispos�l of excess a��ate►•ial
7} Fur�tisltitl�;, �7I�CeEi1Cll� �E1C{ CO1]1�7i1Ct10[1 Of e[t1I]CCllllellt
$} FIIE'i315I1111�, pl�cement ai�d co���paction of backfill
9} G�skets
10) Clean-��p
1 i) Cleaili��g
12} Jointin�
13) Catt�tectio�ts to �ll di�ainage structtu•es
l�L) Wi��g�valls
i 5) Ripi•a��
1.3 RCFL+;RENC�S
A. Refe�'e�lce Staitdards
l. Reference sta�tdarcis cited in tk�is Speci�cation refer to the et���re��t eefere�ice
sta��dat•d publisEtec� at the time of tt�e l�tesl revision d�te lagged at tlae end of ihis
Specificatio�i, u«less a ciate is specific�lly cited.
Z. A���erican Associatioi� of State High�vay �3�d Transportatio» Of�ci�tls (FIASHTO):
a. TI 1 I, Ino��g�nic MatteE• o�• Asi� i►-► BittEminqus Materials.
C["1'Y OE� FOit'I' 11'O[L'fl€ Ii'e.slsirle 11'�rter Treuhrreiu 1'luirt firrckrrp Getierruors
Ci1y PrE�;ect Nun�her: 103410
334110-3
REINFORCED CONCRE7E STORM ORAIN PIPE CULVER75
Page 3 of 12
3. ASTM internatiot�al (ASTMj;
a. A18S, Standard 5}�ecitication fa� Steel Welded Wire TZeiE�farceme��#, Plain, for
Concrete.
b. A497, Stand�rd Specification for Steel Welded Wire Rei�tf[�i•ce�ne��t,
Deformed, fo�' Conc►'ete.
c. C76, Standard SpeciCcation fo�� Reittfo�'ced Conerete Cul�ert, Storn� Deain, a»d
Se��e�� Pipe.
d. C361, Stand���ci Spacificatio» toi• Reit�koR'ced Co�icr�te Lo�v-Head P►-essu�-e
Pipe.
e. C443, Stanciard Speci�c�tioai f'ar Joints fot• Co��crete Pipe and Manisdes, Usi►�g
Rt►bb�r GasEcets.
f. C497, Standard Test M�tt�ods for Co��creEe Pi��e, Manfiole Sections, ot•Tile.
�. C50G, Staiid�►•d Specificafia�� for Reinforced Conc�'ete Arch Cul�ert, Storm
Drai��, and Setver Pipe.
1�. C507, Stanciard 5pecii�catio�� for Reinforced Cor�crete Elliptical Ctilve�-t, Storm
D�•ain, aa�<i Ser�leE• Pipe.
i. C990, Sta�ic[a��d Specificatio�� for loints for Co��crefe Pipe, Manl�oles, ancl
Pt'ecasl Bax Sections Using Prefo�����ed I'lexibte Jaint Sealanks.
j. C1433, Sta��dard Speciticatia�t for PrecasE Rei►iforced Concrete Monolit��ic BoY
Sectians for Ctilve�•ts, StorE�� D��aii�s, and Se�v�►-s.
k. D�, Staxac�a��d Tesi Met�io�i foi• Bitu���en Coi�tenf.
1. D6, Stanciard Test Method for Lass on Heatii��; ot�Dil a��d Asph�ltic
Contpot�nds.
m. D36, Stancia��ci Test Metliad for Softeni��� Point of Bitt�me�� (Ri��g-ancf-Rall
Apparat��s).
n. D71, Standard Test Method to�' Rel�tive D�«sity of So[id Pitd� and As��hait
(Displaceme��t Method}.
o. D92, Standard Test Methad far Ftash a�icf Fi►•e Points b}r Cle�leia��d O�eE� C��p
Tester.
p. D t I 3, Standarci Test Metl�ocl foi� DuctilitJ� of Bihu�►i►�ous M�tet'ials.
q. D217, Standard Test IVtelliads for Cone Penet��ation of Lttbricati��g Greasa.
TxDOT Test P��ocedui•es (Tex};
a. Tex-704-1, Makin�;, Ct�ring, �iicl Testing CoE�����•ession Test S�eci�nens for
Prec�st Conci•ete
I.4 ADIYIINISTRATiVE REQUIREIVIENTS [N�T USED]
1S SUBNI[TTALS
A. Sf�bn�ittals shall be in aceordaa3ce «�itE� 5ectian Ol 33 00.
B. All sl�U��-►ittals shail be appro��ec[ by tl�e City priar ta c[elivery.
1.6 ACTION 5L1BNllTT�LSIINI'ORiVIATiON SU�311�i1TTALS
A. Certiiicates
l. F�i►•t�ish ��yani�factu��er's certificate ot�camplia��ce tl�at thei�• ��roduct ��leefs ti�e
��hysical testin� reqE€i►•ements of this Specification fo�' tite tt�ate�'ials refe�'ei�ceti
i��cittdi�3g, 6ut not I��t�itecl to:
�. Keinfarcec! concrete pipe
b. Concrete box c��lve�•t
c. Jair�ti��� macerials
C'i"l�Y E)I� rOli'I' 1t'Olt'CH dl'e.rlsrile t!'uter Trecuuie�rt PIrmI I3ack«p (ieirercrlars
City 1's'c�iect Number. t03d10
33�1 lU-d
REINFORCED COf3CRETE STORM DRA1iV pIPE CUIVERTS
Page 4 of 12
[.7 CLOSEOUT SUBIVIITTALS (NOT USCD)
1.8 IVIAINTCNANCE NIAT�RIAL SLla1VIITTALS �NOT US�D]
1.) QUALiTY ASSURANCC [N�T US�D]
1.10 DCLIV�RY, STORAG�, AND HANDLING
A. Stora�e �tnd H��ic�[ii��; Rec�siireme�its
1. Seci�►-e anc{ �»�i��taiti a location to stoi•e fl�e �t��tet'ial i�i accordaEzce Evith Sectioii O1
6G 00.
2. ICeep pipe clea« �t�cl ful[y di•ained dt►ri��g stca�'a�;e.
3. TransporE, E-►�i�clle and sto►'e pi�e anct fitti��gs as eecai��tnendecl [�y ����ni�facttu•et'.
4. Re��ir a►- ►-e�lace aily c�auiaged pi�e befare iitstallation pe�� the ���anufactw•eE•'s
reco���►-�lend�tio�z.
1.11 FICLD [SITF,J CONDITIONS [NOT USED�
1.12 WAC2,RANTY [NOT US�D]
1'ART 2 - PRODUCT'S
2.t OWN�R-FURNiSH�D �o�z] O�VN�R�SUPPLI�DP[tODUCTS �NOT USEDI
2.2 �QUIPi1�1�".NT, PRODUCT TYPCS AND IYIATCRIALS
A. F�b��icatic���
P►•cc�st Rei�lfot'ced Co»crete Pi�e
a. Pra�ide ����ecast starn� se�ver pipe kl�at co���orms to ASTM C7b, ASTM C506 0►•
ASTM CS07 fo�• circi�lar, a�'cl� o�� elliptical pipe respecti�efy.
i�. Ukilize ��i��chi��e m�de E�rocess o�• cast by ��rocess that �vi[t p�'avide «nifar►�i
��lace�nent oFa mixt��►•e oFcente�at, a�;�;reg�te �nd water �>ro�zortio«al ta �rovide
a f�om[�getteoeEs co�icrete meeti��g the specified strengtl� requireme�tts.
c. Mix co«crete i►� � ce�itral batc�l ��l���t or other �t����roved �atchii�g f�cility �s�l�e��e
the q��ality and unifo��i��ity c�f'the concrete is assurecl.
d, Dp �iot €�se t�'��►tsit mi�ecl concrete to ��»tiuFactzire precast conct'ete pi��e.
2. Ca►�c�'ete I3ox C��Ive��t
a. C�st-i�i-Place
1) Confar�i� co Sectio�� 03 30 00.
l�. t't'ecast
1) Ft�rnisk� ���achine ����de �i•ecast f�qxes in �ccord�nce with ASTM C1577.
Z) Utilize �� mack�ina made process or cast by �}3�•ocess 11�at ��rill ��rovicte
iuiiform placement of � mi�t�E�•e af cei��et�k, aggreg�te, ancl �vater
p��o�ortional to �>t'ovide a I�o���ogeneous concrete ���eeti�l�; tf�e specified
st►'en�;t�7 rec�uire�»ents.
3) Conc►-ete water to ceme�lt ratio nat ta exceed 0.53 by weight
�i) UtiliGe iztittiittu�tt �70 pounds of cee��ent ��er c��bic y�i•d oicanc�•ete �u�less
mix clesig��s with io�ver cenaent conte��t cEemo«strate tltat the qu�iity and
pet�foeE��ance of the secki[��as nteet tl�e re�E►ircme��ts of this S��ecificatio��.
CI`fY OI� I�OR"f' �VOtZTI [ !I'cs7.cicle fI crler 7recrluicnt f'lair! I3urkxp GerierrNurs
C€[�� Prc�ject �lumber: ] 03d 10
33at tn-s
REINFORCE� CONCRETE STORM dRAIN PIPE CULVEftTS
Page S of 12
5} Mix concrete in a central batch pla�3t o�� otk�et- appa'oved batchi���; f�cility
«�I�ere the quality a►�c3 ����ifo�•mity of tt�e coE�e►•ete is assiu�ecl.
6} Do not �tse transit miYed cancrete to maitufactu�'e preeast co��e�•ete ba�c
culvea•t.
7) Utilize ��elded �vire fabric steel �'ei��toa'cemer�t conformit�g to ASTM A185
o�• ASTM A�97.
3. Joi��ting Matei'ials
a. Use ai�}� of ti�e materials c�escril�ed in this Sectio�l fo�' kl�e 3��aki�ig ofjoii�ts.
l) Fti�•nisk� a zttat�t�l'acture�''s certific�te of complia�ice for all jointing���aterials.
2} Colc� Applied Preformed Plastic Gaskets/I�lexible Joi��t Se�l�nts
a) I'rovide t7exible joint sealants tl�at meet the i•eqc�ire�»ents of
ASTM C990.
h} Utilize 1 conti�juotis gasket cc�nforuiing to tl�e joint sl�a�e fae eact� joint.
c} Piastic gasket sl�all bc p►-od��ced fi-oi�� bleticls af re[ined l�ydrocai•�on
resins and pl�stieizi���; compa��nds i•einforcec� �vit[� inart nline�'al �ller
ar�cf sl�all contain no solvents, irritatitt� ftt��les or ob��o�cious oc3ors.
ci) Use flexible joint sealai�ts tl�at do �iot depee�d o�� oxidizi��g, eva��o�'atii�g
o�- ciie�iiical actio�� fa�' its adhesir�e ar cok�esive stre�igtlt.
e) S�i�ply in e�trEided efl��e fori�� of st►it�ble c��oss sect[oa� at�ci size as to fill
tE�e joint s�ace ��rl�e�� tlte ��ipes a��e joi��ed.
f} Pro�ide s size of ti�e pre-fos��a�ed flexible joink se�tlattt in �ccorclance
with tl�e �natt�afaclui'er's �'ecom�t�endaEio��s and large enougl� ta pro�erly
seal tE�e joint a��d obtai�i t��e sq�ieeze o�tt as desc�'ibed unde�•
ca�tst��uctia�� ►��ethods.
g} Tl�e gasket joint sealer s11�i1 be pT•aiected �y a st�itable re»�ovabie 2-
piece �v�'appe►•, a�3d tlie 2-�iece ��Ira��per shali be so desi�;zleci tlaat'/2 n�ay
be remov�d lo�igihidii�aliy �vithouC clistt�rbi►zg tlle othei•'/� to facilitate
application �s noted �eta�v.
l�) The ck�en�icaE ean�position of the gasket joint sealing compound as
shipped sl�all »�eefi tlie rec��►irei3�e��ts of Table 1 rrrhen tested i��
accot'da��ce witl� the test methoc�s sl�o�vn.
Table I. Sealin Com �oimd Ci�enaical C�
Compasitio�� Test A�Iet�io[I
Bit�uner� ASTM D4 T3itu�nez� Content
Asl�-It�ert Mi►�er�l Matter AASHTO T111
Volatile Matter at 325 degrees P
ASTM D6 Lass o3� He�ting of
Oii and As�ll�ltic Compotit�ds
�ositiov
1'e�•cent by �V
50-70
30-50
2.0 M��
i) Ciasket joint sealing cotnpou3�d wi�►e�� inu�terseC9 fo�' 30 da}�s at ambier�t
roo��l tez»pez'att�►'e separately �n 5 percent soitttion of c���stic potash, a
miYture of 5�lercent hJ�di�ochlaE'ic acid, a S pe��eent solutio�� of sulfi�ric
acid attcl a satiErated lrydroge�� sulticle (HzS) sol��tion shall sho�v ►to
visible cfeterioration.
j} Tlte ��1�}Jsica[ prope�•ties of tl�e gasket jaint sealing con�pou�ld as
s��ipped s[�all n�eet tl�e reqtiireme►its in Table 2«k�eEi testeci in
accot•c�ance wit1� the test illef��c�cis sf�o�v«.
CiTY OF FOiZ'€ �1'OR�IlI �!'est.sirle IP�Rer IreaNi�en7 Plarrf I3uc�kiy�G��re��ctlars
Cit�� Projcct ��imber: i I)3d ] 0
33d110-6
REINFORCED CONCRETE 57[)3iN1 bRAfN PIPE CULV�RTS
Page 6 of 12
Tabl� 2. SC�II11� CO[31j?OU[tfI PjlyS[C�iI Pi•aperties
P�•o��e�•ty Test N[et�tfld Typical A��nlysis
Speei�c G�•�tvity at 77 de�;rees F ASTM D71 1.20 to I.35
Ductility at 7? c[egrees T' ASTM Dl 13 5.0 ce�ftin�etei•s ���ini��tti�tt
Softe€�ing Poi��t at 77 de�rees �' ASTM D36 320 degrees F���i��iinui�t
Ye�ietr�tic►u
32 cie�;rees F(300-git�s) 60-secoltds 75 mini���um
77 deg�'ees F(150-�ms) 5-secands ASTM D217 SO ta 120
I 15 clegrees F{ I 50-gms) 5-seconds I 50 a�a�x
Flasti Point C.O.C. G00 de�;rees F
I+ire Poi��t C.O.0 ASTM D92 {,ZS de�rees F
3) [��Ebbei• Gaskets
a) P�'avide gaslcets th�t canfor�n to �1STM C3G 1 ar ASTM C4�3.
b) Meet tlye rec�ui�•ements of ASTM C443 to�� design of the joints ��ctd
per»fissii�le �at'iations i�� climansioi�s.
�. Design Criteria
l. ReittF�>rced CoE�crete Pipe
a. U�tless ather�vise indic�ted on tl�e D�•a��i�igs, F��i•«ish Class [[I concrete �3ipe
�vitli sl�el) il�ickness, ciret�mfereniial a•eia�force�7�eE�t a��d sE��ength coi�for�nin�; to
the reqttirentents of ASTM C76, ASTM C506 or ASTM C507 far ci�•cular, arch
or elli��tical pi��e ►-espectively, except as �nottiFie�[ belc�w:
1} Man«factti�•e pipes laz•�;er tktan 60-inch c[iamete►• }�y usi�ig 2 li�aes of ci�•ct►[���
�'ei�afok'ce�»e«t.
2) Fo�• C(ass III ��ipes larger tl�a�i b0-ii�ch �[ianteter, man�►facftirer ���ay, at its
option, f��i•nish pipe t�ta�tufactured with eitlie►• Wal) "E�" or W�ii "C"
mii�i�nuni thicknesses and tk�e ��p�lic�E�Ee ��ii»i����tm stee! are� as listed for
circuiar cages i�� Table I1 of ASTM C76, ��z'owidecl test stre�igth
r�c�uire»>ents For Class lll pi��� �re salisfactczE•ily met,
b. .iacking, Bc��•in�;, or Ttu�c�eling
1) D05i�11 �)I�]e fOl' j�iClUll�, I101'i[l� Ol' �lllltlellil�T COE1fOE'llllll� �O tEle
require���ents aFSection 33 O5 23.
2) Wlien ��ec�uested, �rovicle clesigEj �iotes ���d clr�rvin�;s si�;�ted ��id se�tcci by a
Texas licensed E3�•ofessio�i�tl engii�ee�•,
2.3 ACC�SSORICS [l�lOT USI:DJ
2.� SOURCC QUA�.,CTY C01�1TROL
A. Tests and <«spections
fteinfc�rceci Co��crete Pipe
a. Accept�i�ce of pi��e �vill be cietermi�lect by the i•esialts �f�tl�e follo�vi��g tests:
I) M��te�•ial tests reqi�ired i�� ASTM C76, ASTM CSOG or ASTM C507.
2j Absar�tion tests it� �tcca►'dance �vith ASTM C497.
3) 3-edge beari��g tests in accoE�da�ice ��ith ASTM C49'7.
a) Test�n�; R�tte
( l) If tested for O.O l-incl� crack ai�ly:
{a) Test 0.8 percenE of pi�c sectiat�s Foa' eacli size inclt�ded ii� o��cier
(2) lf tested for 0,01-inclt c�•�ck and ultimate load:
CE9 Y(]I� �OR"f Ii�O€Z"]�1I Ii'ests&lc� f{'uler 7�'e«t�ne��I Plc�ril I�rrekup Ge�rerulor.c
Cit}� 1'rqject �fumbc€�: l[13�1U
33�14 ]0-7
REINFORCEi� CONCI2E7E STORM DRAIN PIPE CULVERTS
Page 7 af 12
c)
d)
{aj Test a.2 peree�at of pipe sections for e�ch size [nclucleci in order
b} Pipes tl�at have hee�i tested only to tl�e fo���t�ation of a 0.0 f inch c��ack
attd tl�at meet tl�e 0.01 inet� test [oaci ��equii-e���cnts sitafl be accepfed for
use.
P�iled Pipe
{1) Test 2 consecE►tive joit�ts in ik�e sa���e mi� series if a s��ecime�� fails
to n►eet test s�ec�uire���ents.
{2) ��zti��e pipe se�'ies �vill be �'ejected if` I of t13e consec�►tive joints faiis
to �neet test ��ec�uire�»enEs.
Pipes farge�' tl�a�� 1 inct� in ciianlete►• may be accep#ecl o�i t�ie b�sis oi
msteri�[ tests anci inspection of co�npleted p�'oduct as a�� �IterEfate to 3-
ed�e t�eariEz�; test, at thc option ot tl�e manitfact��rer.
( I} Acce}�Ea��ce of pi�e �vill be deteR•mir�eci by t[ie rest►Its of the malerial
tests as rec��tired in ASTM C76, ASTM C506 or ASTNI C507.
(a} Pe�-fo���n crusl�in�; tests ott ca►'cs taicet� fi•otn barrel aCcampleted
and cE�recf pi�e.
{b) Perfo�-m aUsoi'�tintt tesis an sa�np[es fi•om ��i��e �vall.
{c) Inspect fi��ished pipe incitEding �mo��i�t attd place��ient of
reinforce�t�e��t.
(2) Manufact��rer �vill ftt►���ish facilities and pez'so��itel fo�• taki�i�; core
samples ft'ont pipe barrel a��d for determining con��i-essive strea�gti�
of sainples.
{3) Maa�tifacitteei• will ��lug a€�d seal co��e t�Qles if samples �tteet sl�'ength
rec�uire�iients.
(a) Plu�; �nd seal sec#ians i�� a maii�ie�� that tlte ��i��e section«�ill
��ieet alf test a'e�uireiiie�its of ASTM C7b, ASTM CSOb or
AST'M C507.
(b) Pipe sectians �lug�;ed �nd sealed as described above will E�e
acce�ted %r l�se.
4) lns�ect the finisl�ed pipe to deter���iiZe its co��forma�ace ��ith t1�e �'ec�t�ii'ed
design.
2. Cast-in-Place Catte�'ete Bo� Ctil�e�•t
a. Provide test specim��is that meet the �'ec�ui�•enle��ts of Di�isio�� 03.
P►•eeast [3ox Ctilvert
�. Make test speci�3�er�s in test cylinders at tlie same tiine and in the same���an►�er
as tE�e box sections tl�ey re��resent.
b. Make a���inimut�� of 4 test cyli��ders for eacll c�ay's ����ocluctio�� ��uE3 ar�d eaci�
mix design.
c. Ctt3-e test cyli►�de►�s i►f the sa»�e o�ai���er a�id for the sa�ne ti�s�es �is tl�e bo.r•es they
►��p��ese��t.
cl. Test the s��ecinle��s i�� acco��dance �vifl� Tc�-704-T.
I3. Sizes ar�d Permissible Variations
I. [teinforced Conc�'�te Pipe
a, Ens���•e tk�at va�-iations i►► di�►�tlete��, size, shape, �vall tllickness, reinforceme��t,
pl�ceit�ea�t of rei��force��tent, laying le��gth a��d tl�e pert�tissible ui�de►' run of
le»gth a��e in acco��c�ance witkt the a��plicable ASTM 5pecificatio�� for e�ch type
of pi�3e as refe�•recl to previously.
Cl"CY OF rORT 1L'OR�I I E � I f'esl.ride !f'rrter Ti•ea�men! Pfrr��t Brrckup Ge�te+•ulvrs
C'sly F'rnject NumUer: 1U3�41i)
�3 a> >a - R
REINFORCE� COfVCRETE STQRI1�i Di2AIN pIPE CUI.V�RTS
Page 8 of 12
b. Where r�tbbe�' �;asket pipe joinis are to �e usec{, tife ctesi�;�� ofjoints attci
�EI't11i551�]I� Vfll'Ic�ti011S 111 (�llile[151d[i5 Sllall �� i11 iiCC01'E��[7C� �Yltll ASTM C4�3,
Sectio��s 7 and S.
2. C�st-in-Place ot' Pt'ecast Box Culvert
a. ��1s�Ere that �recast sectiat�s of either type ��ieet tlte folEowie�g requi►-eme�its:
1) T�i� It1SlC�� Vef"�IC�iI �11CI 1101'tZOi1ChI Ci1111211Si0[lS (�O Y10t Vilk'y �1'O[tl Dl'�l�\fltl�
►-equi��eme�its by ���ore tl�an I/2 incli or l�ae�'cent, wl�ichever is g��eater.
2) Tl�e liorizo��fal c�r ve�'tical plar►e at each end of tkte l�ox section daes ttc}t va�'y
�E'011l }7�1'�lGtl(IICLIIiIY Zlj� 11�OC2 ill�[1 l/2 incli pr I��e�•ce��t, �vi�ichever is
greater, ineas«red o�� the iEiside faces of tf�e section.
3) Tlfe sic3es c�i� sectioi� at eacl� e��d cic� not �ary fi•or�� bei��g ��et'pe�tdieular to
the tap �nd hotto��� by more th��� 1!2 inclt or ! pe�-cer�t, wliichever is ��•eater,
�vhen measurecl di�gonally betwee►� oppasite interiar co���lers.
b. E�tsu�'e that �vall �nd sla6 thicknesses are ��at iess th�n shown o« tlae Drawings
e�cept fot• occasio��at deficiencies nc7f ��•eater tl��n Il� i��ck� c�r 5��ercent,
�vhicl�c�veE• is �t'eate�'.
t) Cf pro�er jointi�ig is t�ot s�f�fected, tl�icknesses i�� excess of D��awing
rec�uireme►fts ��•e �ccepkable.
c. Deviatiatts #i'a��� the above tolerances will be �ecepkai�le iFtl�e seciions can be
fitted at the plant a�� joE� site �nci tlfc joi��t oE3etting ak �ny poit�t does t�ot exceed
l inch.
1} Use �nakch marl<s For p�roper iilstallation o�i sectic��ts tklat i��ve becn �cce�zteci
in this niaE�ner.
C. Wor[cni���sl�ip aqc{ Fit�ish
[. Reinforceci Conceete Pi��e
a. Ensure Uiat pipe is stibstantially fi�ee li�om fi•actiu•es, la�•ge oi• cleep c�'acksa�ict
sc�rface rot�gliness.
b. Cns�Ere th�t encls oF pipe nre tta���nal to tl�c �vaEls a��d centerli��e of tE�e �ipe
rr�itllin tkte limits oFv���iakio�is alfo�ved �s stated �re�ious9y.
2. C�st-in-Place or �'eec��st Box C��Ivei�t
a. Fic�e cracks o►� the su�'tace aftk�e me���i�e�� Ehat cic� ��ot exte«d to tkie pla��e ofthe
�tearest reiE�%rceme��t are acce��table unless tl�e cr�eks a�•e t�ta�ierous and
eX�e175iV�.
b. Re�air cracks tltrit extend into tl�� plane af the eeinforci«�; steel in �iit ��pproved
�nanner.
c. EYcessive damage, I�o��eycomb o�• ci•acking �vil{ be su6ject to structiiral revie«�.
cl. Tl�� City ii�ay acee��t boxes �vitl� re�airs tl�at are soeuicl, ��►•ope�•ly �itisfted a�ict
cu�'ed in conformance Evitl� pe►•ti�ient ��ecific�tia��s.
e. Wl�en tii�e cr�eks on dic surFac:e indicate poor cu��ing p��actices, diseontintie
Fiirthe►• prc�d��ction of p►-ecast sections iu�ti) cor�•ections �E•e ���ade and proper
cus�i�ig is proviclecl.
D. Cu��in�;
l. C��re pi�e/bo;c ii� acca�•d�nce �vith klic applicak�le ASTM S��ecirc�tio�� fo�� e�ch type
of pipe as referrecl to ��l�ove.
�. M�rking
1. Rei��to►•ced Concr�te Pi�e
a. Clea�'ly tt�ark tl�e folla«i►�g i«Fo�����ation a�i e�ch sectio�3 c�f ��i��e:
CCE�Y OC� f�OK"I' 1VORTH fPesl.eide lPrrler Ti�c>uf»ten! Plniu 13uckry� Gr�reralor.s
City Project �IumUer: 1113a 1{)
33 41 10 - 9
REINFORCEQ CONCRETE STORNI �RAIN PIPE CULV€RTS
pa�e 4 of 12
�� CI�SS Of �l�]e
2) ASTM designatio�3
3) Date c�f ���anufacctu�e
4) Iclentification of �>lant
5) Nan�e or t►•ade��z�rk of the ����nutact��rer
G} Pi�e to be used fo�� jacking ancl bo�•i���;
}�, Far pipe with ellipiical �•einfo�•cement, in adcl€tioE� to above, cle�t•1}r mark 1 e��d
of eacl� sectio�� during tlie process of �nai�ufactiu•e o►• i�nt��ediatel}f after �uith tl-►e
falfowing:
1) Tk�e location af the top or bottotn of tlae pi��e as it sl�atild be ii�statted,
t���less the extern�l sha�e af fl3e pi�e is s�tcl� tl�at the correct positio�� ofthe
top �nd botto��i is o�viotis
2) Mark tl�e ��ipe sectio�i by indenting or pai��ti���; �vith t��aterproafpai►�t.
Cast-ia�-Place o�• P�•ecast Box Culvert
a. Mark pi�ecast boxes «ith tl�e follawirtg:
I) Name or t��acie�»ark of the prod«ce�•
2} Date of man��faettire
3} Boa size
4) Mi��i►ttt��31 �nci ittaxint�tt�� �11 Iteigliks
b. For ho�es witl�out liftin�; l�oles, mark f e��d of eact� t�o� sectian on tl�e inside
ancl o��tsicle �valls to inciicate the tn�� o�' batto►i� as it �viil t�e installecl.
c. Indent ��iarki�zgs i►�to die box sectia�� or �3ai��t tl�em o�� �acli box �viti� water��roof
paint.
F. Pipe/Box Rejectian
I. Individual sectio►is of pipelbo� may [�e �•ejected i� att}� c�f the Specification
�'equire�3�ents are r�at ►-�iet o�• if any of tlze follo�vit�g exisl:
a. Fractu��es or cracks passi�tg tltt•aE►�;It tlte shell, ��itli ti�e exceptio►� of � singleend
c►•aek that does »ot exceed the deptl� of'tlic joi►it
b. Defeets that i�iclieate impe�•feet proportiorting, 1711�i11� c11iC� t�101i�iIl�
e. S«rface dafects ineiicati��g kto��eycotnbe<i or open textti�'e
d. Da��f�gecl ends �vhicl� �votild p��evei�t inalci►ig a satisfactoiy joi►3t
e. Any co�sti�iuotis crack k�aving a s��rface �<<idtl� af 0.01 incl� o�• �nore a��d
extendi�ig for a lengtk� of 12 inch or ��lo��e
2. Mark rejectecl pipelbox witkt pait�tect "REJECTED".
3. Renla�e rejected �ipe/bor imn�ediately f�'o��� job site ancl repl�cc witl� �ipelho�
��ieeting tl�e ►-ec�ui�'emeitts oitk�is Specification.
�'ART 3 - �XCCUTION
3.1 INSTALLERS [NnT US�D]
3.2 CXANIINATION (NOT US�D]
3.3 PRrPARATION �NOT USEll�
3.� INSTALLATION
A. Ge�iera[
CITY OI' F�(3€Z"C �Y01271 [ f1'estsirle fI'�rfer Treals�errt Plrnrt I3c�ckty� Gesiercuo�s
Cit�� Projcct �Iumbcr: 103� 10
33 41 1 D- l0
REINFO€tCEU CONCRETE S70fiM dRAIfV PIPE CULV�RTS
Page 10 of 12
1. Co��Form to the rec�tii��eme«ts af Sectia►� 33 OS 10 foi• excavatic��t a��c� e��ibedi7�e►�►t for
opci�-c��t type installat�a�a.
2. Co��forni ta the requi��eme��ts of Section 33 OS 23 ��I�en j�cking, boritt�; ot' tunt7eli��g
meti�ods are speci�ed o�� D�•��vings.
3. �st�iblish �«d inaintai�� tines ���d gracles.
B. Pipe/Box Layi��� � T�•ei�clt [nstallatio�-►
L. Ens��►�e that pipe/i�ox �nci fittings a�•e laid ai�cl jointed in ti�•�n t�'e�tcl� botto���
COt1E�itlO17S,
i. �f�t'� ��yltl� �Jll)O��OX Dl7 tfle heC�C�t[1� c�i tfle 011ttei Ol' {�04VElStCC�II] etl(� \V1k�a f�le 5�31�T0�
or tongue end of ti�� pi�e jaint ��c�itttitt�; do«nstream, ai�d �roceed toward tE�e inlet
o�' �►pstream end «itl� tE�e �bt�tting sectioi�s pi�o��e�•ly ��tatched, tr�ie to the establisltecl
[ines and gracies.
3. Pr•ovide app�'o��a'iate ��cilities for l�oisking �nd loweri��g tlie sectEo�3s of }�i�elboY
acco��diE�g to manufact��rer's recom���►end�tion.
�i. Lift �nd la4veE• sectiotts o����ipelbox i��to trench �vitE�aut d�«}aging ��i}�e or distu►•bin�;
the p��e�a��ed bedciing or sicies oFtE•encl�.
5. Ca�•efu[ly clean pipe/bax e►tds he�c>�'e pipe is placed i�� t►-encl�.
6. f'rotect pi�e/bo� open eE�d fo preve�lt enti•a�ice aF����th or beddi��� ntate►'i�l as eacl�
lei�gth of pi��e/box is laic�.
7. �'it, Ill�itCll �1lCI I�iy 131�)�If]O\ t0 fOCE11 R S[tlflOEll, uniform co�ldtiit.
&. When elliptical pipe �vitl� circula�• �•einfrn'cit��; o�' ci►'cular pi��e wiih elliptical
�'ei��fa�'citlg is itsed, iay the pi��e in treEjcli so tliat tkfe mai•kitlgs fo�• to�� or bottom �rc
��at �7iore tha« 5 degrees from tl�e vertical pl�ne tE�i•ougii tk�e Iq�z�;itu�iiita[ axis of tkte
��ipe
9, ReEt�ove ai�ci �•e-lay, witl7out e�tra ca►npeE�s�tio�i, pipe/box tk�at is not inali�;nc�ient
or tt�at sl�ows eacessive settlett�ent �fter l�yi���.
C. Mtiltiple Rari'el �3ox Ct�lve��t Placement
�. Fi�l tlle a�ulul�l• sp�ce bet�veei� naiaiki��le f�oxes �vith cr«si��d rock or CLSM
�cca�•ciit��; to 03 3�i l3.
<�. Wate�' jettit��; �vilf not [�e �Ilo«ed €�etwee�� paealiel ba;ces.
2. St�rt the laying of boxes on the becidi�3�; at the autiet end aixt }�roceeci toward the
i�alet encl witf� the ai��►tting scctions �roperly matcl�ed.
3. Fit, matcE� and lay i�oxes to For��l n s►t�c�otl�, tattifornt conduit true to tk�eestablished
lines rind �;k•ades.
D. ,Ioi��ting
k. Cold A�ptied PreFormerl Plastic GaskeEs/�lexible Joint Seala�its
a. Brtisl�-ap}�iy � suitable ��ri�tter, �•eco��3mended by ti�e manuFact�ta'e�' of tl�e gasket
joi«t se�tiler, to tang€te at�El �;t'oove joint s��rF�ces �nc� e��c[ su��faces.
I) E��su►'e th��t s�tr#ace to be �SE'i�ned is clean a«ci dry �vhen peime►• isapplied.
2) EElSL1C� ifl�f �)1'tlllei' lS 110i �i€)[�Il2C� OVeC lllllCl, s�«cl, di��t aE• sk��u'}� ce��7eE�t
protrusions.
3) AEIo�� primer to clry ancl I�ardei�.
b. Attach pfastic gasket seale�• �ro��►td t�pereci ta���ue o�• tape�'ed groove near fhe
pipe jc�int hu� o�• sEta��lcler, k�efoE�a l�ying �}i��e in trencli.
CCCY OE FOftT' It'OR"1'I i 114�.cl.+ide li'uter Ti•eatnreirl Plrrsr� Bcrek�rp Gr�rerufar.�
GL)' ��E'(}�eCl I�:1tt11UC1 : � �3� ��i
33d1 fU-ll
RE[NFORCED CONCRETE STORM DRAifV P[PE CU�VEk75
Page 11 oi 12
c. Ret��ove l���e�� tiv►'apper ti'o��t 1 si�{e only of tl�e 2-piece �yrsp��er on gasket a►�d
press it f�i•it�fy t� tite clean, d►-y �3ipe joi��t si�rface.
1) Do not remove ti�e o�►tside ��ra�3�ei• untii immediately be�'ore ps�shi�jg �3ipe
into its ti��al �ositian.
d. Align the to�a���e correctly �vitl� the flare of tl�e groove.
e. Remave outside �vrapper on tfte �;asket and �}t�ll ar pusE� pipe home «ith
suF�cie�it force (l�ack l�oe shovel, C�l�lll IlOiSt, ralcl�et hoist or winch) to cause
evidence of gasket material sqt�eeze-otit on inside a�• o►�tside around complete
pipe joint ci�•cumfere«ce.
[) RG1l10VC 313y �011li lll�i�et'1TI �Il�i� (71ESjle{� 011L llli0 t�1C Iltt�l'101' Ot �k�)e.
2) E��su��e tl�at pipe is ���Elled l�a�t�e in a strai�;l�t li��e �vith all parts af pi�e on
line and g►�ade at all times.
f. Praceed wiih l�actcClling of pi�}e laid «fitl� �alastic gasket jaints as soon as joint
l�as beeai i��spected and ap�roved l�y tile E��gineer o�� inspector.
I} Taice special precaiitions in placitt� at�cl compacting back�ill to ��oid
dainage to joints.
g. Wize�� tiie atmospfiei�ic te��tpe�'at��re is below 60 deg�•ees F, store pre-tormecl
flexihle joint seala�its in an area �varnied to above 70° cteg►'ees F ot' a�'ti�cially
�varmed to this tetttpet'att�a'e in a►���nne�• satisfactory to the EE�gineer.
1) A��ply gaskets to pipe joi�3ts i►�imediately prioi' to plaeitt� pi�e in trenei�,
followed by eonttectian to p�'e<<iausly laicl pipe.
2. R��f�ber Gaskets
a. Make tt�e joint asse�ttl�ly acco�'ding to ti�e recoizunendations oftl�e gasket
�na«ufact�►re��.
b. Whe►� using �•�ibber �;�skets, make joints ��latertigl�t.
c. Backfill �fter tl�e joint l�as bee�a i��s��ected and app►•o�ecl.
E. 8ackfi ll
I. Conform to tl�e rec��►irev�et�ts of Section 33 OS i0 fo�� backfilling pipelbaxtE'enches.
F. Pipe fittings
1. Pot€red Canc►•�te Pipe Collars
�. Provide colla►'s toi' locations sl3o�ir�� on Dra«rings.
t�. Colla�• cost is consic�ereci stibsidiary to bid p►-ice for fiu•nisl�ii�� ac�ci i��stalling
reinforced conerete �ipe. No extr� payrt�ent ��ill be n3acie for iE�stallatio�� of
conc�•ete pipe collars sho«�n on tl�e Dra«ri�zgs.
2. S�zop and I� €efd-Fabricateci W}res, Tees, Crosses and Bet�ds
a. F«rnisl� and install slaop o�� feid-fabricatec� �vyes, tees, crosses or �ends as
inciicated on D►�awings or req�iired �y tl�e Engineer.
b. Sl�o��-fab�•icate fiEti«gs for i��asi�z���na pipe size less tEia�� 24-incl�es i�i dian►ete��
to�' tl�e [arge►' pi�e.
c. Fielcl-fah�'icate f tti►��;s ��it[� 2�-incf� oe gi-eater dian�eter far tl-�e larger pipe.
d. Field-f�b��icate rtti►��s fo�- Uox c�€[��e�'ts.
c. T�ke eare i�1 tab�'icatiot� tl�at concrete wal[s of ��ipe are b��oken back only
eno�Egi� to pra��idc the re�uireci finisl�eci o�iening.
f. Join reinforein�; n�esk� or bars by bendiizg, t�visting or spot �velding ko p�•avic�e a
I'1�1C� COI111eCt[011.
Cll�l' UI� i�Oli'I' IVOR'['Ei lf e.sLride 1f s�ter Ti•eninret�7 Plcr�N 13uc'ktqa Gcrteralvrs
City Project iV�oml�er: 103�41i1
33 41 l� - l2
REINFQRCEf3 CONCRETE STORM DRAiN PIPE CULVERTS
Page 12 of 12
g. Concrete or ►nort�r (as s�aecified in ti�is segi3�et�t) sl��ll be wiped over the
reii�ti�i•ci���; �vires co�inectii�g che 2��ipe joi��ts, com�acted E�y light blo4vs,
sk�a�ed fo the cotitou�• of the ��ip� bai•rels, ii�l�tly bt'ttsl�ed for finisl� aE�d c��red
€uider ��et burlap.
3. Po�it'ed Cancrete Pi�e Pt��gs
a. Plug pipe encls 4vikh a fabricated t�nit as sk�o�v►�► on Dr���ings, wE�e» coi�dtiit lines
tet'�tt[tlate at locatio��s with no cant�ecfion to cirain�ge struct��res,
b. Concrete ��ipe plEig cost is consiclerec� s«l�sirliat'y ta bid price for ft�rnisl�i��g �►�d
i►ist�lliifg ►•eiE�Fo�•cetf concrete pi�e. No exE��a payment �vill be ��i�de fa►•
installation of conc�-ete pipe pitEgs slfo�vti on tlfe Dr�4vi�igs.
3.5 RCPAIR / RESTOiLATTON [NOT US�D]
3.6 RG-INSTALLATION �N�T L�S�'.D]
3.7 FIELD {o�z] SITE QUALITY CnNTROL
�. �'ielei'['ests a�ic( Inspections
l. Video Ins�ectioef
ri. Pez'fo�'�t� ��ost-canst�-�►ction TV inspectioti of��(l i�fstalled ►•einfoi•ce�l cc�t�c�'ete
pipes/boxes confo��ming to the ►•�qtiire�nents of Sectiot� 33 OI 31.
2. E��s��re that pipes/bo;�es are installed coi-�'ectly �nd a��e free of signiEicantdebris.
a. At the City's disct•etioti, repl�ce any ��ipe/box that is deEet'Rt�i��ed to liave
joi�iti�i�; problems, crackitt�; oa' si�;�7ifcant deE��-is.
3.S SYST�]VI STAi2TU(' (NOT US�D�
3.9 ADJUSTING [NOT USCD�
3.1U CL�ANING (NOT US�D�
3.1 l CLOSCOUT ACTIVITiCS [NOT USED]
3..12 �'ROT�CTION [NOT USEll�
3.13 iVfAINTCNANC� �NOT US�D]
3.14 ATTACHIVI�NTS [NOT USED]
1�11►[:FZ�]..�i.TDC�L�T►`i
I�evision Log
DAT� NAML SUMMARY OF Cf IANGk:
CITY OF f•OR"]� 1VOK'I Fi fi'eslsidc /Prrter Ti�ccrinie�u f'lu�N I3uckrry� Gerrer�r�ur.ti.
City Projecl NumUer: 1634 EQ
DIVISION 40
PROCESS CONTROLS
aa6loa-i
PftqCESS CONTRaI SYSTEMS GENEiiEAL PROVISIQNS
Page 1 of 16
40 6100 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
1A0 G�N�RAI
lA1 SCOPE OF WORK
A. F�rnish all lat�or, materials and equipment required to pra�ide, insiall, test and make
operational, a Process lnstrumentatian and Cantrol System as specified herein and related
specifications, ar�d as shown on the Drawings.
B. 7he work shafl i€�cEude furr�ishing, installing and testin� the equipment anc{ materials
detai[ed in each Section of Division 40 Process Control 5ystem Sections.
C. Throughaut the Process Control System 5ectians of Division 13 40, the term Cor�trac�or shall
refer to the General Contractor.
p. Equiprrient furnisE�ed as a part of other �ivisions and shawn on the instrumentation and/or
Electrical Drawings shall be integrated into the overail Instrurner�tatiort System under the
Process Control System Sectians nf �his Divisian. Instrumentation specified in other Divisipns
shall meet the Specification requirements a# the Process Cantroi System Sections af this
Divisian.
E. The Cantractar shall provide the services af specialized personnel that m��t alf of the
q�aalifications of a Process Gontrol Systems Integratar (PCSI} who shafl perfarm all work
necessary to select, furnish, canfigure, customize, debug, install, connect, caEibrate, and
place in�o operation all �racess control systerr� instrumentation hardware speeified within
this Division, except for applica�ion software programming, which is specified far
Programmable E.ogic Controllers (PLCs} and �lurrtan Machine Interface (NMI) camputers, as
described in Section 4� 68 5� App[ication Services Pro�ider. The PC51 shall coordinate with
the Owner/ Engineer and ASP, for all scheduling, instal{ation, and startup services. The PC51
shall have quaiifications as described herein. the personnel meeting these quafifications
shall be submitted as �art of �he project plan submittal as described below. The personnel
need not be ciirect employees of the eontractor but shall be employed by a firm with a
direct subcontracfi �o the contractor.
F. The Contractar shall provide the services of an Application Services Pravider �ASPJ for al!
wo�k as specified in Section 4a 68 60. The ASP shall have qualifications as descr[bed herein.
G. The Cantractor shalE coordina�e, and scheduPe all required testing with the General
Con�ractor, Owner, Engineer, PCSI and ASP.
H. The waric shall include the following:
Cil)� of f'ort �Vortl� i!'e,sl.rrde )f4�lef' 7i•euls�e�rt Plci��r 1lrrrkirp Ge�rer�Nr�r.r
C.'itl' 1'i�rijecx rlhrm6e�•: I()3d 1(1
aa 6f oo- z
PROCESS COfVTR4l SYSTEMS GEIVEREAL pRqVI510N5
Page 2 oF 16
1. Make connections, including field connectians and interfacing between
instrumentation, controllers, controf devices, control panels and it�strutnentatiar�
furnished under other Divisions. The Contractor shall coordinate his cor�structia�
schedu{e and instrurrientacion and contrnl interface with the supplier af instrum�ntatian
and cantrol equipr�ent specifi�d under other Di�isions.
2. Make wiring terminations for all field-moun�ecE instruments furnished and mounted
under other D'[visions, inc[uding process instrurr�entatian primary elements,
transmitters, local indicators, and cantrol panels. Instafl vendor furnished cab[es
specified under other Divisians.
3. Auxiiiary and accessory devices necessary for system aperation or perforrt�ance to
interFace with existing equiprrtent or equipment provided by other suppliers under
other Sections af these specifications, shall be included wh�ther they are shown an the
Drawings. These devices include, but ar� not limited to, transducers, current iso€atars,
and signal canditioners, interpasin� relays or protocol converters.
4. System design shafl allaw removing inclividual devices frnm service without disr�pting
other unr�lated devices in service,
5. �quipment sF�all be fabricated, assembled, installed, and piaced in praper aperating
condition in full conformity with detail drawings, specifications, engineering data,
instruckions, and recommendations by the equipment manufact€arer as approved by the
Engineer.
6. Actual instaElation of the system need not be performed by the Contractnr's PC51
empinyees; however, the PCSI shall provide the an-site technical supervision of the
installation.
7. The PCSI shall furnish equipment whic� is the product of ane manufacturer to the
maxir�um practical extent. Where this is not practical, al1 equipment of a given type
shal) be the prnduct of one manufacturer.
All materials, equiprnent, labor, and services necessary to achieve the monitoring and
cnntral functions described herein shall be provided in a timely rnanner so that tF�e
monitoring and cantrol fur�ctions are available when the equipment is ready to be
placed intn service.
9. Caordir�ate t�e sequence af demolition with the sequenc� of construction to maintain
plant operation in each area. Remove and demolish ec�uipment and materials in such a
sequence that the existing and proposed plant will func�ion properly with na disruption
of treatrrier�t.
1Q. Madifications to existing instrumentation and control systems as required to new and
existing equipmeni to rnaintain the plant in operation.
11. All bidders shail visit the site nf the project, prior to submitting a bid, and satisfy
themselves as to any questior� that they r�ight hav�, relating to existing equipment,
condition or canstruction.
Ci1y of E�or[ 1Vorth JNe,rfsi�lc dfirler '1'reulinerr! f'lu�rt I3crrktrp Gesrernlnrs
Ci{l' f'rqject rl�ranifier: I!}.��1I0
40 6z aa- a
PR�CESS CQNTRqL SYSTEMS GENEREAL PROVISIQNS
Page 3 of iG
12. Furnish all Fiber Optie Data communications Cables and specialty cable systems for
installation under Division Zb. Where redundant cables are furnishecl, cnnfirm that the
cables are installed in separate raceways.
1.02 RELATEb WORK
A. Wherever references are made to Related Work in ather Specification Sectians af the
5peeifications, the Contractor is to pra�'tcle such information or work as may be required ir�
those references and include such information or work as rnay be specified.
B. All Instrumentatinn work related to Process and Mechanical Divisions equip[nent that is
shown on the Instrumentation Drawings shall he provided under Division 40 Process Cantrof
System Sections unless at�erwise expl[eitly shown.
C. All instru�nentatian Equipment and work pravided under any Division of the Specifications
shali ful9y compfy with the requirernents of Division 40 I�strumentations Sections.
D, iVo references are made to any ather section which €nay cnntain work refa�ed ta any other
section. �'he Contrac� Documents shall be taicen as a whole with every section rela�ed Eo
e�ery other section as required ta meet t1�e requirements specified. The organizatian of the
Contract Documents into specifieation divisions and se�tions is for organization of the
documents themselves and does nat relate �a the division of suppliers ar labar which the
Contractor may chaose to �mpiny in the execution of the Cor�tract. Where references are
made to ather Sections ar€d other Divisians of the Specificatians, the Cantractar shall
pra�ide such inforrnation or additional work as may be required in �hose refer�nc�s and
ir�clude such information or work as may be specified.
E. Other Division5
1.. The Contractor shall be responsible for examining ail 5ections af the Specifications and
Drawings and shafl determine the power and wiring requiremen#s and shalE provide
appurtenances, as required to provide a fully functianing process contral system. lf the
equipment requires added options, due to different equiprnent bein$ supplied, the
Contractor shall furnish the addit9onal appurtenances and/or wiring, with no change in
the Contract Price, and witl� no increase in Contract Tirne.
1.03 SUBMI�"TALS
A. 5ul�mittal Process
1. S�bmit Shop Drawin�s, in accordance with Divisian 1 requirements, far equipment,
rnaterials and all other equipment specifieci under each lnstrumentation 5ection of
Division 40, except wF�ere speeifically stated atherwise. An individually packaged
submit�aE shall be made for each Section and sha[I contain all of the information
required by that 5ection, unl�ss specifieally directed otherwise �y the subrr�ittal
requirements of that sectian. Partial submittals will not be accepted and will �e
returned un-reviewed.
City of Port It'arth i1 e.�7side 1 Pruer Trenr�neiaf PI<rir113acktrp Generu(v�•s
Ci1 t' Projecl e\`ruttUer: 1 f13d Ill
aa 6100- a
PROCESS CONiROL SYSTEMS GENEREAL PR�VISIONS
Page 4 of 15
B. No submittais will be accepted for Section 4[l 6100, except far the qualifications of the
Contractor's PC51 and the Contractor's ASP, as specifi�d herein, and the Project Pfan,
Schedule and �eviatian i.ist 5ubmittal.
C, Each Section s�k�mittal shail be complete, contain all of the items listed in the Specification
5ection, and shall be clearly marked to indieate which items are applicable on each cut shee�
page. The Submittal shall list any �xc�ptions to the 5pecifications and Drawings, and the
reasan far such deviation. SF�op drawings, not so checked and noted, will be returned un-
reviewed.
D. Ti�e Contractar shafl check shop drawings for accuracy and Contract Requirements prior to
subrnittal to the Engineer. Errors and omissions on appro�ed shop drawings shalE not relieve
the Contractor from the responsibility of providing materials and workmanship requir�d by
the 5pecifications and Drawings. Shop drawings shall be stam�ed with the date cheeked and
a Statemer�t indicating that the shop drawings conform ta Specifications a€nd Drawings. Oniy
one Specification Section subrr�ittals wiil be allowed per transrnittal unless sectians are
indicated for grouping ir� the individual sections.
E. Material shail not be orderecE or shipped until the shop drawings have been approved. No
material shail be ordered, or shop wark started if shop drawings are marked "APPRDV�D A5
NOTE�} CONFIRM", "APPROV�D AS i�OTED RESiJBMIT" or "NO� APPftOV�D".
�. 5hop Drawings, �&M Manuals, and other documentation shall be subrnitted as listed in
each of the ir�dividual Instrumentation Specification Sections.
3.. Submit operations and maintenance data for equipment furnished under this f3ivision,
in accordance with Division 1, The manuals shall be prepared specificaily for this
inskallatian and shall include catalog data sheets, drawings, equipment lists,
descriptions, parts lists and nperating and maintenance instructinns.
2. Manuals shali include the fof lowing as a minimurr�:
a. A comprehensive index.
b. A complete "As-Built" set of appraved shop drawings.
A com}�le�te list of the equiprrtent sup�lied, including serial numbers, ranges and
�ertinent data.
A ta�le listing of the "as left" settings for alf timing relays and alarm and trip
setpaints.
e. System schematic drawings "As-Built", illustrating all components, pi�ing and
electric connections af the sysiems su�plied under this Division.
f. Detaifed service, mainter�ance and aperatian instructions for each item supplied.
g. Special maintenance requirements particular to this systerr� shail be clearly defined,
alang with special calibratinn and test procecEures.
C sty c�f Farl 11'ur13� fPc.�tside lPnler Ti•euliueitl f'lrrirf 13c�rkup Getic�rutvrs
Ci1s' P+•qjec! r1'unrha•: 103�1 ](1
ao 6i ao- s
PRdCE55 CflNTROL SYSTEMS GENEftEAI PRqVISIONS
Page 5 of 16
The aperating ins�ructians shall also incorporate a functional description of the
entire system, with references to the systems schematic drawings and instructions.
Complete parts list with stoek nurrEbers, inc[uding spare parts.
G. Recorct I7rawings si�alf be pramptly furnishec{ when the ec{uipment installation is complete.
payment will be withheld until Record Drawings have been furnished and approved. The
PCSI shall pravide rr�arEcups an all Process and fnstrumentation Contract Drawings.
hi. At �he time of delivery of the equipment, the Contract�r sMall have an approvec� shop
drawing in his possession for ihe Owner's Inspector and Owner's Engineer's verifications.
Project Pfan, Schedule and De�iation List Submittal
5ubmit, as soan as possible following PCSI's receipt of Notice to Proceed, a Froject Plan,
Schedule and Deviation List 5ubmittal. The Project Plan, Schedufe and Deviation �ist
Submittal sha{1 l�e rnade and approved before any further submittals will be aceepted
and prior to scheduling af the first PCSI caardination rneeting. The Project Plan,
Schec{ule and De�iatian List Submittal shalf, as a minirr�um, contain the following:
Overview of the Proeess Control System, clearly describing the PCSI's unders�anding
o� tE�e project work ancf interfaces ta other systems; and including a pr�li�ninary
system a€rchitecture drawing anc[ prapos�d project work schedule detailing al! pCSi`s
work activities. Description of PC51's understanding of the work shall be an original
write-up authared by the PCSI. Copying of the Scape of Work included herein or
utilizing contract drawings in any form sha11 not be acceptable.
b. Approach to work clearly describing haw the PCSI intends to execute the work,
including detailed diseussion of switchover, star�up, replacement of existing
equipment with new, and other tasks as required by these specifications as
applicab{e.
c. Prelim€rtary HMI software, PLC software, and PLC hardware list submittal
information shalE be includec� solely far determining compliance with th�
requirements of �he Contract Documents prior to beginning development of
applicatian programr�ing. Review and appro�al of software and hardware systetns
as part of this Project Plan stage sha[1 not rel{e�e the PCSI of ineeting all the
functional and perfarmance rec�uirements of the system as specified herein.
Substitutian of rr�anufacturer or modei of �hese systems after the submittal is
approved shalf nat be permitted wiihoui prior �ngineer approval.
d. Details of personnel assigned to the project and arganizationa[ structure including
the PCSI's project manager, project engine�r, and lead project technicians. Include
resumes of each key individual and specify in writing their commitrrient to this
project.
e. Preliminary co4rdination meeting a�endas as specified herein.
f. Prelirr�inary iraining plan
City nf E�o3'[ 1Vorth it es•tsidc: fI'�11�r 7'r•culuiei�r Plun113uckirp Gelaerrrtor,s
Citt' Prr�jecl rYruirber: 1(13d ! 0
40 61 UO- 6
PROCE55 CONTROLSYSTEMS GENEREAL pROVISIC)iV5
Page & of 16
g. Samples of shap drawings to be suE�mitted in confnrmance with the requirements af
the Specificatians shaEl be submitted. At a minimum include sampies of panel
fabricatian drawings, {oap, and I/O wiring diagrarns.
�xceptions to the Specificatians or Drawings shall be clearly defined in a separate
Reviation List. The Deviation List shall cansist of a paragraph by paragraph re�iew of the
Specifications indicating acceptance or any proposed deviations, the reason for
exceptinn, the exact nature of the exception and the prapased substitution so that an
evaluation may be made by t�e Engineer. The acceptability of any device ar
methodoingy submitted as an "equal' or "exception" to the s}�ecifications shall be at the
sole discretian of the Engineer. I� nn exceptions are taken to the Specifications or
Drawings, the PCsi shali make a statement indicating so. ]f there is no stater�ent
induded by the PCSI, it sha(I be interpr�te�d by the Engineer to mean that nn exceptions
are taken.
3. A Project Schedu(e shall be prepared and submitted using an iSOJIEC 26�00:2006
farmatted file. The schedu(e shall be prepared in Gantt chart format clearly shnwing
task linkages far all tasks and identifying critical path efements. The PCSI's schedule shall
be laased on and coordinated with the Contracior's and A5P's schedules and must meet
alI field insta[lation, testir�g, and startup milestones in those sc�edules. Updates to this
schedule when appro�ed shall be resubmitted fnr recard 6efore eaeh construction
milestone, or every manth whichever is greater
�. Th� PCSf schedule shall illustrate all major project milestones including the foilowing:
a. 5chedule for all subsequent projeet submittals: inclucle in the time allotr�ent, the
time required for Contractor submittal preparation, Engineer's review, and a
minimum of two complete review cycles.
b. Propnsed dates for al9 required praject Coordination Meetings.
c, l�ardware purchasing, fabrication, and assert�bly (following ap�roval of related
submittals)
d. Software purchasing and configuration (following approval of related submittals)
e. Shipm�nt of a[I instrumentation and control syst�m equi�rrieni
f. fnstallation of all instrurr�entation and control system equipment
g. Duratian and cEa�es for ali required testing activities. Testing schedule shall incl�de
submittal of test procedures a minimurt� of 30 days prior to commencernent of
testing. Schedule shall also include subrriittal of campletec� documentation of testing
acti�iti�s for review and approval by t�e Engine�r prior to equipment shipment,
startup, or subsequent prnject wark.
Cil�° of I�art 1Voi9h t!'e.sl.rrde �J'oler Ti•eutrucsil Plnul flrrckxp Geiieralor.c
C'if�� f'rnlec! ,1'i�urher: 1113d 10
40 61(30- 7
PROCfSS C�Ni1iOL SYSTEMS GENEftEA� PROVISIONS
Page 7 of 15
h. The PCSI shal{ arrange the schedule to accart�modate the requirements of the A5P to
develop, test, troubleshoot, and train the Owner's staff on the PLC and HMI
application and systems. The timing of these coordination efforts sf�al! be jointly
determined by the A5P and PCSI; hawever, the PCSI shalf include alf necessary costs
to accommadate the minimum time slots in their overall project schedule. All time
allotments shall exclude any legal holidays, ar ciays lost due ta c[elays caused by the
Contraetor ar PC5{.
Include a schedufe for system cutover, startup, and/or placing in service for each
major system. At a rrtinirnum, include the scheduie far each process cantraller and
HMI server/warkstation pravided under this Contract.
J. Schedul� for all training including submittal and approval of 08cM manuafs, factory
training, and field training
�..04 REFER�I�C� CODES AN� STANaAftQS
A. Instrumentation equipment, materiaks and installation shall comply with the Naiional
Electrical Code (NEC and with the latest ec{ition af the following codes and standards:
1. National �iectrical Safety Code (NESC)
2. Occupational Safety and Health Administration (OSHA)
3. National �ire Protection Association (NFPA)
4. Natianal Electrical Manufacturers Association (�fEMAj
5. American IVational 5tandards lnstitute (AN51j
6. {nsulated Cable �ngineers Association (ICEA}
7. The Internatio�al Society of Automation (ISAj
8. Underwriters Lal�oratories (UL)
9. UL 508, the Standard of Safety for Industrial Con�rol Equipment
10. Ul. 508A, the Standard of Safety far industrial Control Panels
11. UL 50, the Standarc� of Safety for Enclosures for �lectrical Equiprnent.
12. iVFPA 79, Electrical Standard for Industrial Maehinery
13. �actory Mutual �FM)
14. All equipment and instalEations shali satisfy applieable Federai, State, and local codes.
C=it)' of rc�rt �lforth !f'esGsi�le i!'�r�er Ti•errtme�t! 1'lanl I3crckirp Gcrier•utor•.s
Ci1s' Prajec7 r\'umber: ll)3�F10
40 6] 00- 8
PROEE55 CONTRDL SY57EiV1S GEN�REAI. PftOVISIONS
Page 8 of 16
B. Wt�ere reference is made io one of the above standards, the revision in effect at the time of
bid opening s�all apply.
C. All material and equipment, Fnr which a UL standard exists, shall bear a UL label, No such
material or equipment shall be brought onsite withou� the UL label affixed.
D, if the issu� of p€'iarity is due to a conflict or discrepancy I�etwe�n the provisions of the
Contract Documents and any referenced standard, or code of any technical society,
organization nr assaciation, the provisions of the Cantract Docurnents shall take precedence
if they are more strir�gent or presumptively cause a higher le�el of perforrr�ance. If t�ere is
any canflict ar discr�pancy be�ween standard specfficatians, ar code�s of ar�y technicai
society, or�anizatian or associatian, or betw��n Laws and Regulatians, the higher
performance requirement shaif be binding on ihe Contractor, unless otherwise directed by
the Owner/Engineer.
In accordance with the intent of the Cantract Dacuments, the Contractor accepts the fact
that cornpliance with the priarity order specified s�ali not justify an increase in Contract
Price ar an extension in Contract Time nor limit in any way, the Contractor's respansibility ta
cornply with all Laws and Regulations at a11 times
F. All control panels shall be constructed and t�e labeling shall be affixed in a UL 508 facility.
1A5 PROCE55 CQ�lTROL SYSTEMS lNTEGRATOR (PCS])
A. �he Contractor shall provide the ser�ices nf a Process Control 5ystems Integrator (PCSI) for
ali worlc under ihe instrumentation sections of this and related Di�isions, as described in this
section and related sections.
C. Qualifications
The PC51 shall be a"systems house," reguEarly engaged in the design and installatian of
control and instrumentation systems and their associated subsystems as t�ey ap�ly ta
the municipal water or wastewa�er industry. For the purposes of this and other
applicable Divisians, a"systerrts house" shall be interpreted to mean an organization
that complies with all of the folfowir�g criteria:
2. �rnploys personnel on ihis project who have successfulfy campleted a manufacturer's
training cnurs� on t�e hardware configuratian and im�lementation of the specific
programmable controllers, com�uters, and saftware propased for this project.
3. Has been in the water/wastewater industry p�rforming the type of work specifiec� in this
specificatian section for a minimum of fi�e (5} continua�s years.
4. The PC51 shall maintain a fully �quipped office/production facility with full-time
employe�s capable of fabricating, canfiguring, installing, calibratin�, troubleshooting,
and testing the systern specified herein. Qualified repair personnel shall be a�aiiable and
capable of reaching the facility within 24 hours.
Ci[y o1� I'orl 1Vorlh fYesl.side 1!'u7er Trc�abuen! Plu�t! 13uckuy Geiu�zuor.v
C71y Projec•1 r1'ru>zber: 1(33�11(1
40 61 00- 9
PROC�SS CON7ROL SYSTEMS GENEREAL PROVI514N5
Page 9 of 16
1.06 APPLICATION SERVICES PROVIDER (ASPJ
A. The Contractor 5hall pra�ide an Application Ser�ices Provider (A5P) for application software
pragramming for Programrnabl� Lngic Controll�rs (PLCj and existing Human Machine
lnterface (HMlJ computers artc{ other equipment as specified else ware within these
specificatians.
S. All other �rogramming, canfiguration, and integration, including buC not limited to, loading
nf saf�ware for process c{evices, Ethernet configuratian and communications shall be i�y the
PCSI as specified in other Sectians.
C. Qua[ificatians
1. The ASP shall perform a�l work necessary to configure, customiz�, debug, install,
connect, and place into operatian al€ NM1 and PI.0 software specified within this Divisian
and other related divisions. The A5P shall coordinate with the PCSI all scheduling,
installation, and startup ser�ices.
2. �'he ASP shall meet the failowing qualification andJor subrr�it the following
documenta�ion as specified:
a. Shall secure an independent performance bond and provide documentation nf sarne
from a bonding agency.
b. Shal! �resent an adeqUate Cer�ificate nf [nsuranee.
c. Shall submit resurries of team members with completed training and certifications.
d. 5ha11 submit a team organization chart.
e. 5hall ha�e completed fi�e projects of this size or larger in dollar value and shall
provide praject narnes, client name, and reference contacts of sarne.
f. Shalf demonstrate five years of experience working on projects in water or
wastewater plant work.
g. Shall provide project names, client names, time period of work and reference
contacts
h. Staff proposed shal] have the fallowing cert�fications:
1� GE Fanuc Proficy IFIX NMI software.
2) Modicon PLC and Magelis OIT hardware and Unity prograrriming.
�j Cisc� Ethernet 5witches anc{ Rauters
i. ASP s�all hav� an electrical or control systems prafessional engineer, licensed in the
State of Texas, on staff or under contract for this project.
('it)° of f�'ort 1Var(13 JI e.slsi�le !1 �iler Tr�e�rh�renl f'lu�N liuck« p Gene��rdnrs�
Cir�� Projecr �1�rrmbet�: 103d 1 rl
ao bi oo- ao
PROCE55 CONiROL SYS7�MS G�NEREAt PEiOViSIOIVS
Page 10 of 16
j. ASP shall provide 24-hour Service Contract for the lengtt� of the warraniy period.
1j The ser�ice cantract requirements shali include telephone suppart as far as
passible. If necessary, ASP shall provide on-site suppnrt for correctian of any
errors and/or ornissians in nrder �o fully meet a(1 requirements of the Cantract
Documents.
I.D7 HAZARDOEJS AR�AS
A. Equipment, rnaterials and instaflation in areas designated as hazardous on the Drawings
shall comply with N�C Articles 500, 5p1, 5Q� and 503.
B. EquEpment and materials ins�alled in hazardous areas s�all be UL listed for the apprapriate
hazarc�ous area cEassification.
1,0$ CQp�S, INSPECTiON AND FEES
A. �quipment, materials and installation shall comply with the requirerr�ents af the local
authority having jurisdiction,
B. Obtain all necessary permits and pay al! fees required for permits and insp�ctions.
l.{79 SIZE OF EQUIPM�NT
A. Investigate each space in the struct�r� through which equipment must pass to reach its final
lncation. Coordinate s�ipping splits with the manufacturer to permit safe handfing and
passage through resiricted areas in the structure.
B. The equipment shall be kept upright at all tim�s during storage and handling. When
equipment must be tilted for passage through restricted areas, brace the equi�ment to
ensure that the tilting daes not impair €he functional integrity of the equipment.
1.10 RECORU DRAWINGS
A. As the work progresses, legibly record all field changes on a set of Project Contract
C3rawings, �ereinafier called ihe "Record Drawings". The Record Drawings and 5pecificatia€�s
shall be kept up tn date throughflut the praject.
B. Recard Drawings shall accuratefy show the installed condition of the follnwing items:
1. One-line Diagrarn(s).
2. Raceways and pull boxes.
3. Conduetor sizes,
4. Pane[ Schedule(s),
City oF Furt 1Vorti� !! e.rl.sidr Aalcr Ti•cal�ireu! f'hnrP liackrap Gr��eru�or.s
C'ify� Projrct t1'aa�iGer: 103�11 t)
aa �i oo- i�
PROCE55 CONTROL SYSTEMS G�fVEREA� PRqV4510N5
Page 11 of 16
5. Control Wiring Diagram(s) including a[1 wire tags.
6. Process InsErumentation �iagram(s)
7. Mounting Details
C. 5ubmit a typical exarnple of a sehedule of control wiring raceways and wire numbers,
including the following infarmation:
2. Circuit origin, des�ination and wire numbers.
2. Field wiring terrr�inal str€p names and numbers with field connection wire color.
D. As an alternate, submit a typical example aF paint-to-point connection diagrams showing
the sarr�e information, may be subrr�itted in place of the schedule of controi wiring raceways
anc� wire nurr�bers.
E. Subrr�it th� record drawings and the schedule of control wiring raceways and wire numbers
(or the point-ta-point cannection diagrart�) to the Owner/Engineer.
F. The Cantractor's retainage shall not be paid until the pnit��-ta-point connection diagrams
have been furnished �o the Owner/Engineer.
1.11 EQIiIPMENT IEVTERCOi�NECTIONS
A. Review shop drawings ofi equipment furnished under other reiated €?ivisions and prepare
coordinated wiring interconnection diagrams or wiring tables. Subrnit copies of wiring
diagrams or tables with Record Drawings.
B. �urnish and instafl all equipment interconnections,
1.12 MATERIAl.S AN[} EQUfPMEfVT
A. Materials and equipment shalE be new, except where specifically identified on �he Drawings
to be re-used.
B. Th� Contractor shalf nat bring onsite, material ar equipment from a manufacturer, not
submitted and approved far this project. i�se of any such material or equipment, will be
rejectecE, removed and replacec[ by the Contractor, with the appro�ed material and
equipment, at his own expense.
C. Material and equipment shall be UL listed, where such listing exists.
�. The Contractor shall be responsible for alf material, product, equip�nent ar�d workmanship
b�ir�g furnished by him for the duration of the project. H� shall replace the equipment if it
does not rneet the requirements of the Contract Doeuments.
1.�.� DE�IVERY, STORAG� AND HANDLING
City of Fort 1Vor[h !1 eslsidc: fI'aler Trerd+rteiu Plurrt I3uckup Ge�rerrrlor�s
Ci(�' f'rojeci A`iurtber: l03�J10
40 51 00- 12
PROCESS CONTRQLSYSTEMS GENEfiEAL pROVI51pNS
Page 12 of 16
A. Equipment shali be handlecf and stored in accordance with manufacturer's instructions, iwo
(2j copies of these instructians shall be induded with the equipment at time of shipment
and shall be mad� available to the Contractor and �wner.
B. Shipping groups shal! be desi�ned to be s�ipped by truck, rail, or ship. Indoorgroups shall be
bolted to skids. Accessories shall be packaged and shipped separately.
C. Equipment shall be equipped to be handled by crane. Where cranes are not available,
equipmenE shalf be suitabl� for skidding in place on rollers using jacks tn raise and lower the
groups.
0. Equipment shall be installed in its permanent, finis�ed iocatian shown on the Drawings
within seven (7) calendar days Qf arriving onsite. lf the equipment canno� be installed wit�in
seven (7) calendar days, the equipmer�t shall noi be de[i�ered to the site, but stored offsite,
at the Contractor's expense, until such time that the site is ready far permanent installation
of the equiprnent.
E, Where space heaters are provided in equiprnent or conirnl par�els, provide temporary
electrical pawer and operate space heaters during jobsite storage and after equipment is
installed in permanent location, until equipment is placed in service.
�.�.4 WARRANTIES
A. Manufacturer's warranties shall be as specifiecE in each of the Specificatinn S�ctions.
1.15 �QUIPMENT IDENTIFICAT10iV
A. Identify equipment (contral panels, controi stations, instruments, etc) furnished under
instrumentatinn seetions of E�ivision 40 with the name of the equipment it serves. Control
pane[s, Instruments, meters junctior� or terminal boxes, etc, shall �a�e nameplate
designations as shown nn the Drawings.
B. Nameplates shall �e engraved, lamir�ated impact acrylic, black lettering on a white
background, matt� finish, not less than 1/16-in thick by 3/�l-in by 2-1/Z-in, Rawmark
322402. Nameplates shail be 33,5 5S screw mounted to all enclosures except for NEMA 4
and 4X. Nameplates for NEMA 4 and 4X enclos€�res shall be attached witF� double faced
adhasive strips, T�SA TUFF TAPE 497Q, .009 X%Z", no equal. Prior to insta[ling the
narneplates, tt�e rnetal surface shall be thoraughly cleaned, with a 70% alco�ol solutian,
until t�e metal surface residue has been removed. Epnxy adhesive ar faarn tape is nat
acceptable.
2A� PRODUCTS [NOT US�D]
3.Qf3 EXECUTION
3.01 COORDINATIQN MEETINGS
City of Pnrt 11'nrtl� !f {slsidc I!'�Ner 7reulnre�N Plar1 Burkr��� Ge��ertrlur•.s
Cify' Prnjecf Arrrmber: 1034I0
4a s1 oa- z3
PROCE55 CONTRQL SYS7EM5 GENEREAL PROVISIONS
Page 13 of i6
A. The PCSf shall schedule and administer a rninimum of thre� �3) mandatory Coarc�ir�ation
Meetings.1"he PCSi shall make arrangements far meetings; prepare ager�das and distribute
copies to participants at least one (1) week before sched�ied meetings. The meetings shall
be held at the Contractor's field office at the site and shall indude, as a minimum,
attendanee by the Owner, �ngineer, Contractor's Project Engin�er, ASP's Praject Engineer,
PCSI's project Engineer, and the Electrical Subcontractor.
�.. The first coordinatior� rneeting shall be held in advanee of the first PCSI shop drawing
submittals (Prajec� Plan and I/0 List). The purpose of the first meeting shall be for the
PCSI to:
a. Summarize their understanding af the project
b. I�iscuss any pro�osed substitutions or alternatives
e. Schedule testing and deli�ery milestone dates
d. Provide a forum for the PCSI and Owner to coordinate hardware and software
related issues
e. Request any additional information required from the Owner anc�/or Engineer.
f. The PCSI shal! bring a draft �ersian of shop drawings to the meeting to provide the
basis for the Owner's and �nginee�'s input into their de�elapment.
2. Tf�e second coordination meeting shall be held after the Field Instruments, Harciware
and Saftware 5ubrnittals, and Panel Layout Drawing/Wiring Diagrams/Loop [7rawing
Submittal pac4cag� has been reviewed by the �ngineer and returned �o the PCSl. The
purpose of the second meeting shafl be to discuss:
a. Review comrnents made on the submittal packages.
b. Refine scheduled milestone dates.
c. Coordinate equipment instalfation acti�ities.
d. Provide a forum for any additional coordination.
The third eoordination meeting shall be held one month prior ta witnessed factory
testing. The purpose of the third coordination meeting is to discuss any remaining
coordination requirements.
4. A ty�aical agenda rnay include, but shall not be lirni�ed to, the following:
a. Re�iew minutes of pre�ious meetings
b. Re�iew of work progress
c. Field observations, problems, and decisians
City nf Fort 1Vorth Zi'esLsrde lf'uter Ti�euAneiu Plrrsr! I�rrrkirp Generulu�•.s
CiI�� 1'roject ,lhuirber: 1 f13�119
40 61 UO- 1G
PROCESS CONTROL SYSTEMS GENEREAL PROVISIONS
Page 14 of 16
d. Identification af problems which may impede plar�ned progress
e. Review of submittal schedule and submittal status
f. Review of offi-site fabrications and delivery schedules
g. Maintenance af progress scheduEe
h. Corrective measures to regain �rojected schedules
Planned a€ctivities for subsequent work periocE
j. Coordination of projected �rogress
k. Maintenance of quality and work standards
i. �ffect of proposed changes on progress schedule and coordinatipn
rr�. Other business relating tn project worlc
3.02 INTERPR�TATiON OF aRAWENGS
A. Raceways and conductors for instrumentation, communicatians and other rr�iscellanenus
law voltage power and signal systems as specified not shown on the Drawings shall be
pro�ided as required for a camplete and operating system.
8. The PCSI shali terminate all conductors of instrumentation systems to RTl! and/or PLC
�'ermination Cabinets, where designated on the Drawings. The canduit and wire, as shown
an the e[eetrical interface drawings, may not necessarily be shown an the floor plan.
C. fnsta[i conductars carrying low volta�e signals (typically twisted shi�lded pair cables) in
raceways totally separate fram all other raceways containing power or 120 �alt control
conductors, Refer io NEC artic[e 725. DC and AC control wiring shal{ be [nstalled in separate
raceways.
a. Redesign of electrical or rr�echanical wark, which is required due ta the Contractor's use of a
pre-approved alternate instrumentation or control item, or arrangement af equipment
and/or layout nther than specified herein, shall be dane by t�e CnntracEor at his/her own
exp�nse. Redesi�n and detailed plans s�al( be submitted to the Owner/Engineer for
appro�al, No additional camp�nsation will be �rovided far changes in �he work, either
his/her own or others, caused by such redesign.
3.03 INSTRUMENTATION EQUIPM�NT PADS AlVD SUPPOR7'S
A. Equipmen� pads and supports, of concrete or steel including structural reinforcing and
foundations, are shown on the Structural Drawings.
3.04 1iVSTALLATIQN
Ci1y of i� or1 11'rn1h lYe,sPsicle �Yurer 7rear»,e,u I'1cnr1 I3rrc•kup Gefic>rulrsr.s
Ciq' Yrqjec! r1'ruul�er: 1113d 10
40 61 00- 15
PROCE55 COf3TROL SYSTEMS GENEEiEAL PROVISIONS
Page 15 oi 16
A. Any work not installed according �o the Drawings and this 5ectian shall be subject to change
as direeted t�y the Owner/�ngineer. No extra compensation wili be allowed for making these
chan�es.
B. A�l dimensions shail b� field �erified at the job site and coordinated wi#h the worEc of all
other trades.
C. Equipment shall be pratected at a11 times against mechanical injury or damage by water.
�quipment shall nat b� stored outdoors. Equipment shall be stored in dry permar�ent
sheiters as required by each Specification Section. no not insta(1 equiprr�ent in its permanent
location until structures are weather-tight. If any apparatus has been subject to possible
injury by water, Equipment shall be tharoug�ly dried out and tested as directed by the
Owner/�ngineer or shall be replaced at no additional cost at the Owner/�ngineer's
discretion.
D. �quipment that has been damagecf shall be replaced or repaired by the equipment
rnanufaeturer, at the �wner/�ngir�eer's discretian.
Repaint any darrtage to the factory ap�lied paint finish using touch-up paint furnished by the
equipment manufacturer. If the metalfic partior� of the pane[ or sectian is damaged, the
entire panel or section shall be replaeed, at no additional cost to the Owner.
3.p5 MANUFACi'URER'S SERViCE
A. Pra�ide rt�anufacturer's ser�iees for testing and start-up �f the equipment as listed in each
indi�idual Specification Section.
B. Testing and startup shall not be combined with training. Testing and start-up time shall not
be used for manufacturers warranty repairs.
C. Ch�ck interlocking, contral and ins�r�ment wiring #or each system and/or �art of a system to
prove that the system will functian properly as indicated by schematics, wiring diagrams and
Contral Descriptions.
D. Testing shafl be schedulecf and coordinated with the Owner/Engineer at least two weeks in
ad�ance. Provide qualified test personnel, instruments and test equipr�ent.
E. Refer to the indi�idual Inst€'umentatian Equipment Sectians for additianal specific �esting
require�nents.
F. Make adjustments to the systems and instruct the Owner's personnel in the proper
operation of the systems.
3.06 TESTING
A. Test systems and equipment furnished under Di�ision 4Q Pracess Control Sys�ern Sections
and repair or replace a[I defective work. Make adjusfinents to the systems and instruct the
owner's personnel in the proper op�ration of the systems.
Cily nf i�c�r( 1Vc�rtli fi'e.sl.si�ie i1 crler Ti�catuieirl !'Iruu I3ackrq� Gerrerrrt�u�s
Cill� Prn1ec1,1'1m�be�•: 1117�J111
40 51 (30- lfi
PROCE55 CONTROL SYSTEMS GENEREAI. PROVISIONS
Page 16 oi 16
B. Make the tests and checks prior to energizing instrumentation equipment in accordance
with 5ection 4� 61 21, and the indi�idua! Specification sections.
C. �estir�g shall be scheduled and coardinated with the Owner/Engineer at I�ast two weeks in
advance, Pravide qualified test personnel, instrurnents and test equiprnent, including
manufacturer's seruices, as specified in the ir�dividuaE Specification sections.
D. Where test reports show unsatisfactory results, the Owner/Engineer will require the
remaval of all defecti�e ar suspected materials, equipment and/or apparatus, and their
replacement wEth new items, a!I at no cost to the Dwner. The Contractar shall bear alf cast
for ar�y retesting.
3.i�7 TRAINING
A. The Contractor shall provide training as specified in Section 40 61 6D.
END O� S�CTIOf�
City c�f I�ort 1Vorti� I!'esl.side 1!'wcr Ti•euliucsu PlcuN 13uckup Ge�ae�•a�os•.s
Cif�� Prr jer! �14rmbcr: 1(1.3d /0
A06i96-1
CONTROL LOOP �@SCRIP71qNS
Page 1 of 8
40 6196 CON7ROL LOOP DESCRIPTI�NS
1.00 GENERAL
1A1 SCOPE OF WORK
A. This section includes instrumentation control lonp descriptions.
B. The design intent is that the control strategies will fae developed in�o P�C based
programrr�ing consistent with �he owner's current system and eonventions.
C. Adc[itional pragramrning responsi�ailities are listecf in 5ection 40 68 60 Applicatior� Ser�ices
Pro�ider (ASP) and inciude, �ut are not limited ta, the following:
The ASP shall incorporate a{I new electronic protecti�e relays and power monitars (e.g.
PM1, FP1, FP2, etc.) as defined in Section 26 09 �.3 Power Metering anc[ Pratective
Relays into the existing Plant graphical user interface. The A5P sha[I additionaliy
incorporate into the Plant PCS HMI �h� list of data points as defined in the Contract
documents.
1.02 RELATED WORK
A. No references are made to any other sect[on which may cantain warlc related to any other
section. The Cor�tract bocuments shall be taken as a whole with e�e�-y sectior� related to
every other sectinn as required to meet the requirements specified. �he organization of the
Contract Documents into specifica#ion di�isions and sectians is for orgar�ization of the
documents themselves and does nat relate to the divisian of suppli�rs nr [at�ar which the
Contractor may choose to emplay in the �xecution of the Contract. Where references are
made to other Sectians and other Di�isions of the Speeifications, the Con�ractar shal{
provide such information or additional wark as tnay be required in thase references and
indude such inforrriation or work as may be specified.
1.03 SUBMITTAI.S
A. 5u6mittaf Process
1. 5ubmittals shal! be made in accordance with the requirements of [3i�ision 1, Section 40
6100, and as specified herein.
2. SuE�tnittals require infarmation on refated pragramming ta be furnished under this
Specification and described in the related Sections listed in the R�lateci Wark paragraph
above. Incor�plete submittals not cantaining the required information on the related
equi�ment will b� returned un-re�iewed.
Ciq� of f�art 1Vorth ltistside Ifiuct� Ti•errtnrenl Plrnt113ackry� Ger�er�rlot•s
Ci11' I'rn1ect .1'rr�nber•: !!1 i�Jlfl
40G146-2
CONTR�L LOOP DESCRIPTIONS
Page 2 of 8
3. Equipment specified in Process, Mechanical, or �lectrical Equipment �ivisions, and
supplied as an integral part of a process equipment rnanuFacturer's package shall be
submitted with the rr�anufacturer's sul�mittals, in thase Divisions,
4. The programrrking to interface the Process, Meehanical, or Electrical Equiprr�eni io the
Qwners SCADA system shall be submitted as described herein and related specifications.
5. Eaeh Contral Strategy shall have a related Logic Ffaw Chart fully shawing all fogic steps
as defined herein and as required to fully impl�menting all functionality as described in
the caniract documents.
C. Each logic chark shall have descriptions associated to fuNy describe its use. Custom
functions created and or utilized shall be fufly documented cornplete with a Iogic flaw
chart.
B. Submittal Content
The Applicaiion Services Programmer (ASPj shall ereate shop drawings, including all
logic f4ow charts and diagrams, irt the ASP's Engineering departrrient. A!I shop drawings
shail bear the A5P's logo, c�rawing file numbers, and shal! be maintair�ed on file in t�e
ASP's archive file system. P�otocopies of the Engineer's Diagrams or specificatians are
unacceptable as shop d�awings.
C. Required Submittals
1. Copies of previously Appro�ed Related Wark submittals.
2. 5hop Drawings
a. Shnp Drawings shali indude t�e fo{lowing:
�.) l.ogic Flow Charts or Diagrarns shall be subt-nitted for each control sirategy. The
diagrams shall indicate sufficient detail ta be clearly understood by the Owners
representative and include I/O tag names for ali data as submitted within the
memory maps as specified herein.
2) A Communication 9nterface Memory Ma� s�al( be submifted and include
specific tag names, daia types, expec��d ranges, and memory address/object
path. A separate map far each network de�ice, PLC ar other equipment using
network corrtmunications shali be submttted. These maps shall fully docurnent
all comrnunication interfaces in and out of the relatec� equipment, including, but
nat limited to, protacol used.
�. Data Communications Interconnecting Diagrarrts
1) Provid� interconnecting diagrams showing Data connections between
equipment and include t�e Requester and the rate at which the data wifl �e
transmitted.
Cit}' 01� Foet 1Vnrlh !f'e.st.vi�]e �l'uter Ti•errtmeitl Pkrnl I3uckup Ge�rei�rrtur•.s
L'i1r I'rojec� r1'runbc�r: 1034I0
A06I96-3
CONTROI. �.00P DE5CRIP7I�NS
Page 3 of 8
3. Factory Tests.
a. Submittals shafl be made far �actory tests as speci�ied in Section 20 f� 21 Process
Cantrol Systerri iesting and 5ystem C�m€riissioning. Owner/Engineer approval of
required factory tests is required prior to shipmen� of the eq€aipment.
4. Fiefd T"ests.
a. 5ubrnittals shall be made for fielct tests as specified herein.
5. Operation and Maintenance Manuafs.
a. Operation and maintenance manuals shall include the foliawing information:
�.� A5P's contact address and t�lephnne number for ser�ice.
2j Instruction boofcs and/or leaflets
3) Recommended system maintenance procedures
4} Record Documents for the inforrr�a�ion required by the Submittals paragraph
a bove.
5) Finaf Copies of ali Prngrams shal( be inclt�dec! �oth electronic and as a printed
record.
1.04 SYST�M DE$CRIPTION
A. �'he control loop descriptions pro�ide the functional requirernents of the control loops
represented in the Contract Docurnents. Deseriptions are provided as fallows:
1. Cantrol system o�erview and g�neral description
2. Major equ'tpment to be controlled
3. Major Field mounted instrurnents (does not ineluc{e (ocal gagesj
4. Manual conirol functions
5. Automatic contro[ functionsJinterlocks
6. Major indications provided at focal cont�ol panels and motor starters / VFD
7. Remate indications and alarms
B. The control loop descriptians are noi in��nded to be an inclusive listing af a!I elements and
appurtenar�ces required to execute laap functions but are rat�er intended to supple�nent
and eomplement the drawings and other specification sections. 7he control loop
descriptions sha[I not be considered equal to a bill of materia(s or all-inclusive listing.
City of i�ori 1Vnrth 1Pe.sfsi<Ie l fiucr Ti•eulnrenl PlrrrN l3uckry� Ge��ercilnrs
Cilp I'rnjec� e\'rr�nher•: l03d 1 f)
40 61 96 - 4
CONTROL LQOP �ESCRiPTtONS
Page 4 0€ 8
C. Provide instrumentation hardware and software as necessary to perform control functions
specified herein anc! shown on drawings.
1.�5 SY5iEM CQNTft01. PANELS
A. T�� Follawing control panefs are to be pragrammed by the ASA.
1. Contro! Panel PLC-GEN L.ocatinn in New Electric BuilcEir�g
B. Th� programming shall follow these cantrol descri�tions as specified #�erein. Conrdina�ion of
the various programs shall b� the responsibifity of the AS�. See Section 40 6100 for
conrdination meeting requirements and workshaps,
2.00 PRODtJCTS (NOT USEb)
3.fl0 EXECU7fON
3A1 CONTRO� LOOP5 - ALL
A. General
1. All PLC programming and HM! eonfiguration shall be done ir� accordance with the
Owners current irnplementatian conventions.
2. Alf calcuiations, alarrr�s, and/or shutc�own point d�terminations based an analog valu�s,
tirner functions, numeric rr�anipulations, etc. shal[ be aceomplished in th� PLC and not in
ihe operator interface software.
3. All analog I/O points and related values sha!( be scaled within the PLC to a 32-bit IEEE
ffoatin� point value and displayed at the NMI systems.
8. Safety, Monitaring, and Control Features
1. Alarms
a. All �pen/ciose valves and �rtotars monitored by the PLC system shall have a
maximum time �alue alfowed to either open/close or start/stop. Faiiure to achieve
the eontrol function within this maximum time value wilf result in a discrepancy
alarm for each piece of equipmenC. An alarm will be caEculated in the PLC and
shown in ihe HMI saftware for indication of the cantrol Functian failure (e.g. Pump
XX-XXXXX-X FAiL TO START, Valve XX-XXXXX-X FAIL TO CLO5E, etc.). �hese time
cfelay values will be set during startup and are not operator configurable.
b. Any analog signal that is beynnd range or otherwise invalid (high or law) an alarm
shall be calculated in the PLC and shown in the HMI. The Operator shall
acknowledge, carrect the situa�ion, and reset the loap alarm for control to revert
back to narrnal.
City uf �'or€ 1i'orttt Il c.sfsicle !t'ruer 'I'rcalnierrl f'hnN f3uckrrp Gerierulr�r.r
Cit>> I'ruj�c! r�hrt�ther: 1113d 1l1
406196-5
CONTROL LOOP DESCRI€'T[ONS
Page 5 of S
�.) Pracess Variable Bad Alarm
2) Rate of Change Alarm
c. When the PLC program VF(7 pump cantro{ speed does not match the V�D pump
speed feedback within tolerance after a certain time deiay. An alarm will be
calculated in the PtC and shown in the HMI snftware for indication of the control
function failure. Engineer level security lagin credentials needed ta adjust the
tolerance and time delay at the h�Ml. Th�se �alues will be initially set during startup
by the Applicatior� Services Prnvider working with Plant O�eratians.
d. Other specific alarms are designated in the control loop descriptions.
All alarms shall be latched at the cantrol level where they are originatecf (e.g. alarms
that are determined in the PLC are latched in the PLC). All latched alarms can be
reset from the HMI.
All analag input points shall ha�e High-High, High, �ow, anr� Law-Low alarms
calculaied in the RTU/PLC. �ach of these shall further be independently enabled and
disabled as wefl as have the alarm setpoints set�able from the HM1. The individual
�ield device shall have an overall enat�le disable function interlocked with the alarm
enable disables such that in the even� af a faulty signal the operator from the HMI
can disable the reading.in additian on Eoss of signal the reading shail be canfigured
to provide sefectable action based on the signal's loss effect on the control
strategies as follows:
1j Hold last �alue and auto disable alE four afarms
2) signal set to full scale and auto disable ali four aiarms
3) signal set to i�ottnrn of scale and auio disable all four alarms
e. When the operator re-�nab[es the signal, the updates sha{I resume, and alarms that
where enabled shalf again be re-enabled. An alarm reset functior� shall be included
far these latehed alarms.
2. Totalize all purr�p run times in the PLC and monitar on the HMI. There are to be two run
tEmes maintained:
a. Cumula�ive Resettable.
b. Cumulative Non-Resettable.
City csf l�'ort IVortls 1PG,5'I,5'I[IC' 1ltifer• Trecilnre�rt Plasr! Iiackiq� C�irerc��ors
Ci1�' Pr�ajec7 r\'rurrber: IO3d I(J
406196-G
CONTROL LOOP bE5CHIPTIONS
Page 6 of 8
3. "lnterlocic" is a field status paint tMat is hardwired directly to a local eantrol panel or
motor starter. This condition must be satisfied fior t�e associated machine to be
op�rated and to remain in operation. This point may be wirec{ in parail�l to the PCS for
remate monitaring, but �he safety control funct[onafity dc�es not require PLC
intervention. An example is a Nigh Qischarge Pressure that will cause a pump to stop if
it is running and wilf nat allow the pump to stari if the conditian is preexisting. In
specific situatior�s, an interloek rr-iay involve p�er-to-peer communieations between PLCs
instead of hardwiring if speeifically defined as such,
�. "Permissive" can 6e either a fieid status point that is hardwired directly to a local control
�ane! or it can b� a logical cantrol point from the PCS. It is a requirement ta start a
machine but is not necessary for the machine to continue operation ance it is started.
An example is a higt� surr�p level switch that will start a sump pump, but the sur�p pump
will continue operating e�en after the high sump le�el switch is cleared. Typically, the
sump pump would continue operating until a low sump I��el switch is opened to stop
the purr�p, in this case, the law sump level switch could be considered an "interlock"
dependir�g on how it is connected.
C. Trending
1. D�ring startup, the Application Services Provider shall canfirnr� that trenciing is
operational through to the Historian Database.
2. Analag points:
a. All analog !/� points associated with the Pl.C's / Intelligeni Electronic Device {l�Dj's
shalf be configured in the HMI software for historical trending.
b. All pseudo (calculated} analog values, such as run times, accurnulated �lows, kW,
s�eed setpoints, etc. shall be confi�ured in the HMI software for historical trending.
3. Setpoints: All alarm setpaints, PID tuning parameters, and process variable setpoints
shal) be canfigurec[ in the HMI software far historical trending.
4. Discrete points: ASP to submit all discrete points recnmmended to be historically
trended. Recommendations ta be based upon the following guidelines:
a. 100% nf Motor Start/5top corr�mar�ds, Valve Open/Clase commands, etc.
k�. Variaus critical discrete alarm conditions
c. Owner wifl choose which specific discrete points to be configure for trending in the
�fMl. ASP shall configure the specific points for trending in the HMi.
�. �peratnr Entry
City ol� Port Ilrm�tl3 1 Pe,slside !f'uler T're« �rneirl Plrurt Buckpr�� Gcr�e��utnrs
Ci!>> I'rnjecf i1'arnnc� r: 1!)3d 1(l
406146-7
CqN7R04. 1.00P �ESCRIPTIONS
page 7 of 8
1. Operator er�tries require password-protected control{ed access to the HME. �his
security system limits tE�e level nf access to various functions by individuals. A5P shafl
maintain the current HMI configuration canventions throughaut all new application
prograrnming.
Z. Entries made by the Operator (such as operation rnodes, set points, etc.) shall be
displayed on the process screens far information.
3. All Operatar chang�s shafl be logged by the HME software and shali [nclude the point
that was adj�sted, HMI station where the change was made, the Operator that macie
the change, the date and time of change.
4. The software shall test a!I Operator entered set points. All such set points are to be
between minimum and maxim�m �alues. These minir�um and maxirr�um �alues shall be
Plant Engineer adjustable via the HMI software.
5. Engineer le�el security login cr�dentiais needed to adjust time delays, a[arm talerances,
anci PID tuning parameters at the HMI.
E, Cantrol Modes (lVONE for this projectj
3.01 MONITOREa POIIVTS
A. The Electrical relays and associated points within these contract documents are to be
incorporated inta the existing HMI systems as directed.
END 0� S�CTIORf
City of Fort 1lrorth )li.rf.si�le �l'uler Tre�rtiiren! Plu�tf Iiuckup Getierato�•s
L'ilj�I'rojecl�l`rr�rrher: l03d1CJ
40619G-8
CONTROi LODP €3ESCf21P71(31VS
Page 8 of S
THIS PAGE IN�ENTIOI�ALLY LEFT BLANK
Cit�• or Fnrt 1Ve�r[kt 1! c.rlsicle 11 nler Ti•euln�errl f'&uu IJurkrrp Gel�ercrrm•s
G'itl' Prnjecf r1'irnther: 103d!(7
A05300-1
PRdGRAMfv€Af3LE LOGIC C4NTRdl.LER
Page 1 of 8
40 63 fl0 PROGRAMMABL� LOGIC CONTROI.I.ER
1.00 GEN�RAE.
iA1 SCOPE OF WORK
A. This Section of the Specifications describes the requirerr�ents far Pragramma�le Logic
Controllers (PLCs) to be fumished under ather Seetions of the �pecifications as listed in the
Refa�ed Work paragraph af this Section.
All equiprnent described herein shafl he submitted and furnished as an integral part of
equipment specifiec# elsewhere in these Specificaiions.
1.p2 RELAT�D WORK
A. No references are made to any ather section which tnay cantain work related to any other
section. The Contract Dacuments shail be taken as a whole with every section related to
every other sectian as required to meet the requirements specified. The organization of the
Contract E}ocuments intn specification di�isions and sections is for organization of the
documents themsef�es and does not relate ta the division of suppliers or la�or which the
Contractor may choose to employ in the execution of the Contract, Where references are
rrtade to other Sections and other []ivisions of the Speci�ications, the Contractor shall
provide such infarmation or additional work as may be required in those references and
include s►ach information or work as may be specifi�d.
1.03 SUBMI�TAL5
A. Submittals for equipment specified herein shall be made as a part of equiprnent furnished
under other Sections. Individua! subrnittafs for equipment specified herein will nat be
accept�d and wi{I be returned un-reviewed.
B. Submit cataing data for all items supplied from this specification Sectian as applicable.
Submittal shall inciude catalag data, functions, ratings, inputs, outputs, dispfays, etc.,
sufficient to confirm that the equipment provides every specified requirer�ent. Any options
ar exceptions shall be clearly indicatecf.
C. Subrr�it catalog data sheets for a!I saftware licenses provided under this Specification
Section.
b. Opera�ion ar�d Mainienance Manuals.
1. Operation and Maintenance rnanuals shall ir�dude the fol{owing information:
a. Mar�ufacturer's cantact address and telephane number for parts and service.
i�. Instructian books and/or leafiets
City of Frort I1�ortE� IPe.+lside )f'u1e�• Ti�ecriniei�f PIm�! I3rackripCie�ieralurs
Cifi' Yruject .1'runbe�•: II)3�11 dl
aa�3on-z
PROGRAMMA6LE LOGIC CONTROLLER
Page 2 of S
c. Recammended ren�+nral parts list
d. Record Docutnents for the informatian required by the Submittals above.
e. Copy of the software lice�nse data including serial numbers, license lcey, etc.
1.04 REFER�NCE CODES AND STANC3ARbS
A. fnstrumentatian equipment, materials and installation shall cor-r�ply with the National
Electrical Cnde [NEC and with the latest edition of the following codes and standards:
1. National Electrical 5afety Code (�fESCj
Z. Occupationa[ Safety and Nea(th Administration (OSHA)
3. 1VEMA IC5 �-101 Diagrar►-rs, C�esi�natians a�d 5yr-r�bals
4. AfVSI/ISA-S.Q5A1-2[3D7 - Functional RequiretY-ients Documentation for Control 5oftware
Applicatiflns.
5. ISA-TR20.00A1-2001 - 5�ecification Forr�s For Process Measurement and Control
Instruments Part �.: General Consideratians lipdated with 27 iVew Specification �orms in
2(304-20Q5.
6. [SA-5.4-�991 Instrument Loop Diagrams.
7. ISA-5,5-1985 Graphic Symbols for Process Dis�lays.
8. ISA-5,1-1984 {R1992) Instrumentation 5ymbols and Identificatian.
9. ISA-5,3-1983 Graphic Symbols for Distributed Controi/Sharec� Display Instrumentation,
�.ogic, and Computer Systems.
1Q. ISA-�0-1981 Specification �orms for Process Measurement and Con�ral Instrutnents,
Primary Elements, and Control Valves.
11. ISA-5.2-1976 (R1992) einary Logic piagrams Far Process Operations.
�.2. NEMA 105 6 Enciosures for Industrial Cantrols and Systems
13. National Fire Protection Association (NFPA)
14. fVational �lectrical Manufacturers Associatian [N�MA}
15. American NaCinnal Standards Institute (AN51)
16. Insulated Cable Er�gineers Association [ICEA)
17, The InternationaE Snciety of Automation (ISA}
Cily ot'Pprt 1Vot'f1t �PE'SI,S1[It ?t'riler Ti•ccrl�xen! Plat! li�rckup Gerrer�r�ul•.ti
C'ils� 7'rajecl e1'ru�ihe� :• il33d 10
4Q6300-3
PROG�iANiMABLE LOGIC CONTROLLER
Page 3 of 8
18. Underwriters Laboratories (Ul.)
19. UL 508, the Standard of Safety �or lr�dustrial Con�rol �quipment
20. IJL 508A, the Standard of Safety for !€�dustrial Contro! Aanels
21. UL 50, tf�e Standard of 5afety for Enclosures for E[ectrical Equipment.
22. NFPA 79, Efectrical Standard for fncEustrial Machinery
23. Faciory Mutual (FM}
24. NFPA 70 Nationa6 E[ectrical Code (NEC)
25. NFPA 70E Standard for Electrical Safety in the Warkplace
26. Af�SI C37.90.2 Standard Withstand Capa�ility of Relay Systems to Radiated
Electromagnetic Interference from Transeeivers.
27. NEMA fC5 4�'erminaf Blocks far Industrial Use.
28. NEMA L5� Low Voltage Surge Pratection Devices.
29. UL 1283 Standard for Safety-EEectromagnetic interference Filters.
30. UL 1449 Third �dition Surge Prat�ctive De�ices
31. IEE� 1815-2fl12 - IE�� Standard for Elec�ric Pawer 5ystems Communications-Distributed
Network Protocol (DNP3j
32. All equipment and installatians shafl conform to appiicable Fed�ral, Sta�e, and local
codes.
B. All equipment shall camply with the requirements of the Natipnal Electric Cade and
Underwriters Laborataries (Ul.j where applicabEe.
C. Each specified d��ice shall a[so canform to the standards and cod�s listed in the indi�idual
device paragraphs.
1.05 QUALITY A55lJRANCE
A. The manufacturer of this equipment shall have produced similar equipment for a minimum
period of fi�e (5j years. When requested by the Owner/Engineer, an acceptable list af
installations with similar equipment shall be pravided dernonstrating compliance with this
req€airement.
B. Equiprr�er�t su�mit�ed shal! fit within the space or location shawn an the Drawings.
Equipment which does not fit within the space nr location is not acceptable.
City of Fm'[ 1Vorth JI'e,s�sirle Z1�rrPer Tr'eab�reul Plc��rf 13uckrap Ge�rerrrtus.r
Ci1N I'rnjecf �1'runber: 1O3d IO
40630D-9
Pft�GRAMMABLE LOGiC CONTROLLER
page 4 af 8
C. For the equipment specified herein, the manufacturer shall be 150 9001 2000 certified.
1.(}6 WARRANiY
A. 7he Manufacturer shall warrant tf�e equipment ta be free from d�fects in materiai and
workmanship for 2 years frort� date of accep�ance of the equipment containing the it�ms
specifiecE in this Sectinn. Within such period of warranty, khe Manufacturer shal( promptly
furnish all material and labor necessary to returr� the equipment to new operating
condition. Any warranty work requiring shipping ar transportit�g nf th� equipment shall be
performed by the Contractor at no expense to the Owner.
1.07 COMMUNICATION5 PROTOCQi. REQUIREMENTS
A. The PLC systerr►s must communicate as shown on the plans and as described else ware
within the contract docWments. The systems are to utilize and suppor� the protocols as
described wi�hin this section.
1. Where shown or otherwise indicated Madbus TCP Protocol io have the fallowing as
rr�inimum capabilities as a minimum:
a. All data shail be a�ailable and/or mirrared withir� the Modb�s 4x ar °Halding
Register" memory area, The other areas can be aptionally supported, but ail Ox, 1x,
and 3x data shall be readable and writable in the 4x memory area. Far digital writes,
supports of single-I�it writes (function 5) to the Ox area are acceptable on a case by
case basis. Praducts that require access to the 1x and 3x area to operate are not
acceptable; access to � x/3x area shall be optional.
Register 4x00[701 shall exist and be readable to allaw simp[e, predictable
"cornrr�unications tests".
c. Software tools shall Function properly with sla�es' only supporting Modbus
functians 3, 4 and 16. Requiring support of diagnostic function 8 is not acceptable.
d. Software tools shall be confi$urable to write a single register as either function 6 or
16.
e. 5ofkware tools shall allow setting the Madbus/TCP "Unit Ed" ta be a value at�er than
zero. �his is required for E�hernet-to-Serial bridging.
2. Where indieated the PI.0 System sha)! communicate utilizing Ethernet/IP Protocal with
the following as minimum capabilities:
Transfer of basic I/O cEata via User Datagrarn Protocol (UDP)-based impiicii
messaging
b. Uploading and dawnloading of parameters, setpoints, programs and recip�s via TCP
(i.e., explicit rnessaging.j
C'ily c�t� Forl 1Vc�rth dl cslside Il'uler ls-e�rinre�rt Plrrlu I3uckr�p Cciierutw�s
Cilt'Prr�jecl A'ru�rher: tU3�1113
40 b3 00 - 5
PROGRAMMABL� LOGIC CONTRQLLER
Page 5 of 8
c. pafled, cyciic and change-of-state monitaring via UDP, such as RPi and COS in Allen
Bradley's Cor�troll.ogix control systems.
d. One-�o-nne {unicastj, one-ta-many (multicast), and one-to-all [braadcast)
cammunication via TCP
e. Use of we[I-known TCP port number 44818 for explici� messaging and UDP port
number 2222 far implicit messaging.
3. For comrnunicaiions links ir�dicatec� to use Q�fP3 pro�ide the minimum of level 2
implementation for all devices.
2A0 PRODUCTS
2.01 PROGRAMMABLE LOGlC CONTROL�ER
A. Subject to corr�pliance with the Contract Dacuments, the following Manufacturers are
aceepiable:
1. Seh►�eider Electric M580
2. No Equal
B. The listing of specific manufacturers above does not irnp�y acceptance of their praducts that
do not meet the specified ratir�gs, �eatures and functions as specified. Manufacturers listed
abave are not relieved from rneeting these specifications in their entirety. The foilawing
table indicates the PLC used as the basis of design far each location indicated.
'`PLC LOCATIC)N PLC TYPE ` CONTRDI. PAN�L !D
New �lectrical Building M580 PLC-G�N
C. WE�ere an exis�ing PI.0 is to be modified or expanded as a Part of this Contract, as specified
in Specificatian Section Process System Cnntrol Panels or as ind'€cated on ihe plans, the
modified PLC is to meet the requirements and functionality af this Section.
D. Programr►�ing Lar�guages
1. Eaeh PLC shall su�port IEC Standard 61131-3 with afl the follawing programming
languages unless exp[icitly excluded within this sectian:
a. Ladder (I.D)
C'ity iif Far3 1Vartli 1i'e.si.ri[le It'uler '!'recrlureirt Plufry 13nekrrp Gelierulur.s
C'it;' f'rojec't Ahrrithcr: 103�11I)
40 63 00 - 6
PR�GRAMMABLE LOGkC CONTROiLER
pa�e 5 af S
b. Function Block �iagram {FB�j
c. 5tructured Text (ST)
2. Processor shall have a minimurn iEC Program Merrtory size of 4096 KB.
E. Input / Output Capacity
1. Total Configurabie Input / Output Capacity within the rrEanufactures software package
far the device shall nat be I�ss than Z�48.
2. Installed minirnum physica! I�put / Output capacity shall not 6e less than the f�llawing:
a. Analog Inputs— �6
b. Analog Outputs — 8
c. Discrete (nputs — 48
d. Discrete Outputs — 16
F. �hysical Construction
1. The PLC shall be of a modular canstr�ction, cans'tsting of a back plane or buss, plug in
modules for ihe processnr, cam�nuRication moduies, I/O modules and expansion
modules.
2. The power supply shall be 120 Voft 60 Hz and shafl be sized for the total of all instalfed
l/O fully Eoaded induding ihe pnwer requirement any spare I/0 slofs.
�. Analog inputs and outputs shall be isnlated physically and electror�ically from each ather
and shall be af tt�e �1-20€na fype.
4. Discrete inputs shall be 24VDC artd individually buffered with external single pnll form C
relays.
5. Discrete outputs shall be individually buffered with external fnrm C r�lays with the
number af pails as required.
6. Systems shal! include as a minimum 1 Ethernet, 1 R5-485/232, or 1 U5B programmir�g
ports.
7. A separate Ethernet part shal( includ� far cannection to the SCADA network. This port
should include distributed/remote I/O scanning capability utilizing the protocol specified
on the pEans without the use of high-level logic pragramming.
G. Spare �quipment
1. Provide minimum of 20 percent wired spare l/O channels of each type provided.
City af For� 1Vortit Jt'esl.sicle I!'uter Tr•euuirei�l Plrnrf 13uckr�p Ge�terular.s
Ci1s� I'rojccl e1'rrmher: 1 U_id !0
A06300-7
PROGRAMMA6LE tOGiC CONTRQLI �R
Page 7 af 8
2, Prnvide 1 spare card/rnodule of each type provided, including CPI� and pawer supplies.
2.06 SPARE PARTS
A. Pra�ide the follawing spare parts far each control pane! in the quantities specified:
1. One box of replacer-�ent fuses, all ty�es and sizes used.
2. One replacement cable of each type used
B. Spare parts shail be baxed ar packaged far long term storage. ldentify each item wi�h
man�afacturer's name, description and part number o►� the �xterior o� the package.
3A0 �XECUTION
3A1 INSTA�LATION
A. All equipment specified herein shalf be factary installed, programrned, field adjusted, tested
and cleaned as art integra[ part of equipment specified elsewhere in ihese Specifications.
END O� SECTION
Cily c�f� Port 1t�urt4� If esl.vide 1J crler Ti�errtuieirt I'Irrn! f3acktip C;eiierufors
Cr11' I'r��1ec1 ,lrmnber_ 103�1 ]U
a06360-8
PROGRAMMABLE LOGIC Cf]NTRQLLER
Page 8 of 8
THIS PAGE lNTENTIONALLY �.EFT BLANK
Cit}' aT I�c�rt 1Vorl1� JI'eslside 1lirler 7i�eulnre:rt Plcnrf I3uc�kup Gcireralrjrs
Cilp PrrJecl rVruFihei•: 1(1 ��! 10
ao6�aa-�
COMMUf3lCA710N5 IIVTERFACE EQUIPMENT
Page ? of 10
40 66 �0 COMMUl�1CATIONS IRITERFACE EQUIPMENT
1A0 GENERA�.
1A1 SCOPE QF WORK
A. This 5ection of the 5pecifications describes the requirements for Communications Interface
Equipment and Systems to be furnished under other Sectians nf �he Specifieations as lis�ed
in the Related Work paragraph of this Section.
B. All equipment d�scribed herein shall be submitted and furnished as an integral part af
e�uipment specified elsewhere in the Relateci Wark Specifications.
1.02 REI.ATED WORK
A. No references are made to any other sectinn which may contain work rela�ed ta any other
section. The Contract Documents shafl be taken as a whole with every section related to
every other section as required to meet th� requirements specified. The organization of the
Cnntraci Dacuments into specification di�isions and sections is for organization of the
doeuments themselves and does not relate �o the division of suppliers ar labor which the
Contractor may choose to employ in the execution of the Co�tract. Where references are
made to oth�r Sections and other �ivisions of the 5pecifications, the Contractior shall
pra�ide such information or additiona{ work as may be required in those references and
include such information or work as may be s�ecified.
1.03 SUBMITTAI.S
A. Submittals for equipment specified herein shall be rnade as a part of equipment furnished
ur�der other 5ections. Individual subrt�ittals for equipment specified herein wiil not be
aecepted and will be returned un-reviewed.
Submit catalog data for afl items supplied from ihis specification Section as appiicable.
Sul�mittal shall include cata{ag data, functions, ratings, inputs, outputs, displays, etc.,
sufficient to confirm that the equipment provides every specified require�nent. Any options
or exceptians shall be clearly indicated.
1.04 REFERENCE CODES AND STANDARDS
A. Instrurnentation equipmen�, rr�ateria{s and instaliation shalf comply with the Nationaf
Eiectrical Code (NEC and with the latest edition of the fallowing codes and standards:
1, Nationaf Electrical Safety Code (�tESCJ
2. Qccupationa{ Safety and Heaith Administration (OSHAJ
Cily nF Fort It'm-t1i !1 e.cl.ride !I'ufer Ti•ecrtment Ylu+r! liacd�al� Geuerurar.r
Ci1YPro7ert�\ran�rher: l03d10
406600-2
COiVIMI#NiCATIONS INTER�ACE E{Z€IiPMEN7
Page 2 of 3�
3. NEMA ICS 1-10� [}iagrams, Designations and Syr�bols
4. AN51/15A-5.06.01-20p7 - Functional Requirements �ocumentation for Control Software
Applications.
5. I5A-5.2-1976 (R1992j Binary Logic Diagrams For Process Operatians.
6. N�MA ICS 6�nclosures for lndustrial Controls and Systems
7. National Fire Pratectior� Association (NFPA)
8. National Electrica! Manufacturers Association (NEMAj
9. American iVatior�al 5tandards Institute (ANSI)
10. Insulated Cable Engineers Assoeiation (fCEA)
11. The International Society of Automa�ion (ISA)
12. Underwriters Labarataries (UL)
13. UL 5d8, the 5tanc{ard of SaFety for Industrial Conirol Equipment
�4. UL 508A, the Standard of Safety for Industrial Control Panels
1S. UL 50, the Standard of 5afety far Enclosures for Electricaf Equipment.
15. NFPA 79, Electrical 5tandard far Control Panels and Industrial Machinery
17. Factary Mutual (FM)
18. NFPA 70 Nationa) Electrieal Code (N�C)
19. iVFPA 70E StancEard far Electrical 5afety in the Workplace
20. AN51 C37.90.2 Standard Withstand Capability nf Relay Systems to Radiated
Electromagnetic Interference frarr� Transceivers.
21. NEMA ICS 4 Terminal Blacks for industrial Use.
22. NEMA LS�. Lnw Voltage Surge PrQtection Devices.
23. UL 1283 Standard far Safeiy-�lectromagnetic Interference �iEters.
24. UL 1449 Third �dition Surge Proteeti�e De�ices
25. All equipment and installations shall confarm to applicable FecEeral, State, and focaf
codes.
Cily of Port IVn�'t13 !f'e.slsidv t!'crrer "1'reul�rierrll'Iciiu C�ackrrp Ucucrcuor�.s
Ci11'I'rr�Jee! A'arurber: 1(13dl0
A46600-3
COMMUNICATIONS IIVTE�iFACf EQUIPMENT
Page 3 of 10
B. Afl equiprnen� shall comply with the requirements of the National Electric Code ar�d
Underwriters Labara�ories (Ul.j where applicable.
C. Each specified device shall also conform to the standards and codes 1'tsted in the individual
device paragraphs.
1.05 QUAtITY ASSURANCE
A. The manufacturer o� this equipment shall have produced similar equipment for a minimum
period of fiive (5) years. When requesred by the Owner/Engineer, an acceptable lis� of
installations wi�h similar ec�uiprrient shall be provided demonstrating compliance with this
requirernent.
B. Equi�ment submitted shall fit within the space or location shown on the Drawings.
Equipment which does not fit within the space or location is nat aceeptaf�le.
C. For the equipment specified herein, the rr�anufacturer shall be 15Q 9001 2000 certified.
1.06 WARRAN�Y
A. The Manufacturer shall warrant the equipment to be free from defects in material and
workrr�anship for 2 years from date of acceptance of the ec�uipment contair�ing the items
specified in this Sectian. Within such period af warranty, the Manufacturer shall promp�ly
furnish ail rr�aterial and labor necessary to r�turn the equipment ta new operating
condition. Any warranty work requiring shipping or transporting of the equipment shall be
perfarmed by the Contractor at no expense to tMe Owner,
2.0� PRODUCT'S
2.01 lN�USTRfAI. ETNERN�.�' SWITCH LAYER 3 MODUiAR
A. Subject to compliance with the Contract Documen�s, the following Manufacturers are
acceptable:
�. Cisco Catalyst 1�3400 Rugged Series
8. The listing of speciFic manufac�urers above does not imply acceptance of their products that
do not meet the specified ratings, features and fur�ctions. Mar�ufacturers listed abave are
not relieved fram meeting these specifications in their entirety.
C. Environmental
l. Operating temperature: -�0 Deg C to 75 Deg C
2. Operatir�g humidity: 10 — 95% Non-conder�sing
3. Electrical Classification: Intrinsicalfy safe for UL 16[}2 Class I Di�ision 2 A-D locatians
City of Furt I��orth fl esiairle i1'�+tcr 7'reufsie�rl Plunl fTrrckrrp Generuturs
CrlrPrr�jeciAhri�rher•_ I113�!!0
4D 66 OD - 4
COMMUNiCA71pNS INT�RFACE EQUIPMENT
Page 4 of JD
Q. ��1ySiCdl
1. Enclosure: N�MA TS-2. Fully Modular construction
2. Pawer Supply: 24VDC
3. Microprocessor based managed type.
4. Din rail mountable capability.
E. Functiona! Performance
1. Per Por� status L�D indication.
2. Port has�d Ethernet MAC security individually port configurable.
3. Wire Speect switching, 16 Giga�it Switching Fabric.
4. HSRP Prntacol 5upport.
5. Cisco �xpress Forwarding Hardware Routing Architecture.
5. SNMPv1, SfVMPv2c, and SNMPv3 5upport
7. 80Zid 5panr�ing Tree Protocol Sup�ort
8. HTTPS accessiE�le.
9. Alarm Cantacts for external fault natification.
10. 10/1D0/10a0 BaseT ports with RJ-45 connectors for Categary 6 cabling.
11. provide Fiber Optic Connec�ors far 1000BaseLX far Single Mod� Fiber as shown on the
drawings
12. �ully managed switch capability.
F. O�tions ar�d Accessories Required:
1. Provide maximum part caunt with expansion module for each switch location.
2.02 IN€]Ll5TRlAL ETH�RNET MEDIA CDNV�RiER
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acce�table:
1. B& B Electronics ElR3.02 Series
2. Moxa IMC-Z15eries
City ni'Pc�rt 1Vurth If�E'.SI,S'1(IE' il'rrter Ti�eulruc��i Plcur! 13nekrrp Geiier�itnrs
('ilP I'rujcc! r\'tlntbei•: ]l13�1111
no6600-s
COMMUNICATtON51NTERFACE EQUIPMENi
Page 5 ot 10
3. N-TRON
4. SIXNET
5. Appro�ed Eq�al
B. The listing of specific manufaeturers above does nat imply acceptance af their products that
do not meet the specified ratings, features and functions. Manufacturers listed above are
not relieved frarn meeting these specifications in their entirety.
C. Environmental
1. Operating temperature; 32 Deg F ta 140 aeg F
2. Operating humidity: 20-95% Nan-condensing
3. Storage Temperature: -40 ta 158 Deg F
D. Physical
1. Power SuPply: 24V€�C
2. Microprocessor based managed type.
3. DIN F�ail mountable.
E. Fur�ctionai Performance
1. Per Port status LED indication.
2. Wire Speed switching.
3. 10/100BaseT ports with RJ-45 connectors for Categary 5e cabling.
4. ST ar SC type �iber Optic Connectors far 1f}OBase�X, 10006aseSX for M�a[timode Fiber
and 10flOSasetX for Single Mode Fiber as shown on the drawings.
F. Options and Accessories Requirec�:
1. Provide minirnum 3-year warranty.
2.03 INDUSTRIAL ETHERN�T PROTOCOL CONVERTER
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
l. aigi One IAP
2. Maxa
City nFPnri 1Voat€� 1Pe,sGsr�Ie 1Paler 7�'eut»le�v Plrrir! l3rrcku�� Ceireratur.v
Ciry> !'rnject �1'au�iGes•: I (13�11 !}
40 6s ao - 6
COMMUNICATIDNS INTERFACE EQUIPMENT
Paga 6 of 10
3. N-TRON
4. SIXNET
5. Appro�ed Equal
B. ihe listing of specific manufacturers abave does not irr�ply acceptance of their products ihat
do not meet th� sp�cified ratings, features and functians. Manufacturers listed above are
nat relieved from meeting thes� specifications in their entirety.
C. Environmental
1. Operating temperature: 32 D�g F to 140 Deg �
2. Op�ratin� humidity: 20 — 95% Non-condensing
3. Storage Temperature: -40 to 158 Qeg F
D. Physical
1. PawerSupply:24VDC
2. Microprocessor based rnanaged type.
3, DIN Rai{ mour�table.
4. Class 1[�ivision 2 rated
E. �unctional Perfarrnance
�. Per Port status LED 'fndicatiort.
2. Wire 5peed switehing.
3. 10/100BaseT ports with RJ-45 cor�nectors for Category 5e cabling.
4. ST or 5C type �iber Optic Cannectars fo� �OOBaseFX, 100pBaseSX for Multimode Fiber
and 10pp8asel.X for Single Mode FiE�er as shown ort the drawings.
5. RS-485 Parts with terminals. Selectable link terrnination {1�0 �120 Ohmsj
F. Options and Accessories Required:
1. Provide minimum 3-year warranty.
2. ihe proEocol interface shall ir�plement the following;
a. Ali data shall be available and/or mirrored within the Modbus 4x or "Holding
Register" memory area.
City uf Fort 1Vorlh !f'est.side Aaler '!'real�uerri Plmu 13ucktq� Gerreruyurs
C'itl' /'�•o�ec! A'rrnrLer: }(3341U
406600-7
COMMUN[CATIqNS INTERFACE ECili[PMENT
pa�e 7 of 10
b. Register 4x00001 sf�ail exist and be readable / writable to allow simple, pr�dictable
"comrnunication tests".
3. The media pro�oco! converter shall meet the �ollowing cri�eria:
a. The con�er�er sha11 support 10/100Base-T Ethernet, The serial Port speed (baud
rate) shafl sup�ort 2�Okbps. The protocol shal{ su�port Modbus TCP, �thernet IP,
[�F1, and Modbus RTIf/ASCII. Protoco) shall be Web Browser canfigurable.
2.04 COMMUNICATION CABLES
A. Cables for Ethernet and serial comrr�unications shall be rated and shall be:
l. Categary 5e above Grade Shiefc{ed Cable
Canductors: 4 bonded pair 24AWG Bare Copper
Insulation: �afyolefin
Shield: 100 percent alurninum faiE polyester tape with drair� wire
lacket: PVC with f00 volts rated and manufac�urer's identificatinn
Misc.: UL21047 and UL1566 listed for indoor and dry locations use
Manufacturers: 6elden 7957A or appraved equal
2. Category 5e a�o�e Grade un-shielded Cabfe
Conciuctors: 4 bonded pair 24AWG Bare Copper
Insulation: Polyolefin
Jacket: PVC with 300 �olts rated and manufacturer's ideniification
NEC CMR
Mise.: UL1666 fis�ed for indoor and dry locaiions use
Manufac�urers: Belden 7923A or approved equal
�. Category 6 abo�e Grade Shielded Cable
Conductors: 4 bonded pair 23AWG Bare Copper
Insulation: Polyprapylene
5hiefd: 100 percent aluminum foil polyester tape with drain wire
Jacket: PVC with 600 volts rated and manufacturer's identificatian
Transmission Standards: Categary 6- TIA 568.C.2
I�EC CMR
Flame Test Method: UL�.666 Vertical Riser listed fnr irtdoor and dry [ocations use
Manufacturers: Belden 795�A or approved equal
4. Category 5 a�ove Grade un-shielded Cable
Canductors: 4 bonded pair 23AWG 8are Copper
Insulation: Palyalefin
Jacket: PVC with 3Q0 volts rated and manufacturer's identification
i'ra�srnission Standards: Category 5- TlA 568.C.2
Nominaf Veiocity of Propagation: 72 %
Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use
Manufacturers: Beic�en 7940A or appro�ed equal
C:il}� of Fnrt 1Uc�rth lt estside 1! aler 7'realine�r� Phm! 13acktrp Geirerarors
Cit s' f'rojccl �\'�unber: 1 113�71(1
406600-8
CbMMUNICRTfONS INTERFACE EQUIPNIENT
Page 8 of i0
5. Category 5e below Grade Shielded Cable
Gonductors: 4 pair 24AWG Bare Copper
[nsulation: Polyolefin
Shield: 100 percen� aluminum foil �olyester tape with drair� wire
Jacket: LLPE (Linear Low-Density Palyet�yleneJ with 300 �olts rated and manufacturer's
identification
Misc.: Gel �illed and N�MA WC-53.1, listed for outdoor and wet locations use
Manufacturers: Belcfen 7937A or appro�ed equal
6. Categnry 5e below Grade Cable
Canductors: 4 pair 24AWG Bare Gapper
Insulation: Polyaiefin
lacke€: P� Polyethylene wi�h 300 volts ra�ed and rr�anufaeturer's ider�tification
Misc.: Ge! fillecE anc! NEMA WC-b3.1, listed for outdoor and wet locations use
Manufacturers: CnmmScope Ultra fl 5NF4
7. Ca�egory 6 below Grade Cable
Conductars: 4 pair 23AWG Bare Copper
Insulation; Polyole�in
5hield: 100 percent a[uminum fail pnlyest�r tape with drain wire
Jacket: Pofyethylene with 3€}0 voits rated and ma�ufacturer's identification
Misc,: Gel filled and NEMA WG63.1, listed for outcioor and wet locations use
Manufacturers: CommScope SYSTIMAX GigaSPEED X�.OD 1571 or approved equal
8. 485 Communications Cabie
Conductars: 1 pair 2�iAWG Tinned Copper
Insulatian: Polyethylene
Shield: 100 percent aluminum foif polyester tape with tinned capper drain wire
lacket: PVC with 300 �olts rated and �anufacturer's identificatian
Misc.: UL2919 listed for indoar and dry locatians use
Manufacturers: Belden 9841 or approved equal
B. Colnr eode for �thernet cammunications cables shall be as follows.
2.05 ETHERN�TSURGEPROTECTOR
A. 5ubject tn campliance with the contract documer�ts, the fol(owing manufacturers are
acceptable:
1. Phoenix Contact
2. PofyPhaser
3. Caoper Bussman
4. Appro�ed Equa!
City nf Enrt IVortkt !T'esl��rde !['uler 7'i�enurie�rt f'Icui! Huckrrp Ge�rercrturs
Ci1�� Yrr�lec! ilraanfier: f03d10
40fi60�-9
COMMUNICATIONS INTERFACE E4�1�PiVIENT
Page 9 of 10
B. The listing of specific manufacturers abave does not imply acceptance of their products that
do not meet the specified ratings, features artd functions. Manufacturers listed aba�e are
not relieved from meeting tt�ese specifications ir� their entirety.
C. Environmental
1. Operating ter�perature: -40 degrees F to 176 c�egrees F
2. Operating �umidity: 95% rtan-condensing for indoor ap�licatians
3. 5tarage Temperature: -40 �n 175 degrees F
D. Physical
1. i�IN Rail Mauntable indoors and pnle mountable outd4ors appiicatians
2. I/0 cor�nectors: R1-45
3. Pawer over Ethernet POE+ to IE�E802.3 at up �0 57VDC
�. Functional Perfarrnance
1. Protection: handfes 100 or more li�htning strilc�s at surge levels af 8/20uSec at 6kV/3kA
2. Standard: Compliant to IEC61000-4-5.
3.00 El(ECUTION
3.01 I NSTALLATlON
A. Afl equipment s�ecified herein shall be factory installetf �n an o�erall assembly, fiefd
adjusted, tested and cleaned as an integral part of equipment specified els�where in these
5pecifications.
END OF SECTION
City ul� Fo�'[ 11�orlh lPcsl.ride 1 Fiuer T'i�errtruenl Ylufrt 13uckup Ge�rerrrlor.s
CilS' Yrnjeci rl�xniber: 103�110
40 66 00-10
CO(VIMUNICA7tQNS INTERfACE EQUIPMENT
Page i� o� iq
7H15 PAG� INTENTIONAI�I.Y lEF7 BLANK
City ol� Fa��t 1Vorth ft'e.sLridc fYu1e�• 7i•calf�rc�t! 1'lrurt 13uckup Generulors
Ci1y' Projec�� rYrrf�ther: 111j�!!l1
40 fi5 33 - 1
FIBER OPTlC DATA NETWORK
Page 1 of 16
40 66 33 FIBER OPTIC DA7A NETWORK
1.00 GENERAL
1.01 SCOPE OF W�RK
A. Furnish, install, and test the fiber optic cables and accessories as shown on the Drawings,
and as specified herein.
B. Where shown on the drawings ta terrninate fiber optic cables in an existin� �atch panel the
contractar is responsi€�fe to �erify that the type of connector as sp�cified matches the
existing enclosure artd adequate space for the additians is present, lf a discrepancy is found,
the contractor is to pravide matc�ing connections at na additiona! cost to the OW�fER as
directed by the E�VGINEER.
1A2 RELATED WORK
A. No references are made to any ather section which may contain work related io any other
section. The Contract Dacuments sha{I be taken as a whole with e�ery sectian r�lated to
e�ery other section as required io meet the requirements specified. The organization of th�
Contract Dnctaments into specification di�isions and seetions is for organization of tihe
docur�ents themselves and daes not relate to the division af suppliers or labor which the
Contractor rnay choase to employ in the execution of the Contract. Wher� referer�ces are
made to other Sections and other �ivisions of the Specifications, the Contraetor shall
pro�ide such information or additianal work as may be required in those ref�rences and
include such information or work as may be specified.
�..Q3 SUBMITTALS
A. Submii to the Engineer, in accordance with �i�ision land the follawing:
Complete manufacturer's product data. Product data sha{I be provided far the fiber
optic cabl�s, connectors, patch paneis, spares and test equipment. Product cfata sheets
shall inckude the manufacturer's name and catalog number for each item, the
rrianufacturer's descripti�e literature and catalog cuts, clearly marked to indicate the
exact item subrr�itted.
2. Ceriification of compiiance in writing stating the fiber optic cable, anticipated layout,
and cornponents are compatible, acceptabfe for use and in compiiance witt� these
Specifications.
Cornplete layou� drawing and installatian plan including the proposed routing,
materials, cable size and type, pulling lul�ricant being submitted for use, installation
details, estirr�ated maximum pulling tensions for each, overall systern lasses for each
fiber, and any and ail patch panel locations.
City nF F�ort 11'orth 1Pe.rl.tide Ilf�les• Ti�enlrr�e�r1 f'Iuii1 Bcrckup Gcireru7r�rs
Cr1y Project r1'runl�er: I113d I0
406633-2
FIBER OP7iC DATA NETWORK
Page 2 of 16
4. Resumes of the certified instalfatian personnel who will persana(!y prefarm ar�d
supervise the complete installation and terminatians, indicating the experience in the
wark speci�ied under this Section.
5. Insiallatian Test reports as specified.
6. Pravide four (4) sampfes of each type af cable, and connector terminatian kit. Four
sampies of a completed example of each type of connector termination shall be
submitted upon request of the engineer. Ef any rr�a�erials proposed deviate frnm these
specifications the samples are mandatory.
7. Man€�facturer's Instructians instillation instructions.
B, Operation and Maintenance Manuals
1. Submit Op�ration and Maintenance Manuals containing installation and maintenance
instructions for splice and term�nation kits and alf a�purtenances utilized in the
installation of the fiber optic system.
2. The date nf rr�ar�ufacture for each reel of cable shall be submitted. Ca�le manufactured
12 months or more prior to �he� date of the appraved subrnittal in t�is Contract will not
be acceptable. Each run of fiber cak�le shall be indicated as from which real it was
installed.
C, Letter af Compliance with rrianufacturer's installation standards.
1. The pulling tension of all fiber cables shall be recorded during installation usin� a strip
recorder. The pt-intout of the strip recorcler shail be submiit�d to the Engineer
2. All OTDR Test as specified in PART 3 af this section.
1.D4 RE��1�ERlCE STANQARpS
A, Nationa! F[re Protection Associatian (�fFPA)
1. NFPA 70 -�fationa! Electrical Code (IV�C) Article 770.
B. Underwriters l.abaratories, Inc. (li�)
1. UL 1581 VW 1- Vertical Tray Cable Flar-rte Test
2. lf� 1666 - UL 5tandard for 5afeiy Test far Flame-Propagatian Meight af Electrical and
Optical-Fiber Cables Instal[ed 9n Vertical Shafts.
3. Ul. 910 - UL 5tandard for Safety Test for Flame-Propagatian and Smoke-Density Values
for Electrical and Optical-Fiber Cables Used in Spaces Transporting �nvironmental Air.
C. Institute of �lectrical and Electrnnics Engineers (fEEE}
Ci[�� c�f l�art IVortl� Jl'esf.srde �I alct- Ti�errtnrr�u P1uFN f3erekarp Gcirercrtot.ti
CilY f'rnjecl r1'rrnrl>er: 103dl0
445633-3
F[EiER OPTIC �ATA NETWORK
page 3 of ib
1. IEEE Standard 383 - Flame Retardant.
D. Electranics InduStry Association/Teleeommunications Ir�dustry Associatiar� {E!A/TIA}
1. �IA-STD-R5-455 - Standard Test Procedures for Fiber Optic Fibers, Cables, Transc{ucers,
Cannecting and �erminating Devices
�. Natianal Electrical Cade Article 7�0, Optical Fiber Cable
1. NFPA 7Q 2017
F. Fiber Optic Test Method and Instrumentation
1. DOD-5TD-1678
2. AN5{/NECA/FOA 301, "Standard for Installing and Testing Fiber Optic Cables
G. Where reference is made to ane af the above standards, the revision in effect at the time of
bid opening shall apply.
1.05 QUAI.ITY ASSU�ANCE
A. i'he fiber optic cabling system materials #urnished under this 5ectian shall be pro�ided by
Fiber Optic suppliers wi�o ha�e heen �raviding these types of materia! for the past three
years. The Fiiaer Optic suppliers shall provide pers�nne� capabfe of pro�iding technical
assistance and fiber testing during insiallation.
B. The installation o# fiber optic cabling system rnaterials furnished €and�r this Seciion shali be
performed by the fiber rr�ar�ufacturers cer�ified instaflation contractor who has been
installing these types of materials for the past three years.
C. A[1 cabled o�tical �ibers shafl be 100% atienuated tested. The attenuat€on of each fiber shall
be provided with each cabfe reel.
D, The cabfe manufacturer shall fae ISO 90�1 registered.
E. Cable with a manufaeture date of greater than tvvel�e (12) months pre�ious to installatian
date wifl not be acceptable.
1.06 DELIVERY, STORAGE Af�D HANDLING
A. The cable shail be packaged in cartons and / or wound on spools or r�els. fach package shall
eontain only one continuous length of cabfe. The packaging shall be constructed so as ta
pre�ent damage ta the cable during shipping and handling.
Cit}° of Fort li'oi th il'e.sla�icle 3Yaler Treumrenl !'lrr�rt l3uckup Ce�reralars
Citr P�•ojert ,1'rnrilJer•: 1(J3�1 � �1
40&633-4
FIIIER OPTIC DATA NETWORK
Page 4 0€ 36
B. When the length of an order requires a large reel, the cable s�alf be covered with a three (3)
layer laminated protecti�e material. The outer end of the cable shal! be securely fastened ta
the reel head ta prevent the cable from �ecorr�ing laose in transit. The inner end of the
cable shall project into a s{ot in the side o€ the reel or inta the housing on the inner slot of
the drum, in such a manner and with sufficient lengti� to make it a�ailable for testing.
C. Test tails shall be a� least two (2) meters long. The inr�er er�d shall be fastened to prev�r�t
the cable from becoming loose during shipping and installatian. Reels shall be �ermanently
marked with an identification number that can �e used by the rr�anufacturer ta trace th�
manufacturing histary oi the cab(e and fiber.
D. Reels shall be plainly marked ta indicate the direction in which it shall be rolled to pre�ent
loosening of the cable on th� reeL
E. The attenuation shall be measured at 1310 nm and �550 nm far singie-mode fibers and 85{3
nm ar�d 13�0 n�n for multimode fibers. The manufacture shall ship the test resu[ts along
with the fiber optic cable.
F. Packaging
The compieted cable shall be packaged for shipment on non-re�urnable wooden reels. It
is the responsibility of the Contractor to cfetermin� all requ€red cabfe lengths.
2. Top and bottom ends of the cable shall be availal�le for testing.
�. Both ends of the cable shall be sealed to prevent the ingress of moisture,
4. Each reel shafl have a weather proof reel tag attached identifying the reel and ca�le.
5. Each cabfe shaU be accompanied by a Cable Data Sheet.
1.07 WARRANTY
A. The Contractor shail submit a warran�y certificate from the equipment manufacturer. �'he
manufacturer's warranty period shall be concurrent with the Contractor's for ten (10) years,
cammencing at the time of final acceptance by the Owner. Any warraniy work requiring
shipping or transparting af the equipment shall be performed by the Manufacturer at no
expense to the �wner.
2.00 PR(7Di3CT5
2.01 FULLY WATER BLOCKED FIBER OPTIC CABLE Qi1TSIDE PLAN� {OSP) TYPE
A. Manufacturers
1. Subject to compliance with th� Contract Docur�ents, the following manufacturers are
acceptable:
Ci€y of Fort LVaril� 1 f'evl.vide f{'crler� 'li�euluren! Plrnrl 13uckrq� Generc�far.c
CuY Prujec! �1'in�rfier: 1 f13d 10
406633-5
FI6Eii �PTIC dATA NE3VJORK
Page 5 of 16
a. Belden, Richmond,lN
1) Single Mode Enhanced OS2: 9/125 Glass Type
2j Multimode OM�. Grade 3: f2.5/125MM Type
b. Corning Cable 5ys�ems, Hickary, NC
1j 5ingle Made ALTOS 052: 9/125 Glass Typ�
2) Muliirr�ode ALTOS OMl Grade 3: 62.5/125MM Type
c. COMMSCOPE, Euless, TX
1) Single Mode LightScope ZWP OS2: 9/125 Gfass Type
d. AF�, Duncan, SC
�.) SingEe Mode LV-Series 052: 9/125 Glass Type
2) Multimode LV-Series OM1 Grade 3: 62.5/125MM Type
e. Approvec{ equal.
2. The listing of specific manufacturers abo�e does not impiy acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relie�ed from rneeting these specifications in their entirety,
B. Ca�le
1. General
a. Cables shall be of the Outside Plant (OSP}Loose T�abe, singie and/or mu{timode
types, as shown an the Drawings and specified herein. All Fiber Optic Cables shall be
far outside lacations meeting type OFN (Nonconducti�e optical fiber general
purpose cable) as defined in article 770 of the NEC. For any �iber aptic cables shown
to be fufly withirt indoor non-process locations, the cable shali be plenum rated
meeting type OFNP (Nonconductive aptical fiber plenurns purpose eaE�[ej. Na
armared cables shall be acceptabfe. Where an armored eab�e is proposed Ehe Fulf
cost of ground'ing and bonding as required by the NEC shall be �ravided at no cost
to the owner. Further the engineer shall be reirnbursed for all cost of design af the
addit€onal bonding requirements.
b. Each cable shall consist of indi�idual 6- or 12-strand fiber groups, each fiber
surrounded with water blocking campound, buffer tul�e rnade-up of individual 6 ar
12 strand groups pratected with a PBT (�ofy-butylene terephthalate) jacicet and
cabled around a rigid epoxy flberglass central mem�er. l'he cable shall be wrapped
with a water swellable tape, aramid yarn and a UV resistant polyethylene jaeket.
Ci(y of l�or€ \Vu��tE� ti'e.stside lf i�1er 7'reultireF�1 Plru�f Rrrckiqi [;eirern7or.s
{.'itt=I'rojec� r1''rurrLer: 1!}3d1f)
A06533-6
FfBEii OPi]C bA7A NETWQRK
Page 5 of 16
c. Cables shall be furnished in reel lengths, each long enough ta reach frorrr connectinn
point to cannection point without splice, utilizing the manufacturer's publish�d
maximum reel length capability far eaci� type and size to b� used on this Project. If
any length capa}�ility is insufficient to pravide without splice, the Shop Drawing
submittal shall clearly describe the insufficiency, and explain the location required
far such a splice. Such exception must be described in deta9l and approved by the
Owner/�ngineer before the cable is ordered. Installation of such splices withaut
s�ch a€pproval will require removal of such cab[e and replacernent with another
mar�ufacturer's cable meeting the requirerr�ents af the location, alf at no expense to
the Owner/Engi�e�r,
2. Optical fibers shall be placed inside a buffer tube. �ach i�uffer tube shall contain up ia
� 2 fibers.
3. Ea€ch fiber sha11 be distinguishable I�y means of color coding according to TIA/fIA-598-A,
"Optical Fiber Color Coding."
4. Buffer tubes containing fibers shall be color coded with distinet and recognizable calors
as defined in TIA/EIA-598-A, "Optical Fiber Colar Cading."
5. ln buffer tubes containing multi�le fibers, the colors shall be stable across the specified
starage and operating terriperature range and not subject ia fading or smearing onto
each other ar into th� water bfocking cor-npound material. Colors shall not cause fii�ers
ta stick together.
6. Buffer tubes shall be kink resistant within the specified minimum bend radius of 12
inches.
7. Fiilers may be included in �he cable core ta lend symr-r�etry to the cable cross-Section
where needec�,
8. The cer�traf anti-buckling rnember shall cansist of a glass reinforced plastic rod. The
pur�nse of the central member is to prevent bucEcling of the cable.
9. �he cable car� shall cantain a water-blocking material. The water blocking mat�rial shall
be non-nutritive to fungus, elecfirically non-conductive and homogenous. It shall also be
free from dirt and foreign matter and shall be readily removal�le with conventinnal
nantoxic sol�ents. Cadle shall can�ain water blocking threads between tubes.
�.0. Ttte cable shall contain at least one ripcord under the sheath far easy sheath removal.
11. Tensile strengti� shal! be provided �y a combination of hi�h tensile strength dielectrie
yarns.
12. The �igh tensile strength dielectric yarns shall be helically stranded evenfy around the
cable core.
13. The jacket or s�eath shall be free of holes, splits and blisters.
Cily of I�orl 1i'a�r[h 1Pest.�irle �Yuler Trealure�rt f'lrrirt 6crekrrp Gerrerrrlor.s
C'i1s'f'rqjecli��ruubrr: l03d1(1
906633-7
FIBER OPTIC DATA N�TWQRK
Page 7 of 16
14. The cable jaeket shall contain no meta( elements and shall f�e of a eonsistent thickness.
15. Cable jackets shali be marked with rrianufact�arers' name, sequential meter or foot
markings, the year of mar�ufacture, and a teleco�rrtunication handset syrnbol, as
required by Section 350G of the National Electrical 5afety Cnde (NESCj. The actual
length af the cable shail be within ±1 % of the length markings. The marking shall be in
cnntrasting color with the cable jacket. ihe height of the marking 5ha11 be appraximately
2.5 mm.
16. The maximum pulling tension shall be 2700 N(6D8 Ibf) during installatian (short ierm)
and 6a0 N(135 Ibfj long terrn installed.
17. The shipping, storage, and operating temperature range of the cahle shall be -40C to
�70C. The installation temperature range of the cabfe shall be -30C to +70C.
18. �ibers
a. A[l fihers in the cable must be usable fibers and meeting the required specifications.
b. Fibers shafl conform ta the fallowing;
1) Cladding diameter: 125.0 ± 1.0 �trn.
2y Core-to-Ciadding offset: �.8 �rr�.
3j Cladding non-circularity: 1.0 %., defined as: [1 -(min. cladding dia. max. cladding
dia.) ] x 100
4) Coating diameter: 245 *�0 µm.
5} Colored fiber diameter: norr�inal 250 µrn.
�) insertion Loss tested Per TIA OFSTP-14 (Muitirnodej and OFSTP-7 (5inglemode)
7) Attenuation uniformity: No point disco€�tinuity greater than 0.10 dB at ei�her
1310 nm or 1550 nm. for sir�gle made and either 1300 nm or 850 nm for
Multimode.
8} Attenuation at the Water Peak:1'he attenuation at 1383 ± 3 nrn shali not exceed
2.1 d6/km for single mode
9) Cutoff wavelength: The cabled fiber cutoff wa�elength (Aecf) shaU be < 12E0 nm.
far single m�de
�.0) Mode-Field diameter: 9.30 -� 0.50 µm at 1310 nm 10.50 t 1.00 µm at 1550 nm.
far single made.
11j Zero dispersion wavelengths [1�0): 1301.5 nm A� 1321.5 nm far single mode.
12j Zero dispersian slope (SO): D.D92 ps/(nm2•kmy for single mode.
Cil)' of Porl �1'orth 1C'es(.side tt'nler Ti•eaMtcnf Phn�f f3rrckup Cieiterulor.v
Cit,r !'�•aject �1'runi�er: 1113d 1 !}
406633-8
Ff4ER OPTfC DATA NE7WOftK
Page 8 of 16
13j Fiber palarization mode dispersian {PMD): 0.5 ps/km, for single mode
14j The coatir�g st�all be a dual layered, m�cl�anically strippable, UV-curecE acry(ate
applied by the fiber ma�ufacturer.
15) Required Fiber Grade - Maximum ►ndividua[ Fiber Attenuaiion.
15) (Single-mocEe testing} The maximum dispersion shall be 3.Z ps/(nrr�•krnj from
1285 nm to 1330 nm and sha)1 E�e < 18 ps/(nm•km) at 155p nm. (Multi-Mode
Testi€�gj the maximum dispersion shall be < 0.097 ps/(nm•km) from 1332 nm to
1354 nm.
17J The fiber manufacturer shall praof-test 100% of the optical fiber to a rninimum
load of 100 kpsi.
2.02 �18ER TERMINATION CONNECTORS
A. Acceptable Manufacturers
1. Subject to compliar�ce with the Contract Rncuments, the following manufacturers are
acceptable:
a. Carning Cor�., Hickory, NC
b. Serk-Tek, a Nexans Carnpany Fuquay-Varina, NC
c. Le�iton
d. AFL
e. Or approved equal,
2. The listing of specific rnanufacturers above does not imply aceeptanee of their products
thai do nnt meet the specified ratings, features and functians. Man�facturers listed
above are not relieved frnm meeiing these specificatians in their entirety.
B. Terminatian Connectors:
1. Prnvicl� ceramic ferrule 5C style l�V or Anaerobic cure ty�e connectors with Housing
Materia[ of Thermo-plastic. No pre-palished mechanica( splice type connectors shall be
used. The connectors shali �e designed for use with 9/�,25-micron cabfe for single mode
and 52S/125 micrar� for multimode. �ach connector shall cause a rnaximum signal
attenuation of D.5 d6. Connectar specifications shal! be as follows:
a. Insertion loss (typicaf): 0.2 dB
b. Durability (mating cycles): 1000 (minimum)
c. Repeatabiiity: Less than 0.2 d6
Cit)� af Port IVnr[h df �slside f! uler Ti•e«tineirl Pl�rial liuckrrp Geiierc+turs
Cilr!'r<�lrc! �l'amrber, 1113d1/1
�#D 66 33 - 9
FiBER OPiIC �ATA tSETWOiiK
Page 9 of ib
d. Operating Temperature: minus QO to plus 75 degrees C wiih less than D.3 �B
change in a�tenuation.
e. Must Meet TIA/EIA 604 for Intermateability.
2.03 PATCH CABLES
A. Acceptable Manufacturers
Subject ta compliance with the Contract Doeuments, �he fol(owing manufacturers are
acceptable:
a. Corning Carp., Hiekory, NC
b. AMP, inc., Harrisburg, PA
c. A.P.D., Inc., Braoklyn, CT
d. Or appro�ed equal.
2. �he listing of specific manufacturers abo�e does not imply acceptance of their products
that do not meet the specified ratir�gs, features and functions. Manufacturers [isted
above are not relieved frorn meeting ihese specifications in their entirety.
B. Fiber Optic Patch Cables with pre-installed Cannectors
1. Fiber optic patch cable sha11 be 2 fiber zip cord 9/125 core/clad micron sir�gle mode or
62.5/125 micrnn for muitimade riser rated cable to match the fiber ta be patched.
2. Installation af patch cables shall incEude all spares and abserve the minimurn fiber bend
radius and �train rel9ef. .
3. Pravicie ceramic style connec�ors for all fiiber patch cable connections, Termination type
to match the equipment and connection typ� as instafled. The connectors shall fae
designed for use with 9/125-�nicron cable far singie mode and 62.5/�25 micron for
multimode, and shail be capable of operating in a range of 0 to 60 degre�s C. Each
connector shall cause a maximum signal attenuation af 0.5 db. All fiber o�tic cables shafl
be tested for performance and loss after terrrlination and installation to verify Yhat at
[east a 3-dB pawer safety margin is obtained between all transmitters and receivers.
Test data for eaeh fiiber and safety margin calc�lations for each fiber path shalf be
}�rovided ta the Owner and Engtneer after installation to �erify conformance with this
specification.
2.D4 CABLE MARKlNG SYST�MS
A. A 7-mil, flarne retardant, cold and weather-resistant �inyl plas�ic electricai tape shall be used
for individua[ cai�le in panel icientificaiion, 3M Corp.; 5cotch 35 Tape ar ec�ual. Tape shall be
applied a minimum af 5 wraps every foot within enclosures.
Cily af l�ort IVorth 1t'e.slside Ii'«fer '1'rvulnieir! PluFr� f�rrcktrp Genc>rntars
Cil�• f'rvject r1'umber: !(13�!!0
40G633-10
f16ER OPTIC DATA NE7WpRK
Page 10 of 26
B. Cable tags shafl b� heat starr�ped nylon secured by polypropylene cabie ties, i'homas & Betts
iVo. TC228-9 or equal. �ag shal! �e� installed on each cable within one foot of patch panel.
C. All Patch panels shali be marked with nameplates. Each cable by name as shown on the
drawings that termir�ates within the patch panel shal) be included an the nameplate.
Nameplafes shail be engraved, faminated impact acrylic, matte finish, black lettering on a
white background, r�ot less than 1/16-in thicic by 1/Z-in by 1-1/2-in, Narr�eplates shall be
attached to the door of Patch pane( with double faced adhesive strips, TESA TUFF TAP�
4970, .0�9 X%", no equal. Prior to installing the nameplates, the rrtetal surface shail be
thoroughly cl�aned wit� 70% alcohol until all residues has been re�oved. Epoxy adhesive or
iaam tape is not acceptaE�le.
2.05 PATCH PANEI.S AND ENCLOSUR� SYSTEMS
A. Patch panels shall be used for all cable termination points. All strands sha(I be terminated to
a connecter on a CCN panel.
S. Acceptable types are Corning LANseape series �r equal. For terminations made in
equi�ment enclosures the WIC type are preferrecE or as shnwn on the dra►uings.
C. Pateh panels for use in PLC/RTU enclosures shall be DIN rail rnauntable as manufactured by
[71NSpace Snap pr appra�ed equa! unless otherw[se shown on the drawings.
D. All fiber cables shall be terminated ta a patch panel wit� a Fan aut kit as recommended by
the cable manufacturer.
E. AII fiber aptic strands are to be terminated and made avaifal�le within a patch panel. A!I
unused strands are to have cannector clustco�ers installed.
2.05 HDPE RACEWAY (I[�NERDUCTj
A. Provide UL Listed NDP� nonmetaliic flexible raceway manufaetured fram High �ensity
Polyethylene as shown nr ntherwise specified herein HDPE Raceway shall be suitable for
underground and/or innerduct applicatio�s to protect fiber aptic cables. The HDPE raceway
shall be compliant wifh NEC Article 353 and be manufactured to i1L 651 specifications.
B Minir�um size shall l�e one and a quarter inch with smooth outer wall and a rik�6ed inner
surface.
C. Acceptable manufacturers are Blue Diamand Corr�pany; Innerduct Com�any nr equa(.
2.07 �'€JLLING COMPOL7NDS
A. Pulling campound shall be nontnxie, nonflammable, noncnt�nbustible and nor�-corrosive. The
material shafl �e U� listed and compatible with the cable insulation and jacEcet.
B. Acceptable manufacturers are Ic[eal Company; Palywater, Enc.; Cable Grip Co. or equal.
City nf l�orl 1L'txtft it eslsicle ll�aler Ti•eutulenl I'lcrrrl l3rickriY Gexer�rlos•,s
L'rl s� 1'rqjert �Vuuiher: IO_id I U
A06633-11
FIt3ER OPTIC DATA N�TWOfiK
Page 11 of 16
2.a8 FACT'ORY TESTING
A. Perforrr� mar�ufacturers siandard production testing and inspection in accordance with
Section 6 of the referenced ICEA standards. If requested by the Owr�er/�ngineer, the
manufacturer shall submit certified proof of compliance with ICEA design and test
stanc{ards.
B. Provide certified test reports indicating that the cable has passed the folfowing tests:
1. Partial Corona Discharge Test in accorclance with ICEA S-97-682 5ection 9.13.
2. Vertical tray flame �est in accarc{ance wit1� IEE� 1202.
C. After completion of th� factory tests, indi�idua! pu{ling eyes shall be instal{ed on individual
lengths af cable. Puliing eyes shall be suitable for maximum allowable pulling tension on the
cables and shall be sealec! against entrance of water. A common pulling eye shall not be
a�plied.
3.00 EXECUTION
3.01 GENERAL
A. De�ermine the cutting lengths, reel arrangerr�ents and tn�al lengths of cable required and
shall furnish this daia to the cable rnanufacturer as saon as possible to ass€�re on-time
deli�ery of cable.
B. Splicing and terminating shall be performed by experienced workmen having farmal training
ar�d a m[�irt�um of 3 years field exp�ri�nce in this type of fiber termination work.
C. The Cnntractar sha�l �rovide a Certifieate of Training issued within the last two years.
3A2 MA�lUFAGTURER'S REPRESENTATIVE
A. The Contractor shall provide the services of ti�e cable man�facturers certified installation
specialist to be present during the installation af al( sections of the cable. The manufacturer
shall provide a report to the Owner at the cnncluston of the installation that the installatian
tools and termination materials were of types acceptable to the cable manufacturer, and to
his knowledge, he oE�served no procedures that were contrary to the recommended
instaliation procedures recommended by the Manufac�urer. The report shall be si�ned by
the manufacturer's specialist and the Contractor.
3.03 CABL� INSPfCTION
A. Perforrn the follawing inspections in the presence af the Owner/Engineer
Verify that fiber optic cable reels ha�e been aff-laaded from truck carefuliy and nat
damaged.
Cit�� aCl�ort 1Vnrth !t'e.cLtiide fI'uter Trerrlme��1 Ylriirll3crekiq� Ge�rerrrinr.s
C'r!y Pr��jec1 ,1'rnnber_ 103�110
40 66 33 - 1Z
F16ER OPTIC DAiA NETWOi2K
Page 12 af 7.6
2, Submit to the Engineer all test data provided by the fiber manufacture.
3. Verify that ihe aptical fibers of the cable assembly are the type and quantity as specified
and as recommended t�y the Instrumentation System Supplier.
4. Verify that cable consiruc�ion is the type specified.
3.D4 INSTALLATlON
A. Cable Installation
�.. All cable indoor and outdoor shall be installed in appro�ed raceway. Cables shal{ not be
direct buried. AII cables shal( cornply and de instafled in fulf compl9ance with article 770
of the NEC as appra�ed by the er�gineer.
2. When temperature is below 50 degrees �, cable reels shall be stored at 70 degrees � For
at least 24 ha�rs before installation.
3. ]nspect raceway prior to pulling cables. fVotify the Owner / Engineer of any candiiions
which would prevent installation af the specified cables, �efore praceeding with �f�e
instaflation. Rod and swab out ducks prior ta instaliing cables.
4. Pull cables prior ia attachment of connectors.
5. All cable installation shall be installed with tensior�-r�onitoring equipment, using a
tension monitaring recorder. Where conductors are found to have �ee� installed
without tension—monitaring, the cables, including any existing or previously installed in
the same raceway under this Contract, shall be imrr�ediately removed from the
raceways, perrnanently icEentified as rejected rr�ateriai, and remo�ed fram the jobsite.
New cab[es sl�all F�e reinstalled and tagged, a[I at no expense to t�e Owner.
6. Lubricate cables with lubricants specially formulated for fiber cabling jackets c[uring
installation. Do not exceed cable manufacturer's specificatians for tensile strength and
l�ending radius. Pu[leys used to aid in the ir�sEallation of the fiber optic cable must be
sized to be no less than the rr�inimum bending radius. The pulling tension of all fiber
cables during installation shall be recorded using a strip recorder. The printout of the
strip recorder shall be subrt�itted to th� Engineer.
7. Dn nat exceed manufaci�rer's recommendations far maxitnum pulling tensions and
minimurr� bending radii. The Contractor shall furnish such information to the
Qwner/Engineer, and the inforrnatian shal! b� available at the project site.
S. Pul( cables i�y directly pulling only an the strength member.
9. Suppari caE�fes in ris�r conduits at intervals as required by Natianal Electric Cnde.
10. Within rrianholes, protect cable by providing flexible, corrugated, �olyethylene slit duct.
Cnnnect slit duct to duct bank by using hose clamps. Support duct at ten (10j foot
intervals.
Cily of f�ort IVorth 1 f'estsrdc !I c�icr "1'rerrlme�rt PIu1r1 L3uckt p Ger�errrinrs
Cits' Prvjc�cl A'nmGer: I U3d IO
40 65 33 - 13
FI[�ER OPTIC DATA NETWORK
f'age 13 of 16
11. Feed cables into raeeway with zero tension and without cable crassaver at raceway
er��rance.
B. Cabfe Splicing
[?o not make splices in cable uniess approved by the Owner /�ngineer. Splices shalf be
made in designated enclosures above ground only. Pro�ide adequate put up lengths on
cable reels to make terminatian to termination runs withaut splices. Where spfices are
unavoidah[e, subject to the approval of the Owner / Engineer, provide fusian splices
with att�nuation losses of (}.3 dB or less. Make spliees watertight and provide
mechanical protection equal to ihe cable jacket, or better.
Z. The work area shall be kept warm, dry and ventilated dur9ng splicing and terminating of
the cables.
C. Cable ierminating
1. Installation toofs and termination material shal] be as appraved E�y the cable
manu�acturer.
2. lnstall breakout kits, signal transceivers, power supplies, patch panels, pigtails and
jumpers as required and as indicated ta install a corn�lete ciata highway
corr�munications network. Patch panels and splice enclasures shall be wal[ rnou€�ted.
[}. Marking and Identification
1. Plastic nameplates sha{� be installed in each manhole, p€�ll box and at splice and
terminating points. These nameplaies shall show the phas� and feeder designatians and
the date when the cable was installed, or splice or termination was made. The feeder
designatian shall be as indica�ed on the Drawings. Nameplates shall be tied to each
cable with self-locking nylon tie.
2. Tag each cable in junetion boxes, manholes and hand hales. Provide permanent
nylon/plastic tie wrap type tags with waterproof markings.
3. �abel eaeh cable, buffer tube and fiber with permanent waterproo� typewritten tags.
3.05 PHYSICAL CNECKOUT
A. General Procedures:
1. Conduet physical checkaut af the fiber optic data highway network.
2. Physical checfcout shalf be per�ormed priar to functional testing.
B. Check Procedures:
1. Subrnit to the Engineer all test data provic{ed by the fiber manufacture.
Ciq� of E�o�'t \Vorth Z1'esLride €1'«ter Treufnrent Plant Nucku�� Gcirei�ri�ors
C'i13' f'rr3jec•t r1�f1117I)E'F": II� �5I1 �J
40 66 33 - l�t
FIBER OPi1C DA7A NETWORK
Page 14 of 16
2. Verify that the optical fibers of the cable assembfy are the type and quantity as specified
and as recomm�nded by the Insirurrientatinn System Supplier.
3. Verify that cabl� construction is the type specified.
4. Verify that fil�er optic patch panels have been installed plumb and level at locatians
indicated.
S. Verify khat optical fiber connections or terminations within patch panels and splice
clasures are in accordance with cable manufacturer's recommendatio�s.
6. Verify that a(1 optical fiber terminations are within patch par�els and dust plugs are
install�d on all un�sed conneetions.
3.�6 FlELD Ai�b FUNCTIONAI. TESTfNG
A, Make the following site tests before removing cable from cable reels;
�. Determine attenuation losses of each fiber fram end to end. Use an aptical time domain
reflect-o-meter (OTDR) to capture and record. Pravide a printout of the captured data.
Submit to the Engineer ali test data and models of test equipm�nt, calibration standards
and tests.
B. Make the following field t�sts afier cable and connector ir�stallation:
1. All fil�er optic cables shali be tested for performance and loss after cabie installakion and
cannector terrriination to certify that at least a 3dB pawer safety rrtargin is nbtained
between all transrnitters and receivers. �'est data for each fiber and safety margin
calcuiaCions for eacF� fiber �ath shafl be provided to t�e Owner and Engineer after
installation to verify canfor�ance with this specification. The following tests shall be
performed as a minimum but not limited to:
2. V€sually, inspect termina! connectors for out of raund condition and surface defects
such as microchips and cracks using a 2QOX {minimum} inspection microscope.
3, Checic optical continuity of each fiber fram terminal to ter€ninal. Use test equipment as
specified herein ancE provide typewritten report certifying each �iber in every cable.
4. Verify the calculated attenuation power losses of each fil�er fram both transmit ancE
recei�e terminals nf each data communications laap (both directions}. The light source
and operating wavelength of the test �quipment shal! be 850nm and 130Dnm for
muftimode strands, single mode shall be tested at �.3�.Onrn and 1500nm. Use an OTDR.
5. Record and 5ubmit the actual installed length as verifiecE utilizing an Oi'DR.
6. Submit to the Engineer ali tesi data ancE madels of test equiprr�ent, caiibration standard
and tests within 45 days of installation. This is prior to but not limited ta inciusinn within
the Operations and Maintenance material specified e9sewhere
Cit}' of f ort Wn��th f1'e.cl.srrle �I'iuci• "1'reulute�rl Plruu I3uckrrp U'e�teru7nr�
C'i�y Prqjec! r1'anihcr: l0��!!(3
405fi33-15
F4BER OPTIC �7ATA NETWORK
Page 15 of 16
C. Owner/ �ngineer will observe #he testing. Inforrri Owner/Engineer of testing schedule at
least ane week prinr �o start of testing.
3.07 TRAINING
A. Pro�ide one-half day training for up to three (3} st€�dents on termination techniques and
testing prior to installatian.
Training shall be conducted by the Manufacturer of the cable Trained Termination
Persannel.
C. Pro�ide training as soon as possible following submittal of proposed fiber optic cable.
END OF SECT�ON
Ctt)� of I�art �Vorth 11 e.rfxide �lirfer Ti�ealnrent Plrurt l3uckirp GetieruPrs�•.s
C'r1s� f'rojec'1 t�'r�n�ber: 103�!!(J
40 66 33 - k6
FIBER pPTIC DATA NETWORK
Page 15 of 16
THIS PAGE INTENTIONALLY LE�T BLANK
C'it}� of Fn��t 11�nrth ft'esiside ff'uler Tre«�men! f'lu��! f3uekrrp Ge�ierr�lvrs
Cify Projec! rl'unrber: 1 U3•llli
ao 6� oa -1
PRdCE55 CONTROL SYSTEMS CON7ROL PANELS
Page i af 2J
4Q 67 {30 PROCE5S COI��ROL SYST�MS CUNTRO�. PANELS
1..00 G�NEfiAI
1.01 SG�PE O� WORK
A. Furnish and [nstalf �unctianal cantrol panels to manually nr autorr�atiea{ly operate control
systems as specified in the detailed requirements of this 5ection, and lagic and schematics
as shown on th� Electrical and Instrumentation C3rawings.
B. Control panels as specified in Process Equipment Division, Eleetricai Equipment Di�ision or
Mechanicaf Equipr�ent bivisions, except as specifically stated herein, shall not be subr�itted
under this Section.
1.02 RELATED WORK
A. Where�er references are r�ade to ftelated Work in other 5pecification Sections of ihe
5pecifications, the Contractor is to provide such inforr�ation ar wark as may be requir�d in
those references and include such informatian or work as may be speeified.
B. All Instrurnentation work related �o Process ar�d Mechanica! Divisions equipment that is
shown an the Instrumentatior� Drawings shall 6e provided under [3ivision 40 Process Control
System Sections unless otherwise explicitly s�own.
C. All Cantral Panels and worEc �rovic[ed under ar�y Division of the Specifications shall fully
comply wlth �he requirements of bivision 40 Process Control System Sections.
D. No references are made to any other section which may contain work rela#ed ta any other
section. The Contract nocumen�s shall be taken as a whole with every section related to
e�ery o�her s�c�ion as required to meet the requirert�ents specified. The organization of t�e
Contract �ocuments into specification divisions and sections is for organizatian of the
documents the�selves and cfoes not relate to the division of suppliers or labor w�ich the
Contractar rr�ay choose to employ in the execution of the Contract. Where references are
made to other Sections and other [7ivisions of the 5pecificatians, the Contractor sha11
pravide such �nformation or additional work as may be required in tl�as� references and
inc[ude such information or work as may be specified.
E. Other Di�isions
1. The Contractor shall be responsible far examining all 5ections of the S�ecifications and
Drawings and shall determine the pawer and wiring requirements and shal[ provide
appurtenances, as required to provide a fully functioning process control system. If �h�
eqt�ipmen# requires added options, due ta different equipment being supplied, the
Contractor shall furnish the additianal appurtenances and/or wiring, wit� no change in
the Contract Price, and with no increase in Contrac� Time.
Cit}' of Poi9 11�orth f€'cstsidc €f'r�ter Tt�eafixent 1'Iniu I3uckup Ge�rerrrtnr,s
Ci1 y Pi�� jcc! e�'rnttlier: 1 113d IO
40570�-2
PROCE55 CC)N7RQl SYSTEMS CQIVTROL PANELS
Page 2 of 21
1.03 SUBMITTALS
A, Sufamittal Process
Submit�als shall be rnade in accordance with the requirements of Division 1, Section 40
61 00, and as speeified herein.
2. Submittals require informatian on related equipment to be furnish�d under this
Specification and described in the related Sections listed i� the Reiated Work paragraph
abo�e. Incomplete submittals not cantaining the required information an the related
equipment will be returned un-re�iewed.
�. Equi�rr�ent specified in Process, Mechanical, ar Electrical Equipment Divisions, and
supplied as an integral part af a process equipment manufacturer's package shall be
submitted with the manufacturer's subi-niktals, in thnse Di�isions.
B. 5ubrr�itial Conteni
1. The original equipment rnanufaciurer shall create afl equipmeni shop c[rawings,
including all wiring diagrams, in the manufacturer's Engineering department. A11
equipment shop drawings shall bear the original equipment manufac�urers logo,
drawing file numbers, and shall be r-naintained on file in the original equipment
manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are
unacceptable as shap drawings.
C. Required Submi�tals
1. Copies of previa�sly Approved Related Work subrnittais.
Documer�tation confirming that the Panel Assembly Facility is a UL-5�8 certified panel
shop.
3. Facsimile of the UL label that is to be a�plied to the completed panels.
4. Shop Drawings
a. Shop Drawings shall include the following:
�) Drawings shafl be tn scale and shali shaw the location of panel mounted
de�ices, including cioors, louvers, and sub �anels.
2j Equipment autline dra►nrings showing elevatian, plan and interiar views, front
panel arrangement, cfimensinns, weight, shipping splits, conduit entrances and
anchor bolt pattern. [ndicate alI options, special Featur'es, ratings and deviations
from this Section's requirements.
City oFPort 11'ar�l� lJesl.�icle Ii'FP Prnrer Generulinrr
L'ily' f'rojcc! i\'trti�her: ](1341I1
40 67 �0 - 3
PfiOCE55 CONTRaL SY57EtNS CONTROL PANELS
Page 3 of 21
3) The first sheet of each Pane! Drawing Packet shall contain a Bill of Materials for
that panel. The Bill af Maierials shall list alk devices mounted within the panel,
ancf shall incl�de the tag number, description, rr�anufacturer, and model number
of eaeh ite�.
4) Following the Bill of Material shali be a listing, uniquely 9dentifying each
component of the Panef, and a description of the item used, i.e. de�ices by iheir
assigned tag numbers, nameplate inscriptians, service legend, and annunciator
inscriptions.
5) Power and control schematies incfuding externai conn�ctions. Show wire and
terminal numbers and color-coding.
b. ln�erconnecting Wiring Dia�rams
1� Prnvic�e intercannecting wiring diagrams showing electrical connections
between equipr�'ier�t, consoles, par�els, terminal junction boxes, and fie[d
rr�nunted eompanents.
2) Diagrams shall show camponent and panel termi�al baard identificat9on
nur�bers, and external wire and cable numbers.
3) Circuit names corresponding �o the Circuit and ftaceway 5chedule shall E�e
showr�. The diagram shall include intermediate terrninations between field
elements and panels (e.g., terminal junction boxes, pull boxes, etc.).
5. Factory Tests.
a. Subr�ittals shali be made for factory �ests as specified herein. Owner/Engineer
appro�al of required factary tests is required prior to shipment of the ec�uipment.
6. Fie1d Tests.
a. Submittals shall be made far fiefd tests as specified herein.
7, pperation and Maintenance Manuals.
a. Operation and r�aintenance manuals shal[ include the fallowing informatian:
1) Manufacturer's contact adc�ress and telephone number for parts and service.
ZJ {nstr�ction baoks and/or ]eaflets
3) Recommended renewal parEs list
4J Reeord Documents for the information required by the SubmitYafs paragraph
above.
I. Operatian and Maintenance Manua[s.
City oFl�nrt IL'art€� II'e,SLS'lL1E' It'TPPmre�•Geirerulio�t
Ci1Y Projccl e1'tuarher_ f03d10
4Q6700-4
PROCESS CpNTROL SYSTEMS CONTROL PANELS
Page 4 af zl
1. Operation and maintenance manuafs shall inciude the follawing informatian:
a. Manufacturer's contact address and teiephone number far parts and service.
b. Instruction books and/or leafiets
c. Recommended renewal parts list
d. Recard Documents for the information requirec� by the Submittals paragraph
above.
1.04 REFERENCE CODE5 AN� STANUARDS
A. instrumentation equipment, rr�aterials and installation shall comply witt� the Na�ional
Electricaf Code (�fEC and with the latest editian of the following codes and standards:
1. National �lectrical Safety Cnde (NESC)
2. Occupational Safety and Heaith Administration (OSHA)
3. NEMA ICS 1-101 Diagrams, Designations and Symbo[s
4. ANSI/fSA-5,06.�1-2�07 - Functional Requirements Documentatian for Cnntrol Software
Applications
5. ISA-TR20.00.01-2(}p� - Specification Farms for Process Measurement and Control
Instruments Part 1: General Considerations Updated with 27 New 5pecification Forms in
2004-2005.
6. 15A-5.4-1991 Instrument Loop �iagrams.
7. 1SA-5.5-1985 Graphic Symbols far Process Dispfays.
8. ISA-5.1-1984 (R1992j Instrumentation Symbols and Identification,
9. i5A-5.3-1983 Graphic 5ymbals for Distributed Cnntrol/Shared Display Instrumen�ation,
Logic, and Computer 5ystems.
�0. ISA-ZO-19815pecification Forms for �rocess Measurement and Controi Ir�struments,
Primary ElemenCs, and Cantrol Valves.
11. 15A-5.2-197� �R1992J 8ir�ary Logic Dia$rams for Process Operations.
12. NEMA ICS 6 Enclosures for Industrial Controls and 5ystems
13. Nationa! Fire Protection Association (NFPA)
14. National E[ectrical Manufacturers Association (f�EMA)
City uF Fcsrl IVarth il e.slsrde lf'TP Pois�e�• Geircrruioi�
CilPI'roject A'ru�rber: IU3d1�)
�o�roo-s
PftOCESS CONTROI. 5YSTEMS CONTROL PANELS
Page 5 of 21
15. American National Standards Institute (ANSIJ
16. Insulated Cable Engineers Association (IC�A)
17. ihe International 5ociety of Automatian (I5A}
18. Underwriters Laboratories (UL)
19. 11L 508, the Standard of Safety for Industria� Control Equipm�nt
20. tJL 5Q8A, the Standard af 5afety for lndustrial Control Panels
21. UL 5(l, the Standard of Safety for Encfosures far Electrical Equipment.
22. NFPA 79, Electrical Standard for Industrial Machinery
23. Faciory Mutual (FM)
24. NFPA 70 National �fectricaf Code (NECJ
25. NFPA 70E 5tandard far Electrical 5afety in the Workpface
26. ANSI C37.90,2 Standard Withstand Capability aF Relay Systems to Radiated
Electromagnetic Interference from Transcei�ers.
27. NEMA ICS 4 ierminal Blocks far lndustriaf Use.
28. NEMA LS1 l.ow Voltage Surge Pratection Devices.
29. UL 1283 Siandard for 5afety-Electromagnetic Interference Filters.
30. UL 1449 Third Edition Surge Protective Devices
31. All equipment and instailations shall conform to appiicable Federal, State, and local
cades.
1.05 QUALITY ASSURANC�
A. The manufacturer of tF�is equipment shall have produced similar equipment far a minimum
period of five (5) years, When requested by the �wner/�ngineer, an acceptable list of
installations with similar equi�ament shail be pra�ided demonstrating corr�pliance with �his
requirement.
8. �'he contral panels shali be assembled in a lJl.-certified panel shop, experienced in the
assem€�led of eontrol panels for tnrastewater and water treatment systems. A submittal af
the doeumentatian, that certifies the pane! fabrication shop is a UL-certified shop, is
rec�uireci.
Cil)' ok' i�[rrt �I'urlh !I'eslside il'TP Pr�srer Gerrernli��n
Ci!)� P��ujer� r1'umber: 1(13d 1O
406700-6
FFtOCESS COPVTitOL5Y5TEM5 COiVTROL pANELS
Page 6 of 21
C. Equipment components and devices shalf be UL labeled wherever UL standards exist for
such equipment. Ti�e completed control panel shall be UL Labeled in accordance with U�
508, 508A or UL 698A whichever is the applicable UL standard for the installed location of
the panel where indicated on the drawings. Th� panel shall also be Ul. labeled for the
environment ir� which it is to be �laced. A t1L label shalf be affixed to t1�e inside of the
externa[ door by the panel fabrication assembly. Submit a facsimile af the UL iabel in the
submiktal information.
D. Equipment subrr�itted shail fit within t�e space shown on the Drawings. Equipment which
do�s not fit within the space is noi acceptable.
1.Ob D�LIVERY STORAGE AND HANDLI€VG
A. Equipment shtali be hartdlec� and stored in accordance with manufacturer's instructions. Two
(2j co�ies of these instructions shall be included with the equipm�nt at time of shiprnent
and shall be made available to the Contractor and Owner/Engineer.
S. Shipping groups shall be designed to �e shipped by truck, rail, or ship. Indoor grnups shall be
bolted to skids. Accessories shall be packaged and shipped separately.
C. Within (5) five days after shipmeni of all equipment, Manufacturer sha11 ship al! software,
s�tpplied under this 5ection of the Specifications, by Registered Mail or Approved Cnurier, to
the Owner's Representative, with a copy of the Shipment Manifest.
D. Visible shipping darnage tn any portion of a shipment shall be assumec{ to have also
damaged the surrounding portion. The visibly damaged and the surrounding panels shall be
returned ta the Manufaeturer's UL 508 facility, far examination and damaged equipment
replaced, followed by a Witnessed Test of the returned portion, as specified in �aragraph
2.Q7, aE no expense to the Owner.
�. Equipment shall be installed in its permar�ent finished [ocation shown on the Drawings
within seven (7J calendar days of arriving ansite. If the �quipment cannot be installed within
seven {7j calendar days, the equipment shall not be delivered tn the site, but stored affsite,
at th� Contractor's expense, until such time that the siie is ready far perr�anent installation
of the equipment.
F. Where space �eaters are provided in equipmet�t, provide temparary electrical power and
operate space heaters during storage, and after equiprnent is ins�alled En permanent
locatian, until eqt�ipment is placed in service.
1A7 WA�iRANTY
City of Fort iVorth �Je.sts�idc 1NTP Po-ircr Ge�ieralr�ni
Ci!)' PrqjecY Artuither: Lll fi�ll (1
406740-7
PRflCESS CE)N7ftqL SYSTEMS CONTR4L PANELS
Page 7 of 21
A. The Manufacturer shail warrarrt the equipment to be free from defects in r�aterial and
workmanship for one years frorri date ofi final acceptance of the equipment. Within such
period of warranty, �he Manufacturer shall promptly furnish a11 material and labor neces5ary
io reCurn the equipment to new aperating condition. Any warranty wark requirir�g si�ippin$
or transporting of the equipment shali be performed by the Manufacturer, at no expense to
the Owner.
2,00 PROE�UCTS
2.0�. MAT�RIAL MANUFACTURERS
A. 5ubject to compliance with the Cor�tract Documents, the following electrical material
manufacturers are acce�atable far all materials not otherwise specifically specified within the
can�ract documents.
1. General Electric Co.
2. Eaton / Cutler-Hammer
3. Schneider Electric / 5quare D Co.
4. Roekwell Autamation / AIlen Bradley
The listing of specific manufacturers above does not imply acceptance of their producis that
do not meet the specified ratings, features and f�nctions. Materials Eisted above are not
re[ieved from meeting these Specifications in their entirety.
C. Manufactures of all related devices and companents shall be as specified elsewhere in the
contract documents.
2.02 RATINGS
A. The complete canirol panel assembly shafl be LfL certified and carry a Ul. 508A listing for
"Industrial Contrai Panels".
B. The cantro! panel shall meet al[ appficable requirernents of the National Electrical Coc[e.
C. Mator cantrollers, including associated devic�s, shall be designed for cantinuous operation
at rated current in a 40-degree C ambient tem�erature.
D. For additional ratings and constructior� notes, refer to the Drawings.
ihe ser�ice voliage shall be as specified anti as shown on the Drawings. The overall short
circuit withstand, and interrupting rating of the equipment and cfe�ices shall b� equal to or
greater �han the overall short circuit withstand and interrupting rating of the feeder device
immediately upstrearn of the Control Panel, but nat less �han 10,OOOarnperes at 12C} vnits
single phase.
City oF€�ort 1Yorth !f'e.sl,s�de 1PTl'Prnrer Genercrlin�r
Cfit� Prrzjecl A'ruiiber: 103910
ao6�oo-a
PROCESS CO�iTROL SY57EMS CpNTROL PANELS
Page 8 of 2i
2.03 CONSTRUCTION
A. General
�.. Refer to the Drawings for: schematics, actual layout and location of equipment and
components; current ratings of cfevices, bus bars, camponents; protective relays,
�oltage ratin�s af devices, campnnents and assemblies; and other required details.
B. Enclasures
1. General
a. Each enclosure shall incorpara�e a removable back panel, and side panels, on which
controi components shal! be ma�nted. Sack panel shail be seeured to �he enclosure
with collar studs for wall maunted enclosures, and 316 SS hardware for free
standing enclosures.
b. All floor-mounted enclosures shafl be pravided wit� floar stands of the same
materials nf eonstruc�ion as the enclosure,
c. The enclosure door shall be interiocked with the main circuit breaEcer by a panei
rr�ounted cable driven operating mechanisrr�.
d. Back panel sha{I be tapped to accept a[I mounting screws. 5elf-tapping screws shall
not be used to mount any comportents.
e. All enclosure doors shal! ha�e bonding studs. The enclasure interior shal( ha�e a
banding stud.
f. Each enclosur� shall be pro�ided with a documenta�ion �ackek nn the inner daor.
�. Enclosures shall not have hales or knocknuts.
h. �rovide manufactur�r's window kits where shawn on the Drawings.
i. All panels ir�stalled outdoors shal! ha�e a fackary applied, suitable primer and finaf
coat of weatherproof white paint. Alf stainless-stee! panefs installed outdoors shall
be of 304 or 316 grade rr�aterials when painted white unless otherwise shown an
the drawings.
j. A!I encfosures shall include provisions far a padlock on doors.
k. Overiaad tables shall be laminated anc� adhered Eo the inside of the doar.
I. Each enclosure shall have one, UPS powered, 15D-watt reeeptacie labeied
"COMPUTER ONLY".
m. A11 enclosures shall be lockable, and k�yed alike.
City ol�I'uE�t 1Virrth !i'evisirle fi''1'f' Puis�er Ge�rerr�7iv�i
Ci1s� 1'rqjecl e1'ru�ibcr; 103�11 U
4b6700-9
PRqCE55 CONTROL SYSTEMS tONTROL PANELS
Page 9 of 21
n. Where indicated ar specified, pro�ide a minimum 18x18-inch foldable shelf
mounted na more than 40 inches above finished flnor. The shelf to be construeted
of the sarr►e materia( and finish as the coniroi panel. Shelves as manufactured by
5aginaw Control and Engineering, Hoffman or approved equal are acceptabfe.
2. N�MA 4X AEI panels not otherwise �efined
a. Where an enclosure is not otherwise defined or shflwn on the Drawing
1) NEMA 4X 316 Stainless Steel
2) Type 316 stainless steel, bady and doar
3) Stainless steel continuous hinge
�4) Foam in-place gasket
5) Single �oint quarter turn la�ch�s (20"x24" and below). �1I1 others 3-pnin� fatch
b. Manufacturers
1) Rittai WM Series
2j EMF Company
3) NEMA Enclosures Campany
4) Hammond Company
5) 5aginaw Control and Engineering
6j Approved Equal
3. Netwark / 5erver 19-inch raeks
a. Where a 19-inch type rack is shawn on the Drawing
1) UL listing
2} 19-inch rnounting rai{s front and back with base supports
3) Remo�able side panels and frant anc� back access doors as shown
4) Stainless steel hardware
5) 3-point latch for doars where shown
6) 33u space �ninimum.
b. Manufacturers
Cily nf f ort 1V€�rth IPc.cLsrd� t['TP Pawer Ge�rer�rliori
Cifs� Nr•ojecl r1'umber•: 1 f13�J�11
40 67 00 - 1£l
PRC3CESS CONTROL SYSTEMS CON7RqL PANELS
Page �0 of 22
�.� il�td�
2) Hoffman
3) Appro�ed Equaf
4. NEMA 1 ar NEMA 1A boxes shaEl �ot be u5ed.
5. Malleable iron bnxes shal] not be used.
C. Environmental Contrnls
1. �nclosure Candensate Heaters
a. A self-cantained er�closure condensatian heater with thermostat and fan shalf be
mnunted inside the contral panel, if panef is maunted outdonrs or in a non-air-
conditioned space.
�) Enclos€�re heaters shail be energized from � 20-vnlE, single-phase pawer supply
and siz�cE to prevent cor�densatian within the enclasure.
2) l.ocate �nelosure heaters to avoid overheating electronic hardware ar producing
large temperature fluctuations on the hardware.
3) Enclosure heaters shal! ha�e an interna! fan for heat distribution and shall be
cantrolled with acijustable thermostats. The thermostat shall have an
adjustment range af 4Q degrees Fahren�eit to 9D degrees Fahrenheit. Provide a
circuit breaker nr fused disconnect switch wit�in th� encfosure.
4) �nclasure heaters shall be Hoffman type DAH or equal.
b. Strip heaters may be provided if they are 240 �olts rated, }�owered at 120 volis AC
and do not ha�e a surface temperature higher than 60°C. Strip heaters and
thermostats sha[I be as manufactur�d by Chromafox or equal.
1} Strip heaters shail be Chromaiox, Type OT, 1.5-in wide, z40 Vafts, single phase,
150 watts, energized at 120 volts, with rust resisting iron sheath, Cata€log Nn.
�T-715, Product Code No. 129314. Provide sufficient wattage in heat�rs to
prevent condensation should the interior ternperature of the enclosure drop
below the dew point.
2) A cantrol thermostat mounted inside the control Panel shali be Chrornalox, Type
WR, single stage, Catalog iVn. WR-80, Product Code f�o,263177.
3) The strip heater terminals shall be guarded by a protective termir�al cover.
City ot' I� uE'I 11'orll� �1'e.sfside �i'TP Pr�rs�er Geirerfrli���r
C'r1y�Pr�JerfrVrunGe�c I(13dID
ao 6� ao - �1
PRDCESS CONTROL SYST€MS CpN7ROL pANELS
�age il of 21
4) High temp�rat€�re connecting feacf wire shal! be used between the thermostat
and the heater terrr�inals. Wire shall be Na. 12 AWG stranded nickef-plated
copp�r with Teflon glass insu(ation and shall be the product of Chro�alox,
Catalog No. 6-C�I-12, and Product Code Na. 263783.
2. Enclosure Air Canditioner
Enclasures containing electronic de�ices or electrical equipment shall have air
conditioners that will maintain the internal ter�perature at or below the equipment
rating without vialating the N�MA ratir�g nf the enclosure.
b. The panel builder shall pra�ide panel internal �eat rise cafculations to show that the
panel internal temperatures wil{ be r�aintained below the maximurr� operating
temperatures of the panel components.
1) For enclosures mounted indoors in non-air-cor�ditioned spaces, include an
ambient air temperature of 40-degree C and a humidity of �00% non-
candens€ng.
2) For enclosures �naunted in direct sunlight, add the a}�propriate solar heat gain
campanent to the calculation and raise the ambient temperature to 60 degrees
Celsius.
3) The calculation shall show all the ir�terrtal and external heat gain laads anc� the
expected internal tempera�ur� rise, in degrees Celsius, abo�e the specifiet!
ambient without the air canditianer. Provide a calculation showing the
expected temperature rise in degrees C above the specified ambient wi�h the air
conditianer running.
c. ihe air conditioner shall have the following features:
1) lise CFC-free R134a refrigerant.
2) Have fully gasketed flanges an all four mounting edges #ar a wateriight seaf that
maintains i�EMA rating of the pan�1.
3) Thermostatic low terr�perature cantrol to pravide er�ergy efficient operation anc[
prevents a�er-cooling.
4} EMf/RF[ s�appressor ta minimize transient spikes durir�g cor�pressor an/off
cycling.
5) 5eparated blawer-dri�en evaparator and condenser air systems for dosed loop
cooling.
6) UL listed.
7) Stainless steel enclosure rated NEMA 4X.
City af E�o�'t �1'orth 1t'e.rf.citle IYTP Pmrer Generc�fion
Ci1�� f'rajec! A'trr�rher: 103�11�
40b706-12
PRaC�SS CONTROi SYSTEMS CON7ROL pRNEI.S
Page 12 of 22
8] Internal corrosian resistant coating and/or galvanized steel cnmponents.
9) L.ow am6ien� kit.
1Q) Shart cycle protector.
d. Manufachures
1) Rittal
2j Cooper B-tine
3) ICE Cube
4) Appraved Equal
3. Enclosure Fans
a. �ans shali be furnished for sofi start starters and AFD's, as required by the
rnanufacturer, to provide air circulation and cooling. Far�s shall be controlled by a
temperature switch. The fan shall operate only when the dri�e is "ON" and for a
coal-down period after the drive has stopped. Otherwise the fan shall not run when
the drive is "OF�". Louvers, if provided, shall have externalfy removable filters. The
fifter shall be metallic and washable.
b. Fan r-r�atars shall �e pratected by an input circuit breaker. Metal squirrel cage ball
bearing, ti�ree phase fan mators wit� 10-year design life shall be used in the drive
design. Plastic muf�in fans are not acceptable. Fan pnwer shail be obtained from a
tap nn the main control power iransFnrmer,
c. A"loss of cooling" fau[t shall be furnished. In the event of clogged fiiters nr fan
failure, the drive shall produce an afarm and then, in a predeiermined time, be shut
dawn safely withaut electror�ic component failure by the temperature swi�ch.
d. Redundant fans sha[I be provided in �he drive design as backup in the event of fan
failure.
4. Corrasian Prntectian
a. Pro�ide corroslon protection in each control par�e! with a eorrosion-Inhibiting �apor
capsule as manufactured by Nnrthern Instruments; Model Zerust VC, or Haffman
Engineering; Mndel A-HCI.
2.04 PANEL EQUIPMENT
A. Equipment Requirements
Cify o1' Pat'[ 11'orth If'c�,st.side IPTP Pasver Gencr�iPinn
Cilr Yrojeci rl�r�trt6rr: 1 f)3�11 f1
40 57 Q0 - 13
PROCESS CONiROL SYSTEMS CONTftOL PAN�LS
Page 33 of 21
1. The requirements for equipment, controEs, meters, converters, etc, for each Control
Panel, shall be as shown on fihe Panel Schedule herein, the Drawings, panei schematics,
and the functions specified in the Loop Descriptions.
2. Where a programmable logic controlier is designed as a part of the eon�ro[ panel, the
P�C shall be as specified in Sectio€� �l0 63 0� Programmable �agic Controller System.
3. Where cornmunications equipm�nt is designed as part of the control panel, the
equiprr�ent shall be as specified in 5ection 40 66 00 Comm€anications int�rface
Equipment.
4. Where fiber optic equipment is designed as part of the control panei, the equipment
shall be as specified in Section 4Q 66 33 FiE�er Optic Data Network.
5. All other equipment, cor�trols, meters, con�erters that are designed as a part of th�
control panel, shall be as specified in Section 40 78 a0 Panel Mnun�ed Contral €�evices,
the Refated Work Sec�ions specified herein, as shawn on the brawings, panel
schematics, and the functions specified in the Control Descriptinns.
6. Furnish insta€led in the Control Panel, a dedicated Surge Protective De�ice (SPD) (Type
3), permanently connected, nn the load side of ihe power entranee, as specified in
Seetion 26 43 �.3 Law Valtage AC Surge Protective aevices (SP�s).
7. Pro�ide a main circuit protective deviee, C]IN rai! mounted, to prntect the panel
equipment.
8, Provide an enclosure intrusian switch for all ene[osures cantaining communications
equipment or Prograrnrna�le Logic Controilers (PLC) and or re{a�ed equip�ent.
B. Pane1 Control Device Requirements
1. Con�ra[ Devices and lndieatars
a. Ali operating control devices, indicators, and instruments shal9 be secur�ly mounted
or� the pane! door. All cantrofs and indicators shali be 3Qrrtm, carrosion resistant,
NEMA 4X/13, anadized aluminum or reinforced plastic. Booted control devices are
not acceptable. Auxiliary can�acts shall be pra�ided for remote run indication and
ir�c�ication o� each status and alarrn condition. Additional controls shall be provicfed
as specified herein anci as required by the detailed rr�echanical and electrical
equipmer�t requirements.
Indicator famps shall be LED type. For al! eontrol applicatians, indicator lamps shall
incarporate a push-to-test feature. Lens colors shall be as fol{ows:
1} Red for ON, Valve OPEN, and Breaker C[.�SEC1.
2) Green for OFF, Vafve CLOSED and Breaker QPEN.
3) Arn�er for FAIL.
Ciq' o€� I'ort 1�'c�r€]� 1J'esfside Il'7I' 1'ufver Ger�eru�iotr
Cit)' f'rnject ei'runher: 103dl0
4fl6700-14
PftQCESS CDNTROL SYSiEMS CONTROL PANELS
Page 14 of 2J
4) Blue for READY
5) White for POWER ON.
c. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-R�MOiE, etc} shall be as
shown on the Drawings. Units shall have the number af posiiions and can�act
arrangemen�s, as required. Each switch shall ha�e an ext�a dry contact for remate
manitoring.
d. Pushbuttons shall be as follows:
1) Red far STQP, Valve OP�N, Br�aker CLOSE and mushroam Red for EMERGENCY
STOP.
2) Green for START, Valve CL05E and Breaker OPEN.
3j Black for RESET.
e. Furnish nameplates for each device. All nameplates shall be faminated plastic, black
letterin� on a white background, attached with stainless steel screws. Device
mounted nameplates are not acceptable.
2. A failure aiarm with horn and b�acon light shall be provided when requir�d or specified.
Silence and r�set buttons shall be furnished. Alarm horn and beaeon shall i�e by Federal
Signal; Crouse-Hinds, ar equal, NEMA 4X for all areas except for i�EMA 7 areas, which
shall be NEMA 7/4X cast aluminum.
3. Control and Instrument Power Transfarmers
a. Control power transformers shall �e pro�ided where shawn on the Drawings.
�ransformer shall he sized for the entire ioad, including space heaters, plus 25%
spare capacity, and shall b� not less than 100VA.
b. Control power transformers s�all �Oe 120 volts grounded secondary. Primary side of
the transformer shall be fused in both (egs. Qne [eg nF the transformer secandary
shail be solidly graunded while the ntMer leg shall be fused.
2.fl5 �QUIPMENT INSTA�LATlON
A. �quiprr�ent Mounting
�. The location of the insta9led equipment shall be as shown on the Panel Layouts on the
Drawings.
Cit}° of Far[ 1Vorth li'esl,srde II'TP C'mrer Ge��crulini�
Ci14'Pruject�l'ronGei•: �Q3d1l1
an 6� ao - �s
pROCE55 CONTROL SYSTE3N5 CONTROL PANELS
Page 15 of 21
2. Each piece of equipment shall be securely mounted to the backplate or side piate in
accordance with the manufacturer's installation instructions. A{I mounting hardware
shall be fram the front of the backplate or side plate with threac�ed scr�ws. Attaching
harc�ware shall not be installed from the rear of the backplate ar side p[ate. Rerr�oval of
any piece of equipment shall not require the retnovai or loasening of any other piece of
equipment.
Operator interface equipment instalfed on tf�e door shall be arranged as shown on the
Drawings in accordance with the manufacturer's installation instructions. No
penetrations of the door shali be made except for equipment mounting. Provide
adequate c[earance between pieces of equipment and door latching rr�echanisms.
E3. Nameplates
1. Nameplates
a. Exiernal
1) Nameplates shal{ be engraved, laminated impact acrylic, matte finish, not less
than 1/16-in thick by 3/�}-in by 2-1/2-in, ftowmarEc 322402. Nameplates shall be
3�.6 SS screw mounted to a1l enclosures except for NEMA 4 and 4X. Na�neplates
for NEMA 4 and 4X enclosures shalf be attached w9th double faced adhesive
strips, TESA TU�� 7AP� 497�, A09 X%", or equai. Prior to installing the adhesive
nameplates, the trietal surface shall be thoroughly cleaned with 70% alcohol
until all residue has been removed. Epaxy adhesive or foam tape is not
acceptable.
2j 7here shal) be a tnaster narneplate that indicates supply voltage equipm�nt
ratings, short circuit current rating, rrtanufacturer's name, shop arder number
ancl general information. Cubiele nameplates shall be mounted on the frnnt
face, on the rear panel and inside the assembly, visibfe when the rear panel is
removed.
3) Provide perrr�an�nt warning signs as follows:
a} "Danger- High Voltage- Keep Dut" an all doors.
fo) "War€�ing- Nazard of �lectric Shock - Disconnect Power Before Opening nr
Workir�g On This fJnit" on rnain pawer discannect or discannects.
b. Internal
1} Provide �he panei with a UL SO8A label.
2) Control components mounted within the asserr�bly, such as fuse blocks, relays,
pushbuttons, switches, ete., shall be suitably marked for identification,
carrespanding ta appropriate designations on rnanufacturer's wiring cfiagrams.
Cily oF I�arl li�ortl� �1 �'.sf.side II'Tf' Pairer Genercrfian
Ciq� Project �1°aunber : 1�13�J I(]
aos7ao-�6
PROCESS CON7HQl SYSTEMS CONTROL PANELS
Page 16 of 21
3y Front af each P�C !/O module shall have label identify9ng each indi�idual paint
interfaced to the module.
c. Special
1) Identification narneplates shali be whit� with bfacic letters, caution nameplates
shall be yeilow with black letters, and warning nameplates shall be red with
white letters.
C. Wiring Trough ar�d Terminal Block I[�stallatior�
Space ��tween wiring troughs and equipment shall be such that space for terminal
blocics is provided for termination af each conductar or group of conductars before
connectian to the equipment. Remaval of equi�ment for service shali not leave any
exposed cor�ductors hanging unconnected.
2, Install the wiring troughs such tha� one may be removed without interference from the
other. Traughs shall be installed such that traugh covers may be remo�ed uvithout cover
interference.
3. Install terminal blocks on DIN rail with adequate space for access to the terminai with
clear view of the wire itfentification label. Al! incaming or ouigoing wirin� shal€ enter or
lea�e the panel on terminal blacks. Terminal blocks or wiring troughs shall not be
installed an the doors. Prnv�cEe terminal blocks on sidepiates / backplates for all door
mounted equipment.
4, In no case shall i�ternal and externai wiring share a wiring trougF�.
5. Provide 6Q0 volt rated terminal blocks for any conductnr carrying ar�y voltage o�er 12p
�olts to ground.
6. Pravide 600 volt rated strap screw terrt�inal blacks for any pawer conduetors carrying
o�er 20 amps, at any voltage. Terminals shall be double sided and suppli�d with
remavable covers ta prevent accidental contact with live circuits.
7. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap-
screw type te�mina[ blocks with crirt�p type, pre-insulated, ring-tongue lugs. Lugs shall
be of the a€ppropriate size for the terminal block screws and fnr the number and size of
the wires terminated. Do not terrr�inate mare than one conductor in any lug, and dn not
land more than two conductars under any strap-screw terminal point.
8. Terminals shall have permanent, fegible identification, clearly visible with the protecti�e
cover rernnved. Each term€nal black shall have 20 percent spare terrr�inals, but nat less
than two spare terminals.
9. Da not (and more than twa conductors per terminal point. Use the rr�anufacturer's
pro�ided bridge connectors to interconnect terminal b9ocks terrrtir�ating comrr�on ar
ground conductors.
City af ]�c�rt 11'orlh Ii'e.ti7srde Il`TP Pnx�er Gei�ercdioFr
ciq� Pro�ecr A�r,ii,ber: l r13410
40 fi7 00 - 27
PROCE55 CaNTftOL SYSTEMS CqN7RdL PANELS
Page 17 nf 21
10. Twisted shielded pair ar triad cables shall ha�e each individual conc�uctor and shield
drain wire iandeci an indi�iduaf terminal blacks. llse the manc�facturer's pra�ic[ed Earidge
connectors to interconnect termina[ blocks terrn�nating the shield drain wire
conductors.
�1. Provic[e an AC ground bar bonded to ti�e panel enclosure, if inetal, with ZD percent
spare t�rrninals.
12. Pr��ided ground terrninal blacks far each �wisted-shielded pair drain wire.
D. Internal Panel Wiring
1. Power and cor�trol wiring shall be tinned strandec[ copper, minimurr� size No. 14 AWG,
WiYII 6OO-VAIt, 90-degree C, flame retardant, Type MTW thermoplastic insulation. LinE
side power wiring shall be sized for the full fauEt current rating or frarr�e size of the
connected c{evice, and as shown on the arawings.
2. Analog signal wires shafl be f0� Volt Class, insulated stranded tinned copper, twisted
shielded #16 AWG pair.
3. All interconnecting wires between panei r�ounted equipment and externaf equipment
shall be terrr�inaied at nurrtbered terminal blocks. Field wiri�g shall not he terminated
directly on any panel-mounted device.
4. All wiring shall be tagged and coded with an identification number as shown on �he
Drav+rings. Coding shall be typed on a�eat shrinicahfe tui�e applied to each enci showing
origination and cfestination of each wire. The marking shall be permanent, nan-
smearing, solvent-resistant type similar too Raychem TMS-SCE, ar equal.
5. All wi�ing shall be enelosed in PVC wire trou�h with slotted side openings and removable
cover. Plan wire routing such that na 1ow twisted shielded pair cable conducting analog
4-20 mA signals ar low voltage analog signals are routed in the same wire trough as
conc{uctors carrying discrete signals or power.
6. All contral panei wiring shall use the follawing color code.
a. Black: AC power at line voltage
h. Red: switched AC power
c. Qrange: May be energized while the main disconnect is in the off positian
d. White: AC neutral
e. Orange/white stripe or white/nrange stripe: separate derived neutral
e. Red/white stripe or white/red stripe: switched neutral
f. Green or green w/ yeilow tracer: ground/earth graund
CSty af [�ort Wpril� df'eslside 11'TP f'msrr Gerreralrntr
C'ih' 1'rntec! �'�'ir��i6er: 1(13d10
aa s� ao - �s
PRC}CESS COM13TROL SYSTEMS CdNTRQL PANELS
Page 18 of 21
g. Blue: Ungrounded DC power
h. Blue/white stripe or white/blue stripe: DC grounded cammon
i. Brown: 480V AC 3 phase - phase A
j. 4ran$e: 480V AC 3 phase - phase B
k. Yellaw: 480V AC 3 Phase - phase C
L Purple: comrnan for analog signal wiring
m. Brown: positi�e leg af an analog signal
E. Field Entrance fnternal Wirir�g
1. Field erttrance internal wiring shall �e neatly grouped by circuit and bound by plastic tie
wraps. Circuit groups shali �e supported so that circuit terrt�inations are not stressed. In
additian, low signal wiring {millivolt and milliampj shali be bundle separately fram the
rest of the contral wiring.
2. All field wiring shall be tagged and coded with an identification number. Coding shali be
typed on a heat shrinkabie tube appfied ta each enc� of the wire. The marking shall be a
permanent, non-smearing, solvent-resistant type similar to Rayehem TM5-SCE, or equal
3. All concluit entering or lea�ing equipmer�t sl�al) be coordinated, in advance with the
panel insialler, so that the canduit entrances to the enclosure are directly below Ehe
�ermination area for immediate termination. Conduits shal! not enter the top or side of
the panel unless approved in wri�ing by the Owner/Engineer.
F. PLC / RTU Inputs and Outputs
1. AI( PLC and RTU Analog inputs and outputs shall be indi�idualfy fused for each channel.
All Discrete inp�ts ar�d outputs shall be buffered with relays from the field connections.
Discrete points shall be fused for each circ€ait group wi�h na less than one fuse per card.
2.06 PCSI SHOi' TESTING
A. The entire control panel shall be completely assembled, wired, and adjusted at the PCSI's
shop and shall be given the mar�ufact€�rer's rautine shop tests and any other additional
operational test to insure the workability and re6iable operation af the equipment.
B. The operatianal test shall incfude the proper cannection af supply and control voitage and,
as far as practical, a mockup of simulated cantrol signals and control devices shall be fed
into the i�aards to check far proper aperation.
Cily oCPort �1'ur11a fYeslsrdc J{'TP Pntirer Ge�rerulinn
CilV f'rqjccl i�'r��riber: i(Lid I(1
40570(3-19
PROCESS CONiROL SYSTEM5 CONTROL PANELS
Page 19 of 21
C. Factory test equipment and test methods shall conform ta ihe iatest applica6le
requirements af AN51, IEEE, UL, and N�MA standards, and shall be subject tn th�
Owner/Engineer's approval.
2.07 PCSI SHQP WITNESS TESTING
A. All Pane4s shall remain at the PCSI's facility, for a single Witness Testing by the
Owner/�ngineer, of all panels manufactured ur�der t�is Specification. The r�anufacturer
may, for his own requirements or satisfactiar�, make such inspecfians or tests as he deems
neeessary, but such tests, not witnessed by the Owner/Engineer, will not be acceptable as a
substitute for the Factory Witness Testing of e�ery Panel.
B. Under no circumstances, will the equipment be approved fnr shipment, nor will the
equipm�nt be aecepted by the Owner, if witness testing is specified, and the equipment is
shipped without the testing deing witnessed.
C. The Owner/Engineer wiil witness the Factory Testing, as described ahove, including a
complete inspection of the rrtaunting at�d wiring of each device, to assure conformance with
Paragraph 2.05 Equipment installatian. Any panel not meeting a!I requirements of the
Para�raph 2.05 and 2.05 wifl �e rej�cted.
D. S€�bsequent to the Factory Testing, the Manufacturer may ship the Appraved Panels when
desired, to the Project 5ite or an AssembEy Site, as required by the 5pecifications. Rejec�ed
Panels shall be revised �o meet the Specifications and a subsequent Witnessed Test shall be
required and schedu(ed with the Owner/Engineer. All additianai expense related to
retesting shall be at the Contractor's expense.
E. The number of Owner/Engineer persons witnessing the tests wil! lae six persons.
F. The Owner/�ngineer, who is witnessing the �esting, shalf approve all tra�el arrangements,
including �he airline selected, flight times, ground transportation, hatel selected, testing
agencia, etc.
G. The Witness iesting shaEl be conducted entirely within the Continental United States.
H. The Owner/Engineer shall have direct communications with the persan who is responsible
for local arrangements and has the authority to pay for those expenses prior to feaving the
Owner's Project [ocation, or other designated location.
I. The Contractor shall submit the testing agenda #or a�proval at least 30 days prior to the iest
date, or the test date shal! be rescheduEed, with no change in the Cantract price or time.
3.OU EXECUTfON
3.01 I[VSTA���R'S QUALIFICAT[ONS
Cily nf Pa�rt 11'usth f{'e,sysrde lPTP Prnrer Gcrrerruian
Ci1y� Prr�ject Ahrfi�ber: I (13d10
�0 6� oo - zo
PROCESS CONiROL SYSTEMS CONTROL PANELS
Page 20 of 21
A. Instal3er shall be s�ecializecE in installing this type of equipment with minimum 5 years
documented experience. Experience docurr��n�ation shall be submitted for appro�al prior to
�eginning work on this project.
�.02 EXAMINATiON
A. Examine installation area to assure tf�ere is enough clearance ta install the equipmer�t,
8. Housekeeping pads shall be included for the floor mounted panels as detailed an the
Drawings.
C Checic concrete pac�s and basepiates for unifarmity and leve�l surface.
D. Verify ihat the equipment is ready to install.
E. Verify field measurements are as instructed by manufacturer.
3.03 I NSTALLAT(ON
A. The Contractor shall instal[ all equipment per the manufacturer's recnmmendations and
Cantract Drawings.
6. Conduit hubs for use on raceway system pull and junction boxes sha(� be watertight,
threaded aluminum, ir�sulated �hroat, stainless steel grounding screw, as manufacturecE by
T&B N150GRA Series, or equal.
C. Canduits entering a cantrol Panel ar box containing electrieal equipment shall not enter the
enclosure thraugh the tap.
t3. [nsta[I required safety labels.
3.Q4 RACEWAY S�AI.(NG
A, W�ere raceways enter junctian boxes or contral panels cantaining electrical or
instrumentation equipment, all entrar�ces shall be sealed with 3M 1000N5 Watertight
Sealant or approved equal.
B. This requirement sha11 be strictly adhered to for a!I raceways in the conduit system.
3.45 FIELD QUALITY COf�TROL
A. Inspect installed equipment far ar�choring, alignrnent, grounding and physical damage.
B. Check tightness af all accessibfe electrical co�nectians. Minimurn aceeptable values are
specified in manufacturer's instructions.
C. Pra�ide laminated copies of the Control schematics in each enclosure door pocket.
Cily of I�ort �Vuaf3� Jl c.cfside 1PTP Pnu�cr Gcrrerriliort
t'ir>> Prr�lecl r1'rrnrher: 103d t r1
406700-2]
PROCESS CDNTROt SYSTfMS CONTHOL PANELS
Page 21 of 21
3.06 FI�I�D ADJUSTING
A. Adjust all circuit breaEcers, switches, access doars, operating handfes far free mechanical and
electrical operation as deseribed in manufaeturer's instructions.
3A7 Ff�Ld TESTING
A. Perforrn all eiectrical field tests recomrnended by the rr�anufacturer. Disconnect all
cannections to soiid-state equipment prior to testing.
�. Test each key interlock syste�n for proper func�ioning.
C. Test all control lagic before energizing the equipment.
3.08 CLE/�NING
A. Remove a11 rul�btsh and debris from inside and around the panel. Remo�e dirt, dust, or
concrete spatter from the interior and ext�riar of �he equipment using brushes, vacuum
cleaner, or clean, lin� free rags. Do not use compressed air.
3.09 �QUIPMENi pROT�CTION AND RESiORATION
A. Touch-up and restare damaged surfaces to factory finish, as appro�ed by the manufacturer.
If the damaged s�rface cannot be returned to factory speeificatio�, the surface sha[1 be
replaced.
END OF SECTION
Ci(r at� f�ort 15'm'th dl esf.sicle il'TP Pms•er Gerrercrlia��
C'ilr Projcct A'trmber: ! 03d 10
40686D-1
AppticaYion Ser�ic2s Provider
Page 1 of �D
40 68 60 APPLICATIOIV SERVICES PROVIDER
1.00 GEN�RAL
1.01 SCOPE OF WORK
A. The Cantractar shall furnish the ser�ices of qualified personnei to perform the worfc as
defined herein, in the Related Work Paragraph of this Section, and other 5pecification
Sections as specified herein. The ser�ice personnel s�alf he referred to as the Application
5ervices Pragramrner (AS�j.
B. !t shall be the responsibility of the Cantractor to of�tain and provide any and all information
required from other Divisians, as listed in the related worEc below, to com�leie the work
under this Secti�n.
C. 7he Contraetors A5P shall }�erform all worlc necessary to configure, custamize, debug, install,
eonnect, and place into aperation all HMI and PLC software specified within this Division and
other related divisions.
D. The Contractors ASP shall coardinate with the PCSI all scheduling, installation, and startup
services.
1A2 REi.AT�[3 WQRK
A. No references are made to any other section which may contain work related to any at�er
section. The Contract Documents shall be taken as a whole with e�ery s�ctian related to
e�ery ather section as required to meet the requirements specified. The organization of the
Contract Documents into specification divisions and sections is for nrganizatian of the
documents ihemsel�es and does noi relate to the cfivisian of suppliers or labor which the
Contractor may ehoose to emplay in the execution af the Contract. Where references are
r�ade ta other Secti�ns a�d other t�ivisions of the Specifications, tf�e Contrac�or shall
pro�ide such infarmation or additional work as may be required in �hose references and
include such information or work as may be specified.
1.03 SUBMITTAI.S
A. Prior to any Pre-5ubmittal Conferences or Work Submittals as defined in section 40 5100
Process Control 5ystems General Provisions, the Coniractar shall suhmit the qualifications of
the Application Service Provider. fVo Work Submittals wiEl be accep�ed unti{ the ASP has
been approved by the owner. Submittals received prior ta t�at Approval will be returned
un-re�iewed.
B. System Prograrr�ming WorkShops
City o1� Forl !1'orth !f'eslside ff'afer Ti•enlnrerrl Pfn�r1 f3ac•krrp Cierterulur.s
Cit>> I'rojecl A�ru�iLer: 103-! IO
ao 6s sn - z
Application Services Provider
Page 2 of 10
1. Prior to the Submittai Process, the Ap�lication Services Provider (ASPj shal! hald
workshaps, in which the �ngineer and Owner may observe the displays and cantrol
strategies prior to submitting ciatabase, trends, graphics, r�ports, and contral strategies.
No system display generation, prngramming, etc. shall begin until standards ha�e been
apprnved.
C. Subt�ittal Process
1. Subrt�ittals shall �e made in accordance with the requirements af Division 1, 5ection 40
6100, and as specified herein.
2. A!) electronie submittals shall be submi��ed in an 150/IEC 26300:2006 ar Comma
Separated Values (CSV) readable e(ectranic file formai on a CD-Rom and an 8%z-inch by
11-inch hard capy. PLC Programs shall be submitt�d in the r�ative export forrr�at of the
PLC as suggested by the manufacture and as a fully annotated PDF file.
[7. Subrnittal Content
1. The additions to the owners �xisting HMI software are to follow the same standards and
canventions as c�rrently in use at this site.
2. Submittals shall cor�kain the following:
a. Programming Standards
1) Programming standards to �e used for both process graphics and PLC iagic
conventions shall be submitted after the standards workshop.
b. Prograrrtmable Logic Contraller Programming
1) I/O List with register assignments,
2) Diagrams of �he process control functions by each strategy.
3J Listing of inputs to the car�trol function.
4) A short narrative af each contro! strategy.
5j Listing of all Qperator in�uts and outputs to and from the control functinn. Any
specia) displays related to the function shail be iHustrated. A description of the
operation af any disp(ay shail be described as it relates to the contral funcCinn.
6) Cross references of all I/C}, showing to which I/O modules or software rrtodules,
they are in.
7} Failure contingencies shall be described in detail.
8) An annotated program, submitted in both hard copy and efectronic format.
City of l�ort 1Vur1h fYesl.srdc lPcrler Treral�xc�N f'lrnN 13uck«p Geirerutor.s
Citp Projecl r1'r�nzber: Ill,�d10
A06860-3
Application Services Prnvider
Page 3 of 10
c. Operation Interface Terminal Prograrr�rning
1) I/O List wiih register assignrrients.
2) Listing of al[ Operator displays with inputs and outputs to and from the cantral
�unction. Displays shali �e ill€�strated to shaw data presentation.
3j Cross references of all 1/�, showing to which I/0 madules or software modules,
Ehey are in.
4) Failure contingencies shall be described in detail.
d. Human Machine Interface Programming
1) 1/0 List with register assignments.
2) Displays for each process area incl�ding all necessary pop ups.
3) Listing of data points on each disp(ay.
4j A shnrt narrative of each control usage.
5) Listing of aEl Operator inpuis and auiputs ta and from the control function. Any
special displays related to the function shall be illustrated. A description of the
operation of any c[isplay shall be described as it relates to the control function.
6) Cross refer�nces of ail I/0, showing which software mod�fe at each point used.
7} FaiEure cantingencies shall be described in detail.
8) A complete listing of a!I historieal points.
9) Listing of all required canfiguration files far each SCADA client.
3. Submit a proposec� Schedule af Worlc fallowing ihe PC51 pre-submittal conference.
1.04 REFERENCE COD�S AN� STANDARDS
A. Instrumentation equipment and HMI prngramrr�ing shall comply with the following codes
and standards:
l. Occupational 5afety and Nealth Administration �OSHAj
2. NEMA !CS 1-101 Diagrams, Designatians and Symbols
3. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control Software
Applications
Cit�° oF PorR �5'orlkt i1 e.slsirle !i'ufer Ti�c•atmciu 1'luiu Backrr�� Geirei�utor.s
Ci13' I'rojecl A'roriGer: 1(1 �d lll
406860-a
Application Services Provider
Page 4 of 10
4. 15A-TR20.00.01-Z001- Speeificatian �arms for Process Measurement and Control
Instrurnents Part 1: General Considerations l�pdated with 27 New 5pecification Fartns in
2004-2005.
5. 15A-5.4-1991 Instrument Loap Diagrams.
6. 15A-5.5-1985 Graphic Symbols for Pracess Displays,
7. ISA-5.1-1984 �R1992) Instrumer�tation Symbols and Identification.
8. ISA-5.3-1983 Graphic 5ymbols for Qistributed Control/5hared [�isplay Instrumentation,
Logic, and Computer Systems.
9. ISA-20-1981 Specification Forms far Process Measurer�ent and Controf [nstruments,
Primary Elements, and Control Valves.
1Q. ISA-S.2-1976 (R1992j Binary Lagie Diagrams for Process Operations.
11. American National 5tandards Institute (ANSIj
12. The International Society oF Autnmation (15AJ
13. Underwriters Laborataries (UL)
14. �1FPA 79, Eleetrical Standard far {ndustrial Mac�inery
15. �actory Mutua] (FM)
16. NFPA 70 NationaE Electrical Code (NEC)
17. A[I eq�ipment and installations shalf confarm to applieable Federal, Stat�, and loca!
cades.
6. Afl work associated with PLC and HM! pragrarrtming services si�all camply with the
requirements set forth within the contract documents and as agreed and approved from the
stancEards submittal.
C. Where reference is made to one of the abo�e standards, the revisinn in effect at the time of
bid opening sha{I apply.
�.OS QUALITY ASSURANCE
A. The Cantractar shall provide verifiable docum�ntation supporting the ASP's qualifications
and work history as defined in Section 40 6100 Process Cantrol Systems General Prnvisions.
1,06 SYSiEM I�ESCRIPTION
City af�l�orl �Vcrrlh �{�E,Sf.S![IE' fl'aler• Tre�iiinelrf PJu�r1 Buckup Ge��crrrla-.r
C'iF�� 1'rqjcc7 A'trurher: 1(l3d 10
ao 6a 6a - s
Applicat€on Services Provider
Page 5 of 10
A. The Corttractors ASP is responsible for pro�iding all applicatians progratr�ming and
canfigurati�n servic�s to accomplish Yhe control and monitoring f€�nctians as described in
the cantract specificatians and drawings. The Contractors A5P shail provide all programming
funckions including, but not limited to, contro{ strategies and communications far the Plant
PCS PLGs and HMI. The Equipment man�facturer suppfied PLC systems programming is the
respective su�piiers' respon5ibility. The Contractors ASP will obtain from t�e OWN�R copies
of al{ existing HMI and PLC configurations. The Contractors ASP shall alsa provide all
applications programming and canfiguratinn services necessary to produce the HMI (graphic
displays, reports, trencfs, histarical archive, etc.} as described in the contract specifieations
and drawings.
1.09 WARRANTY
A. Pravide pragramming logic warranty as defined in division 1.
1.1fl SYSTEM FINAL DOCUMENTATION
A. Prior to final acceptance af the system and owner training, operating and maintena�ce
�anuals covering 'tnstruction and maint�nance on each type of equi�ment shall be
furnished in accordance with the �i�ision 1 and Sectian 40 6100.
B. Th� instructions shall be bound in three-ring binders with Drawin�s reduced or fold�d for
inclusion. As a minimum, the following information shal{ be pro�ided:
1. A camprehensive index.
2. A complete "As Constr�cted" set of approved shop Drawings.
3. A cornplete list af the programming furnished.
4. Detailed service, maintenance and operation instruc�ions for each item supplied.
5. Dperating instructions which incorporate a func�ianai description of the entire system
with references to the systems schema�ic D�awings anc� instructions.
C. The final documentation shall be new dacumenta�ion written specifically for this project but
may include standard and modified standard docurnen�ation. Modifications to existing
hardware or software tnanuals shall be made on the respective pages or inserted adjacent
to the modified pages. Al] standard documentation furnished sha11 ha�e ail portions that
apply clearly indicated. Al] partions titat da not apply shal{ be lined out.
D. The manuals shall contain all iil€�strations, detailed displays, and instructions necessary for
insialling, o�erating, and maintaining the �quipment. The ilfustrated par�s shall be
numbered for identification. All information contained therein shail apply s�ecifically to the
equipment furnished and shall only indude ins�ructinns that are applicable. All such
illustratians shall be incorporated within the printing af the page to form a durable and
perrr�anent reference book.
Cii)' of f�arl 1Var€1� fPcsl.sidc lI i��cr '1'�•cul�uent Plun! I�rrckiyl Gcirerrrlors
C`i1�� I'rr�jecl :\'ran�her: 103d !()
406861�-6
Appiicatian Ser�ices Provider
Page 6 of 10
If the Cnr�tractors A5P transmits any documentation ar other techr�iea[ information which he
cansiders proprietary, such informatiar� shail be designated, [}ocumentation or technical
infor►nation which is ciesignated as being proprietary will be used only far the design,
construction, operation, or maintenance af the System and, to the extent perrnitted by law,
will nat �e published or atherwfse disclosed.
F. The requiremenYs fnr the final documentation are as foliows:
1. As buikt documentation shall include afl pre�ious submittals, as described in this
Specification, u�dated to reflect the as-built systern as well as any corrections ar
modifica€ions to the System resulting From the Factory and/or Field Demonstration
T85�5.
2.00 PRODUCT5 (NOT U5�D)
3.00 EXECU710N
3.D1 APPLICATIOfV D�VELOPMENT WORKSHOPS Ai�f] COORDIiVATlO� MEETINGS
A. The ASP shall schedule and administer a minimum of one Workshap and Conrdinatian
Meetir�gs for the purpose of discussing pragress o� the work under this Section. The A5P
shall fu11y coordinate with the PCSI and 6e present for coordinatian meetings as defined in
5ection 40 61 OD.
B. The A5P shall rnalce arrangements for workshops; prepare agenda af discussion items. Notify
participants at least ane (1) week before scheduled rt�eetings. The meetings shali be held at
a location chosen foy t�e owner and shall include, as a rninimum, attendance by the Owner,
Engineer, General Contractar's project engineer, ASP, and PC51.
Z. The first wflrkshop shall be held in advance af the ASP programrning standards Shop
Drawing submitial. The purpnse af the workshop shall be for t�e A5P to;
a. 5urr�marize their understanding nf the praj�ct
b. Discuss any proposed substitutions or alternatives
c. 5chedule testing and deli�ery milestane dates
d. Provide a forurn for the ASP and Owner to coarclinate hardware and software
related issues
e. Request any additional information required fram the Owner and/or Engineer.
�he ASP s�all bring a draft version of propased standards shop drawings to Ehe
meeting to pra�id� the basis for the Owner/Engineer's inpui into their
development.
Cily of l�or! LVnrtft 1Pe.rf.cide �l'uler 7re�rintvnl Plrrul fJuckxp Geircrcunr.r
G'i!3' f'rajec! �1'auuhcr: l03�fi10
406650-7
Application Seniices Pro�ider
Page 7 of 10
g. All aspects of the programming effort shall be discussed including but not limited �o:
1) PLC and HMi Variable naming con�entions
2) PtC memory map conventions
3) Any and all customized or user defined functian blocks (DFB) and subroutines.
4) [3isplays naming for each process area indudi�g ail necessary pap ups.
5) Qisplay color conventions and overall owner expectatians
3A1 T�STS-GENERAL
Refer ta Section 40 61 21.
3.02 OPERAT10�1AL READlNE5S TEST (ORT}
Refer to Section 40 51 21.
A. Each active Anaiog Sui�syst�m element and each I/� module shall have a Component
Calibratian Sheet. These sheets shall have spaces for data �ntry, space for sign off by ihe
Con#ractars ASP and the PCSI, and the followirtg infarrnation:
1. Project Name
2. Laop Number
3. Camponent Tag Number of [/O Module Number
4. Component Code Number Analog System
5. Manufacturer (for Analog system �lemen�)
5. Madel Number/Serial Number (for Analog system)
7. Surnmary af Functiona] ftequirements:
a. lndicators and Recorders: Scale and chark ranges
b. Transmitters/Converters: 5cale and chart ranges
c. Carr�puting EEements: Function
d. Contrallers: Action (direct/reverse) cantrol Modes (PIDJ
e. Switching Elements: Unit range, differential (FIX�D/ADJUSTABLE}, Preset
(AUTO/MANUAL)
Cit)' o( Fart 1Vor1h ll'i.rfsi�le 1Praler Tt•errtnreir� Plruat Backrrp Geucrrrlur•.c
C1!)� P�•ofecl'dtrorber: ]03�!!fl
40 58 60 - 8
Appiication Services Pro�ider
Page 8 0( 1�
f, I/O Modules: Input ar output
8. Calibrations:
a, Analog Devices: Required and actual inputs and outpu�s at 0, 10, 5�, and 100
percent of span, rising and fa!ling
b, Discrete De�ices: Required and acival trip �aints and reset points
c. Cantrollers: Mode settings (P[D)
d. I/O Modules: Required and actual inpu�s or autputs for 0, 10, 5D, and 100 percent
of span, rising and failing
9. 5pace for comments
10. Space for sign aff by the General Contractor
3.03 FU�lCT10NAL DEM�NSTRATION iEST (FDT)
Refer tn Section 4fl 61 21,
3.�4 10-DAY SITE ACCEPTANCE TEST (SAT)
Refer to Section 40 61 2'i ,
3.05 TRAINING
A. Genera)
1. The cost af Owner training programs shall be included in the Cantract price. The tra[ning
and instruction, insofar as practicable, shal! be directly related to the System being
suppfied. The training program shall represent a comprehensi�e pragram covering all
aspects of �he operation and r�aintenance af the syst�m.
2. All instructnrs shail be intimately fami[iar wiih the operation and eontrol of the Owner's
facilities.
B. Main�enance Training
Refer to Section 40 61 21.
�.. PL.C/RTU Software
a. The �raining and insiruetion, insofar as practicabfe, shal) be directly re�ated the
5ystem being supplied. The training shall incfude a field training program consisting
af �anc�s-on instruction utilizing the Owners Systern.
City nf C'ort !1'orth dl'e.�lside lt'uter Treulnrenl f'lrutf 1lurkerp Ge�zcrului�.��
Ci1)' 1'rnfec! r1'ari�rhef-: If13�!]!)
40 68 60 - 9
Application Services Pravider
Page 9 of 16
b. One 2-day training session shall be pro�ided for four (4) mer►�bers of the Owner's
personnel on software and hardware operation and maintenance at the Owner's
facility. Softwar� training shall pravide classroom and hands-on instruction such that
a st�dent with experience in process instrumentation can canfigure the system with
na guidance or with only rninimal supervision when attempting corr�plex problems.
The training shali ca�er the follawing subjects as a minirr�um:
�,} System overview co�ering the basic syst�r� design and purpose
2) Systerr� hardware cavering the specific hardware elements and specific
equipment arrangements provided are covered.
3J Equipment orientation in which the st€�dent becomes familiar witf� the
operational pracedures (e.g., tape load, clear, keybaarc�, start/stop, and disk
load).
4J Specific application canfiguration instruction shall co�er the o�erall design and
implementation of the app{ications as provided urtder this Contract. The intent
shall be to make the student fu11y k�owiedgeaE�le in all aspects of the systern
pro�ided, along wi�h methac{s for making additions, madificatians, and
deletions to the process system.
5) Reveloprr�ent of new control loops and strategies.
5) Corriplete system bacicup and reload procedures.
c. These courses shalf not be concurrent with ihose offered by the PC5L T'he above
fisting is only a guide and is noY intended to be eomplete.
2. Qperator Inter#ace 5oftware
Refer ta Section 4� 61 21.
C. Dperator Training
Refer to 5ection 40 63. 21.
1. Plar�t Operator field traini�g sessions shall have the following characteristics:
City of C'ort 1Vor€li )f'c.4lside !I'rrlei• Ti•e�rimerrl Pkrn! 1lackrq� {;euerutor.r
CitG' 1'rujec! A'arr�rfier: 103dI0
qn sa so - ao
Appli�atian Services Provider
Aage 10 of 10
a. Plant Operator field training shal[ be structurecl specifically for operations type
personnel. The Operators will want to know how to run their plant using the Control
System. �ow cioes one open or close a valve, turn nn or off a motor, adj€�st a set
point, etc. using the Cantrol System. These are questions the Contractars ASP and
PCSI shall be prepared to answer. Training personnel shall b� prepared to walk-
through the logic used ta car�trai the equipment and how the Cantrol System
executes that lagic. Training personnel shall be prepared ta show the Operators
how �o operate the Plant from the Con�rol Sys�em level in the event of Control
Room ec�uipment failure. Additionally, such topics as changing �rinter ribbon,
changing printer or vfdeo capier paper, p�inting reports on demand, copying graphic
displays, signing anta the sysiem, creating graphic generated trends, etc, shall be
discussed.
b. The Cnntractars ASP and PC5! shall, at a minimum, have the following teaching aids
available for clistribution during Plant Operator field �raining sessions:
1) Copies af all complete generatecE graphic displays and reports
2. Operator [r�terface Functions
Provide a minimum of two separate 2-day training sessions as seheduied by the
Owner far faur (4) of the Owner's operations personnel on the detailed aperation of
the Operator Work Station Controfs. This training should be conducted within �wo
weeks of the cor-r�pletion oF the Functionaf i7emonstratior� Test at a time suitable to
the Owner. This trainin� shall be pravic{ed at the Owner's facility and as a minimum
include the following;
1j Specific training for the actt�al instrumentation configuration to provide a
detailed understanding of �ow the eq€�ipment ar�d compon�nts are arranged,
connected, and set up for this Cantract.
b. Pravide a minimum of four (4) days of instructor on-call tutoring services. After the
completion of the training sessions d�scribed above, the instructor shall be at th�
site to pra�ide �hese services.
END OF 5ECTION
Gi[)� of Port �Vc�rllf 1f'esl.cr�le itiurrTreuluicnl f'lrnr! I3ach�rip Generu�ars
Crq' Prajce! �lrtutrbet" 1113d 111
no�osa-�.
INSTRUhJlENT SUPPOitT HARDWARf
Page 1 oi S
40 7D 50 INSTRl1MEN7 SUPPORT HARDWARE
1.00 GENERAL
1,01 SCOP� Of WORK
A. Furnish and instafl instrumentatior� rr�ounting and s�appart hardware, as shown on the
Drawings and as specified herein.
B. Hardware shal) include anchor systems, adhesive anchor systerns, metal framing systems,
and other instrumentatior� instatlation mounting and support systems as specified herein
with additional req�airerr�ents as shown on the Drawings or specified within related sections.
1.02 RELATE[3 WORK
A. No referenc�s are made to any other section which may contain wark related to any other
section. The Contract i7ocuments shall be iaken as a whole with every sec�ion related to
e�ery other section as required ta meet the requirements specifiied. The organization af th�
Contract Documents ir�to specification divisians and sections is for ar�anization of ihe
dacuments themselves and does not reEate ta the di�isinn of suppliers or labor which the
Contractor may choase to employ in the executian of the Contract. Where references are
made to other Sections and other Di�isions of the 5pecifteations, the Contractor shall
proWide such information or additional wark as may be required in those references and
include such information ar work as may be specified.
1.03 SUBMITTALS
A. Submit to the Owner/Engineer, in accordance with aivision 1, Che manufacturers' names
ar€cE praduct designation or catalog numbers for each af the types of materials specified ar�d
where shown on the Drawings.
B. The submittal information, for anehar systerris, sha11 contain �nanufacturer's specifications
and technical data inclucEing;
Ci[}� 01� Port Wnrtll {I'es�airle Ji'ufer 7reuynaeir� Plrria! 13rrektrp Cie��erulor.s
CilY �'+•r�j� cl rl'iri�rbet�: I f13�{ f 0
�o�aso-z
INST3tUMENT SUPPORT HAft�WARE
Page z of 8
1. Acceptable base material conditians (i.e. cracked, un-cracked concretej
2. Acceptable drilling m�thods
3. Acceptable bore hole conditions (dry, water saturated, water filled, under water)
4. Manufacturer's instailatian instructions induding bore hole cl�anin� procedures and
adhesive injection.
5. Cure ar�d gel time tables
6. Temperatcare ranges (storage, installation and in-ser�ice}.
1.Q4 REFERENCE CODES AND STANDARDS
A. All praducts and components shown on the Drawings and listed in this specification shall be
designed and manufactured accnrding to latest re�ision of the fnllowing standards [unless
otherwise noted):
1. IVFPA 7Q National Electrical Code (NECJ
2. €VFPA 70E Standard for Electrical Safety in the Workplace
3. ASTM E 488-9b (2003J; Standard Test Method for Strength af Artchors in Concrete and
Masonry Efements, ASTM lnternational.
4. ASTM � 1512-93, Standard Test Meihods fnr Testing Bond Performance of Adhesive-
Bonded Anchors, ASTM Internatianal
S. AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Efements, Latest
revision.
6. 5AE 316 5tainless Steel Grades
8. Afl equipment camponents and campleted asseml�lies specified ir� this 5ection of the
Specificatians, having a UL standard, shall bear the appropriate labe! of Underwriters
l.aboratories.
1.05 QUALITY ASSURANCE
A. T�e rrtanufactur�r of these materials shall have produced similar electricaf materials and
equipment for a minimum periad of five (5j years. When requested by the Owner/Engineer,
an acceptabie list of installations with similar equiprrtent shal! be provided dertanns�rating
corr�pliance with this requirement.
1.06 10BSIT� D�LIVERY, STQRAGE AND �{ANDLING
City �i'r�,�c �vortn fi'e.sisrrlc !i'ute�• TrenF��ietr! Plcnu Ilcrcktrp [ieirerc�lors
CrlP1'rnjeel rl'ini�ber: 1(13�I0
ao�asa-3
INSTRUMENT SIiPPORT HARDWARE
Page 3 of 8
A. Prior to jobsite delivery, the Cantraetor shall have successfully completed alf submittal
r�quirements, and present to the Owner/Engineer upnn delivery of the equipment, an
approved copy of all such submiitals. Delivery af incorrsplete constructed equipment, ansite
factnry wark, or failed factory �ests will not be permitted.
B. Materials shal{ be handled and s�ored in accordance with rnanufacturer's instructions.
C. Adhesive Anchor Systems.
1. Deliver materials undamaged in Manufacturer's clearly labeied, unapened cor�tainers,
identified with brand, type, and ICGES Evaluation Report number.
Coordinate delivery of materials with scheduled insta[lation date, minimizing storage
tirne at job-site.
3, Store materials under caver and protect from weather and damage in campliance with
Manufacturer's requirements, induding temperature restrictions.
4. Comply with reeommended procedures, precautions or remedies descrit�ed in material
safety data sheets as applicabl�.
5. Do nat use c�amaged or expired rr�a�erials.
6. Starage restrictions (ternperature rangej and expiration date must be supplied with
product
D. Metal Framing Systems
1. Material shall t�e new and unused, with no signs of darrtage from handfing.
1.07 WARRANTY
A. The Manufacturer shall warrant the equipment ta be free irom defects in materia! and
workrnanship for �. year from date of final acceptance of the equipment. Within such period
of warranty the Manufac�urer shal) promptly furnish ali material and la�or r�ecessary to
return the equipment to new operating condition.
2.OQ PRODUCTS
2.0� Af�CHORII�C SY5TEM5
A. Acce}�table Manufacturers
Ci€�� uP Furt 1Vorlh �i'e.cl.side I�'cr�er Trecu�ric�il Plrr��t 13urk�rp Gcneruturs
Cil�' P+�ujec! ,1'irnrfie�•: II13�1If1
40705Q-q
ENSTRi1ME(VT SiJPPORT HAEi�WARE
Page A of S
1. 5ubject to compliance with the Contract Documents, th� following ManuFacturers are
acceptable:
a. HILTI Kwik Bolt 3
b. Apprnved equa[
2. �"he listing of sp�cific manufacturers above does not imply aceeptance of their produCts
that do not meet the s�ecified ratings, features and functians. Manufacturers listed
above are not r�lieved from meeting these specifications in their entirety.
8. �roduct Description
1. Torc�ue cankrnlled expansion anchor cansisting of anchor body, expansion elernent
(wedges), washer and nut. Anchor shall be used for anehor sizes less than 3/8 inch.
2. All parts and materials shall be manufacturec� of 326 stainless stee! and conform to 5AE
316 standards.
3. UL 203 Rated.
202 ADHESIV� ANCNORIIVG 5Y5TEMS
A. Acceptable Manufacturers
1. 5ubject to campliance with the Contract Documents, the following Manufacturers are
acceptab[e:
a. Hi�TI HIT-RTZ with HIT-HY 2(30 MAX.
b. Appro�ed equal
2. The listing of specific manu�acturers above cfoes not imply acceptance of their products
thai do not me�t the specified ratings, features and functians. Manufacturers listed
abo�e are not relievecl from rneeting these specifications in their entirety.
B. Product Deseriptian
1.. Anchor body with helical cone shaped thread on th� embedded end and standard
threads on the exposed end, with washer and nut, inserted into ]njection adhesive.
Anchor shall be used for anchor sizes 3/S inch and larger.
2. All parts a€nd materiaf sha{I be manufacEured of 336 S�ainless Steel and shall confarrn ta
SAE 316 standards.
2.03 U-CHANN�L SUPPORT SYSTEMS
A. Acceptable Manufacturers
Cit�� of Part lYor�h JJ'r.sLsrdc Jf'rrier Ti•euliuerrf 1'Irui! Bfrrkup Uei�ei•«tars
Cil�� Pr� fec•1 A'urirber: 1 f13d 111
Q07050-5
INSTRUMENT SUPPORT NARDWARE
Page 5 oF 8
1. 5ubject to cornpliance with the Contract aocuments, the fallowing Man�facturers are
acceptable:
a. Tyca Unistrut
b. B-L'tne
c. 5uper-Strut
d. Approved equal
2. The fisti�g of specific �nanufacturers above does not imply acce�iance af their products
that do not meet the specified rat�ngs, features and functions. Manufactur�rs listed
abo�e are not relie�ed fram meeting these specifications in their entireiy.
B. Product Description
1. Meta� framing sys�ert� for use in ihe mounting or suppor� af electrical systems, panels
and enclosures, and includin$ figF�ting fix�ure supports, trapeze i�angers and conduit
supports.
2. Comportents shall consist of teiescopir�g ehannels, s[otted back-to-�ack channels, end
clam�s alithreads and conduit clamps.
3. Minimum sizes shall be 13/16" thraugh 3-1/4"
4. Components shail be assemblec� by means of flat plate fittings, 90-tfegree angle fittings,
braces, clevis fittings, fJ-fittings, Z-#ittings, Wing-fittings, Post Bases, channel nuts,
washers, etc.
5. Field welding of camponents will not be permitt�d.
6. Unless oiherwise specified or shown on the Drawings, all parts shall be manufactured of
316 stainless steei and conform �a 5AE 3�.6 standards.
7. Framing systerns far chl�rine and amrt�ania raoms shall be manufactured of structural
fibergfass.
2.04 STAINl.ESS TiES
A. Aceeptab�e Manufact�rers
i. Subject �n compliance with the Contract Documen�s, �he fallowing Manufacturers are
acceptable:
a. PANDUI�C'
b. PHONIX CONTACT
{'il}� of ��orl 1t'u€[h i1'eslsidc I�'ulei• Ti•err�irieirl Pl�ai! I3rrcktrp Gefrerulvrs
Ci(v Prr�jec7 A'r�nrLer: I03�11!}
407450-5
iNSTRUMFNT SUPPORT HARDWARE
Page6oF8
c. Gardner Bender
d. Appraved Equal
2. The listing of specific rnanufacturers above daes not imp]y accep�ance of iheir prnducts
that do not meet the specified ratings, features and functians. Manufacturers listed
above are not relieved fram r�eeting these specifications in their ent9rety.
B. Product Description
1. Cable Ties for securing and sup}�orting of flexible raceway and conductors.
2. Self-locking mechanism.
3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the
drawings.
C. [.ocations far Use
1. Cable Ties of stainless stee[ to be used in wet environments, where exposed tn process,
or when exposed to sunlight
2. 5elf-locking mec�anism.
3.40 EXECUTION
3.01 GEN�RAL
A. The Contractor shall install all equipment strictly in accordance with the manufacturer's
ir�structions and the Cantract Drawings.
B. The location of all devices is shown, in general, on the Drawings and may be varied within
reasonable limits so as ta avoid any piping or other obstruction without extra cost, subject
ta the appraval af the Owner. Coordinate the installation of the devices for piping and
equipment clearance.
C. No electrical equipment, Instrurnentatian or raceways shall be attaehed to or supported
from, sheet rnetal walls.
D. Install required safety labefs.
3.a2 FIELD QUAL�TY CONTROL
A. Inspect installed equipr�tent for anchoring, alignment, grounding and physical damage.
8. Check tightness af al! accessible electrica[ connections. Minimum accepta�le values are
specified in mar�ufacturer's instructions.
City uf Fort North fi'csl.�idc fi'�tle�• Ti•errluiarl Plrnif l3uckuE� Ge�rei•utor.r
Cit�� Prr�jecf NrunGer: l (13�110
40 70 50 - 7
INSTliUMEtVT SUPPOR7 HAI2DWARE
Page 7 of 8
3.03 POST INSTALLEC3 ANCHOR SYST�MS
A. Prior ta ir�sta{lation of th� anchar systems, the hafe shal[ be clean and dry in acc�rdance
with the manufacturer's instructions.
3.p3 CLEANING
A. Rerrtove all rubbish and debris fram inside and aro�and the installatian. Re�ove dirt, dust, or
concrete s�atter from the interior and exteriar of the equipmer�t using brushes, vacuum
cleaner, ar clean, lint free rags. Do not use compressed air.
END OF S�GTION
Cif}� of I�ort 1Vo�€1� )�e.rtsicle l�irter Trealmcait Plra�rf l3uckup Geirei•�rtors
Ci1;� Prajecf el'rm�ber: l03d1(1
4074SO-8
INST€tilNtEfVT SUPPORT HAROWARE
Page S of 8
THIS PAGE INT�NTI�NALLY L��T BLANK
City nf I� ort IVorlh 11 i�.sl.rirle II uler Ti•eaA�renr Plrar! 73rrckxp Cctteru7ors
Crli' ProjE�c! i\'�u�rher: 1!}3d 1(1
4a �s oo - z
PAN�L MC3UN7En CONTi�OL DEVICfS
Page 1 af 18
40 i8 00 PAN�I� M�UNTED CONTROL DEVICES
1.00 GENERAL
1A1 SC�P� OF WQRK
A. This Section of the 5pecificatians describes the requirements far panel mounted equipment
to be fiurnished under other Sections of the Specificatinns as listed in the Related Work
paragraph of this Section.
All equipment described herein shall be submitted and furnished as an inte�ral par� of
equipment specified elsewhere in these Specifications.
1.02 RELATED WORK
A. 1Vo references are made �o any aiher section which may cantain wnrk related to any other
seciion. The Cantract Dacuments shali be taken as a whale with e�ery section related to
e�ery other section as required to meet the requirements specified. The organizaLian of the
Contract aocuments into specification divisions and sections is for organizatian of the
doeurrients themselves and daes nat relate to �he division of suppliers or labor which the
Contraetor may choase to employ in the exectttion of the Cantract. Where references are
made to other 5ections and other Divisians of the S�ecifications, the Contractor shall
pra�ide such information or additional work as may be required in those references and
inc(uc[e s€ach information or work as may be specified.
1.03 SUBMITTALS
A. 5ubmittals for equipm�n� specified herein shall be made as a part of equipment furnished
und�r other Sections. Individual subrriittals for equipment specified herein will nat be
accepted and will be returned un-reviewed.
8. Submit catafog data far all items supp[ied from this specification section as appl€cable with
the cantrol panel subrnittal as referenced in th� related work paragraph. 5ubmittal shail
include catalog data, functions, ratings, inputs, outputs, cfisplays, etc., sufficient to confirm
that the devices provide e�ery specified requirement. A�y optians or exceptions shall be
c[early indicaied.
1.04 REFERENCE COD�S AND STANDARDS
A. The equipment in this specification shall be designed and manufactured according to latest
revision of the foliowing standards (unless otherwise noted):
1. NEMA/ISCI 109 Transient Over Voltage Wit�stand Test
Ci[)� af� I�ort 1VartE� 1 f'e.slside 1 Prrter• Trenlnielrl Plrnrt l3uck«y Ge��ef�alvr.�
('i1i� Pr��jE�ct �1'ruubei�: 1(1.3d10
4fl7800-2
PANEL MOLINTED CONTROL nEVICES
Page 2 of 18
2. IE�� Sid. 472/ANSI C�7.90.2 Withstar�d Capability of Relay 5ysterns ta ftadiated
Electromagnetic lnterference from Transcei�ers.
3. lEC 255.4 5urge Withstand Capability Tests
4. NEMA/IC5 1 General Standard for Industrial Contra! Systems.
�. NEMA/ICS 4'ierminal Blacks for I�dustrial Use.
6. fVEMA/ICS 6 Enclosures for Industria! Contral Systerr�s.
7. NEMA L5 1 Low Voltage Surge Protecti�e �evices.
8. UL 1449 �hird Edition — Surge Proteetive De�ices
B. All equipment shall comply with the requirements af the National Electric Code and
Underwri�ers Laboratories (UL� where applicable.
C. Each specified device shall alsa canform to the standards and codes list�cf in the individual
de�ice paragraphs.
�.QS QUALIiY ASSURANCE
A. The manufaciurer af this �quipment shal6 have produced sirr�ilar electrieal equipment far a
minimurn p�riod of five years. When requested by the Owner/Engineer, an acceptabEe list of
installations with similar equipment sha(I be provided demanstrating campliance with this
requirernent.
B, Equipment submitted shall fit within the space nr location shown on the �rawings.
Equipment which does not fit within the space or locatior� is not acceptable.
C. F�r the �quipmer�t specified herein, the manufacturer shall be IS� 9i301 2000 certified.
1.06 WARRANTY
A. The Manufacturer shall warrant the specified equipment to be free from defects in rr�aterial
and workmanship for one year fram date of acceptance af the assembly cantaining the
items specified in this 5ection. Within such period o� warran�y, the Manufacfurer shall
promptly furnish a11 material and labnr necessary to return the equipment to n�w operating
conditian. Any warranty work requiring shipping ar trans�orting of the equipment shall be
perfarmed by the Contractor at no expense to �he Owner.
2.00 PRODUCT5
2.�1 MODE SEL�Ci'OR SWkTCHES, PUSHBUTTONS AN{7 If�DICATING LAMPS
City ot'I�nrt �Iror�h fI'e.clside Il'cNer Ti•eulnrcu! Plrrr�l puekxp Gc�uerulors
C'i1 y' Prq�ecl �Vtriarber: 1!)3�t 1!1
4078qD-3
PANEL MOUlVTE� CONTRDI C7EVIEES
page 3 of 18
A. Subject to compliance with the Contract [}ocuments, the following Manufacturers are
acceptable:
1. Rockwell Automation / Allen Bradl�y
2. Eaton / Cutler Namrner
3. G�
4. Sq�are D
5. Na Equal
B. The listing af specific manufacturers above does not imply acceptanc� of t�eir produets thai
do not meet the specified ratings, f�atures and functians. Manufacturers listed above are
not reiieved from meeting these specifications in their entirety.
C. Cor�struction
1. 30mm Diameter
2. Corrosion resistant
3. NEMA 4/4X/13 withaut booted cavers
4. "Fing�r safe" contact blocks, �.�A rating
5. Function indicating colors �er NFPA 79 unless otherwise shovun on the Drawings.
6. Engra�ed corrosion resistant nameplates
7. L�D larnps
8. Mode selector switch�s shall have � spare set auxiliary contacts.
9. Indicator lights to be Push-to-Test
10. Potentiometer ratings to match 1/Q devices connected
2.�2 TERMINAi. Bi..00KS
A. 5ubject to compliance with the Contiract Documents, the following Manufaeturers are
acceptable:
1. Phoenix Contact
2. Entrelec
City oi Port lt'orth 1 Pestsrde 11 crlcr Tt-ealuiei�l Plciiu 6ctekup Ge�iei•afors
Cr1l'Pi��fecl�l'runlier: l03�l10
407800-4
PANEL MOIJNTED CONTROL DEVICES
Page 4 aF J8
3, Weidrnuller
4. Allen Bradley
5. Appraved equal
B. The listing of specific manufaciurers abo�e does not imply acceptance of their praducts that
dn not meet the specified ratings, �eatures and functions. Manufacturers listed abo�e are
not relieved from rneeting these specifications in their entirety.
E. Terminal Slocks
1. �"ermina! blocks shall be Dlf�-rail-mounted nne-piece mofded plastic blocks with tubular-
clam�-screw type, with end barriers, c[ual side terminai black numbers anc[ terminal
group identifiers. Terminal blacks shall be rated far 600 �alts except for control and
ir�strumentation circuits, or 420 mA analog signal conductors,
2. Pravide 6fl0 volt rated terminal blocks far any conductor carryir�g any valtage over 120
volts to grouncf.
3. Provide 6�0 volt rated strap screw ferminal blacks for any pnwer conductors carrying
over 20 am�s, at any voltage. Terminals shall be double sided and supplied with
rerr�ovable covers to prevent accidental cantact with live circuits.
4. Pawer conductors carrying over 20 amps, at any voltage shall be terr�rinated tn strap-
screw type terminal blocks with crimp type, pre-insulated, ring-tongue iugs. Lugs shall
be of the apprnpriate size for the terminai block screws and for the number and size oF
the wires terminated. �o not terminate more than ane cnnductor in any lug, and do not
[and mare than two cnnc[uctars under any strap-screw terminai point.
5. Terminals shall have permanent, legible identification, clearly visi�fe with the protective
cnver remo��d. Each terminal f�[ock shal{ ha�e 20 percent spare terr�tinals, but not I�ss
than #wo spare terminals.
6. Do not land more than two conductors per terrr�inal point. Use the manufaeturer's
pravided bridge cnnnectors ta interconnect terminaf blacks [erminating common or
ground canductors.
7. Twis�ed shieEded pair or triad cables shall have each 'tndividual conductor and shield
drain wire ianded on individual terrt�inal blacks. Use the manufacturer's provided bridge
connectors to interconnect terminaf blocks terminating the shield drain wire
conductars.
8. Control eircuits, 120 volts and below, and 4-20 mA analog signal conduc�ors shall be
terminatec� with manufacturer's recommended ferrules. �errules shalf be provided with
plastic s�ee�es.
Cit�� nf Fnrt IVort1� A'estshle JYrder 7'rea!»reirt Plar1 L3uckup Geircrrdors
Cits' Prqject �!'rn�aber: 103dI0
407800-5
PANEL MOIFNTED CONTROL �EVICES
Page 5 of 18
9. Pra�ide an AG ground bar bonded to the panef enclosure, if inetal, with 20 percent
spare terminals.
10. Provided ground terminal blacks far each twisted-shielded pair drain wire.
2.0� WIRE TROUGHS
A. Suk�ject ta compliance with the Contract Documents, the fnllowing Manufacturers are
acceptable:
1. Panduit
2. Taylor
3. Appro�ed equal
�. The listing of specific manufacturers ai�ove does rtot imply acceptance af their products that
do nat meet the specified ratings, features and functions. Manufacturers lis�ed abave are
nat relieved fror� meeting these specificatians in their entirety.
C. Afl wiring shal[ be enclosed 9n PVC wire trnugh with slotted sic{e openings and removable
cover. Plan wire routi�g such that no low �oltage twisted shielded pair cable canducting
analag 4-20 rr�A signals or corr�munications low valtage analog signa[s are routed in the
same wire trough as conductors carrying discrete signals or pawer
2.04 DIN RAll.S
A. Subject to cornpliance with the Contract Dacuments, the following Manufaciurers are
acceptable:
1. Phoenix Cantact
2. Entrelec
3. Weidmuller
4, Allen Bradley
5. Approved equal
B. The listing of specific martufacturers above does not imply acceptance of their products that
do nat meet the specified ratings, features and functions, Manufacturers listed above are
not relieved from meeting these specifications in th�ir en�irety.
C. 5tandard 35 mm rails sha11 be made of steel zinc-pla�ed and chromaeed. Rails shall �e 7.5
mrr-� ta[l �ninimum and meet standard �N 60715: 20�1.
Cil�� c�f E�ait 1Vottkt fi'esrs�rle ft'�rle+' 7'i'ecrtni���f Plert�l 6crekarpGetreralors
Ci11' Prujec7 rVrimher: l03�1I (1
AO78O(3-6
PANEL IVIOUNiEb CqNTROI DEVICES
Page G of 18
2.05 51GNAl. ISOI.AiORS, BOOSTERS, CONVER1"ERS
A. 5ubject to compliance with the Contract i�ocuments, the following Manufacturers are
acceprab(e:
1. Phoenix Contact
2. Acrorr�ag Inc.
3, Moare Industries
4. Appraved equaf
B. The listing of specific rnanufactur�rs abo�e does not imply acceptance of their products that
do nat m�et the specified ratings, features and functior�s. Manufacturers listed above are
nat relieved from meeting these specificatians in their entirety.
1. Type:
a. Externally pawerecf so[id-state eleefro�ic type. Loop powered cie�ices are not
aCCeptabl@.
2. Functional/Performance:
a. Accuracy - 0.15 percent.
b. fnputs - Current, voltage, frequer�cy, temperature, or resistance as reguired.
c. Outputs - Current or valtage as required.
d. Isolation - There shall be camplete isolation between input cireuitry, output
circui�ry, and the power supply.
e, Adj�stments - Zern and span adjustment shall be pro�ided.
f. Protectian - Provide RFI protection.
g. 24 Volt �C pawer input.
3. Physical:
a. Mounting - Sui�able for DIN Rail maunting in an enclosure ar instrument rac[c.
4. Optians/Accessories Required;
a, Mountin� rack or general-purpose enclosure as required.
2.06 POTENTIOMETER / RTD TRANSMfTTERS
Cily of Forl 1Vorth !E'rstsirle Jf ale�• Treu�uieirt Pl�u�t 13ackrap Ge1�e�•�r�or.r
Cif>>!'iv�ject,l'rrnil�er: }03d10
ao �a oo - �
PANEL MOUNTEP WNTRqL pEVICiS
Page 7 nf 18
A. 5u�ject to compliance with the Contract Dacuments, the following Manufacturers are
acceptable:
1. Phoenix Contact
2. Moare Indus�ries
3. Appro�ed Equal
B. The listing of specific manufac�urers above daes not impfy acceptance of their products that
da not meet the specified ratings, features and functions. Manufacturers listed aba�e are
not reiieved from meeting these specificatians in their entirety.
C. Design and fabrication:
1. Solid state electronics.
2. Transrnit analog signal directly proportional to rneasured impedanee input.
3. Power source: 24 Vdc.
4. Input: 0-�.000 ohms.
5. Ocatp►at signal: 4-20 mA UC.
6. Accuraey (maximum errorj: ±0.25 percent.
7. Arnbi�nt terr�perature range: 0-14C} Deg F.
2.07 RELAYS AND TIMERS
A. 5ubject to compfiance with the Cantract Documents, the following Manufacturers are
acceptabfe:
1. Square D
2. IDEC
3. Potter-Braomfie[d.
�. A11en-Bradfey
S. Approved equal
B. The listing of specific manufacturers abave does nat imply acceptance of their products that
do nat meet the sp�cified ratings, �eatures and functions. Manufacturers [isted abave are
nnt relievec{ from rneeting these specifications in their entirety.
City of l�arf 1Vorth lPesl.srde !f`ulcr Ti•calinerrf Pl�rtrt $rrckt�p Ge�rerutnr.s
Ci1 t' �'i'nject A'r�nrhe�•: 1 113d ! ll
407800-8
PANEi MOUNTE� CONTROi D�VICES
Page 8 0� 18
C. Type:
1. Relays shal( be dauble pole, double throw (form C) except PLC/RTU I/� buffer relays
which Shall be single pole, (form C}, spade plug in type with a transparent dust co�er.
2. Units shall be of the generaf-purpase plug-in type.
D. �unctianal/Per�ormance:
1. Coil voltage shall match supply voltage.
2. Contact a€rrangement/function shail be as required to meet the specifi�d control
func�ion.
3. Mechanical life expectancy shall be more than 30,aDD,D�O cycles.
4. Duty cycle shall be rated for cont'tnuaus operatian.
5. Snlid state time delays when specified anct/or requirecf for intended functionality to be
provided with paEarity protectian �DC units) and transient protection.
6. �'ime delay �nits shafl �e adjustable and available in ranges from .1 seeond ta 4.5 hours.
7. Plug-in general-purpose relay.
8. Slade connector ty�e.
9. Relay sockets are t71N rail mourtted.
�.0. Interna! r�eon or L�D indicator is lit when cail is energized.
�.�.. Clear palycarbonate dust co�er with cli� fastener.
12, pperating temperature: -ZO to +150 Deg F.
13. UL listed or recognized.
�. Ratings:
1. For 120VAC ser�ice pro�ide cnntacts rated 10 am�s at 120VAC, for 24VpC service
provide contacts rated 5 amps at 28VDC, for electronic {milliamp/ mil[ivolt) switching
applicator provide gold plated contacts rated for elec�ronic service.
2, For PLC/RTU ir�put buffer relays, pro�ided a minimu�n of 5-arr�p contact rating. �or al)
PLC/RTI� output buffer re[ays, provided minimum 8 amps induc�ive load ra�ed caniaets.
3. Where PLC/RTU input/output buffer relays are a space constraint Crydom Series One DR
optically isolaied solid-state relays can �e proposed.
Gity nl� Fnrt IVu��tl� lPesl.ridc f{'�e1er Ti-eul�rren! I'lu�r1 I3uckup Gciterulnrs
Ci1;� f'rqjecl A'ranhei•: 1l13d 1(1
ao�soa-9
PANEL MOUNTEb CON7ROL DEVlCES
Page 9 nf 18
F. PhjlSiGal
1. DlN Rail mounting base
2. Screw Terrr�inals
G. Options/Accessories Required:
�.. Pravide mounting sockets with pressure type termi�a! blocks rated 300 volts and 10
amps minirnum.
2. Provide mounting rails/halders as req�ired.
2A8 ANALOG SIGNA(. SURGE PROTECTORS (SpDs)
A. Su6ject to compliance with the Contrac� Documents, the following Manufacturers are
accep�able:
1. AGM Elec�ranics
2. Acromag Inc.
3. Moore Industries
4. Phoenix Contact
5. Ernerson EDCO
6. Appro�ed equal
B. The listing of specific mant�facturers above daes not imply acceptance of their produc�s that
do nat meet ihe s�ecified ratings, features and functions. Manufacturers listed abo�e are
nat relieved from meeting these specifications in their entire#y.
C. Type:
1. DfN Raik mounting for control and termination panels.
2, For loop powered transmitters pra�ided pipe nippie styie mounting at the transmitter.
�. Minimum Ratings:
1. Peak Surge Current 10 [�A
2. Response T'ime <5 NaRosec�nds
3. Voltage Cfamp >2� Volts
City uf Fort 1Yorih R'esl.srde 1fir7er 'I'renlmei�l Pl�1i�f 13nckrrp Gener�rror,s
L'ir>> Prrrjec! A'trf,rher: 103�1L(1
40 78 00-10
PANEL MOUNT�[] COfVTROL DEV[CES
Page 10 of 18
2.09 POWER SUPPI.I�S
A. Subject to comp(iance with the Contrac[ Documer�ts, the following Manufacturers are
acceptable:
1. PULS Silverline
2. Phoenix Contact
3. Sola
4. Cosel KH 5eries
5. Approved equal
B. T'he listing of specific manufacturers abo�e does not imply acceptance of their praducts tha�
do nat meet �he specified ratings, features and functians. Manufacturers listed above are
not relieved from meeting these specifications in their entirety.
C. Design and fabrication
1. Converts 120 VAC input to DC power at required voltage.
2. Sized as required by the load. Minirnum 2.4 Ar�p nutput
3. AC ir�put: 120 VAC +10 percent -13 percenE; 47 to 63 HZ.
4. Provisian for output failure alarrn contact,
5. i31N rai) mounting.
6. All Pawer Supplies shall be redundant pairs.
2.�.Q CONTROL POWER TRANS�ORMERS
A. Subject to corrtpliance with the Cnntract [?acuments, the fallawing Manufacturers are
acceptal�le:
1. Allen Bradley
Z. General Eleciric
3. Cutler Hammer
4. Square D
5. Approved equal
Cit�� ni' Pcn't IVnril� fI'evi.sirlc 1I'alcr Trculr�tcrit 1'I�rfi1 Rrrcktrp Geiarr«lnr.c
C'ifl' f'rojerl rYurirbc��� 103�10
AO78DD-21
PANEL [V10UNTE[l CQN3iiOL bEVICES
Page 11 of 18
8. ihe listing of specific manufacturers above does nat imply acceptance of their products that
do not meet the specified rati�gs, features and functions. Manufacturers list�d abo�e are
not relieved From meeting these specifications in their entirety.
C. Contro! Power Transforrrters
1. Cor�trol power transfarmers shall be provided where shown on the Drawings.
Transformer shall be sized for all the load, including space heaters, plus 25% spare
capacity, and shall be not less than 1QQVA.
2. Transformer mechanical ra�ings shall equal the shart circuit rating of the circuit breaker
or MCP.
3. Contrnf pawer transformers shall be 120 volts grounded secondary. Primary side of the
transformer shall be fused in both legs. �ne feg af the transformer secandary shalf be
solidly grounded while the other leg shal{ be fused.
4. All cor�tra[ pawer transformers shall have vacuum cast prir�ary and secandary coils
using epoxy resin.
2,11 SINGL� PHASE UP5
A. Subject to compiiance with the Contract Dacuments, the following Manufacturers are
acceptable:
1. APC
2. Powerware
3. Tripp Lite
4. CyberPower
5. Fafcon Electric ]nc.
6. Intel[ipower
7. Approved �qual
B. The listing af specific manufacturers above cfoes not imply acceptance of their products that
do not meet the specified ratings, features and functions. Manufiacturers listed above are
not relieved from rneeting �hese speeifications in their entirety.
C. Design and fabrication
1. Rating: 1ZOVAC, 60 her�z, 1000 VA minimum shail provide uninterrupted canditianed
power fully loaded conditions for 3(3 minutes.
City oi� f�ort 11'orfl� fi'esi.side Il i�fer Ti�ecrlmei�f Pleriu 13rackrq� Geirernlors
Ci(j� Yr�ajecl �1'au�iGer: 1113d I (}
90 78 0D - I2
PAN�i MOUNTE[3 CONTROL �EVICES
Page 12 af 1$
2. Description: Online dual track power conditioner a€nd true {zero second transfer tirne)
uninterruptible power supply providing isalatfon, iine reguiatian anc! conditinning, using
sealed maintenance free batteries and switch mode pnwer supply for uninterrupted
power.
3. Lightning and Surge Protection: IEE�/AN51 C62.4.1.
4. Regulation: 1-3 percent load regulation with less than 2pF effecti�e coupling
capacitance for line to load.
5. Output Waveform: Corr�put�r grade sinewave with 3% rr�aximum single harmonic and
5% maximum total harmonic distortion.
6. Qutput Frequency: fi0 hertz +/- 0,5 �ertz.
7. Operaking Ternperature: loca�ed in indaor conditinned spaces 0 degrees to �w40 degrees
Centigrade. Al) other locations -20 to 55 degrees Centigrade
8. Relative Humidity: 5% — 9a% withnut cnr�densation.
9. Input Protection: Independent battery charg�r fuse and DC fuses.
1D. Output Protection: Current limited.
� 1. AC Input; 1ZOV, 60Hz, single phase, -��S%, -2�%a.
12, Provide 5imple Network Monitoring Protocof (SNMPj Ethemet interface for alI units.
Where shown on the drawings provide a dry contact interface of UPS status in place of
Sf�MP interfac�.
13. Provit�e an external mair�tenance bypass switch with an auxiiiary contact for each UPS
supp(ied. The switch shall transfer pawer without interrupting the load utilizing make
before brake contacts. ihe switch shall pro�ide auxiliary contact to rr�onitor switch
position.
a. Maintenance switch as manufactured by Cantrol 5witches Ir�ternational N series,
E[ectroswitch, ar appraved eqt�al.
b. Contacts rated for 120 �olts AC and 10 amperes minimum.
2.12 TEMP�RATURE SWITCH QIN RAIL MOUNTEC}
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
1. Pentair
l.11tl�l!
Cily aif Fort 1Vnrth �I crs�l.ride !f alei� Ti�errinrerr� Plmr1 Itucku�� Genercuar�
Cifp ProJerl rVrr�nber: 1 f33d lO
4078OD-13
€'ANEL MOUNTE� CONT1iOL DEVICES
Page 13 of 18
3. Mean Well
�. Appro�ed �qual
8. The listing of specific manufaciurers above does not imply acceptance of their procfuets that
do no� meet the specified ratings, f�atures and functions. Manufacturers listed above are
not relieved from meeting these specifications in their entirety.
C. Design and fabrica�ion
1. Contact Raiing: 120VAC, �0 Amp narrnally closed for high temperature det�ctian use,
normally open for heating/condensate c�ntral use
2. Adjustable range min9mum 32 —100 degrees F
3. Terminals for 3.4 AWG conductors.
4. D[N raif mounting
2.13 PANE� INTftU510N 5WITCH
A. Acceptabl� Manufacturers
1. Subject to cnmpliance with ihe Cantract Documents, the fallawing Manufacturers are
acceptable:
a. ln�ent Hoffman AL�SWD
b. Approved equal
2. The [isting of specific manufacturers abo�e daes not irt�ply acceptance af their products
that do not meet the specified ratings, features and functions. Manufacturers ltsted
above are nat relieved from meeting thes� specifications in iheir entirety.
B. Produc� Descriptian
1. The contact rated a minimurn of 1-amp 2�VDC / 12a VAC.
2. Mounting hardware sha{I be stainless or galvanizec� steel for attachment to the inner lip
of the panel doar frame.
3. Contact opens when door is nat fully clased.
2.14 NAMEPLATES
Cit�� of Fart li�ortii It'esf.side fYufer Ti•erunie�rt Plun! flrrckrrp Gc•ireralur.s
C`ili* 1'rnjec! ,Vxrirher: 103�J10
40 78 00-14
PAfVEL MOUNTED E4NTftOL DEVECES
Page J 4 of 18
A. Furnish nameplates for each device as indicated in €}rawings. Nameplates shafl be engraved,
laminated impact aery[ic, matte finish, black lettering on a white background, not less than
1/1b-in thick by 1/2-in by 1-1/2-in, Rowmark NoMark Pius or equai, Narr►epfates shall be
attac�ed to the backplate with dauble faced adhesive strips, TESA TtJFF TAPE �970, .009 X
%x", na equai. Prior to installing the nameplates, the metal surface shall be thoroughly
cleanec� with 70% alcohal until all residues has been removed. Epaxy adhesive ar foam tape
is not acce�table.
2.15 PANEL INTERFACE CONNECTOR (PIC)
A. Subject ho cnmpliance with the contract documents, the following manufacturers are
acceptable:
1. Automation Direct
a. Model: �ip Port 5eries
2. Grace Engineered Products, Inc.
a. Model: GracePart 5eries
3. Saginaw Control Engineering.
a. Programming Parts
B. ihe listing of specific manufacturers above does not imply aeceptance af their products that
da not meet the specified ratings, features and functions. Manufacturers listed abave are
not relieved from rneeiing these specifieations in their entirety.
C. Far all PLC eontrol panels, provide a Panel interface Cannector (PIC) pass-thraugh unit that
will mo�nt to the outside of the control panel to gi�e the capability to interface with the PLC
without the need to open the endos�re door.
D. Design and fabrication:
1. Interface shaEl include the following;
a. UL Recognized and RoHS compliant
b. Ha�sing rating shall match ar be of higher N�MA rating than cantral panel
c. Gasket: thermo-plastic (TPE}
d. One GFCI power out9et with rating of 120 VAC
e. One Ethernet RJ-�}5 type 10/100 port connected to conirol panel switeh.
Ci1y af �ar1 1Voeth fI'rsl.side If'�Her Ti•e«lnre��1 PJcrni L�cickup (ie�rerntors
Ciry I'rnjec! h'runher: �03d1!)
4D 78 0fl - 15
pANEL ivtOUNTED CONTROL �EVICES
Page 15 of 18
f. Ca�er shafl be attached with a continuous hinge and lockable. Prn�ide lacks for all
interfaces keyed alike
2.16 PHAS� FAILUR� REI.AY (PFR)
A. 5ubject to compliance with the Contract Docurr�ents, �he following Manufacturers are
acceptable:
1. Taylor Phase-Guard Model P
2. �Vo equal
3. Appraved equal
B. TF�e listing of specific manufactur�rs above daes not irr�ply accepiance of their products chat
do nat meet the specified ratings, features and functions. Manufact�rers listed above are
not refieved from meeting these specifications in �heir entirety.
C. Pratection
1. Indicators - LEC7
a. Normal �-Green.
b. Phase loss or Low Voltage — Yellow.
e. Re�erse Phase -- Red.
2. EnClosure
a. As required in accordance with the Area Classification and Enclnsure Types specified
herein.
3. Fur�ckions.
a. Automatic R�se#
b. Phase Loss.
1) 12% ar more.
2) Delay 1-1/2 secands.
c. Low Voitage Prnt�ction
1) Dro� at 70% af norrnal
2j Reset at 90% of norrnal
C'il)' of Fu��t Rrorth fl'eslsirie tt'rrler Trerrinie�rl Pluirl f3rrckarp Ce�te�•rrtora�
Cits' Prnjec� r1'cs»�ber: l03d10
ao �s ao - �6
PANEi MOUNTED COf�TROL DEVICES
Page IG of f8
d. Time €}elays
1) Adjus�ab[e
e. Over Vnitage Protection
�.) Greater than 15%
2) Reset at 5% greater than narmal
2.17 F�OURMETER (ETM)
A. 5ubject to campliance with the Cantract Documents, the follawing Manufacturers are
acceptabl�:
1. Ve�der-Root Model 779536-201
2. [Vo equal
3. Approved equal
B. The listing of specific manufacturers above does not irnply acceptance af their products �hat
do not meet the specified rat€ngs, features and functions. Manufacturers listed above are
not relieved from rr�eeting these sp�cifications in their entirety.
C. I rtdicator
1. 6 €3igit Electrarr�ec�anical
D. Input 12� VAC (Range ±10%), �OHz
E. Resolution
1. Dne-tenth hour
F. Aecuracy
l. 0.02%
G. Capacity
1. 11p to 9999.9 Hours, autamatic recycle at zero.
H. Operating Temperature
1. -40° ta +185°F
I. Rectangular Q.95° x 1.45", screw termirtals
Ci1y uC l�orl IS'orth IJ'e,rl,side �(4itur Ti�eut»�etrt Plcuu Llurk�rp Geiicrulnrs�
L'il>> I'rnjec7 ,Vi�nrber: 1113d i0
46780�-17
PANEL MQUNT�D CpN7ftOL nEVICES
Page 17 of 18
2.18 SPAR� PARTS
A. Provide the folfowing spare parts for each controf panel in the quantities specified:
1. One box replacement fuse's, all types and sizes
2. One replacerr�ent lamp, of each color, for pilot lights
3. Qne of each calor replacement lens caps for pilot lights
4. One can of aerosol tauch-up paint,
B. Spare parts shafl be boxed or packaged for fang term storage. ldentify each item with
manufacturer's name, description and part numt�er on the exterior af the package.
3.00 EXECUTION
3.01 iNSTALLATI�N
A. All equipment specified herein shall be installed, field adjusted, tested and deaned as an
integral part of ec�uiprrient specified �Is�where in these 5pecifications.
END OF SEC710N
Cily of Furt North fr'esl.sr<!e !t'cder �'reu7n�e�u Yluirr l3rickirp Geiieruta:s
Crtr Prnject ,�'iairher: 1f13�! 1 U
40 78 00 - 18
PANEL tv10lENTED CONTROL DEVICES
Page 18 of J.8
TH15 PAGE INTENTIONALLY LEF� BLANK
City o1�Fnrt IVurll� !f'eslsirle II'uler 1'reutnreFr! 1'la+il l3�ackrq� Gcrrerctlnrs
Citl' �'�•�Iect i1'rnnGer: 103d ifl
AO 80 00 - 1
PROCESS CQNTROL SYSTfMS TES7ING
Page 1 of 8
40 80 0� PR�C�55 CONTFiOI SYSTEMS T�STING
1.00 GEN�RAI.
1A1 SCOPE OF WORK
A. Provide all testing and commissioning equipment, materials, incidentals and laf�or,
necessary to �erform and coordinate the syster-n check-out and startup, commissioning,
field testing and overall training for the Instrumentation ar�d G�ntrals System.
The Contractor's Process Control Systems Integrator (PCSfy shall supervise and/or perform
the require�ents of this Section. As part of these services, the PCSI shall includ�, far those
equipment iterns not man�#actured by him, the services of an authorized manufacturer's
representative to check the ec�uipment installation and place that por�ion of the equiprnent
in aperatinn. The manufacturer's representative shall be tharoughly Ecr�owledgeable about
the instal6ation, operation, and maintenance af the man€afacturer's equipme€�t.
1.02 SY5TEM CHECKOIJT AI�D ST'ART-UP
A. The Contractar, PCSl, and Instrumen� Suppliers, as applicable, shal€ per�orm the foflawing:
Check and confirm the proper in�talla�idn of all instrumentation and control
components and alf cable and wiring connections �etween the various system
compor�ents �rior to placing the variaus processes and �quipment into operation.
2. Conduct a complete system checkout and adjustrr�ent, including calibration of afl
existing instruments, tuning af contrai loaps, checking operation functions, and testing
of final control actions. All �roblems encauntered shall be prornptly corrected io
prevent any delays in startup of the various unit processes.
B. Contractar shall provide all test equipment necessary ta perform the test during System
checkout and startUp.
C. Cantractor and/ar system supplier shall be responsible for initial operatinn of the
instrumentation and eontrol system and shall rnake any required changes, adjustr�ent or
replacements for operation, monitoring, and control of the variaus proc�sses and
equiprner�t necessary to perfarm the functions intended.
D. Cantractnr shal! furnish to the Engineer certified ealibratian/recalibration {for existing
Instruments) reports for field instruments and devices specified herein as soon as calibration
is completed.
Receip� of any calibration/recalibration certificates shail in no way imply acceptance of
any work or instrument.
2. Each calibration/recalibration cer�ificates shafl be signed and dated by an authorized
represer�tative of Contractor. Three copies of each completed certificate shall �e
suY�rr�itted to �ngineer.
City of Fo�'t �Vnrtli iPE'.5'1.5'!(IE' l6ir7er 7rculrrieiu I'TurU Ruckrrp Generulot•s
Cili' Prr�jeel ,A'm�rher_ 103d 10
408000-Z
PROCE55 tONTRflI SYSTEMS TESTiNG
Page 2 of 8
�. A typicai form shali be as attached in this section.
E. Contractar shal[ furnish to Engineer two copies af an installation inspection repart certifying
that all equipment has �Oeen install�d correctly and are operating properly. The repart shall
b� signed by authorized representati�es af both Contractor and the system supplier.
1.04 GENERAI. R�QUIREME�fTS
A. The PC51 shall test all equiprnent as a system at the PSCI faciiity prior to shiprnent. lJnless
otherwise sp�cified in the individual specification sectians, all equiptrtent provided by the
PCSI shall be tested as a single fully in�egrated syst�m.
B. As a minir�um, the testing shalf include the following:
1. Operational Readir�ess Tests (ORT)
2. �unctional Demanstration Tests (FD�j
3. 10-f7ay 5ite Acceptance Tests (SAT�
C. Each test shali �e in the cause and effect format. The person cnr�ducting the test shall
ir�itiate an input (cause) and, upon the system`s or subsystem`s producing the carrect result
(�ffect), the specific test requiremeni shall be satisfied.
D. All tests shall be conducted in accordance with prior �ngineer-approved procedures, forms,
anc[ checic lists. Each specific test shafl be described and falfowed by a section for sign off by
the appropriate party after its completion.
E. Copies of these sign aff t�st procedures, farms, and check lists wili constitute the required
test documentation.
Pro�ide afl special testing materials and equipment. Wherever possible, perform tests using
actual process variables, equipment, and data. Where it is not practical to �est with rea)
process variables, �quipment, and data, provides suitahle r►�eans of sim€�laiion. f�efine these
simulation techniques in the test procedures.
G, The General Cantractor shall require the Integration Subcar�tractnr to coordinate ail testing
with the Engineer, al[ affected Subcontractors, and the Owner.
H. The Engineer reserves the right to test or retest all specified functions whether ar not
explicitly stated in the prior appro�ed Test Procedures.
The Engtneer`s decisian shall be final regarding the aeceptability and comp(eCeness of all
testin�.
J. No equipment shail be shipped to the Praject 5ite until the Engin��r has received al! test
results and approved the system as ready for shiprr�ent.
The PCSi shall furnish the services of servic�rr�en, all special calibration and test ec�uipment
and labor to perform the fielcf tests.
City nf fart ll1orth fi'e.rt.side If'ruer Trera!»1¢fr� I'I�nu Rcrckup Grrreru�a•s
C'itl' I'rojee7 h'arn�be�•: 1113d lIl
4� 80 00 - 3
PROCE55 CONTROL SYSiEMS TESTING
Page 3 nf 8
L. Carrection af Deficiencies
1. All deficiencies in workmanship and/or items not rneeting specified testing
€'equirements shall be corrected to meet specificatian requirements at na additi�nal
cost to tne owner.
2. Testing, as specified herein, shall be repeated after correction of deficiencies is made
until the specified requirements are met. This work shall be perfarmed at no additional
cast to the �wr�er.
2.0� PRODUC75 (NOi lfS�D]
3.00 EX�CUTkON
3.01 OPERATfONAL REAi�INESS TESiS (ORT}
A. Priar to startup and the Functional Demonstration Test, the entire system si�ail be certified
(inspected, tested, and documer�ted) thai it is ready for operation. The OftT may be
witnessec{ by the Owner/Engineer, fully or partially, at their cfiscretior�.
8. l.00p/Component Inspections and Tests: The entire system shafl be checked for proper
installation, calibrated, and adjusted on a loap-by-loap and component-by-camponent basis
ta ensure that it is in confarmance wiih refated submittal's and these Specifications.
1. The Loo�/Componer�C Ins�ections and lnput/ �utput Tests shall be impierr�ented using
Engineer-appro�ed �orms and check lists.
a. �ach laap shall ha�e a Loop Status Repart to organize and track its inspection,
adjustmer�t, and calibration. These reports shall incluc�e the fallowing information
and check off items with space for sign off by the PCSI.
1} Project Name
2} Loop iVurnber
3) Tag Number for each component
4) Check offs/sign affs far each component
b. Tag/identification
c. I nstallation
d. Termination -� wiring
e. Termination -- tubing
f. Caiibration/adjustment �- Check offs/sign offs for the loop
E'ity of Fart IVorlh f['e.cl.cide fNruer� 7re<rli�teit! Ylrurl Hnekrrp Cenercrfnr.s
Ci1s'Pr��jec1 i1'��rirbc:•_ 103�J10
aos000-a
pROCESS CON7ROL SYS7EM5 TES7ING
Page 4 of 8
g. Panef interface terminations
h. I/O interface terrninatior�s
i. I/O signai aperation
j. ]nputs/outputs operational: recei�ed/ser�t, processed, and adjusted.
k. To�al Eoop ap�ratian — Provide space for comments
I. Each active Analog Subsystem �lement and each I/O module shall have a
Component Calibratian Sheet. These sheets shall have the fallowing informatian,
spaces fnr data entry, and a space for sign off by the PC5{:
�.) Project Narr�e
2} l.00p Number
3) Campanent Tag Number of I/O Module Number
4} Component Code Number Analog System
5) Manufacturer {for Analog system element)
6) Model 1Vumber/5erial Number (for Analog system)
7) 5ummary of Functional Requirements;
a) Indicators and Recorders: 5cale ar�d chart ranges
b) Transmitters/Converters: 5eale and chart ranges
c) Computing Elements: Function
dj ControNers; Action (direct/reverseJ control Modes (Pla}
e) Switching Elements: Unit range, differential
fJ (FIXEQ/Ai]JUSTABI.E}, Preset [AUT�/MANUAL)
gj I/O Modules: Input or output
2. Calibrations:
a. Anaiog De�ices: Required and actual inputs and outputs at 0, 25, 54, 75, and 100
percent of span, rising and falling
b. Discrete Devices: Required and actual trip points and reset points
c. Controllers: Made set�ings (PID]
Ciq� nf Forl lVorth if'esl.�ide I! aler Ti•culairc�rt f'Icrii! I3uckprp Geircrulor.s
(.'i(p 1'rnjec! �Varrirher: I (13�J I (1
4USOOD-5
PROCESS CONTFiOLSYS7EM5 TESTING
Page5af8
d. I/O Modules: Req�ired an actual inputs or outputs for �, 25, 50, 75, and 1Q0
percent af span, rising and falling.
�.) Provide space for comments
2) Space for sign off by the PCSf.
The General Cantraetor shal[ require the PCSI ta maintain the toop Stat�s Reports and
Component Calibration Sheets at the job-site and make them available to the
Engineer/Owner at any time.
4. These tests do not require witnessing by the �wner/Engineer; hawever, the
Owner/Engineer reserve the right to request the Loop Status Sheets and Companent
Calibration Sheets and spot-check their entries periadically when on siie and upon
campletion of the Operational Readiness Test, all documentatian shall be submitted as
required herein.
3.02 FUNCTIONAL €}EMONSiRATION TEST {FDT}
A. Prior to startt�p and the � 0-Day Test, the entire installed instrument and control system shall
be certified that it is ready for operation. A!1 preliminary testing, inspection, and calibration
shall be complete as defined in the �perational Readiness Tests. The FE]i will I�e a joint test
by the PCSI and the �qu€pment s€�p�liers.
B. Once the facility has heen started up and is operating, a wi�nessed Functional
Demanstration Test sha[I be performed on the cample�e system to demonstrate that it is
operating and in compfiance with these Specificatinns. Each specified function shal] be
demonstrated on a paragraph-by-paragraph, [aap-by-loop, and site-by-site basis.
C. Loop-specific and nnn-loop-speci�ic tests shall be the same as specified under Functionaf
Demonstration Tests except that the entire installed system shall be tested and all
functionality d�monstra�ed.
D. Updated versions af the documentation specified ta be provided for during the tests shall be
made available to the Engineer at the job-site bath before and during the tests. in addition,
ane copy of all �&M Manuals shall be made available to the Engineer at the job-site both
befare and during testing.
E. The daily schedule specified to be followed during the tests shall also b� fallowed during t�e
�unctional Demanstratior� Test.
F. The system shall operate for 1�0 continuo€�s hours without failure before this test shall be
considered successful.
G. Demonstrate comrr�unication failure and recovery
3A3 10-DAY SIiE ACCEPTANCE TEST (SAT}
Cit}' uf E�or[ 1�fotih !i'e.sl.sirle �iirler 7recrluieiu Ylrur! I��rckrrp Ge�reralars
Ci{s' Ps-njuc! h'1n�iber: 1O3d IO
40800�-G
PROCE55 CONTRdL SYSTEMS TEST[NG
Page 6 of 8
A. After cornpletion of the Operatianal Readiness and Functional Qemonstration i'ests, the
PCSI shall be respansible for nperation of the entire system far a period af 10 conseeutive
days, under conditions of full plant process operation, without a single non-field repairable
malfunction.
B. During this test, plant aperating and PC51 personnel shall be preseni as required. For this
test, the PCSI is expected to provide personnel who have an intimake knnwledge of the
system hardware and software.
C. While this test is proceeding, the Owner shall ha�e full use of the system. Only plant
operating persannel sha(I be allawed ta operate equipment associated with (i�e plani
processes
D. Any maifunction during the tests shall be analyzed and corrected by the PC51. The Engineer
and/or Owner will deterrr�ine whether ar�y such maifunctions are sufficiently serious to
warrant a repeat of this test.
E. auring this 10 cansecutive day test period, any malfunctiot� w�ich cannat be carrected
within 24 hours of occurrence by PC51 persannel, or more than two similar faiiures of any
duration, will be considered a non-field-repairable malfunction.
F. Upon completion of repairs by the PC51, the test shall be repeated as specified �erein.
G. In the event of r�jection of any part or function, the PCSI shall perform repairs nr
replacement within 3p days,
H. The total a�ailabikity of the system shall be greater than 99.5 percen� (99.5%] during this test
period. Availaf�ility shall he defined as:
Avai{ability ={Total T�sting - Time-�own Time) / Total Testing Time
Dawn times due to power outages or other factars outside the narrr�a) protection de�ices nr
back-up power supplies provided s�all nat contribute tn the availability test times abave.
J, Upon successf�l completion of the 3(l-day site acceptance test and subsequent re�iew and
appraval of camplete system fir�a( dncumer�tation, the system shall be considered
substantially complete, ancE the one-year warranty period shal( carr�tnence.
City af Fur[ 11'orth fl'rsYside !i'crler Treufirieitl !'Irrn7 lluckup Geuercrlor.r
Ciq' I'rujecf �l'ranaGer: 1 f13d 11)
4flSO00-7
PE20CE55 CONTROL SYSTEMS TESTING
Page 7 of 8
CAf.IBRATION CERTiFICAT�
Tag Number/Lpop �lurriber:
Loop �escription
Insirument Location
Manufacturer
Model Number
Adjustable Range
Caiibrateci Range
Rema rks
Installation Per Manufacturer's Requiremen�s?
nstallatian Per Contract Documents?
If "No", explain
Calibratian �est:
Input (Units) Output (Unitsj Accuracy
0%
25%
50%
7 r�o�
�aai
Suvitch Test Switch Switch Setting
Point Point Deadband
l�pscale Dawnscale
Setpoint 1
Setpoint 2
Setpaint 3
I hereby c�rtify tha� the above infarmation is correct and accurate, to �he best o� rtay knowledge, and that #he
instrt�ment indicated above has been suppliecf, insCalled, calibrated, anci tested in accordance with �he
manufacturer's recommendations anc{ the Contract Documents, unless otherwise noted.
Receipt of this Calibratian Gertitication shall in no way imply acceptance of any wark or instrument supplied as a
part of this Contract.
Contrackor's Si nature: Date:
Cih° of 1'ort 1i�ortly lt'eslsirle IYulci' Ire<efnrenl Plc��rf 6crekup Gc�rerc�iors
C'ii5° I'rojecf rV'ru�ihci�: 103d I(3
408000-5
PfiDCE55 CONTROL SYSTEMSTESTING
pa�e 8 of 8
ENo o� s�crio�
City uf i�i�rt IUorth Il Ea�7.si<Ie !J'ruer Ti•enl�uetN Pl�riu llucktrp Getieralars
Cif�� 1'�•s�jecl A'�rnrber: 1113dl0
ao 9� aa - i
s�cuai�ry srsrEM
Page 1 of 12
40 97 40 SECURiTY SYSTEM
PART 1 GEf�ERAL
�..01 5COPE OF WORK
A. Provide all Iabor, material, �quipment and incidentals as shown, specified and required to
furnish, ir�stall, test and expand the existing Security System as specified herein. The
expanded Security System which provides access control for the n�w Electrical Building
facilities as shown in the p[ans and specified herein. The Contractor is ta coordinate with
the Owner/Engineer for configuring and uploading credentials ta the access cont�ol system.
B. The expansion ta exisEing Access Control Panel (ACP) includes the following but is r�at
limited to access card readers, access control con�rollers, access control appurtenances,
ar�d all other items per cantract drawings and specifications.
C. Pro�ide al[ security/access controf related equipment including but nat limited to card
readers, door status monitors, request-to-�xit de�ices, card reader stands/hardware,
equipment enclosures, key override switches and output de�iees per contract drawings and
specifications.
D. Emplay the ser�ices of a 5ecurity 5ystem Supplier with at I�ast five years of experience far
similar installations. Security System Supplier shalf assume fufl responsibility fo� the
selection of equipment and cornponents required, installatinn, start-up/testing, and
training. Security System Supplier services include:
1.. Defining and procuring security equipment specified herein.
2. Prepare detailed syseem schematics and interconnecting wiring diagrams.
3. Installatinn o� a!I security equipr�ent including pro�iding all necessary mounting
accessories.
4. Provide ail interior and exterior wiring, conduits, and junctian box�s frnm �nd devices
to the s�curity panel.
5. Start-up, field debugging, calibrati�g, configuring and testing of system
6. Integrate security systern with existing systerr�.
5ecurity system training on care and use af system far Owner's personnel,
The expansion to the existing access control panel shall seamiessly integrated with the
overall system.
Provide the campletion af the detail design and Shop Drawings for a compfete and
functional sys�em.
Gity of Fort Warth 41�estsrrie 11'crter 1'reatrnent P1anr Aackup Generntors
Ciry Froject Nurnber: 103�iI0
Adder�da�rri f};3
an 9� 4a - z
SECl1RITY SYSTEM
Page 2 of 12
G. Furnish and install the incidental items not actually shown or s�ecified which are required
by good practice to pravide a corr�plete and f�nctinnal system.
N. Pro�ide labar, materiai and services to comple�e the per�nitting, installation, and
perforrnance acceptance testing af ihe complete and functional syster-n in canfarmance
with the Owner's anct the system manufacturer requirements.
5efect locking mechanisms, panic hardware and accessories based an requirements for
each donr/gate. AIf doar hardware, locicing rnechanisms, req�aest to exit devices and key
override device shall be coardinated and selected appropriately �or each application.
Drawings:
1. Drawings show general locations of equipment, devices, and raceways.
2. �rawings do not depict all the req�ired security/access control carn}�anents, field
devices, cabling, jumper cables, interconnects, mat�rials and services. CON7RAC�nR
is responsible for a complete design and instalfation of the security/access cnntrnl
system.
K. Coordination with Qwner:
1. lnstallation work for alf equipment under this sectian st�all be coordinated ancE
appro�ed by the Owner and/or Engineer.
2. The Owner will be pres�nt and supervise a(! acceptance testing as specified herein.
L. The existing system is a Schneider ba5ed system, The system is an Andaver Continuum
system. All equipment and improvements shall caordinate with the existing system
1.02 R�LAT�D WORK
A. 5ection 26 (7000 Efectrical General Pra�isions
B, 5ection 26 OS 1.9 Wires and Cables (1000 VoIE Maximum)
C. Section 26 Q5 29 Electrical Suppnrt Hardwar�
D. Section 26 05 33 Raceways, Soxes and �ittings
E. Section 26 Z9 87 Electricai Cantractor Provided Contral Pa�els (ECPs)
1.03 5UBMI7TAL5
A. Shop Drawings:
C;'sty c�f f'ort Wnith SVestside SVater Trenttr�ent Ylnnt f3crrkirp Generatars
Ci(y Projecf Nurn�er; 1I)3�1U
Addenrtun� D3
4097A0-3
SECllRIN SYSTEM
Page 3 of 12
1. SuE�mit to the Engineer, in accordance with 5ection 01 33 00, drawings, specifications,
caiculatians, and product data sheets for all items to be furnished. Stabrnittais shafl
include but r�ot lirnited to the following:
a. Equipment mour�ting locations and elevatians.
b. Manufacturer's li�erature, illustrations, speeifications, engineering data.
c. Outlin� drawings, dimensians, materials, size, weight and perforrr�ance data.
d. Layo�t and riser diagrarr� drawings with canduit, wire and equipment numbers.
e. Fabrication, assembly and installation instructions and drawings.
f. Operation and maintenance data and rr►aterials.
g, List of s�ecial tools.
11. Listing of each door/gate with associated equipment for eacF� app{ication.
B. Manufacturer's Instructions: Indicate application conditions and limitation of use stipulated
l�y produet testing agency. Include instructions for storage, handli�g, protection,
examination, preparation and installatian of produc�.
C. Certificates of Compliance/Manufacture
D. SubmiY alE factory and field test reports.
E. Operation and Maintenance Manual:
1. Su�mit O&M Manual ir�forrt�ation in accardance with Section 01 78 23 Operation and
Maintenance f?ata.
1.04 RE��RENCE CODES AND STAN[3ARD5
A. Access control and security equipment, materials and installatinn sMall comp[y wi�h the
National Electrical Code (N�C and wiih the latest edition of the failowing codes and
siandarc�s:
1. Natianal �lectrical 5afety Code {fVESCJ
2. Natianal �lectrical Manufacturers Associa�ion (NEMA)
3. The International Society of A�tomation (ISA}
4. Underwriters I.aboratories (UL)
5. UL 508, the Standard of 5afety for Industrial Control Equipment
City of Fnrt Wortfs 11'estside 1Vnter Treatnrent Plar�t Back��p Gerrera(ors
Cr[y Froject 11'wrrber�: 1034i0
Addendurn 03
409740-4
SECi1RITY SYSTEM
Page 4 of 12
6. L1L 508A, the Standard of Safety for Industrial Control Par�els
7. Factory Mutual �FM}
8. All equipment and instal{ations shall satisfy applicable Fecieral, State, and local codes.
Where reference is made to ane oF the above standards, the revision in effect at ihe time
of bid opening shall apply.
C. All material anc€ equipment, far which a UL standard exists, shall bear a UL lab�l. No such
mat�rial or equipment shall be brought onsite without the UL 6abel affixect.
D. If the issu� af priarity is d€�e to a conflict or discrepancy between the pra�isions of the
Contract Documents and any referencec� standard, or code af any technical society,
organixation or assnciation, the pro�isions of the Contract I]ocuments shall take
precedence if they are more stringent or presumptive�y cause a higher level of
performance. If there is any canflict nr discrepancy betwe�n star�dard specifications, or
codes of any technical society, organization or associatian, or between �aws and
Regulations, the i�igher perforrr�ance requirement shall be binding on the Contrac�or,
unless otherwise directed by the Owner/Engineer.
In accordance with the Contract Documents, the Contractar accepts the fact that
compEiance with the priarity arder specified shall nnt justify an increase in Contract Price or
an extension in Contract Time r�or limit in any way, the Contractor's responsibility to
comply with all Laws and Regulatians at all iimes
Ail control panels shall be constructed and the la6eling shall be affixed in a lJl. S08 facility,
1.D5 QUALfTY ASSURANCE
A. Contractor shall employ the services af an a�proved security system supplier for
programrning, calibrating, system start-up and testing. Integratar shall manufacturer's
certificatinn within the last five years,
8. �ngage installer with at least five years of experi�nce of similar instal[ is required by the
Engineer. lnstaller shall dernonstrate successf€�I experienee desig€�ing, installing,
commissianing, training and servicing security sys�erri and dased circuit tele�ision systerris
of the similar size and complexity. Provide a minimum of fi�e references ta the Engineer
for evaluation.
C. The security system suppfier shall retain a qualified factory trained serviceman to perform
the Following serviees:
1. Inspect and adjust the equipment after installation and insure that it operates
properly and that it is mounted correctly.
2. Instruct Owner's personnei in the operation and maintenance of the equipment.
City of Fort WoEth IS'estside 1Vnter Treat�rierrt Pic�nt Bnck�rp Gei�erat�rs
Ci1y Pro�ect Niimbea; 1U3d10
FlddcndiaiFi f33
a0 47 AD - 5
$ECUR1iY SYSTEM
Page 5 0312
1.06 10B5iTE D�LIVERY, 5TORAGE AND FIANDLfR[G
A. Priar to jabsite delivery, the Cantractor shall have successfully completed all submittal
requiremer��s, and present to ti�e Owner/Engineer upon delivery af the equipment, an
appro�ed copy af ail such submittals. Delivery of incomplete canstructec� equipment, ar
eq�aiprnent which failed any factary tests, will not be perrriitted.
B. f'rotect equipment during shipment, hanc�ling, and storage by suitabfe complete
enclosures. Protect equi}�ment frarr� expasure to the elements and keep tharoughly dry.
C. Eq�ipment shall be handled and stared in accordance with Manufacturer's instructinns.
Two copies af these ir�structions shall 6e included with the equipment at the time of
shipment and shafl be made available to the Contractor and Owner.
D. Equipment shall be inspected by Security Supplier for shipping darr�age ar loose parts when
received. Equiprnent shall be checked for evidence af water which may ha�e entered
during transit.
E. �quiprnent shall be stared in a clean, air conditioned, dry location. Equipment shall be
pro�ec�ed wi�h eoverings and maintain air circulation.
1.d7 WARRANTY
A. The Manufac�ur�r sha[I warrant the �quipment to be free from defects in material and
workmanship for two years from date of final acceptance of the equipment. Final
aecep�ance shall start upon Owner's acceptance af the entire Security System. Within such
perioci of warranty, the Manufacturer shal! promptly furnish aIl materiaf and labor
nec�ssary to return the equipmeni ta new operating cor�dition. Any warranty wark
reqt�iring shipping or transporting of the equipment shall be performed by the
Manufact�rer, at no expense to the Owner.
e. A local service departm�n� of a duly authnrized distributor of the equiprnent manu�acturer
which shali stock the manufacturer's standard parts shali be made availabie.
C. For two years after final acceptance �rovide a maximum of 12-hour response time to calls
for any adjustments or repairs required to ke�p the systerr� fully operational withaut
additionai charge to the Owner.
PART 2 PR�DIJCTS
Z.O�. SYST�M R�SCRIPTION
A. 3he function of the Security Access Control System is to ensure that onfy authorized
personnel are permitted i�gress and egress to controlied areas of the Owner's property.
B. '�he existing security system includes an inteiligent aceess cnntrol par�els (ACPj wi�h
optionaf input modules, output modules, power supplEes, and UPS.
City of Fnrt Wasth 41'estsisle t1'nter Tr�enrnrent Plnr�t [3�ck�ip Gerierntors
City Project Nirmber�: 103�l10
Adderzda�nt {13
409740-6
SECIJRITY SYSTEM
Page 6 of 12
2A2 ACCE55 CONTROL pANEt
A. Central Controller
1. Manufacturer and Product
a. Schneider ConirolEer
2. The controll�r shall use a multi-tasking, microprocessor-based platform capable of
hosting multiple access contral and security iunctions with the following
characteristics;
a. Contral access inta th� pump station electrieai room.
6. Control access through the pump station swing gate.
c. Suppnrt �arious card read�r feehnolagies.
d. �thernet port for cannection �o hnst system �asing TCP/IP.
e. On-board TCP/!P connectivity.
F, 64 MB RAM.
g. �iagnastic port far rea[-time system maintenance.
I�. �ocal tampe� input
3. Enclosure:
a. Reference Section 26 29 87 E[ectrical Contractor Pro�ided Contral Paneis {�CPsJ.
la. Enelosure shal! be lockable.
4. Power 5upply:
a. Pawer supp{y units shall convert th� available commerciaf power to the power
required by systern and externa] devices, as well as power an/ofF switching, fault
pratectian and power-on indicatinn.
b. Power suppfy units shall be of the uninterruptible type witi� sealed batteries to
rnair�kain system operation durin� 2-hour power outage. It shall be recharged by
a charging circuit incorporated inta the controller board.
5. Inputs and outputs:
City of Pc�rt Worth lt�estside lVoter Trentrrrer�t Plnrst [3nckt�p Generntors
City Projec[ Nwr�ber: 203st10
Addcrrda�n� 03
A09740-7
SECUf217Y SYS7EM
Page 7 of 12
a. The eontraller shall be capable of accepting up to 24 inputs and provide up to 20
outputs. The input/output expansion boards shall be mounted in the cor�troller
cabinet ar�d connect to the controller baard per the manufacturer requirement.
b. Seria6 expansion board type: Schneider I/O Controller
c. Ethernet expansion board type: Schneider I/� Controller
6. Event TransacCion Buffer
a. The contrnller shall be capable of expanding the e�ent transactian buffer up to a
maximum of 2�,0(30 events and 2,OOp alarms with the addition af a compact
flash cnmpatible memory card.
2.d3 ACCESS CONTROL READERS AND RE�ATED ITEMS
A. Card R�ad�r IJnits
1. Manufacturer and Praduct
a. FIIf3
2. Card Reader:
a. Units for the Building Doors shal[ I�e by HID Prox Pro 5355A and integrate with
the eurrent system and access cards.
b. Un�ts for gate applica�io�s shall be HID Pro 5375A and integrate with current
system and access cards.
3. Provide a single-gang maunting style proximity card reader of potted, polycarbonate
rr�at�rial, sealed to a NEMA 4X rating.
4. The reader shafl contain an integral magnet far use with an exterrtal magnetic reed
switch to pro�ide tamper protection when connected to an external alarm systerr�.
5. The reader shall be UL/C 294 listed and shali be FCC and CE certitied.
6. The reader shall be capable af reading access contro! data from any contactless
praximity card and transmit da�a in SIA s�andard Wiegand format.
7. The reader shall have a Wiegand output pori and shal) operate under internaf control
for read-anly access control applications.
8. The reader shall have separate terminal pair�ts for the green and red visuai status
indicators and for the audibl� ir�dicator.
Citq oF Fart Woath iVestside ii'ate�� Trentirierrt Plnnt Bnckup Genernwrs
Cicy Project Nurr�ber: 103410
fldderidwri 03
4097A0-8
SECIJRITY SYSTEM
Page 8 of 12
9. The reader shall have a configural�le hold input, which when ass�rted shall either
buffer a single card read ar disable the reader, until the line is released. This input
may be used for special applieatinns or with Inop d�tecrors.
S. Key O�erricfe 5witc�
1. Provide a Key Override Switch designed ta defeat the access contrnl in case of failur�,
emergency or extended power outage.
2. Key Override Switch shall be used for alarm shunting upon exiting an indoor area.
3. Provide an anti-tamper, single gan�, wall mounted key override switch with stainless
steel faceplate where mounted separate from �he lockset.
4. The lcey override switch for each door shall ha�e the same lock set such that al9 doors
shall be defeated using the same key.
5. Coordinate with Owner ta determine numb�r of keys required.
C. Door Status Switch
�. Manufacturer and Product
a. GE-fnterlogix Series
b. The listing of specific rr�anufaeturer above does nnt imply acceptance of their
�roducts that do r►ot rneet the specified ratin�s, features and functions.
Manufaeturers listed above are nat relieved from meeting these specifications in
their entirety.
2. The status switch shall be a reed switch with magnet, �iL I€sted for c�ntral station
direct wire circuits.
a. Switch suitable for indoor and autdoor use.
b. Switch shall be herm�iically sealed.
c. Swi�ch suitable for use witM metal doors and frames, Switch shall changes status
when 3/8 inch is exceeded.
d. Switch ho�sings shafl �e molded of flame retardant ABS piastic,
e. S+nritch and magnet shall be made for recessed ancE surface mounting, Surface
maunted switch shall have 3 feet of stainless steel flex cnnduit permanently
a�tached to its housing with 12 inches of lead at the free end.
D. Reques� to Exit Indnnr Motinn Sensor
City of Fort Worth Westside lVnter Treat�ner�t Ptant Backu� Gerrerntors
City Projecl N�rrnber-: t03410
�1dde��cfurn R3
409740-4
SECilR4TY SYSTEM
Page 9 of 12
1. Manufacturer and Product
�
3
a. Bosch DS150/150i 5eries Request to exit sensars.
t�. The iisting of specific �anufacturer above does not imply acceptance of their
products that do not rn�et the speeified ratings, features and functi�ns.
Manufacturers fisted a6ove are not relie�ed from meeting these specifications in
their entirety.
Alarm Contacts: Form-C, N.O. and N.C.
Externally visible activation LED.
4. Power Loss �efault Modes: Programmable fail-safe or fail-secure modes.
5. Mounting Plate: Wall or ceifing mounting.
6. Power Requirements: 12 VAC ar VDC; 24 VAC or VDC, 26mA @12 VbC.
E. �lectric Mortise Lock
1. Manufacturer artd Product
a. Von Duprin E75Q0.
b. The iisting of specific mar�ufac�urer above daes not imply acceptanee of their
products that do not meet the specified ratings, features and functions.
Manufacturers listed above are not relieved from meeting these specifications in
their entirety.
2. Eiectric Mortise lock shall �e operable with the security/access control system.
3. Prep the door and door frame to cornplete insta[lation. Provide the necessary
accessories.
F. Electric Panic aevices
1. Manu�acturer and Product
a. Von Duprin eleetric panic devices.
b. The listing o� specific manufacturer abo�e does r�ot imply acceptanc� nf their
products that do not meet the specified ratings, features and funetions.
Manufacrurers listed abave are not relie�ed from meeting these sp�c€ficatians in
their entirety.
2. Electric panic devices shall be aperable with the sec�rity/access control system.
City of Fort Woith 1t'estside SVnter Trentrries�t Plant BackiiE� Generntors
City Prnject Nirr�rber: 103sIfD
Aridertdt�n3 03
40 97 40 - 10
S�CURITY SYSTEM
Page 10 of 12
3. Prep t�e door and door frame to complete insta[lation. Provide the necessary
accessaries
G. Fir� Department Emergency Access Lock Bax
1. S�bject tn carr�pliance wit� �he Cnntract �ocuments, the fnliowir�g Manufacturers are
aeceptable:
a. boorKing
2. The listing of specific manufacturers above does not impiy acce�tance of their
prnducts that dn nnt meet the specified ratings, features anc� fiunctinns.
Manufacturers listed above are not relie�ed from meeting these specifications in
their entirety.
3. There shall be a Fire Department Emergency Access Lack Box installed on t�e gate
access pane[.
4. Features:
a. Type: DoarKing DKS Model 1401
5. The lock box typ� is far reference only. The Contractor shall provid� a lack bax from
the approved manufacturers which meet the following features.
a. 14-gauge s�eel cabinet painted blacic. Facepiate is paintecE bright red.
b. Aceepts Knox K5-2 key switch (nat supplied).
c. Blank labe[ inside far written instructions
d. Access CarcE is provided to enter the fiacility
e. Dimer�sians: 5.38"H x 4.5"W x 5.38"Q
PART 3 EXECUTI�N
3,01 1 NSTALLATI OIV
A. Install a[I security equipment at the locations as shown and in accot�danee with the
manufacturer's recommendations.
B. Conrdinate the mounting nf security access cnntroi }�anel, status swi�ches, card readers,
proximity switches, status switches, request to exit devices with the owner.
C. �iectrical Requirements: electrical wiring and conduit cannections ta security devices shafl
be made in accordance with and using cornpanents meeting the requirements of Section
City of Part Worth 4Vestsrde iVnter Treafinerzt Plnnt F3ackclp Generators
Ciry Projeef Num�er: i03410
Addertdt+nt U3
A09790-11
SECURI7Y $YS7EM
Page 11 of 12
Z5 �0 �0 Electrical General Provisians, 26 05 33 Raceways, Boxes and Fittings and 26 05 19
Wires and Cables (1000 Volt Maxirnumj.
D. Security Access control panels, card readers, and all other deviee lacatians shown are
a�praxima�e. Coordinate final location with the Owner.
�. Install all cnndui� and cable required for the complete system. Provide pul) and junction
boxes as required.
F. Cabling: Cabiing and interconnecting wiring shall be as indicated on the Contract [3rawings
and as required to provide a complete and functional systerr�. Wiring shail use a consistent
color code thraughoui the systems. Coordinate with existing systern to continue the same
color code.
G. Fie[d devices, which may intraduce voltage spikes back into the netwark securi�y wiring,
sha[I include diode stappression as recorrtimended by the system manufacturer.
H. Connectinns to alE exter�a[ wiring between the seeurity access contral panel and the card
reader/terminal shali be made on terminal strips. Can�ections may be made either with
terrriinaf spade [ugs set on the conductars with a special setting taol or with appraved
pressure type terminal blocks.
I. System Canduit and Raceways: 5y5tem cables sha[I be installed i€� conduit raceway systerr►s
meeting the requirements of Section 26 05 33 Raceways, Boxes and Fittings.
J. Nn 12flVAC or higher rated equipment shall be direetly connected ta the sect�rity system.
Interposing relays shali be used where 120VAC or higher energy equipment or circuits have
tn interface with the security system.
K. The security system supplier shail provide all supports, bracing, wiring and incidental
hardware required for a compiete installation.
L. The enclosures in which these units ar� installed sF�all provide adequate cooling and
ventilation for aperation at full load for extended periods per the manufacturer's
recommendatians.
M. Instal[ation of Ree{ues� to Exit units at acti�e entrances shal! provide a pleasing appearance
and be consistent with the in�erior constructian of the building.
N. Install cameras and card access system, i�cluding conduit and cab[e, in accordance with
approved shop drawings and the man€�facturer's recommendations.
O. Security System Supp[ier is responsible for verifying the existing system and extending the
security as shown on the Contract Doeuments to inherently integrate with the existing
syster�.
P. Exis�ing system shall remain fully operational during construction. Any dawntime or
operational interruption of existing system shal[ be coordir�ated with the Owner.
Ciry of For[ Wocth 4s'estside SVnter Treatr3re�N Ftant Backup Ge�ier�rtors
City Project Nunrber: f034ID
Addendinrr 03
ao 9� ao -1z
SECURI7`! SYSiEM
Page 12 of 12
3.02 T�STS
A. Test progratris and procedures shall be created by the Contractor. Test procedures shall
have a signoff space for the Own�r, engin�er and the Cor�tractnr. Where Owner-furnished
test procedures exist, they shal( be used in place of Contractor test procedures.
�. The arganizing, coordination of personnel and scheduling of alI tests shail be the
responsibility of the Contractor. Notificatinn of testing shall be submitied ta each testing
participant a minimum af two weeks prior to the requested testing date.
C. Testing to be su�ervised by a factory-trained serviceman. Factory trained serviceman shafl
have manufacturer certification within the last five years.
D. Final Acceptance Tes�ing — At the campletian af installatian of panels and field de�ices,
each system shall be tested by the Contractor with a factory trained serviceman.
f. Additianal tes#ing requirements included in S�ction 40 61 21 Ins�rumentatinn —Testing and
System Commissioning.
EN[} OF 5�CTION
City o€ Fort Worih 4Vestsrde Iti'nter• 7'recitnrea�t P1nnt Bnckup Ceaeralors
City Project Nurt�Ber•: 1�3410
Adriendurn 03
APPCNDIX
GG4.02 Stibssirface a��d Pi�ysic�{ Co�iclitions
GG6.O6.D Mi��ority ancl Wc�n�et� Owrned Busi«ess Enterp�'ise Compliance
GGG.07 Wage Rates
GR-U1 Gfl 00 Praduct IZequiren�er�ts
ZR-i).01 Excerpt fi�oE�� We��tl�e�•proo#' E►�closu�'e Prc�ject
Cf7'1' OF F0127' 11'OR7'F[ 11'es�si��e lt4rter Trealirteiu f'la�d I3ackry� (iciicr�utnrs
S"1'AAIDARD C'QNS'IIZUt"I'IUN Sl'IiC1F[CA'I'IC)i1 DOCU\4LN'CS C'17'1' P1�OJF:C7'A'U�l1I3ER: 1113d](1
Iteti�dsed hil�� i, 2O] I
GR-01 fi0 00 P�oduct �.equ�rements
THIS PAGE LEFT INTENTIONALLY BLANK
C[i'Y OF F[3tt'I' 11'OK`l l E
STANDAitD E;ONS'CRtJC�I�ION SE'ECIt�[CAT[Ot�I f�OCU�1F?h'`F�S
[tevised July 1, 201 €
IIe.slsiJe Ifirler Trcuime�il Plc�iu Ilurkrrp GeneF�«fnrs
CITI' PRE3.I�CT i1'U�4df31sli: 1 J13d Ill
�
N
m
m
0
Q
W
H
Q
O
a
�
�
�
Z
�
�
H
ri
¢
�
W
0�r
LL
� O Q
2
�
0
�
O
�
�
J
�
U
�
0
0
�
�
d
�
d
Z
�--'
�
� � >, .,
I CI O C O C
- . ❑ ^J � c a A � � O D O O G O v�i
y v � b -o v 3 � �o �o �a �o �a �o �a n � m " �a �a � �a � m � �a � u � � � A � � � o ? � c", � a 3 �' � �
N c���� Q La O C] v o C} O O q O a q L R Ll Q G] LT Cl Q � w � oo °' n�' o� 3 o W� � U�`� J n �' Z U � ci�
� i � i i i �:t �r �t �t �t o 0 0 0 0 0 0 0 �t �t �t �t �t :t �."... •r �� q I 3 � E. .�''-. � " °� Q Q Q a cn o � o0
o` `o `o 0 0 � i r� ri �+ �� r� m m M�� M m m ri rr ri ri r� r� � _ m� � � � � ��, G � �� �
[+. k. l.. [+. cs N � `r � O 'z Z W.�'. 3 3 3[i .c,. � �-1
� � p c V� fn V� 0 c iv
Le' U � 4` U
� - _ "- — — -_ _ _-_ - _ _ — --
M
�
¢ m �
o n cr � �r h
p� � f � � `� �
� � K n � �n tFn ca oo co � n' m cn m oo m m m� �,.� r� � S-� m r^-� in �
[!j �i n+� Hr � m ¢ V n� � � n n r� ci a �n � cp I�n U U U U
Q `r `r � M K .r K K �t v�• �n 00 a��i � A Ci R ri � � � � �. o 0 0 0
� oAQ Q � �Q �� e � �������U M p ,� � ���4� ���� ����
q � � g o � � � � � � 5 � � � � � � � � g o "' M � � � � � � �
'� �n cn cn � Q 2 2 �1 � �n cn v� v� v� cn �n � CG U � ui ��n v�
F-� F V, �n cn v� �i �n vs F' Q Q Q Q
p � �-. � t-� F F F- F- F^ F F F 1- �"' � ❑❑❑ r, F-� I-�- F' F F�-� U U V U
z4 Q d a � � � d ¢ ¢ ¢ Q d ¢ Q ¢ ¢ a � .d F � � � � Q Q ¢ ¢
� ¢ Q Q Q ti¢ 2 d 4 Q
�
Q
-_- __ __— — __ _ — - _ - 4 -_ _-
�
ti �
C '-•' � G �O (� U
a G O y � o F a r�'u �' o.
� � G � a � � > vr o o a " ;� .�. � " � n n. � a.
u �;I � o v, N �� o 0 0 =� e � U V U�' = a � ri � `�' u � at �
m� rs�! N v� � q� U V� a v ��.. cC � m �i � v O ,p .S a U ��^ o� c �n a, p. � � ��'n.
O w a a� ti �n � = Q � c ri. m � .r r� ni �� � G --� o a u` o ,�, a c e�, a
z � . ���' �' Z Z❑ c��' �� � U�� � � o N G y K o U 0. � a�� a�n rn � a'�, � 0. � - ^
c c � o w o cn � o � sx Q 3 3 3 � � � a�n � y ri 7 � � � V
qr v-a b 1O � o � r� F. m� c/� 3� �i = i � o� �n E y m �, �� d � M o m v a W c� � c�
r`, `u c, :° r� Q ��� � a `b 2 V❑ w �� `n r,� V � � 'n c, c, E � o a � ,� �n c E o u c`+ v� o
�n o o � �n .� ri � 2 E� � 7 c o 0 0 � i n o Z 3 .� v.
'C Ci O O � � r; `�� '2' x E-. -�. c� v t�� � I� m� � o Q U in � ��'a W � � c G G c o c v� a,� Q � in cn Z � o 0 o C7 �,
0 0 0 0 � o Q �� C7 � a �� cn � J �il � G'L' rn � aS ri � � o Q a a�. q v F�`" c, � o o, o. �� - o o �_ � � i+- n' � F z �� u
� � � Q �i ri g n W a v� � S' S_ � [C v m r� a n. " c� ,:
a-n � u G v �i �� � � 3 ri . �i a w � o �c c n � o N.o �
+o m m s u m � c� h .v 3 q m �❑ q L� o �n .= a. 3 � � v' -7 a Q � � � E
� � � "' ei N 'S 'T U . d ,�, x � .: .� .. � " - m Q `n n `� o Wo � o N .. 2
`� F" 5 � o � o o � F" 'c, a � G `�° o E � c " �";
'x ] n . V M � � � � �' � i -s ... U �
0 3 c I a �,'�, � � a fA
rl � _ � � �
3 a v,
__ � _�_ _ _ _ __ _
-� � � ....-.
�_ � � � � i n � � �
�t Q � -
S._. y N � `� � 6 � � �
W GD r,vi vi V � N I y . u u H�� .�. . lj G ^ (J � O
� �I �, G m � � C � � Y C � � � � �� � � n' �: � u u c, � m � "� �' :9 u � � � � U U � U U
� � .,��, V ur v� � ��� o a G cu ,� ° o � o ` c cd Z L °N' X o V o° r�� m° , c .- E �, o°o � � ° o` o � � Ei. Z' ,o.
�a � o dl c� cii � o y 4'� � � c� 3'� � 3 u � �__ d3 0 � ?L a, �'� U U r� � o. � Q, ��u n�.�, o T � o p E Q� n� I U u �� a�
� cD '.. v.. � � v c. � a. .. e� v v E G o .. ❑� � Q �� c
d� � � V� 3'^ O O 3 in rh p O O N G �- O 7 � � 4 � f �} " O �..�'. '� x d� r C 6 Ti O C .^.... [l1 G�� � 4. 0 'L] � OL � C
V � G �^ �y '� ,y a n� �I c� � o N t'+] o`� � 3��^ �, n � �'n, o�p � V e, -. � c, �� E u s al a U o- � o��.� U o b.J o 0
y,�„ � `u 3 u � � � G� .c �I� u � u�= U � .c C u' o F V c. o W W � � c � U f-� m L � "�' a 4'� � P. =��
W M O o o� c`, �� o �^-� � fA y -^-
� W � o m'� � �.� U V¢' 3�c. m U � _ c, � a � G^ u� `u' U V � n' � a eC, a F�' � U F"�� 3 o w
c, �+] `. c.. -. � � 4 u � 5 �c�; c, c � . u�� � c
o�' c°. °' � N � G o i v � c � o n b U E � cu pC w E ti� �27 c, ��%n
� u � m � 'n'. Q � 3 U m o > �' � � a c�i � .. � � ,� � � U � o a
� �i v_ � ' u C E G u °' O � O� 4 G C� �' ¢ `' v7 J G " F` m U CJ o �-' V � A" �C �� o G O U 0. � 0 V
� o� c CO o o � c+ a c, r
�6 � 'z u � c ce o c`� ca m v� tn �,:� o � o � � U a o� � u` V y � �+ u ,� U �
� (f] c � y.. 3 v. 3 7. . . n, Z . .- � p, L 3 a o �❑ v� v u+ � I � Q o V� a. c c G
x a i � ['rl c �' c � 'n fn � � �n �n M c � � ¢ c � ,'� U E o 'c � � � .a � �` � �, ��', 3 � � � �7 � ro � w � �
�r� a' 3 j � o a � o � i n o o C� F O ,--[ c� ... .
C � � � � � C'�] � � �? � w p � � o' '� � 3 `� � w 'G' °' (�'S 3 2 '� c U � � �
rr o o � � � � � �y � � � � C � � � C�j �
u� u�
3 0 3 'n a� 3 �°, w [i-�y
L
i"� (+') '� C� Ci] �
�p r" n'� ��., I `-' rrs I
� in L - - r=7 _ _ _ a I _
M � 'd �, p., c�1 m �
w a
� � O V p � N � ,� p 'O
a� � fx v � E � � � ao v
o cn = CJ
�y H �
� � n � �
� � V 4 1 ` Oj Ql i C� � Ql -1'r
� c�6 'C .�a .�a � � M � U ' i �C � o`_ o � a�
O � in w � � � � m a � "� � G x � � .�' ,m-�
r'�- r�i� � C � 5� �" N 5 C o m U .. ,�6, = o 0 o c � ��' u �
� � y � �� n y� x xl x]CI a I 4 N L" �� � Rc, � � �� �� o b � a �
� �' L" L' �' ,.. '" i '^ `n �n ' � �" � ' �. w � '�
� 7.. � v�:. � c+ e+ u e`, e, � e� e, e� 7 c`, c, c`, � c, � C "..r. ''� c U � i �.c, y� � � � ��` � � o 0 0 � � o � N p
O O � � > > i > > > > � > n n > > I > > i O � a > > � > p v � � �' �' ti .�'. � �' ti u ° � o o � G �
��, {� o U o a o 0 0 0 0 0 0 0 0 0 o a o o U o o a o 0 0 ,� � a � � f z � �n w a. a n c. �� I rr
� U V U V U U U V U U iJ U V U U V V U V l} V U U 3� m tp � �� .� F., E E E� E�� E E c e c Ci. a p �� o v
� � ,n f^ O j G c G U G G G �� � N N�, �, n � N� � N �
p�f � b-o v�o a� v� o ro� v a�cs v� � c��v �-a v �� �J o o a� o 0 0� N � � o 0 o o o u� U c°i, u � �'�
O O1 � � C C C C C C C C C � � � � m � n � � � n n� u H
•� n�o rs� m m m�:� � b'y C] `t v 3 v V U U U U E U .9 [n '. �, i i, o-' U7 0 o a �'� o��+ o 0 0, o ,�
v� �n ,., cr cu r.0 cu cu cc � �; � r l v o¢� N n"�� ! � o o I v� v� �n �n cn c+ cn v� o o � `t, a�
[� � ... � � ... .J � Cl � C� C�i C� C� � y U � �� C G C C C C � U U C1 U = O C� C � ;yj .... w � � `.� U � . � � .S G .� � �
�€," y � � a L+ a a u .� S� L o P o C � � a n n a
V � � � a c� C fX iK CC � m� n n 'a I o �, o°' � z ti� i� c. � L r� r � .- V V V a o
e, u c. e. e. m �� E E E E E E E E, E u � i� u v' i+ tG m m n�s m cv .� � o o �' G na c� u c� a m
� � ���� ti� �� 3 3 3 x � � �? x��, a� x x � a a � a
..w.. °���� � r9�. rtl �'i .. x=% S 5 u u c, c1 a c. c, i:. a o .
� s-. �. �, ri. t�. u. i,. w k w v.. u. 'x x x� x�� z. t�. f w te. ri [i. u`. S c ��1 4 a; c� cC r� rz w o o c, v " " O
01 � Q1 n, p. a C+ n. n, o, n, U1 � o Q/ o 0 o I o o � L
��, � ��, � f._t� �, W �� � � G u u c� u 5 5� ��� � f-+ c. � � c, e� �, � G'o �� � Z a c� � cr - Z� �' U � �, c� _, ._ ._ .,
� �.�i�e o a a a o o a o o a o 0 0 0 0 o a a o 0 0' ���� u - � u�� L � L N � � A�� �� n�
rp u� cn I rn � o � o o a o 0 0 0 " o 0 0 0 0� o o W' � �'�' C° �'° CJ -`-;� U � � d°' 0.°^ �, m o �
t .0 L t L � � L r � . .c ❑ O O ❑ ❑ O O .0 � L L � .L � c� w � r ,G F .G � G � � « .. '.] « c� • � Q�1 . . . . � -, .� � '�
Vl In t!1 c`G VI VI � C � G G G C
� I G G G G G a% C � C C C C C C C C C � G G � '- �� I 4% � C C C C C C 4% n� r`� i a% C C C C C C C •�y . . . C � ._ G G C� C .� [J U V 3 U
v� v1 � m � n a ra ' ' ' ' ' ' ' vl �i I� r� r� rJ� ^��' o I vf T` r3 r� cn .n .n � tn r� r� ra �c � c/1 I�n �
I C�i m ro o 0 0 0 o b o � cB �` A I i N rd cd '� � o o a o o'� a tO q ' U
U � � � S � � � � � � � � � � � �n rn m rn �� r; m � � � � � � � O o: x � � � � � � � � � � ,� i�. i�. 5 5 i � � c7 I � � U [� V c� � U ii U o, a � U° U° v U v O O O � 0
P4 (� - - I W -� P4 - —� - C4 -- C� - W , — G? i � - o - - �
,� °� °� I � _ o2S a�S i c�i aS o2S � i �2S � I � o U 3 Q �
yQ M .�'-� .M-i m .-M. � .m-� � .-m. .m-+ .-M. � .m-i .m. .Mr �-f+1, I r, H rry m r+� ch r+] o vl �"1 til .�r .�. � .�'. � "' .-m. � .m. -M. � �n o - o 0 0 0 0 0 0 [n � r+] � �n I tn < <`q n� _a � m o 0 0 � o
/ti QI dJ � .� .� .. .� .ti �,j � � . � ,- � � .� .-, � .� q� c'f V � V � � et N M G1 ? 4J et �f �'t K Q1 -'
V in u; v� �n �n �n , �n �n �n �n n n n ni n�n �n �n in �n �n -� �n �n �n n in u; in in in in ini c� m c� c� ai c� c� c� o+ � i I� , � � � '�' � �' "�' � ". � Z o 0 0 o z .. .� .. -,
� O c's o 0 o a b o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 o N O o 0 o p o o O o 0 0 0 o O r�' rn m m m r� n� rri p r-� rh p O ,, r� ,-, ,� ,., ,.
,� r�t m M m m �'. m .0 m r� rr, r� m ch m cn I rn r1 r� r1 M ch � o .� r; r-i m m m m � rn M. r� [n rn I .� r;' m cn rr m�+; �n �, � c+'r rn �� w W w ta7 u7 ..� w W N M z � m I m � � � W[+l W W in r� r-, m r�
SSe � rn m r-� m m C m C m r� M M r+� r� r-� m m m �n cn �n rn �, � � r� r� c� r; r� r, � m m m m m � r; r� m m m n� r� r� p m ch � C a o v I m� m� p� q� m m m r�
� � � I � � � � � � � � � ~ � I � a �
� m co , � w ny ca o.� ,� � � n o.� n o 0 0�� co o co � m �n �o �� cc o r� o -- —
0 I m a� , o a o .. .. ti o o c� o o� o 0 0� a o r, � o 0 0 0 o ai o 0 0 0 -� �.� o 0
� M� I �i �'o v�-. K m o rn c� in �n c%� o n` m `o M o o �-��+ ri o c� j p m
�'" �i �i �r r+ r�t � c= o o`� � w� e o n �r ri �� �� k a� �� �i r� ry o � r� ' ri � r,� m C� � `L' m'�' ^ �i �� �"' � o ■�£+ ;� e
� a`r c`� o �.� ; n co o �n m r%� <t � H v,_, � a c'i m' o i� : oo � m n �i ry m n-� r-� o �n
� o 0 0-� o 0 0 0 0 0 0 0 0 0 0 0� o '" �� o o `� "� o o '-+ o� o o � a-� � o
I I I
�
d
�
d
N
�
t�l
0
w
f-
¢
Q
a
�
il)
H
Z
W
�
N
�
d
W
0
�'
V � Q
2
H
�
�
H
Q.'
�
H
�
J
�
�--�
U
�
�
�N
1.1�
�
0
a
0
Z
H
�
� C �
"L c�i J ��if w I� /� /� ti �
� 4 " o 'o_ o v � v O a o _ �
r.� �� .-Nr .�N. .�. .�r .�r ^ ' L° - m - _ oo in - o i �' � Y > > ,-�, .-M1. .-�. �' t`°i c"i _ ni � ' � ' ' ' ' � - ' '
� G � ^ = ' ' ia �i Fi �r o ,"ryi �t
GJ in � n� �� . K� K�� ��t o cn r� o a "� v v v a:.:. ,.� K �� � i�t - '
� �� --- � ���� a � m o, o ri � o g ^; o o _ r1 w a _ C " �i . � d1 �i r, � �r n o n rs oo ;i
o� co ca � - - - ct'' '" �� $ r� o v o 0 0 0 `{
t t .'�. - � � .'G.. .�. .'G.. - ' " � GO 't7 'c3 'O W [O [D O
� � "a - - - - oo � � m "v m � � o0 00 � o v a. c+ u G <r cr �t ,� Q � <r K `� - _ - �t - g - - - - - � - - � �t
� i'Y K R`7 V'it '"" m r! p o 0 o O o 0 0 ` z�. ry= iY V �T � i7 HJ v! Q R
E •. �� a�n. n ". 3 3 �
a � � ¢¢ ��� qv�v�
- - J - � M, M � - --
d � C] � m 'a oo � p�i l � � M � U v' � U U v`�i � U U U in v�'i C3 U C: U
� p o ��� a r�n � c�n � m`t m n n� i�y' •-�• M� c+ r�i m n c`�+i �.`to � `�p �`n o n u, �? i� o .n. u 3 m o o ¢ V o 0 o v�i V U in �n .�_.rs U U v�'i �� Qz 4 Q Q
[n rn c, �i �i �i �i o o r., o o � o n n �n �i O w� �N m� a G W ..�. .. S 3 3 �
U C� . M� M� h o M�D �] L] Q m� Ur � �A �A rl rl rl ..r3 .+ UG [� O] 61 N CYi ^ tfl
� ❑ 0 0 0 p m p¢ v, m � u. u.. �. � � p o� w❑ U, v. t.. t.. [:. v- "�" t.. [%. o N`�' U � �� Q Q` U � n U V U U.'�. ,: U� U.'� ,""-i U � V
d d o ri v N c. �n Q G 2 ni r•i � Q d tL 4 4 4
o �3 ���� � $'� �������n�� �� �� ��5 � � � n. � c �' 0�3 V U �{."',�3Uc��.-,�UU �3�otn�n �
F F[-� F � Q F-� w F" F F^ F E-� ¢ ril � 5 rFn F �' 1- F- I- �[% 1-� F a " � F� a F' � co 5 3 Q 4 Q Q� m�n r� r'�
S }i �n in ��n �n cn � v� �n � vr v� c� � � � v� v� vl v� rn vi �n �n ' � ca o v� cC c� � 3 �� d U U U � ?� n n�rs �n
'� aa ¢¢¢� o �¢ ¢ Q � � w� o— � �� 3 33
d Q Q 4 4 Q �� Q t+, Q ¢ v� 4 d Q G d d Q Z V � t v �¢ Q � d � d Q Q ¢ 4 ti¢¢ 2 Q
Z �� a� �¢ N �� � U a ¢ 3 d � 3� ¢¢3��¢¢ r�t�- �
4 ¢ Q � ¢ d 4 a 3 � � Q � � ¢ ¢ ¢ 2 ¢ ¢
Q G
- -- -- - - - N - - - - �
° N� o� co a o
m � co- a c� � � c�. = 6' Z �� Y �' � Q U
� c- c � � G � P. `0 �+ # = v' � u u �n � iJ �, o� m m �� � � y a� � � °
a, � E � c `-`" w e� u� 'n. � v�' � ' � v ' �i �� '^o u, V U g o� U U a2S o a ��
� a � � � �^ o U o, �� _� o� n u �.n c, i �y ,,, .� c g.5 07 Rl "��� Q�> �[:] w �i .� a o� [t3 a•'
a N e, � m � � R �� � u U 3 y a "� c c� • e, C❑ ���' o a vi � n � `� i.i. W'n � J � � Q a o<7 cn Q o i�. c, �, R❑
d w u L� `° cY. a e� `a � U o 4 ���' :n � � U o fX o o �� cn v� ii U p j �.� 1 a
F a � c La � 3 v� � en �n '� G o o u c� c� � c`, u� c, `7 0 > U �,i �.� I� �� U 1 1 -� �i N a
�p`, W U� 'c � in � m nr �� � � p` r L � ��'� '^ .d ri ni �Y Cq � y �p '� �1l c c� cn i,n c o ..7 a o v o c � � V cx7
o �, � _�n cn v i,.i 3 o a. m �s, u d � �' �, a' V c. V m v� �.� c � o v�
6+ v, V � a n -' R c� a a U o, ^� E . e� �� n a�' U 3 �`� v � o„'G� � d, a �> v.� o o �.� v�r �n � o.t o c' o. �. G�
.� c, ] e, � K �n a Q � F"' F � V� u I c, � � rn c4 � o�s U �o � va �o ��# - �' �� � o c c I�� n" I- . c. a.
p o, p, .-- _ w 3�� '? ra p U zn v� V � � 4� C o ] X � c � a. � u c C7 0 0 ... � p �� C.1 � �`i' u" V�' n �, �n � d� � �-�° w �' ,-�.
u G c �i � � rn Z o S 4 c u n, w o 0 o a�, � cn o 'a u m o �� cr, 'c 'c � c a � .L � U O O �-r,- .-a ,.� m,� � y
C1 �' � � q :.� n. a. n. �+ v� .-, cn o a m
�i > � � c _ q � o a � c 'v, > �' � in c� ... cn E � `-' .� �n 0.u'
G 0.�' o o, e`, r7i U b ro 5 a c, -ti o'o cn
C7 U a � O y � � '� � 3 r� r "� N � n� o+' .. � 4 � CK
P� O Q �/1 .. D C � �'U ��1 �v� :/ � S!1 C . I C� Q
o V � � in v� � v .� y� f: p... �� o u .5 `� .j cn w �� � � c� G ���" c � o� k� v� in � �' U�^ c.G
T V �I a, 7 c� G . ,y -� C m P N u ti O �� U U�:� m 0] �� �
o � � � s G V "� �a .� � U �� ' a [:i 4l.�° V �.� U w �-- co �� � o., O p o
� Q a vQi� �� � z � �� v�i r� �a�d G�u ����5_'� o �U
x pa � a ��5 ' � N �
� -- _ u � . - °4 m w
Q o
ml c� � . . � 'y
� � w ��:, � � ;�G q
'" w O O W O O ti ��Q � � y .. � o �n C G
v] o �' ,J � � 'v � c Ci � ��E � o o cN-0 V . o�' 'a � � �
�.. i, ^ C� � I� " u e, � �-• ti z �� a � o.� � . - � '' „ m�o C m �p � U:� w w � J u
V c� m c c w I- V a, y c, o� �❑ �;� e n. � E u. a° I � ° o 0
�' E v . .�r- � m a �v � `.' � o " a E E �k � � � r, �� . .
S-� " v � CD •� O �O � C T T Vi Vi U E� C C4 O -d . P. P.
� ` a � ^ � a C� O Q. O n. Q C d O . O � 4 a � E C 1� � CL N U U CJ �� � ti..C. S� � � � sV. �V-. y U '� V a u C a V c C � n.v'. .`�, ro n
�n c . a, o� ' U o a' U U v"i U .o V cn cn o���n cn a `� ai c �� a. c`+ c� v�� � a� ;y U a rT, U u� ,n o.2 U � U V� a L U V U � v�
V .. w o-� o .- cu � o a .� a U�� u .� n o C� v v y c-- Q o �+� �n vl u� � v o a a u �
�
tC " C a�� a` ;o C3 .� c a. u V^.� � �=� � L w w� F�- .a a, v�'i r�21 " � c m 1O � m� � � ��° u�� � a�, � � � 7'� o 'u o o .
7 .. 7=a �'� � .. �a � F-� � I � u.m. u o .". � o y�i �i � a� y -. "v, c a a. a n � . o � 3�a a��n �
`+'+ w '� ''" � a .� �v � w � �, 1-. �� �s 5 E.. . � a o n M � r � " ❑ t �
� W a c E C � V 3 � m c?. �, � E a o W` � E� r.�' a. a.�' �'
'a �� � G a G � n�'� c+ " c��.i � r� �.� � . . � a F,� ._ ci. U >>�, o m m c`, �=.c w � Y�� ��� � a cu � 07 00 cs„ m co .�. � � b �
o` U ._ ._ - 'a . in `c in in in � � �
- o �' � a. o � o. ' . , �.� o F �a � a � v] e� � � �� v� rn c, a� Q � e�
a U E'' S � �' �n �' � � U � � � � J y °� m F � c, � � F
� "" W � a m �"' w n, o. a. m c{ n. 7 o r. � a
o � � 443 � s c+'� � > U G m� sn � -�
[0 n. � ps v E �o -n v r. o. o� Ll ❑ �'� ' � i �` a c, c+ e+ n. a �� O c4 0] � c: a, a �
� rJ :: p C p � �y � C `tl �. O r C` E - V = C� � L w n �_
n' o � 'z v � w. o J o> Q� a o a o a fl. � 7 �'C�i � C j �., = � � s � ro r� :" � G � a' °' .�, U.Q ;� � W G `� S_
�; a "�o c a E G -� F -' �a c � c`+ u u �`a c r 3 � � � w�� a a.
�y � � � 7 c c c u u a �
� U Z'O �+1 �� o z v, U G �' rCa � c"i G' n. W O � t7 k �'n v� in v� v7
� � ❑ C] � ❑ ❑ � .a L7 -a � � F` a v " Q I '� � n°. [,�
� U � � Q Q a Q�C �? OO
'~ CC OI Q �
�
m �� Q
,�-, ,--� � - -
�-r� �,,� M j �
ni �.-� m : r'
� M ,, i
� � �
r,� ' .--i
'� x' � � { c* s
r� � „ � o °' , � rs
� G `� A 3 � � G �, �r �
� 'c Q o .� r, m �� � � > >
m a a
�� ~ � c. �.n °J m. n' � c, p�p M O � c'� � O i> i� Q �� c � � � �� r�a
1--' �a a D a1 0. n� G � til Q' °" y �y . p L� � c � i u� c � i � V o o r b 1> > 7 � C G � G U V � C7 U C7 U
� A, p, � � � � J � n. ^��' � 3 3�� � S O i, cn �vai � v�i � c. °' n' C�� �� �,a�, .� ��o C C � � n c e e
� m �.�'. �, [� � o, w�� a�� � q� ,�' e, o w a r� '� o. o o � i e, oi c`�i v, � u'�i u-'� 'n 'o �� ... `..° 3 �
[ry � .c � ci p �[�I 'in c c v� c O E� � c, e� e, , u"
.� �� � a� u� w cn C� s. �[C a a, n+ a N a u u c, a c� c, c� � E � _n �n 'w g'�n .. a o o ' p�[Y a a !� oa ci, � co K c��'V G o�L �q i�. � cG' � a
� >. �,. �, O a. c g] � �. in � m�.n m H a. n a. . L L c c � c 'ro � m u
�7 sa.J a c� G c� a u P. u G c+ a, a � Q v � c
G� CQ o� o I o � N n n a" �' � n n �-'� '.� a a a cl c•, a a c. a. � n. n. a, a n. , �., U � U U� �^ o`o [v} 4'a a U'- Q��: ��� .. � c c a c c c c c e
V � 0.� � � m � �.. F �" �I'�C�� V� � C CP vr�vi�- ��Q t Q I� 'a -o �'
(� �'I d' � I �--I W P. LL P. P, 4 4 P. Q, a Ei. [s. �' P. F. � R. P. a � G � � � � E � n i w w.�, U V �--1 u u u Vy � u, [z L[i. CI a c� 0 6 q I o�a o o �o
'4.•r�. � U U �' �'' �• [+'j �.. 3 i� a-' I,. c, c� o M m� m 4 0 0 o a a� E� � E m�-U � � �� e, � u i, � c c � � � y n b- � D c � � `L'
v� )) �-' =� r`'i � � e� c, e. c,� e, c, � c, e, o c, � c, c, --y, � M Q. a a �+ t+, i.�. c.�. [�. t�. c� G��� ['+� .n cn I�,��n ��n p, ".n. C'+'7 "c 'c � a o � � . o 0 o I o 0 0 0 ' o o a��� � � ro� m m �
•� � c�. w S]. � �i c c � 3 3 3 3 3 3 3� 3 3 3� 3 3 Q, 3 3 Q� r 3 3 c_1 � v b b �o `n w c cn �' •n ��in j y, cn �n cn v� Q � � u`.0 �a n� � ---' ❑ G-. - o. .� �' c L� .� � � u c.,
� � o 0 0 � m.� �.� _u I �.� �� ro � � ...
�n K�t �v �o �� a f+] [`n v� v�i �n �n �n cn � �n v� �n vr rn oi � cn �rui vr fn �n � I� W � 03 u�, ca u v c, an :n - y - - -- 4 I,d
� � � rs_ G T �.., . ('�] 4 CL +-' C _C C 'y I �, O C C C C C C G
P^ '� �_ [LI 'i] '.7 b ra � m V] "� O� Q/ . C � G C Cfl . O C C � � 4 0. 6. � S� P.d .�. -�. " �.�' .� G V = L � L L L L .�L
� •~ � � ' ' � �' U U V U U V U U U C� U V U Ci Ci �1 U U I U � G � � cU. ��I �"O 'b "O a �� U 1'U C.._ � C � C' .. � OO � rJ rS QI � U LJ L: L�' E E rC LL y'y 'V 'u �' 'u V'tJ '`� U U'
-� a� � cn co' '" o >>> 9 7� 9 �> >>> > 7° 9> p>> I> o o" �" � o 0 0 0 0,"_r, � G ca V� ��� �' o�° o � a. n.l .. o o �. j>> o 0 o a �❑ 3 �> o�> u u I-, � � c� u u a
� �❑ q S I 2 2 S I U w P. w a � a a. a I a. a. n� a a. P. U a. a.p a a a a, n� �n V U U � ia. ci, c+, u- L:, v 0.�� . v� �n U�n U r�n C.% U X� W W G U U � O 0. a a. q� V V V �7 q � Q O� C� a. I O C7 n. S 5� I 5 ��� S_ � �
� -- Q -- a I � i � ----i-- - �7 - - f�. - Ef �� . , oI - � - - � -�
� � � I I � I � � • lo � � � �
� � ri r� �r � o 0 0 0 0 0 0; o 0 0 0 0 0 0 0 3 .� .� �' �� �� � W p"' � �� ri r+ � �
r! rl rl nl r1 rl r1� rl r1 r1 rk c`1 r1 r� r�l �� r�� r� r� � I
,Z Q+ 6J 41 + � QJ G� N '�n in in m - b •, � ti N � n n n n n � s� � i. �. �f h -
o.., r. o0 0 0 o a �/ �J � � ,!, ,� � o 0 0 0 0 0 �i o,�_', ,�_', o 0 0 �i o~��
�� � ~ � � M M M M M f`] M I M M f+] M M C�f � M M � � � P C] 4 LN F+i �1 .� .-r .-- � � ' .i � .� ti H .-• .� -r -� � �
� r+� M � � ri r%� m r%� Mr r� th: t�i ri r� r� Ci r%� W M M r_l� W W W W W t�li � W U C � � r'� n'f r'� �u's W W t�l �y7 W W[x] [il W W W W M �,'� W W W W W r�'� r+� r*� !n
CL W r� n� 4t C� c+� r� c+1 M r� �n rii M�n M rn cn rn r� r-� W 4J 7! OJ N �O lO iU r-� m rs 3� G� r, m rn r'� :^� ..
�
a a. a a:, a a< w a. c� ,V w w�_ w
? .� � � � ao �i in co m°, 00 -� -- o o� rn �n m o rn �i m i. o o., m m �i n w o m�°� ri m�t m cv �t �t �� K K w o �a �n � cc a�
Q .. � ci � o o m o o m ci .+ .+ ai rn m o a o c� m f+ -� -� '- -- o 0 0 o p .� a Q � m -� c� m o 0 o m p � � -
[`I t`I W` .r iD h 1� N�1 t� [O 4 d�P t`l 6� C�1 �i O3 `�F 1 ! ! I� �f o G� G� �/] �� Pl � rl N
LI � � f i E . ti ! F � M t E � ln �'F � Q1 QS Gl Il] N O �l t0 f� 1� Gt .-fi�i
O�`i � f+ O C! £ M1�� N 11 � nl O O O fO OIN. � �I �1 W 1�� hl � � � O � 4 O O O�
'� C�1 O � } 01 � C Q1 41 ��+1 i!1 1(f f`! 'V~ I� �' [`1 '� V: G] G�'� IR ("1 [`l f`1 [`1 R� ! � 1� W[`! IfI l N '+ � C! 00 �N O] I O 00 ��/�] C1
� ti� Q I--� O O O .-� M�;.� p d --i O O O '+ O II �-- O� O'� O O O O 4 O ti O LJ � O M� O O O O� O '+ O O O O O �-+ O�-+ O O
~ I I
N
�
a
�
0
N
rn
M
U
v
a
a`
�
0
N
d�
r�
0
W
�-
a
0.
7
�L
r
Z
�
� �
� J
a�
a v
W '
� A
� � � O
c��aa
� ❑
= a
a�
� �L
� ^
L VI
a
0
�
yl n
� I �
� S_'
E
�' �
� i E
C � m
O N
�� E
z �
Q
O
N
O
'D
�
n
Z,� U
a � y
� i m
0
� a a
��
-°�
R
I `
h
[t5
i�i E
.`�.
+'�+ �
V. �
w `
t��4 �
�
� F
d
�
�I �o
i �
c
� G
o a
,� G
v 'a
' � �-
�� 4
� �
� U
(.} �
_�
z�
.�.r M
�
�
.�'.
0
� = � � o �
� � - � : � - - - z ° "
r� r� �"r�r �� � �� �� �� � M H Nt y z�� io
`° � m m � o � o -o i � � � � � � � c° � �p � � o
m ,� _
� o o � � �t H �Y �' er �t �i ~ � o ` � v � � o �t in
f�] rl Q p iy "� `i �Y '
ri cv r! -
m �
- -- - �
%
E
�.Ni vl �.-ni i-ni O .�i .�r ti N o�.y .�r N��
�n �n ui �n in n in �rr v� �n �n in n in in a
c�Uuuc_�u c�uc�Uuc�Uvu;;
¢3 4 2 ¢ ¢3 ¢ 43 Q 4 ¢ ¢ ¢3 ¢ Q ¢ r
3 3� 5 3 3 3 3 3 3 3 3 3 3 3¢
� 4 Q d d¢ 4� 4¢ 4 2¢¢ d�
�3
$
C
lNf] > � I f �
� � O V � V] �f'f � ^a �
� hl �j 1 .�, � v � R � � o � � � N �i
��, �' i u ri � cn - V U ni C3 � j � c>
w �y Q v`�i �G tU,. u � � i� m Q q i� o ��
� - q m
���a �' q fa` Q �, �n °� `ti `� � > d'i � ' "
c0 � O � a m _ " _ ) ` U
o n`iS in ci �v .f' Q o r�n �r V>� j o�
o ry o ri � � cv �_ v� 3; �
� u N � �G �i � '- nr�i � � � tL ° o � �
� �� yi � � � ^ � Q � � � r u �j n o
v� � � � E � � U � �
d
� � � I � o� �
a o 0 0 0 0�� .c U
0 0 o a o o�� o 0 0 o d w D 3
U U U U V U�j �j o 0 0 0 o U V U V V df � o
0 0 0 0 o a���� U U U U V i i�> i G,°, �
u. cu [F. li. [i. u, > > c °� ` "- ^ " --�. > j > > 7 b � ro
�' � � u' u � m m x����"� 3 3 3 3 3� o
� ��� S� o 0 0 0 o E a„
�� ��, � � � � ¢ � ' V U V U U � � �
Q
"� I
U
a
�
1 C� U 'V C+ G n� n� n� U U C� G 'U G G
,� 7 > 7 � > > > y > ? � > 7 ] � 7 > > � i > > >
� > > � � 7 ] > > > > > > 7 ? � ? > 7 >��> > >
" Y N G Y..U. � � U N � M 4J C� �..�. .�. .G. � d.U. �.�.
� U U C7 UI U U U cj Ij Cj l7 U U t7 U U U V, U Lj (j U
CULI � C�L CD Cfa CG CL W� "� '�'�, cUG. rU.L D CG.D CL � CD CO W'O 'O �
� �v i a �n v a � � ... .. � -d � �' � �v �n � � b �a � � m
333I33333�v��n333333333v� ��
C C U- C u .u^. G G G u ~ C � u u u ai u � u C C C
� 'V � --. _'" 'u. � '_^. � .0 .= .� .�' ..� .-. .� ._ � C� U CJ U Ci
.� _. � - - � � . - = � y � �
... .0 -U .� . J .� � .G .� •� .n .'^ .Qyi U C� [�i U '�U G N
rt � a cc a a x x ct x a��� a a x ct cc z� a a a
� ������ � � ��a
ri ri ni ri n ri �t ni �i n��
w w��wri�w w w w mM
ri I ci ce' o K I.-< � rn m in co o� �i u� v� ri � �o
o� ai � o o c� o c� o o� co �+ � o-- �
� ro v' in cr�, K� � m r� �.-, co cr ca c`i o 00 � c�
�I o a� o 0 0 { o o{ o 0 0��~, -�+ a �
��� �
� cd E
� � �
N ^ � in
� � a � a �
� O I K M
Q ri a
p q c} �} .Y �} r� rl r1 1�V r! r! r� r� J �
0 o n o 0 0 0 0 0 0 0 0 0 0 0 0 0
�n �n n.n �n in v� in �n in in �n �n �n in .n in
v U v c_% c_% �: i.� u c� c� c] c� c..� U v c� c�
33�333 �333�33 3 ��3
4 Q¢ 4¢� Q 4¢¢� Q Q 4 ¢¢¢
O p
� � � O m G� Ol �q � cD �a p� p�p
� � �b rim� mmK� �,�,�,00
� N w � � . H m�h � � O � � N
.°1". �2f o3: ��j o K a��o a Z' � u� :L C7
o� = m ooQq °Z ao" .. o�u�i
� o m � mj Z.riO oZc.uco� C�j cu7. c,
� � O GG �~ f3 G G I C U� L C CL N
� �l `t VI Gl C G"O M�. . C. �
� in U ��' o m`��°���3qq `� av� ���
��3 3 ��°� �a`oo¢��l0°3
� � 2 �p ' � ���'I �I.—�I� � ` `` � v'I
O G
U p
c v
� ¢
O
o U ,,.'�, �, c
U Sj y m � � �
a=7 � �'a a
� '1�°� = 3
�s�G���
x �, ? �
Q � �
� ¢
� �
i
� i > > i i
� � �
� 7 � M 7 7
�. T. �Y� T �
C � � � C p
U � CI m r-G� ..U.i
�
mmm �win �'
LC
�o a -o e`, � — ❑
m � G rC •C'• •u• a
`� `: ¢ c", c'J �
u�'-� tn [n' �n cn
v
f!]
G � y E Cl U
�5
a a � > � �.� 3
— — �—
� �
oo;ooM"'cl
�� �
-i —r
W W W W[s] m
� r, �
�� � � � �
� x u o � .�
`I p O O M
> i � c� � I I�'� :,1 0
c4 cn � p p}� n o-L ���
G
� �
� � j � �lU U V``ZS U �
q Q, o a �>
� C U I� U U r3 u oi � ��
a
� c >
� � V U � � � � � � v,
¢Q � � 3�,
'O v "O 'O b 'n 'tl 'a V I � b � b
a. >, T }: T� T
,xx�xxx� a xlxxx
� i U rU-. 1�-. 1�-. � i U IG-.
!r. L[L [L Ll.. Ll.. IL la. Li. Iz. IL [l..
G U V G
� e.' a c� u a e+ J
�
r`a � m
�a `m �
m m in m L� C� GQ �7
m m m
�� �
ri ri n ni n �i n ri �� ri ry
[i] [i] liI Li} W W G3 W w[il W
c�!co�� r� m n �.I m��;n io
m:llm o� c� m w m� o��oo�,o�
o N.t . �t Ri', G� �n Hi
� o 0 0 0� o �I oIQ o mo
O, I a� C,l j � "'
00 oao
K a, �� �� �� �� F.�-
oi o� c o�� o
? Q ro� o�� 3 3 3 0
Cl
U CJ � �t � a � co � � � �
v�i vJi r�' �� I o � g o 0
�'r�! iy �� I � '� � .71
0 0
U U
3 3
¢ ¢
r� mmm
n ri �i n
ri ri �
l'J U U U
3 3�3
Q Q Q �
¢ QA� �to
N — , _
R �-�•� _ �t
V ao 0o m `t rn
O o o � U
UUV V.�
33¢3 ¢3�
� Q ��a 4 3
O O �
� � � �
b��� C ro V] O ��� l2. �❑ Q
� �o� ��w� -� i�
� 0.I � � � � M y � '� � � d � t5
U�p � o �n � f�
y � .� -o c� `�Yi o � = a a a. ,y �
Jq c^7 [� co � vi u �i �' � 7+ ,-w. .W. W-' —
>, ,n rn � � m w � �„ ,� 'b e �i 'r'� �'t r,' `°
Z I �� U Q o es .0.i._. I� v� 'o P7 C]
� � . � � �i � � = U V V [� �
G i U y�n " o�=. on ��, _"' m m� q
o c oo pj❑rrd �nvr�37r 3 �c
N o Q o� l] m Ul rl U. W[+. � G
z�� � �� M �C]fa� V U
��� ol I
V
�
a
�r,
��
O
3 m
�o
x o
"G y
�IO
U
�
C
c c �' y
� U �� y ��� �
� ��� � - � � ��
^ " � � � " � - = � x x x� � „ �
° _ � _ " � � F � �o rs � dl cYi' c� ` d r �
��� p f� _�� C. LL fh �' V�i � O i0 6.
0
r
i�— °. o'��wmme� �a�
��
UU QQ� u^ n
�
�
�
�
Y] v�i
'a �+ �o � a
� 9 �:� a
^ �
� n ^ � �, e�
� " U° �I� �, � I _ _ _
� � > > ."'. VI �,J In {l1 O C �
.o �o m '� cn I �n vi � � � E
� , > � �' ro �' � U V V
� Vl t. �- .U. C .G. �L G
� G � 'U .�. u � � �� p � �r3 �r � � % '/. Y.
� �Ilb ��, �inV�nUcncn E o a o�w�d
.rj v�'� vr cn m m.G � j > i i�� y�4 a7 0] w e� �
v� � n o7 W n� u c. c+ u & y y � c�
V1 ``� � � 0. Ul �A V5 VS V] r�J G U G�� G
� �n �
— — c�, m e,
V] N O E'
a a '��� �
ctr c�i u c4
ra c�
U U u ci ��� �I CI C CI CIQ,' V V � U V�
C� d A y�a.. p fJ ai o�J � dl dl C� n�rnu � O O
o a o y 7 o M���,� o '�
� ❑,�QV UUF�-Hh�-I-.F0.4V�U'V
� �
��o o � ���
.r.� �� �� �I -r+� �� �� ��
� M f`M3 [�+5 C] I M M �
i i�
m� i �e n r� �' o�+ �+ ri ri ri �-+
� W� �m� ml�l= o m c� ci o
� i �i ril n�� ri ri ri
-� W[� O O N�f1 1 N f�l tfl
o.00-� -+oj`o,o"0000
i
�
�
w
�iM�,M
a1 [s] W 41
�4
I � I
�I� N
o:o 0
��� �
O O.O
il
�
>
u �!
U �
U j
° �
Q �
� c
o �+
� �
v
�
¢
U V
� �
�CVi �
U Q
u
`o '_
� v
��I.+
Q G
m �
O� O
� �
0 0
rl m
la o
I
��,..
; ,. ° �
�� p o
"3 �
.- r�
r �
_ y3 C
0
V
e' O �
o "•
�' � o
D C �s
V � V
� p u
a
� � �
_ v
�,°" �
� u �
a�
c '� �.
- m .
a ,= G _
u �
� � i
O y �
• d,
L
V � q
�. �
�a w 3
m Q �
� �' O
�n 3 �'
I'/� L O
c o �
.. �
� � 3
� � u�
d l'�v CJ
� �
`u �, �
� � O
V
O � 6
= u
3 "
C �n
0 o u
_�
� ��
_�
� c o
^ � s
v �
�
� � �
."�. ,V C
� F, .a
O � V
�~ "' �
� o��
O � C V1
r� U
Q IU � V
3
� " C
� � �
y `� ? �
� -- � �.
I �L G
�
T G � o
o --��
� �
� � o �
�, �q.�
U E " �'
1i O ti
`n a' c �
'�, a ` o :
.o m o U c
„ �� U � o 0
� V I f ti � . �
V
A p�, � � �
a �
� � � a � o �
�` '-' C, I 'Z v� L7 .^
o. � „�� � L 3
� a 9�r,,:
� "� v o � o �
rC3 � t' �J I �' �
�Q ��p� l� �. o
� p P.
�'I` 41�
p-iW N Q � G �V
O �r=" a Q
�'i. 0 G v� � C G
O " O
�
a ^ ra
0
��
[i V Q n'� P, � "� -
_ o
I � -- �
G V 7 J
rj O
Ev' i.�
� o �
�.�r �i � K c a-p o
V V V V
V.. 6'
u " �
� -a v
�
0
� �
o " a �
w .� 0. c
O o �,�"-, � E
1Z � 'V b �
m
�
a
0
6�
M
a
�
u
�
d
¢
�
0
0
m
0
i
a
�
Q
�
�
0
V
0
�
�
a
� <
. a -
z
a � �
£ ON S
U �
� � 4
O
K
� Q O
�
� o 0
k ; �
� � '
U
� i w
� o< �
o ^ �
a z�
� N
o w
o Z �
� n
w >
� � �
�+ o
t~i� o a
o a
0
a � i
3 R �
0
o � z
n n' �^
� in o
� � o 0
c� �`+ � 4
2 '�x �
�
N � f
p�� a�.i
n E
a�o��
a N � N�
N ~ V L N
z c �n w
oy�o �_i
3�; �c
� � I N
e N o � z
r� r. w
N � � '' �
�� � �
� � �o
� �E �
��E���
6iry,
�o;'w
x� n�rc
i
_i�/ j ,
��.
U
���
�
I
I
I
� o�coR ��Ec��zir,a�-
� TRAPJSFORMER Af2Et1
�
�
I
1
I
1
1
5
I
l\
CNK�
/ '
/
/
/
/
/
/
T
�
� �.
.,
1
1
i
1
1
J-
� � ,
i .� �� . i'
/ � �
�
�\ �\ �`� A
\ � �
V � . �� ��r
� �� �
\ � �� ..
��```�- - \�// , \\
0
. `I �f
� `
1 ,
� sl�pRh44"daiER
�� ; �o��in
` � ��1
\
J�� �� \ 1 �\
J ` ` \` � \
1 �� �. `\_ \�.
BUII.[71�f
i�
STpGItiG ARFA
I
1
1
I
I
1
LOX FACILITY
)ZOPIE GENERATIOi�I
ACILITY
�� �
�_
STABILIZEO
coNSTRucrioN
eNrRnNce
.\ �`
♦
� � `�
�� GRa; L SIJRFACE
\\ �\
\`
� CII[MICAL STO�ZAG�
`,���o F�Eo Faci�.irr
.``
`� �
a �`_
Hici i sEr�vicE �
� PiJM1AP Sfn1E0N
\
�� � C;�_FHH1"JF.�.I.
' !! \�` �ao 1
`\
��, r�
/.`` � o
� ��� �i�r FENCE �rr�}
��\ ���
� �+-1TREE PROTECTION
�� � � `� FENCING (iYP Z)
\
\ --�
�1 -_�.
�- �� � ���
�'�.\ �.� � E� va �T
�\ � �r� �'r c) I 1/
�C CONCRETE
`� 1'lA5HOU7 AREA
�
�
�r
.'
��
�_� ��
�►���� ! �.
►��� �i
\
I � I
I T J`
� Y�Y 1
SLUflGE � � ,/ �
[30X � 1�%
o��'�
�P
��
, �
y�;������
f� !
� �
`�\ `I
BASIN �IO
-�\` � �\\`
�` ��
� �
�`
!
�1
:
� �
// r�
�j FLOCCULA1�101� �,
� BASIMS
/
t �
/ �
, (
�`
S�OIIvf�NlAT10�1 ��
�Aslr�s t
i ti
�% 1 1
i i7 � ����
� �I 1
-FIL�ERS AN� �
%ADMIiV15TRATIOM �
� /
/� i I � �� ��
/ ' � �~r����� � �i��
� � �.'
� �q+ -/
� ����atiti���~ ~� '�/•
II .. . . . _ .. . �
- - `� ;�---e -- - --,-a _ ., -- -��—a..=,-� � -r- _-_
\ +��.
��� ����
����~�-- —�_'~
RAV! 4"lATER N{ETEft
� Vr�U�T No I /
`� ���j %
� �r i
``����� -�- �'��r � � /
��
���� i
��� ��s
�__ _ _ -.-- ;'''
__ � �
RECOVERY � �
�a �o
��m� ♦
�ti �
_` �~�e
4_4�
---"s—"j
��� ����
`��
�
'��
� _
a�m
��q �ve,
~ a 4 ► /
`��/
~�\
�' a
`�
\`
��
���
� DRAIN '
►ti
BOX `����
�am
��_�
� �,�~`, `~^\
� ,
� }
�y��1JA5H4'JAI�R RECOVERY
,�' BAsli� No 7_
1
� /�`
� �� 1
r������
PlArli sECURITY '—'
�r�r��rrcE ,� �
\�. ��~ ~ ��
��
���y
� _ _.� - - - - - - - - - - - - - - - - - - - - � _. - _. � - , , � - - , - - - - - - � -
r
-- .�y�_� , -�-- - --- � -
- - - - ` - � -ti�� _ --� _�I%- _I_ �l �_ __ �z _ _- _
RE4�ARN5
oescxEo dr� 8. ORCHAR�
pq;;r„� g�_ R. 6�ESQUlTA
srrFEi CnK'p er_ J. }yATfS
cFoss c��j o er: c. aacear
��aao:-eo ar: d, warrs
o.arE: ffOVf�A�ER �021
smith
00I eherry5'✓ee1.�n733.S�ita1B2J
Fon a•:«U, nc �diez
Tfl�,(A1��372�6737
�
_\\ 6�da
. o-{�— ��_ �.�m
�� �i
��y L � ��`------ ~�\\s..� --�����-__.��-. ...-�- .--
CITY O� FORT WOR7H, 7EXA5
�AGLE MOUNTAIN AND WESTSIDE WAT�R
TREATM�NY PLANT WEATHERPROOF ENCL05URES
�
N
�
, - - 5Q�
25�0
FOR Ii�IFORMATION ONLY
CEVIL
WESTSIDE HSPS
EROSION AND SEDIMENTATION CONTROL PLAN
FOR REVIE'll Ot:LY
THIS �OCU�'ENT IS
AELEASEO FOft THE
PuftPOSF. OF INTER�!.1
rsEw�v o;��r n�eo 3s uor
irrrEr:oEo Foa
co�vsTaucno�u, aioo�r:c a�
PERiAIT PURPq5E5.
JE55lCA L, V1AttS
TE%A5 P.E. ti53486U
11119IM21
PAOJECT t10. �515-263979
RLE tJn�.�E� C3425FPL.OPlG
SHEET Y,O.
C-302
9D% SUSMITTAL - NOT
�
�
�
�,
�
�
�
�
x
a
z
�,f
k
a
�
�
�
a
3
<i
'o
a
�
x
�
0
>
z
¢
�
�
Q
�
U
O
3
ia
�
O
O
4
z
4
2
H
2
�
U
Oy
F
n
�
U
�
K
i ¢
� z
a w
� �
N w
h 2
V1 O
V w
O q
d
� a
0 0
� V
� V U
% �
E � �
- ¢ W
� 4
� �
� Z O
N
� u o
I � a
� N
R
3 ,
� Q
�ii o' n
$ o 0
w � °�' �'
V � � N
7
� M U
I � � N
O tV 'n
M n
^ C] !.
Q � �x q
� � W
n�3� ow
� w�
a� E �'ti
3 ,
0
u E T No
� � � F �'
�� � n ? i
4 3 ��
u � °�
i �
- o av �
n„�, a Q'
� � i � �
�� 9 �E ,��, o
u u E u�
� o n o
'��io
a� �
x � a_ � r"'i�.
� �
N <
x
o �
� t
a �
q o
U �
o ag
� o
� o
z
N U
o '
i w
u � �
� z P
E w
0
-2 0
� N a
� �
� o
i o 0
' o 0
V � � a
vi � m
� � z
a N n �
wmu�i o
��� o
N ry � Q
F \ X
w
d H i
a�� ��
� � E �j
a
a E ° � `�'
� � ��
i c �w
Y) 2 � 2 2
w � 3 �
s o � J �n
e w`� hz
�� 'I y2
N ��
�-�o
� E�
��E�,.
u �o
n��i„
� v } �j
x� a9�
POTµOLE (SEE NOTE 3)
FL00� VENT (TYP OF 4)
oi
I
�1'-9"
�Wa
.i�
0
�
N CJ (iYP)
��
I
I
I
I
SLAS PENETRATIQN (FiEL6 ;�
VERIFY PIPE FiANGE �IAl1ETEft) �
(3" LARGER 1HAN FHE PIPE
FLANGE} (FlLL VOI� YfITH PEA
3/a' cw+.vE4)(na oF t2) -
� 'i - ,`I
-� o n. 'i I �i
m 1 ,
N I
_ Y ;T
o —
I
I
I �
i �
�
�i
�
LP (AROUN� SUASP)
2'-0"X2'-0" 5UidP
(SEE E/5-505) —
PH-8 � �
� POTHDLE
{see �OTE 3}
T/ REfAININC 41.4�L
e� 83a_54 {rrP, UNO)
SEE NOTE 8
RE11ARiS5
� 3 4
— GRA�E BEA.�.S CJ (SEE �
� ST� OETNL �/5-500) �
i fis�-s� (TYP OF 4)
22 �-0" 5 9' _6" 25'- D"
10'-0' SEE NOTE 4
� � — GRAVEL
_ ., _ . � _ � � _�_
_ ` _
3-3 � , . . i . . „Qg�3 � , . . , . .G8�3. . . . .
� r-----r-----�-� I ---- -- �� �LANDIAB'3L'AB�,....,.�.' I
� i �....�.,.,, ,,... o
� i ii ' �I i .;.,,;,.,;.. ..�, �
� � ..,
_ � r, _
i 'i � , . . . , .' �,.
I i �. � ,.,,...,,. - a
i �i � i I i .................. ..
i � r----'-� i i .�.ro
� � �i I , I i � i ,','.'.'.','. _ ;�:.'..�m
.�
�. 9„
AL STAIR AND
PLATFORM1I, SEE
pEf A/5-504
FiLiAINING/CU
5'lALL (SEE ?I
REfNNING CURB
EL 836.25
�
d
�
i��1 i '''-' � A�JUST CONCRETE 5'IALL
f ir �� �� i I'4 .'-' . . '.'.''''' IiJSTALLAT OV `AN� OPERA, ODR
.� i — _'i1_ _" _I� _ �� _ � ' ' ' ' '_ (COOROkNATE VlITH PEM1S6 1dFR)
, , . .
' � � �.� . . . _ -
��..�'_'____e ' �"'_�� . . , . . , ,
— _ _ L �'—'— '.... ...:.,
i _____1___"__� I � I �____�___� . . . . . , .'. .'.T .
' " " ' COLUfAN, BASE PIATE
i� I I i �i �.'. . . � . . � — �.'.'.��' i i Ah'� ANCHOR PER
I �,'� ' . � ��! . . ,.'.'�' ''�li I.IETA� BUiLOiNG 1.�ER
� i)
� � �� q } � f - i ,�-�IJ'�- . � . .. . .: . ' nP
i. . . . , . . . . . ,'r� ��
� 3 1 I � I . . .. .� i GwVEL
I i „ .
� tP ; I I � ' ':'HR'''',' . •�
I I � I; I ��, ' "" CROSS 9RACING PEft
� i EL 833, UO i �� FC . 83J: 25 '' '�
� ii I I � 1JETAL �UIL�ING ldER
� ; i �. 1 � i �i ., , i i {7YP�
; L ! � L; � � � '�'f'
I—I i -�--; i �. � � r �. .. , ..',-
i 'i
i� i � _� i � ..,..... ,..
� —�- —_ � ' �L___ �J �,. .,�,�., , �. �,-,—�'1, T
� 'r----- � I I i -r---� `
EXP JT �� �
- � {iYP OF 2� � � ., ., I � I � �.�.'.�.�.. . . , , , il
i
_ ��� �,�� � j�' . � ''�
-- � I �- I � � .... .. .'.�
-- 'I li ' ...... _- � 'i
i j � I � � i . . . . . . .
15�-9" I i � i i i , . . . . , . .
i ! i � E i I i , . . . . . . . .
i i �! i �....... ,... ,
���T'� �i— — �� _��... � � ,��'o
, i • .'
- � i I � i .','.'.'. ,�, . . , /
- r=-�` _-��- �_�� --,, . `� —
EXP UT i I � ,. . . . . . . . . . . , �r
(iYP�OF 5) � I II i I i ..... , �2',�pd�' I
_ "— ' L � '
' � I I � '��. F
i il IE .��.,��
i i __ ' � � I i . . . , . . .., , . . ',.. I
-. I E7fP ,fT i i � . � . �.�r i
i '- . .' ,�, : . .
. i i . � • � . �.'
}"--- . . . ' , . . .;
i (TYP) i I EXp JP �..� �
i . .,
` ---�-------' �---- - - .-, ..
`�P � PU,'.!f & I
xP JT GPENiVG I � ��? 7--__
� m
ExP ,1Y i _ �,v
� _, �,: I � � I Y � � I
�_i _ I � I � ha-� I r.a� � l.�.�:��J�.�. �
Fxisrr,vc nucr e?nrix
(s�F r,�or€ 6�
:f. ..-----I-- --- --
�i�AH-8 PH-8 I `
'i ' SEE NOTE 4 ` --I
� �
I 6'-3"
-o' f--
GRhDE 8EA1.d
� CRI� E, 3-4 {SEE SECTION A)
FOUNDATION
PLAN
1/8" = l'-0"
�:SG`:EO F3Y: 5. BF1.411 CDM
oza•ar� er. K. aalE�oae4'�
s.��Er �„��� eY s �� Sm�th
cRoss cH�'o ar o� cuREi
C. l5'0�{G ��Ci�e�rySLic-H,Unt33,5u:e48M
n a.aobFa e'r' Fort r:uM, tx r51oz
D.�7c� P:OVENBER 2021 Td_Igtr�a3as�7�
STERRUP. SEE
B/5-504 (7Y
�NO)
S2" LUN VpID
FDR61 E3ELOY!
GRA�E BEA��I
3'-0` X 3"-4"
P�oEsrn� -
n
I
3'-fi" lY x 3'-0" H ry
cFenoE eE.a�.� (rr�)
S�E NpTE 4
-� 2'-0" OiA �RILIE�
SI-U4FT (FYP)
8" THK REiNtJWG/CVRB
5'lALL, TOC EL 836.25
(iYP ALONG GRIO 4)
SI�E S�SOUNTE6 ftElA0Vp6LE
AL GUAR�RAII, (CURVED AIV�
SECTIO�iAL} (FlEL� VEPoFY
THE 1'lALL CURVA7URE) �
B
]2'-U" U11 F.YIST _
:.!•� •VNDL E
�
f?E7AINING Cl1RB
EL 83G,25
�---- — POTHOl.E
I � NOTE 3}
GYI�7lY,C. f'1FF
{SEE" h'OIF. 5f
REfAIiJ ING
1'lAI,L/CU°R �
i
REfAINIiJ(
�� IYALL CJ
PE1.4B
-"� -' PANEL
i'
i $ $ �'
- T � _
� $ � i
_ �i-""�
� ftEfAININF
I59AL� CJ
V-
DETAIL A
3/4" = �'-a" -
CITY OF FORT WORTH, TEXqS
�AGLE MQUNTAIN AND WESTSIdE WATER
TREATMEN7 PLANT WEATHERPROOF ENCLOSURES
Nores:
1. SEE ARCH �RAI`11NG5 F6R ME?AL 6111LO1NG MFORI.�ATIOPl. ALI. 6UILDING COLUIdN
CDNNECTIONS TD PILASTER AN� FOl1N0AT10Y SHALL 8E 6ESIGNEO AS �PINNEO".
NO 6�OLIENT TRANSFER TO F04TihlG 4'lILL 8E F�LLOl4E�.
2. CONTRACTOR SHAIL NO7 CDNS7RUCT, FABRICATE ANO ORPER IAATERIAL FOR THE
FOUN�AT10� UNAL THE PEI.SB SU66��ITTAL RkVIEYfEP (INCLUOE� ACTUAL �UIL�ING
COLUfdN RE"ACTIOIVS) AN� APPROVED SY ENGWEER FOl1N�AT10N l;AY REqWRE
REVISIONS (IF NE£OEO). ALL REINFORCING AIVD CONCREfE CONFIGl1RATIRN
5H01'!N ARE �dINf1.1LlfA AND N07 FINAL.
3. CQNTRACTOR SHALL APPLY POTHDiINC TO OEfERI.IWE THE TOP OF THE EXISTI�G
UTILITIES ELEVATIONS AN� NDTIFY ENGIt�'EER 7HE LOCATIONS ANO ELEVAT10iJ5 OF
7HE UTILITIES PR[OR 70 THE CO�STRUCTION.
4. APPLY CRYSTALLINE 1'lATERPFi00F1NG COATING SYSTEIA (XYpEX COM1'CENTRpTE RND
1.1001FIE� BY XYPEK lNC. OR EQl1AL) AT THE SOIL SIDE VERTICAI. Sl1RFACE OF
TNE NORTH, EAST, AN� 1'fES7 Cl1RB 57ALL (FULL HEiGHT).
5. GB-� IN�ICATES GRApE BEAI,1, FOR SIZE & i2ElNFOftC£IdENT, SEE SHEEf
5-505/B.
6. COMTFL4CTOR 70 CONFIR61 THE 11N�ERGROUND UTILITIES, SEE DRAVlING
5-5/CONSTRUCT1qN NOTES. 1fHEN PIPE, ENCFSEMENT, �R DUCT BA3JK CLASH
4'lITH GRA6E 8FA',4 ALIGNIAENT, TNE PROPOSEO GRA�E BEAIA CONFfGUR15TIDN L1AY
ALL04'! HAUNCHIMG Tb AVDI� CONFLiCT, 571TH THE ENCINEER AAPRDVAL ONLY,
SEE ORA4VfHG 5--505 / pETAIL F FOR THE 6EA3.1 HAUNCHING REqUIRE�.lEN7.
�� GftnOE �EAId
BEYOYD
TOC EL 836.25
TOC EL 834.50
70C EL 833,60
SEE 6ET �/5--505
FOR REINFORCEI.IENT
AT INTERSECTIAG
GRA�E BEAl.IS
�RILLE� SHAFY
(SEE P1.AN, iYP)
S�CTION A
I/4" = t'-0" -
D�TAIL B
3/4" = 7'-0" -
CL COL 6ASE,
�PIlAS7ER,
c�,aoE aEars allo
PRILLE� SHAFT
i
ON-SHRINK I
OUS GROUT il
llES
MB
NEL
-�6 I
I
'_'_'L_
� COL, BA5E PL4TE AN❑
ANCHOR4GE PER 1.1EfAL
BUIL�INC h,IANUFACTURER
T/RE�AINING YlALL
EL 836.25
� SEE 5-392
_ T/PILASTEfi
�l 83a.5�
� 16-�6
TOC EL 833.bp
� PROVIpE 2-,�4 TIES
AT TQP 5', REST �
s' oc
� TERI.IINATE REE3ARS 1'lITH
90 DEGREE Fi00K5 AT TOP
OF PILASTER 1'lHERE NO
RETAINING 4/ALL ON TOP
OF PILASTER
SEC710N B
�/2" - f�-0- -
FOR WFORMATION ONLV
STRUCTURAL
WEST5IDE H5P5
�OUNDATlON PLAN
90% SUBMITTAL -
Fo�i aevie��r a�+i r
niis noc��+e�aT is
RELEASE6 FOR T4i£
PVRPOSE L]F REYIEI'! 11�:0[li
7HE AUTHOAITY OF
CHU;1 �OR 5':O`:G
V E_ B2oG9
O:� 10l19l2J2L.
IT IS AOT TO BE VSEO FOR
co,rsreucno'+, a!onir:c oR
NEfiNIIT P111�PO5ES.
PROJECT �:0. 0555-263979
F��E �+��E: ssoiHsa�.n�rrc
SHEEf l���.
S-301
CONSTRUC7tON
i �
NW
� q
2
� �
o =
< <�
V
O a
/ a
a K
O
U Z
V
a >
o n
/ �
� N
u � o
E
�� n
a
� � m
I �
7C (]
I
� o y
V d m
a
h ry Y�j 1
2 m � -
r- �
O m p
N � o/ []
� H 4 -
'Nx N
=N I .Z
n\a ���
� f E � c�i
� � ��
N� V �o
N� l/����
�i n zr
3 � 3 �
� a i JF
H
� � 0 4 1
N � � �
� '" � �
� E
o �
� v E -o
u U
;��'��
a�c9 n��
T
CENTER LWE OF THE
LIFTING k,'E, SUPPOfiT
BEA�d, AN� VALVE OR
PIPE ASSOCIATFD
EQUIPldENT (TYP}-
� 12'--6"• l 6'-3"* 4'-8"* I 3'-2"' I
� � -°r SLOPE �
��2a�
SEE ARCH �RAVlINGS
FOR 705 FLEVATI6N ` „ �, ,� � � �
� Hn�c�s a� Pui.iP
IHATCH p�YONp
(SEE ARCH �V1G)
I
I o z
I �
�
' 'I I I r��u�,�P � �
I� ' �� i �
I� I I� If I
I I I I I
� _ —
SLAB PEfJETRATIpfJ (FIF.LD �I I i I I
VEftIFI' PIPE FLANGE
�IA�.{ETER} 3" LARGER '
i?tAN THE PIPE) {�ILL V01� ' S" THK PAVING SLAB � I I
SYITH PE4 3/B" GWiVEL) I V!/ (�4�6" E5'! �
(�vP o� iz) (cEwTEREo) _ � � �
EXP JT `f - -I f - -- - �� -
I � -- ' I II -- - —
ING VlALL EL 834.50 lYP, UN6 �I EAP JT � � r
=R EL 834.50 TYP (TYP) r y I
� !.P £C 93J.D0 - 1
� ��;,.,..: � : I o � ���� � . �' �:-
SEE CIVIL DVlG FOft
PAVING AN� SUB-BASE
RE4L11REldENTS
VOIp FOR�.l
{TYP)
I
I
i��r. dz6.�
I
I CQIJPACTE�
STR�CTURAL
FlLl (iYP)
' � 2'-0" COfAPACTEO
STftUCTl1RAL FlLL
iTrP)
�
EL fT26_0�
I�
_ SLOPE
GEOTEXTI�E
FABR[C --
FL 8I9.50
SECTION �
ti/<" _ �'-�" s-aoi
REI.'ARKS
c':Eu H'f: C. ��O`iG
r„� er: K. araEr+oaaN
[i cnx'o ee s- enwi Sm1�h
55 CHIi'� �Y: �. CUREf
�. �,���:� E�� �heiN 5l�E<t. Un, 5�.5��:e �e2�
�ovta ar: Fon �:�onn, Tx rsioz
, ROVEAIBER 2021 TF;.[B177332-872�
22'-3"t
L1FTINC EYE Sl1PPORT BEAI�S
(ExTENpEp i0 FULL
LE�GTH OF DUILOINC) 5'lITH
L1�fING EYES (TYP OF 30
FrEs) (n.s x3Ps cnPnciTv)
{6Y PEh.iB 61FR} (Tl'P)
`' Et 836.50
�\ 6" THK
` GRf�VEL
I
�
NATCH BEYON�
� (FOR VALVE Rk610VAL)
{SEE nRC� 65'!C)
�
I
I
I
I
I
I I
EL 836.25
�� -
y�U
t FL 82'1..5� i
i
�
I
CITY OF FORT WORTH, TEXAS
EAGLE M�UNTAIN AND WESTSfD� WAT�R
TR�A7MENT PLANT WEATH�RPROOF ENCL05URE5
�dETA� BUIL�ING
PER 64FR
PILASTER
54ATERPROOFi NG
� (SEE S -301/NOTE 4)
SEE GRADING
�pWV FOR
ELEVATIOY
�_�
RETAINING 5'IALL
i0C EE. 833.00
�- CD��'T AflHE51VE 5'!5 (BOTTOFA OF 5'7�LL
\Ah� 4'lALL VERTICAL JOiPlT( (NP NORTH,
E/ST ANO 54E5T V'fAL�)
� 2'-0" CLAY CAP
\ /�6�12'
� 3'-6' S'1 x 3'-0" H
GRf��E BEfS��i
2'--0" �IA �RILLEO
SHAFT (lYP)
NOTE:
1. ALL PRR.�ARY 1dEfAL 6111L01NC FRAIdING IJEldQERS AN� Sl1PPORT BEAl,IS SNALL BE
GAlVAN2E� (SEE 5-1/STEEL NOTES).
Foa 2evi�•� o�sr
Tl-fIS OOf.lf��[IJT �5
f1ELFh5Eu FOI{ TryE
Pl1RPO5E OF REVIEI'f U;.DER
THE AVTViORITYpF
CNu:s FaR V:O':G
P E. 92(k9
O:1 IDfL912021_
R i5 �'OT Tp qF USEP FpR
FOR WFORIv4ATIONONLY ea�sra��nor�,a�oo:::caa
PER1.11T F'UfiVO5E5.
PROJECT �2�. D515-253979
STRUCTURAL FiLE NA�JE: 5342HSSC.�YlG
WESTSIDE HSPS S"E� "°.
SECTION S-302
3U% SUBivkITTAL - NOi �OR CQiVSTF2lJCTION
GC-4.02 Subsurface and Physical Conditions
TI-�IS PAG� LEF'T INTEN'�IONAI�LY BLANK
C['F'Y OF FO[2T 1VOIZ'I'1 C )f c.sl.sidc 1I �rler Tre«riuen! Pluilf I3uckrap Ge�reralors
S�'ANDARD CONS'I IZUC(�10�1 S€'I:CIE'ICA"CI01�' [}OC[Ii�4EN"I'S CIT}'PltO,lF.C7';1'Udf13f.;1d: 103d10
Re��isetf 1ui�� 3, 2f)1 I
� II�i3rlv:i�.4�r ,:����ir �.[ lat ,
Ir!,,.� ;i ::l �, :,ulf�
�, [ J�I� i;:l�iii�lo��.,-clti'li 1'
www.freese.con�
T�:
FROM:
QC:
Charlie Erwin, P.E.
Mike Shiflett, P.E.
Tony Bosecker, P.E.
SUBJECT: Wes�side Water Treaiment Plant Generatars
PR�.iECT:
1�7et��A
FTW21473, Electrical Building and Plant Generators
September 20, 2021
..�«�
_ ��'i� yo� Te�+�►
�,ty•• • !�� ••9�,*1
;. �:, ..,
/ !d_!.L $HIFI,ETT••
�..; ....................:..
���-rop'., 43783 ,'w,
���^''•�; ceris�-°.•\�? :
��Fr�.�•.....•�..,o -
os/za/zazi
FR��s�aNa NEc�sais, iNc.
TEXAS REGISTERER ENGINEERING
FIRM F-2144
�..�0 PROJECT DESCRIPTION
The City af Fort Worth is planning to add an Electrical Buildin� (�B� and Generators at the Westside Water
Treatment Plant. The Westside WTP is located at 12200 Old Weatherford Road, Fort Worth. The Electrical
Buifding wil! 6e about AD �y 80 feet in plan dimension and will be a precast concrete structure placed upon a
concrete slab. Three Generator Pads (GP) will be built next to the EB. The Westside plant is constructed on a
hillside that required si�nificant cut and fill during grading for the initial plant construction. The plant property
generally slopes (descends in elevation) from northeast to southwest decreasing in elevation as much as 6a feet,
with about 35 to 40 feet af ele�ation change within the existing plant area.
The EB and GP will be constructed on the western side of the property. There is an elevated ground area on the
northern side of the existir�g plant area where it appears plant canstruction excavation spoil has been stockpiled.
The southern end of this fill has been tapered down to the original ground surface. This southern end af the fill
is the pianned location for the �B and GP. The site plan (Boring Location Map) in Attachment 1 presents the
plant site and the planned �B and GP.
The purpose of this Geotechnical Memorandum is to provide foundation design recommendations for the EB
and GP. The scope o� work for the memorandum has included the follawing tasks.
5ubsurface core borings at the EB and GP site to investigate sul�surface conditions,
Laboratary testing an recovered sail and rock samples,
Founda�ion design recommendations for the planned facilities.
801 Cherry 5treet, Suite 2800 + Fort Workh, Texas 7fi1Q2 + 817-735-7300 + FAX f317-735-7491
Westside Water Treatment Plant Generators
September 20, 2Q2�.
2.OD FIELD EXPLORATIQN
� �;�:, .-i�;--���
' . � � fti'�I�;,",i�{�1�;
5ubsurface core bor9ngs at the site were conducted on August 16, 2021. WEST Drilling performed the borings.
Three borings were drilled as shown in Tab1e 1. Boring locations B-2101 and B-2102 were staked by surveyors
and graund surface elevations provided. Boring B-2103 was subsequentiy rE-ieasured from the existing stalced
boring locations and the property fence line. Latitude and langitude of the bore locations were determined by
hand-held GPS device anci verified by Google Earth coordinates. The ground surface elevation at 8-2103 was
estimated from topography. Attachment A contains a Boring Location Map and Logs of borings are presented
in Attachrnent B.
3.00 LABORATORY TESTING
Representative samples of the soils and rock were selected for testing in the labaratory. Gorrondona
Engineering Services �rovided t�e laboratory testing. Soif classification tests and shear strength tests have been
performed. The results of the laboratory tests are presented upan the logs of borings as welf as a summary
sheet and indi�idual tesi data sheets provided in Attachment C of this memorandum.
4.00 SUBSURFACE CONDITIONS
4.01 GEOLOGY
The Westside Water Treatrnent Plant is constructed alang a hill side. Along this hillside, as commonly observed
within the western side of Fort Worth, the Kiamichi geolagic formation crops out along the steeper portion of
the hillside with the Goodlanc� Limestone formation exposed along the lower elevatians of the hill, which is the
western side of the plant property. The EB and GP canstruction is planned within an area where site fill has
tapered back to natural ground surface and is underlain by the Goodland Lirnestone.
4.�2 GROi1NDWATER
Shallow groundwater was not encountered by the three borings at the time of drilling. Although seepage along
the Kiamichi/Goodland contact alang hillsides is common, shallow seepage at the plant site was nat observed.
`a
Table 1. Core Boring Information
Westside Water Treatment Plant Generatars
5eptember 20, 2021
4.03 STRATIGRAPHY
i
�_ i , �4 - � I : �
! It II 'r��f
As previously discussed, the three borings were drilled in an area where a soil stockpile has been placed and the
fill area is transitioning I�ack to existing, natural grades. It is important to remem6er the plant area is a sloping
site. The fallowing Table 2 presents the strata and depths at the three boring locations.
• Stratum 1 Fill - The fill consisted of dark brawn lean clay with limestone gravel and calcareous nodules,
• Stratum 2 Fat clay — Dark brawn fat clay with some limestane gra�el and calcareous nodules.
• S�ratum 3 Lean clay — Yellow brown (tan) iean clay with limestone gra�el �sub-angular), highly
weathered limestone
• Stratum 4 Limestone — Light gray limestane, wavy with marf partings, hard. Goodland Limestone.
The light gray limestone was encountered at about ele�ation 820 feet in each of the three borings. i'his implies
that although the graund is slaping the light gray limestone appears to be forming a relatively constant "shelf"
within the discreet area where the barings were drilled. The limestone was cored in 8-2101 for visual
identification and ta obtain a sample for measuring laboratory compressive strength, A limestone sample from
23 to 24-foot depth was tested and yieldecE a dry density of 146.6 pounds per cu6ic foat, and a cornpre5sive
strength (unconfined strength) of 44 tons per square foot indicating the hardness of the fight gray limestane.
The following image is of the recoverec! limestone core between 20 and 25 feet. The light gray calor is the
limestone with the dark gray wavy material being hard rnarl seams or partings, comrr�on within the Goodland
Limestone.
3
Table 2. Material depths in borings
W�stside Water Treatment Plant Generators
September 20, 2D21
:,�, P ;,�
. �:
. �
i�: -i
��� I;���'.-$:1 ={_-��
. , �� � � �� � � ' i n � 11 I + � ' �
� -��P� �] , �� .
'FY _. �y'�y � � Sy� h �,
w��,�i;���Y �, - '. � .1w 4 �
�
� '. a'Ir ;
py'�n,r:`1�ar:i;�1' :�yky';.,,y;:M1_,..K:��
, �a�d.. �.ai�� >��y y a.;.t^
4.04 EXPANSIVE SOIL MOVEMENT
The clay soils overlying the limestone are moderately expansive material. With fluctuations in moisture content,
the soils will undergo shrink-swell cycles. Ta add to the movement, soil creep in the downgradient direction can
also occur as the soils swefl and s�rink creating desiccation cracks ancf a slow �ut gradual down slope movement,
referred to as gravity creep. Gravity creep can be iessened or controlled by fiattening slopes, canstructing
retaining walls, slape reinforcement, and by continual maintenance af irrigation and mowing,
Expansive soil movements for the three boring locations have been calculated to range between Z% inches for
8-2101 and 13/ inches for B-2102, Boring B-2103 calculated to be 1% inch. These expansi�e soil mo�ements are
determined by the plasticity of the clay, the thickness af the layer, moisture content, and grave! conteni.
Hawever, due ta the measured plasticity and the sloping site, it does indicate that both shrink-swell and gravity
creep can occur afong the expased hifl side,
5.00 ANALYSIS AND FOUNDATION RECOMMENDATIONS
Soon after the core borings had been drilled, the design team met to discuss the subsurface conditions and the
potential options for the �B and GP �oundations. Since the site consists of fill and varying slopes as the ground
surface transitions back ir�to natural grades, it is anticipated that significant grading could be implemented to
achieve final grades for support of the EB and GP, Site grading will have to transitian ta the existing plant
roadway access as well as into a surface water drainage swale that parallels the roadway. 5ufficient room for
graduai earthen slopes, grade changes, and access roads would be required to construct earthen pads suitable
for support of ground supported foundatians for the EB and GP.
4
Figure 1. Goodland Limestone from Boring B-2101, 20 to 25 feet.
Westside Water Treatrr�ent Plant Generators
September 20, 2021
��.�"�"�-.�.�"w^������"�� ���
�' ��� �:�������.�.^..w �" ��"`�`*�:
�����
� ��j 3 � � -�: �„�� � � ��� `
! �1�I ,s���1����
Since the underlying limestone stratum is reiatively shallaw, this pravides the opportunity to transmit
cancentrated structural loads down to the limestor�e withaut addi€�g ground surface loads w#�ich could produce
surcharge loads along slopes. If the structural loads are not transferred to earihen pads the siCe grading can be
planned wit�out cancern that slope sta�ility and gravity creep could adversely impacting the structures. It was
therefore determined to use cirilled shafts and develop the site grading without structural surcharge laads near
the top or along slopes.
As �re�iously r�entianed, the top of the light gray limestone is a6out elevatian 820 feet. The final depth to the
limestone will be cteter€riined aft�r the site gradir�g has been planned. Auger excavated, straight sided c�rillecE
shafts shauld peneirate the limestone at least 2 feet prior to terminating the shaft excavation and prior tn
counting side shear (skin Friction). The upper 2 feet of the limestone (from aur FNI data) is slightly weathered as
compared to the deeper gray limestane. Therefore, after 2 feet of penetration inta the lir�estone, the driiled
shafts can be sized using 2Q ksf end bearing and 4 ksf side shear far the first 10 feet of limestone (10 feet after
the 2-foot required penetration). Based upon historic data (20t18 Mas-Tek Engineering Geotechnical
Investigation for the initial �iant design), th� net allowable unit fnundaiian loads for drilled shafts can be
increased after penetrating the limestane at least 10 feet. Ff�f recamrnends an additional net allowable laading
of 30 ksf for end bearing and side shear of 6 ksf, w�ich is slightly less than presen�ed in the 20�8 repart. These
net aliowab[e unit foundation values will provide a facfior of safety af 3 or trtore for sustained loads.
The expansive soil mo�ements previously discussed are not excessive but may �ary fram the stated ran�e of 2%
to 1% inches depending upon site grading and how ihe plastic clays are distributed though the fil[ area. �orming
a 6-inch �oid beneath the grade beams and flaar slab will protect the structure from pntential swelling sail
cor�ditians.
We alsa understand ihat transformers will be supporteci upon concrete slabs about 4 by 4 feet in plan and will
apply less than 1000 psf loading ta the sub�rad�. Well compacted fill or undistur�ed residual soil will sup�ort
the 1flQ0 psf but such ground sup�arted sla�s should not be eonstructed along or near the to� af slape. If the
transforrrter pads are 15 or more feet away from iop af slope and not placed on the slope, then �he ground
supported slab may be sufficient. Otherwise, supportin� the transformer pad upor� drilled shafts, althoug� of
light struciural loads, may be necessary to prevent �oad'tng the siope and lessening the potential for long terrn
gravity creep and slape movement. If drilled shafts are nat €ased ta s�apport the transformer pads, it will 6e
important that supparting soils be uniformly compactecE ta prev�nt settlement within the existing or new fil! (fill
wiil de�endent upon final site gradesj.
5
Westside Water Treatment Plant Generators
September 20, 2021
5.01 SEISMIC CLASS
The project site is Site Class C in accardance with Chapter 20 nf ASCE 7.
6.00 PAVEMENT
���•�,f� ' ..-� `� ,�^sy :�o-v
�� �
: � �� -
�
,� .,�,� . "
� • .�
�n .� :.. t 1��� � � � ���':..: �
The new construction will ir�clude a roadway for vehicle access to the EB and equipment from the existing plant
roadway.l'he new road wil[ be concrete pavement ta match t�e existing plant road. The road will most like{y
cross both cut and fil[ areas and may 6e supported �pon gravelly clay and fat clay. ihe concrete pavement
shnuld be supported upon a non-pumping subbase. It is recomrnended that the pavement subbase consist af 6
inches (minimurrt) of crus�ed limestone base material, TxC}OT Item 247, Grade 1-2, �ype A, compacted to 95 ta
100 percent af Modified Proctor �ASTM Q1557} density at a mois�ure content of -2 to +Z percen� ot aptimum.
The supporcing subgrade should be 6 inches o� soii compacted �0 95 percent or greater of Stanc�ard Proctor
(ASTM D698) density at a moisture content of -2 ta -�3 percent of optimum.
Based upfln the Record Drawings for the existing piant roads, 7 inches af concrete pavernent over "5 inches of
native crushed limestone" was required. �]ue to significant site grading for the existing plant, we assume that
cuts were exeavated in�n th� limestane and the (irr�estone rerrioved was allowed for use as subbase after
processing (crushed}. The existing roadways appear tn be performing satisfactorily. For the relatively minor
length af raads far the �Eanr�ed canstructian, it is recomt�tended that the su��iase consist af Item 247 crushed
stone since we do nat anticipate rock exca�ation.
The 7 inches of cancrete pavement also appears to be adequate.
7.00 EARTHWORK
General fill should be �laced in loose lifts not exceed9ng 8 inches in uncom�acted thickness. The fill material
should be uniforrn with respect io material type and moisture content. Clods and chunks of material shauld be
bralcen, and t�e fill material mixed by disking, blading, or plowing, as necessary, so that a materiai of uniforrri
moisture and densiCy is obtaineci for each lift. Water required far sprinkl€ng to bring the fill material to t�e
proper moisture cantent should be applied e�enly through each layer. Rocks greater than four �4j inches in
diart�e�er should no� be incor�orated within the fill material.
The existir�g hillside or slope that wilf recei�e fill shoulc� be stripped and loosened by scarifying or p[owing. The
fill materia! should be benched into the existing slope in such a manner as to provide adequate bonding �etweer�
the tiil and the slope, as well as to allow the fill to be placed in harizontal fifts.
0
Westside Wa#er Treatrnent Plant Generators
Sep�ember 20, 202�
�� .c,� ��.�,.,�� ,� � ,..,w �.;::
�``'^�`-����� �"�.� � �-��.�
K 3 �� � � '
� ��?�� i � i [ Py � W4 �� �:' ��; ..:.�
The fiil material should be com�acted to a rninirriurr� af 95 percent af the maximum dry density determined by
the Sta�dard Proctor test, ASTM D 698. ln conjunction wiih the cornpacting operation, the fiCl rr�aterial should
be braught to the prnper mnisture content. The rr�oisture content should range between two percentage points
below optimum maisture to three percentage points abave optimurn (-2 to +3). This density and moistur�
requirement is applicable to the existing soils and to imported select fifl (if specified).
Field density tests should be taken as each iift of fill rnaterial is placed. As a guide, or�e field density �est per lift
for �ach 5,000 square feet of cornpacred area is recnrnrnended. Far small areas or eritical areas, the frequency
of testing rnay need to be increased to one test per 2,5�0 square feet. A minirr-rurr� of iwo tests per lift should
be required.
Each lift should be compacted, tested, and approved before ar�oth�r lift is addec�. The purpose of the field
densiry tests is to provide some indication that ur�ifnrm and adequate compactian is being obtained. The actual
quality ofi the fill, as campacted, should be the responsibiiity of the contractor and satisfactory results fram the
tests should not be considered as a�uarantee of the quality of the cantractor's filling operations.
8.00 L[M�TATIONS
This Geotechnical Memorandum was prepared specifically for use by the City of Fart Wor�h and Freese and
Nichols for this Wes�side Water Treatment P1ant �lectrical Bui[ding and Generatar Pad project and shall not be
used for other prajeets or purposes. This repor� has been prepared in a manner cansistent with the levek of care
and skill ordinarily exercised by other m�mbers of the er�gineering prafession practicing in the sarne locality,
under similar conditians, and at the date the serviees were provided. Freese and Nichols, Inc, makes no other
representation, guarantee or warranty, express or implied, regardin� the services, communication (oraf or
written), report, opinion, or instrument of service provid�d.
T1�e 6orings in this Geotechnical Mernarandurn cnnrain informatian related ta the types of soil and rock
encountered at specific locations and times and show lines delineating the interfaee between these rr�aterials,
The logs alsa coniain our field representative's interpretation af canditions that are 6�li�ved to exist in tt�ase
depth in�ervals between the actual samples taken. It is nnt warranted that these lags are representative of
subsurface conditions at other locatians and tirnes.
ATTACHMENTS
A-Vicinity Map, Boring Location Ma�
B-Logs of Borings- 5-2101, 8-2102, 8-2103-3 pa�es, E3orin� Lo� Legend- 2 pages
C-Lab Results-8 pages
7
Westside Water Treatment Plant Gen�rat�rs
Sep�ember 20, 2021
ATTACHMENT A
��,��� ��"=�",�".`� w _�.�,,,
�
����-��� _�-'� ti.- �
�3
v
� �� ;�� 1�� �w.�.,a ..�.
�� � � � ��,
ViCINITY MAP, BORING LOCATION MAP-2 PAGES
� � �s -���� �
�__- �-��� - _ _
1 gil ' ' �� ' ``~ �r .
f : ir- s J[s s".
1 �" �i � 1 .�'.�\ ,.`!i ���'��.
� �r ` ' . `.�t... w , � �
(}��y � . � ► : � s " � � . �
�.. . V�-.' � e '= , '.`, � .
�s - ca � _
� •�l - . ���y i �a.��� CSJ ��
1 �.
_ , ' -, �, "� -,-�-I. `5.
, v .. - ��'�s� ��•f-�%'
����`�r.'i� • ?F � 1Rrt� �
w
w
z cn g .�
d
. � >��,,
�. �]�. ' � , � r `. �i;.� (�.3 rJ , , �`'- . ' � l �
��' �•:� �� �-��`;; - :< <:
; - �# . - - ��},;� • � � �. . n ��j , :
r � �,
•'4 - ��' ; � ;' _ s ����,'' - , � � �
� � - � c��+j : ; �� c�� � - - �
�.,.� } : � � j ��_ �� � ,y�: : ' . _ �t `. _
�.� �� �� �.!� � -� �-f � 'I _ �,� ,. � -: .
i�'�� "" -� - - �' �� -_' � , ��
�
�
s
9
�
$
�'-
�
`�_
2
�
��e�� � � :-z�+��.. � i I + ; !�` � 'L- �� �y "�: .¢.�;
`'' ���;`' " `� 4 � ��+� �� - �� ���
-,,,�,�� 'r'��� � �_� � �� . � E � , ����
�tr ��:�` ..�: ���...�-�; .. � - _ . ,
w ;
�� � 1 � ' `4� � �k. _ i , 1
r J �s � �.�' y !1:?;7 � i
�� I � -��'f ` �� ifJ} �� `, � ' i r �} r" ' .
� i }� .� �iAC/iF w �� �.''n'`"" q' � � _ - � I �'� �ii ' ±v i
r �r � �.,..a • • �6'� i �,,. `_ " . . � ' � �� . �►
. -^��.�' '?��°+' � . �� _f V{
.�--�.
�'�4fi Y •r r ` 't f ' ��f� - - . �+ - __ , '� c (z
} �- � r•; L F `' �
��,4 } , � tl� z � � r
- . �i �'�� �A S1� - 1 ,L�.i'=�rj� ,.
- � `r � � �( l� ' '-.�: :�
, Y � l • I �_! � . ' , ��i,'� t ' � . _ _ . . _
i9►����' . S '�'~' �'*� . r;� �_ ,.�7`3 re�.�°!�F�. ����?# ��'�
���t_'���� f�J r�y}- 1';� i ` :: , _ �
��+ �� • l _�f`� �f�? ,� ' . � _ _ _ 1 Y-� r _ ..
a � • �y '�rj�� �i (<}y..,c y ; n� �` , - =� ;
. •� ��5�?- ��`��''"�,� �'"� . -� � ,�c ;�"t�?. . f, � � �� :��,� �''��'�-:t��-�yj _�
r�'S� � ti. t . . � s � , _i'�, . �- ��`� ' �d� �
- �C ,�s^s _ � <�, ;'�,a�� t t. s� � : - � '"�--� .
- 'c 4T� .� I �� .t. � s • � .�,-_: .. .,..._ ��,f s� �_— � �
/ -�rsj N . a . •+ti' � ,� R+i �.,a . `+ � +
- �,S �� %� �� . Y •�i � ��•*�-r..,;. F � t��}� C�f _�
� . j�r' tf •f -. a � '_ •' , r�� ---
�. 1^ � r , � / ' _.` `•, :' ..�-.� . �'� � . ��� ,��'-'-�-;._ s '
.", _ r - r�`� ; "'f � J. _� .T.;-.`.`+� • �� �.-+�.
1 ��r i - l "� � _ 1�--� `t _ 4+� - F� �
- l�_V r�—''7..1 ' �"f f El � ! � 0
�i�� ..,� _ ' Y:� 1� � � . _ �-' x.
. y�i �-3 �-. C•� rf - `.7..} ' - t . - ' - „r- � ��- ��
_ �, ��� � �� ,�' � .�� � . . � � '!t "i
� `� • � � � �
�I, � - $,-.. � � " t' L - ( i �.�c+^-'F�d
� � •SY,I +"� -`-~_ ' f��f:-
��4 �f: . � �� .
- " $� +��'' � - ; _ .. ' L , �, L �
� ! • � x .� - � _ � '�
- � � - � ~ .t°Yi �
,� ..... � � #�' �•t,
,. ���� .'c- `Y�,-�, �� ' r �
�`._ _ ' �-.-. . s.. � ' ' s �k
�f� � ��i1. .. E - ��_ � ..+"-
' t�i�.�? + - tr; i� t •.- �� -. �, ._, x' -
� �;;;; t-' ' ",�'-74.,� �"' i j�
.� � } i � � '!� '� ��--
ds {i� �T�;�., �. -�--
,, iU c(.�� ' ��' :
� - ���y�..�1�' ' " J�'-0 • _ }{ re
' e� � � - � r S_1 �.r �" � _ k�5� -. ,�,J��K �. _ ! v�
_ •�'
�
�
O
�
�
v
�
I�R
V
�
�
iC
Ya
.r
0
� �
�
�° �
o �
� �
U �
N
�
�
�
�
�
N
�
�
W�
��
W
�V
LL�
�
�
M �--I
f� N
� O
�-I N
N i. ,
� a
�
� �
v
+�
Q
v
�
Q
N
�
�
0
��
;�
w�
w
��
� �
��
O
ti�
�O
��
w �
o Y
�
d - a �
� a °C �
w
H
� N
a
w
�.
0
+�
�
�
v
�
ar
c7
� �
c �
� �� �
r +� �
� v n
� � �
�° ,4,,, u
o � �
t� H �
�
L �L
�
(� m
�
�
�
��
�
�
�
�
W�
J
W $ n
�` � �
w a
�61N W� x
� � F
N �
- � O
� S �
U t-
K
� O
� N ��j
�i Q `
ci N
f�f �
� �
F- A
LL �
Q1
�
d
41
N
Wests[de Water Treatme�t Plant Generaiors
September 20, 2021
ATTACHMENT B
�����,:� ������ � �_:
�����A::." �'S'�;,�,�,�����,;j
"""`�-�-,.�:.� u.����,� �.�
�� .� ;�� � �� ��
� t � �� ����
�� �; 1 ����I���i����„� m
LOG OF BOR�NGS B-Z10�, B-2102, B-2103-3 PAGES,
BORING LOG LEGEND-Z PAGES
PREESE �pG OF BORING NO. B-2�p1
'A �NICHOLS
Project Qescription: Westside Water Treatment Plant Generators
Project Location: Fort Worth, TX Project No.: FTW21A73
❑ate Rrilling 5tarted: 8/16/2021 Phase Na.: ****
Logged By: p. Rohmer Orilling Co.: W.E.S.T. Drilling Date �rifiing Completed: 8/16/2021
Rig Type: CM� 55 Hammer iype: Aufomatic Dri91 Method: HSA
Latitude: 32.iA3266 Longitude: -97.533037 �levation. 836.7 ft,
SAlVIPLE o � �, 9
x > w
� `^ ��«' o � w � �w F � Z c�'u� � �
a � o a�� � � � MATERIAL DES£RI�1'10[V o�� o o u��� `a` Q
a � 3 ��a o � `� W o 0 0 � � � Q� z �
o �oa W F r- a=' � � �� ¢ w
m x�a °e 3 z °. � a
� �
3-�.7 LEAN CLAY, dark brown, gravelly
SPT-� ��z) {angular}, stiff, shale particles, FILL
io-sa -light yellow brav�rn {ianj below 2 feet
SPI-2 (16j
4_q_� FA7 CL4Y, dark brown, stiff to very stiff, a�a3z.�
5 Sp�ra �i�; with calcarenus nodules
832
U-4 3,Q {P) 18 25 88 72 23 49
u-s 4.5+ (p] 31 LEAN Cl.AY, light yeE[ow brawn (tan), very 9�6�7 7 �g 116 3.1 6.6
1� stiff, occasional limestone fragments 827
U-6 3.5 (P) 36 kS 121 68 37 16 23 2.3 6.4
15 gZZ
LIMESTONE, fight gray, hard, wavy wit� i�Ig19.7
marl seams and partings, fossiliferous
pra solz.00�
zo s�7
C-1 99 99
7 147 A�i.B 1.5
z5 TaYaI baring dePth 25.0 ft. 8��
GR(}lI�ID ��'r1'['[�.l� DI3Si�.IZVAT[ONS Remarks:
Boring advanced to 20 feet with Isollow stem auget; dry to 20 feet.
1�[EAS[JRE�4EVT _ At Tinie Of Drillin � At End of �ri[[in = Ai}er Drillin � water used ta core rock �o to zs feet. aackiilied upon completion.
I�t1T�
I7GPTi[ (li.bgs.)
NOTES n��� i��,,
The stratification lines represent approximate strata boundaries. In situ, ihe transition may be gradual.These logs are su6ject to the lirriitations, condusions,
and recommendatians in the associated report. S�eet 1 oF 1
�I� N�CHOLS tOG OF BORING NO. 8-27.Q2
Prnject bescriptian: Westside Water Treatment Plant Generators
Project Location: Fort Worth, TX Praject No.: �TW21473
[3ate Drilling 5#arted: 8/1b/2021 Phase Na.: ****
I.agged By: D. Rohmer Drilling �o.: W.E.S.T. bri[6ing Date Drilling Cnmpleted: 8/16/2021
Rig Type: CME S5 Wammer Type: Automatic I7rill NEethod: HSA
Latitude: 32.7A3572 Longitude: -97.532811 Elevation: 838.8 ft.
SANiPiE a a w °
W � �
,,, �'t z x t� > F'= �= o ,� � � .�
� ~ wa , � J �,w„ l7 yw � � Z aS � Z
� Z Z"" i- Y q � ,� W v1 tn —� "r Q F Q Q
� a o a� W �; o � MATERIAL DESCRIPTION o �� N �� � o W 4 a
a�� � �
fl � � Z�Q O � `n w A\O � � � u� Z
� = b�a' uvi F- F,,,, Z -� a a l.i � a w
� Z
r.a F o °C 3 7 � �
GRAVEL, light gray, very dense,
s�r-i lZ{47�23 •�' (limesione gra�el), F{LL
.s
SPi-2 4-4-6
FAi CLAY, dark �rnwn, stiff to �ery stiff, r�s�aa
{lo� calcareous depnsits
5 U-3 3.75[pj 26 23 104 44 68 25 43 3.2 4.4 ��4
u-� 4.5+ (p) 38 ��AN CLAY, yellow brown, stiff to '183'.$
medium stif€, occasional limestone gravel
u-5 3.p (p] 34 17 114 71 39 19 20 1.8 3.4
10 $Z9
SPT-6 Z-Z-S
i�i
15 824
sPr-� so%i �s��
LIMESTOIVE, light gray, hard, wavy with ��laia.s
20 marl seams and partings, fassiliferous g�g
SO/0.25"
TCP SD/0.25"
z� Total 6aring dept� 25,0 #t, 8��
GROUiVD �VA`I'[:IZ �l3ST,12'VA't'I�iVS Remarks:
Boring ad�anced to 25 feet with ho[low stem auger, dry. 6ackFitled
NiEASUR�Iv1ENi' _ At "1'ime OfDriilict � flt Enct of T)rillin � Aiter t]c•i]]i« � uponcompfetion.
DATE
DEPTF[ (fi.f��;s.}
NOT'ES 1)i�� [�n�
7he strati#ication iines represent approximate strata boundaries. In siiu, ihe transition may Be gradual.These logs are subject to the limitations, conciusions,
and recommendations in the associated report. Sheet 1 of 1
FREESE �o� o� so�iN� No. �-z�.a3
�I �N[CHOLS
Project Destriptian; Westside Water Treatment Plank Generators
Praject Location: fort Worth, TX Project Np.; FTW21473
Date �rilling Started: 8/16/2021 Phase iVo.: ****
Logged By: �. Rohmer brilling to.; W.�,S.T, Drilfing Data �riiiing Campleted: S/16/2021
RigType: CNfE 55 Hammer iype: Automatic �rill Method: HSA
LatiYude: 32J43746 tongitude: -97.533143 Elevation: 837.� ft.
SAMPLE � �
� � x �
w � �
� � ti�a� a` p w � �w � � Z uv'i� � Z
a a Q � W W ,''a� ` g MATERiAI. D�SCRIPTION o 3�o o ���� LL °
a � " ��� � � > u y a,., � �- u pW ¢ �
� Z�j fl � � w o `d'.O � � � uF � ,,�
0 a0a u, F F z a � �v, q w
m ��o � 3 z °' � t.�.
F � �
LEAN CLqY, dark brawn to light gray,
u-� a.s+ (Pj 35 hard, calcareous deposits, FILL Zfl 73 40 16 24
u-z 4.5+ (Pj 17 fAT CLAY, dark brawn, harci, wi#h 3�B3°0
[imestone gravel
S u-3 4.5+ (Pj 19 sls3z.o $�Z
LEAN CLAY, light yel(ow brown (tan} stiff
to medium stiff, F�ard, calcareous
deposits
U-4 4.5+ (PJ 38
U-5 4.5+ (PJ 29 12 124 5Z 39 1& 23 2 6.1
�� 827
u-s a.5+ (Pj 39 17 12a 0.8 2.6
25 82Z
LIMESTON�, Iight gray, hard, wavy with �e.S�azQ.s
marl seams and partings, fossiliferous
A-7 50/0.25"
TCP
2� 817
rcr so/i�
�5 Total boring depth 25.d it. $�2
Gi2OlJiVD �VATER 013SI+�RVA'I'lONS Remarks:
�a�ing advanced to 25 feet �•fith hollow stem auger; dry. Backfi[led
VIEASUItE11�lENT _ At 7�ittte OFDei[[Ftt � I At I.�tt{ oFDri�liu Al�et- D�-illiu � upon completion.
�]A`I'E
DEP"I`I�l (Il.bgs.)
I��OTES Iln� Un�
7he stratifica[ion lin�s represent approximate strata boundaries. In situ, Yhe transition may be gradual.These logs are su6ject to the limitations, conc3usions,
and aecorrimendations in the associated report. Sheei 1 of 1
BORING LOG LEGEND AND NOMENCLATURE
U — Undlsturbed 5ample {tube)
A -- Auger Sample
CS— Continuaus Sample
C — Rock Core
Abbrevlations
SPT — Standard Penetratian Test
7CP--Texas Cone Penetration
C�A — Contlnuous Flight Auger
HSA— Hollow 5[em Auger
NT — Not Testable
NP — Non Plastic
ATQ — At Time of Drilling
A�—Aker Drilling
General Terms
Term Description
Blnw Counts Results from either the 5tandard Penetration Test {SPT} or the Texas Cane Per�etration (TCP) test.
Recavery Length oF sample or core recovered divided 6y the total length pushed, driven, or cored (expressed as a%J
Rock Quality Qesignatian (RQD} Cumulative length of unfractured pieces of core material more tharr 4 inches in length divided by the total
length of material cored (expressed as a percentage]
Consistency of Cohesive Soil
Descrip4ion Comp. Strength, tsf Sf'T Blows TCP B1ows Criteria
Very SoR < fl.25 0— 2 0— S Sample sags under its own weight and is easily deFormed
Soft >_ 0.25 —< p.5 > 2— 4 > 8— 20 Easily pinched between fingers and remolded with lighk finger pressure
Medium 5tiff >_ OS —< 1.0 > 4--8 N/nra�Txoor {mprinted easiiy wittn hngers and remolded with firm finger pressure
Stiff > LO �< 2.0 > 8— 15 >2a — 40 Imprinted with strong Finger pressure or indented easily with fingernail
Very Stiff >_ 2.0 —< 4.0 > 15 — 30 > 40 to 84 Light imprint fram finger ar light indent with fingernail
Hard >_ 4.0 > 30 >84 difFicult to indent with f�ngernail
Apparent �ensity of Cohesionless Soil
Description SPT Blow Caunt Texas Cane F31ow Count
Very Loose 0-- 4 0—$
Loose > q— 10 > S— 20
Medium Dense > 10 — 30 > 20 ta 80
Qense > 30 — 50 80 to >_ 5"
Very Dense > 50 0" to < 5"
Soll Structure
Qescription
5tratified
Laminated
Fissured
Slickensided
Blocky
Lensed
Homagenous
Criteria
Alternating layers of varying mate�ial/color with layers >_ 1/4-inch thick
Alternating layers of varying rnaterial/color with layers < 1/4-inch thick
ereaks alor�g definite planes with little resistance
Frackure planes appear polished or g�ossy; shows movement direclion
Cohesive soil that can be broken into small, angular lumps
Inclusion of small pockets of soil that is different from dominate rype
5ame color and appearance thraughouk
Moisture Condition
Description Criteria
Dry Absence af moisture, dusty, dry to the touch
Moist Damp but nn visihle water
Wet Visible free water
Textural Adjectives �
7exturalltem �escription
Pit Pinhole sized openings
Vug Small openings �p to 4 inches in size
Cavity Opening larger tnan 4 inches
Honeyeomb Numeraus ancS grouped pits and vugs
Vesicle 5mail openings in volcanic rocks
��FRE ESE page 1 of 2 �oAYrighl Freese and Nithols, In�., Version l.d �Septemher 8, 2014�
�N�CHOLS
BORING �OG LEGEND AND NOMENCI.ATUR�
Grade
Very Soft
Saft
Hard
Very Hard
Extremely Hard
Approx. Comp.
Strength, tsf
<�D-1�0
100-500
500 - 7000
10f10 - 2000
> 2000
Approx.
Fiefd Test
TCP Range
>6" Can be peeled with pocket knife, crumbfes under firm blaws af geological hammer
4" - 6" Can he peeled with pocket knife with difFiculty, indented by firm blows of gealogical hammer
1" - 5" Cannot be pee[ed with pocket knife, can be fractured by single tirrr� 61ow of i�ammer
0" - 2" 5pecimert requires more than one blaw of geological hamrr�er ta #racture it
0" Specimen requires many blows of geological hammer to fracture it
v -
�M.^-�--���"�"% �" �`''�... ^..,�'��/"'�,-.�,.�y ✓r� �� '�.�'� � r , � �' . _ "�, � � „ . �✓'�' �,� ' �w��"` .
. m
^i � -�� �y����. ��MA��%��, � � ✓� wi '� �� � $�'�� �.��" ���` � �.-^^- -' �%/ � ��-�'-"�'�„�, ;:� �.
�
k � -,
... �.,� r-i��......: ,v-wvs ., . "�"✓ s v.m �'N.,..� ��/�.�».�s�._...y^�..-_..r�r���--::,,.....r,.,a,a� " .,.Y':'�-
Description Criteria
Unweathered No evidence of chemical or mechanical alteratian
5lightly Weathered
Weathered
Ftighfy Weathered
becomposed
5light discoloration af surface or discontinuities; < 10% volume altered
Discoloring evident; 1Q to 50% af volume altered
Entire mass discolored; alteration thraugh majarity of rock
Rack reduced to soil consiscency with some rnck-like texture
�...� r�'� � `"v �a?'��"�N��`�'.�...,--� � �,��'M'�`"'��.r;�' �.✓'r � �' * ;,; er '� - " ,�..<,.�'M„�..,,-� .;;�,,,�^-.�."�-:�=:..,,.-.�.:��.;rw' .,.w ..,,,. �, �-- � .,,,���,G..., ,„,
✓.,.�'"'..y���-'�.r - �,�.,'"-�..,,<..„„��'.��'.c — r'` x'�,.."" �`"��� ��ii�' .� � - � {�� .a�'....�. „�.�� �..y.��-�,,, ��-., � .� ' _�-�„i���,-.--•.,.,,r _''c, � ,�✓�
� ..�,..� w,:,-a�""+�'� ..- ,. ,�: ,.- W. � .w.,.. . .r,-m � � W.-. .'�..���.�`..,�...��.,:..�.--.mmc�:^"����i� ,.,.��� ...� . �-�r,.-�".r^�� --�.�r.:,..✓�'� �Ji^-'�a--,�.�„y� ..
,,,W..i-�„y,° ��.,�-.�.....---.. � .. v.,�::'..,r�r,.z....-_......
�e$Cflj7tl0[t Criteria
Laminated
Very 7i�inly Sedded
7hinfy Bedded
Moderately Bedded
Thickiy Bedded
Very Thickiy Bedded
tv�assive
< 3/8 inch
3/8-1 inch
1 ineh-4 inches
4 inehes-1 fnot
1 foot-3 ieet
3�- �0 feet
> 30 feet
�-�,' �=�.--.��"�,� =„�..�s�" � �°`� ; �"'..��� � ,a'� ✓ �.r.^�.,.r� ., � �y� w ��'� �.'e�`...f` �',,,,�p+., —}-ry�.."�:-�{ '", ^r s �" = -..>-'y""�y `�' ,u..�r-,- �;-^'r.... �„ . . � . .
N�...�;.^�%:.-.r,�^�•.�r�.%'Yr`''�,r��'�"?�w.-�✓,,-."�-"�.-,2v�-",�.�,..,:....'�'.�'a":�.::....:�,��.'�i^�����A�"�����F�"^'`��.'�"�,�.=i'S� "."' �� �✓r -�.,""'."',�.r�'"��'""'�a�..�-'��^,�'�✓��..=�'��''�T`"�.,��
..,.,., . ,,,...�-. _ ,✓ ��,�-,.,,-_•_ _,_...,., a-,�:,,a� �..�,.:�;�.;.�...._ �..../�.'�N��r'rY�.:..r.,.,"':�-�-'�,-.�=:-�-;�':-:-� '.�,�„ r,. -:,
..,.:r.>.,-..,�"� ,.r.r�,.�
Graphic ftepresented Soil7ypes GrapMic Represented Soil Types
ti'.Sr{
Fat Clay, Fat Clay with sand, Sandy Fat Clay :{{{?;; Well-Graded Sand or Poorly-Graded Sand; little to no Hnes
r.r.
� Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay � C#ayey Gra�e1, Gravel-Sand-Ciay Mixtures
� inarganic Silt and Organic Silt � Silty Gra�el, Gravel-Sand-Silt Mixtures
ij�.; �;�
',♦�/ Clayey Sand, Clay-Sand M€xtures � Well-Graded Gravel or Poorly-Graded Gravel; little to no fines
� Silty Sands, Sand-Silt Mixtc�res F'sll with SigniHcant Debris vr Deleterious Material
Graphic
�:_i._i.
�
' �%/
Represented Rock Types
Limestone, Shaly/Marly Limestone, Limestone with Shale
Shaie, Shale tivith Limescone
Mudstone
Graph'sc
�
�
����
j.. Y
Represented Roc[c i�ypes
Marl, Marl with Limestone, Mart with Shale
5andstone, Shaly Sandstnne, Sandstone tivith Shale
Generic Bedrock Symbo4
* Combined graphics may be used for dua! classificatians. Not a11 graphics represenied. Refe: to lithology description for soil classificatian or rock type.
��' E'�S'E' Copyrigh[ Freese and Ni�hols, Inc., VerSion 1.4 (5eptember 8, 2014}
■■ <N�CH0�.5 Page Z of 2
■
Westside Water Treatrr�ent Plant Generators
Septernber 20, Z021
ATTACHMENT C
��,a �� ��,� �-.,�.,� �.��. �
��� �� �: � ����
��-����� ��
��� � �` �� �.�"�.
�� ���:� ��4 ��������`r ��
LAB RESULTS-8 PAGES
UNCONFINED COMPRESSION TEST
�
ui
�
�
a�
�
.�
�
a�
�
�
0
U
� F �
I I � � E t I I
� .... � i __. � � . _i i .. E. . .. ... l �....... � � ..... .... I -----
__ � I .�.... .. .y..
E ° I � 3
� I __.. _;. � _ ._ �. _ � i - _f � I- _ - -
! � � ! � ! ! � E � J
� . ..... � ... � -- -i �- -- . _ �� � 1 L --
� E E I
I I � �� I i i ; j_ _ �_ I 1.
, ;
3 3— ' --- � � � � � i . � j . _ � —
�
� ,
?_ �_ � .._.! ; I � '--- — —
� . � --
i I i 3 — � I
� .. _ i i _ I _l . � � � — I — i � --
� � i �
i !
� �— ---i —i -- — �-- � ---1 — � --
,
�, i
�--, �� !1- �_�� �
� -- � ,
- �-- '� � , � , : . --
2 !, � � __� I � � i [
�— . _ � _ . � � ........ � , ._...- +--
, i � � ._.
__
' -'--
i _ _i _ _ [ { ___ i T__ �
I � --I-- -- :.--I
, ... . --�— --�- -' ---
€ � � _ � �
,
-- - -- - -- _ 1 __ : I I _
� c I, .
l� �' -� i � E� �
1 --�— - ---- � .... . _ � � . —
I E i � �_ j �
i � � E � � ..;.----
_ _.._ � .... _._
� '
� � . ._.._. _.._ _.___ i- ���-- ��1- - - ._ L � �__ _ _` _.. � ._.. .
- -!- �- -- -- � � � _ � : �
-
,
o I ;; � � I i_
0 2.5 5 �. � ia
Axial Strain, %
Sample Na. 1 �
Uncnnfined strength, tsf 3.1D92 �� i
_. __ _.._..._ ----- ------- ------.. __...._ ---....._ _ _ i _ ----
Undrained shear strength, tsf 1.5546 j
--- ---- ----- -- -- - _ _..._..-- ------ -------
Faifure strain, % 6.6 1----- ------
, ----
-- --- ------ --- ---- ------ __ _ - --- --- i ---- - - - __
5train rat�, %lir�in. 1.00 �
Water cnntent, a/o 17.5 � �
_ _ _ _ -- - --- - -- __ _ _ _ _; �. .. .... . ....._....... .
Wet density, p�f...... _ 135.� i �
__ _ _ __ ;
�ry densiry, pcf 115.6 � �
- --- _ _ _ . . _. _ .. ----- --� ------- ----.... � __._..... _........ ; . .....
5aturat[an % � N/A � �
Vo[d ratio _ _ - - - -- N/A I -- --
--- -._ i - C � -
Specimen diameter, in. � 2 7G �
_ __
- -- -- __ -- -----._ __._.. _._.._ _
Speci�nen hei�ht, in.__ _ __ ; 5.73 - ' _ [ __
- -- � - ------ -- __ .__
Heightictia�neter ratio 2.OB -; € ---
Description:
LL = PL - PI = G5= Type: Sk�elkzy Tube
Project ND.: FTW21473 C11ent: Freese & Nicl�ols, I��c.
Date Sampled: �8/16/2021
Remarks: Prnject: �'or€ Wo�•th Westside ENTP (rTW2.1473)
Bulge Failu�'e
Figure
LOC�tIOC1: B-2101
Sampie NumE�er: US Depth: (8.0-10.0) ft.
UNCONFINE� COMPRESSION TEST
Gorrondona & Associates, Inc.
�ort Warth. Texas
Tested By: Se�n. Checked By: SS
UNC4RIFINED CC)MPRESSION TEST
4 ` i__ �_! I I 1 I 1 I i.....----
, ; , .. � , ..
__ � �_ f . I I
i . _I_ � � . 1 -- 1 . , -_ -
`I � __. I ,: I I �. � .
!
_"__
.___. 1 .._ .___ j___ _.II .. . .�... i......�...... � ........ i ................� l-'_'_-_'-_'
�
` I
� I I I I I I � _ -
1--- i �..... l �
{ � I
I i
3 i. I i I � I �_ I
�. ; . _ _ -- .. -- -- � .. ..
� � ; i ; � 3
,- � ' , ;
. i ... '. .. � . _ 1---- = _ _ ! _:_ � ; i __
, !
, ; ,
N ---- _ - --. � � I
� , �
� ��
N ;_ � I_ i 3.. � 1 1 ,_. I..
�
+-� ' �
UJ •--._ , ' ' ' -- - ; 1
;
� E _ � -
i
, _ _�
> 2 ' _ , ; _._I..- - -- - --' i
_I ;
� � [ _ 1 � � �.__. '
_ : �
-- -- �
N �
�' i
n. -- - -- --- -- -- --- --- — -
� � ; 1
a _.. --... , - - } � .. -
ca i �� - �-- € --
� � � i -----
�
1 -- -�- - ' -- � _ ._ f ' --- --- � 1--
l i.
...... � € _. .. E :
- I-- .- -1-- � . I = ; _---
' I'�
{ � l � E 1 -----
, ,
� l.""...._.._ : - J .......... . I . . . _ I .. - _
I 3 I
_ I _ _ € � i
i _ � i I� --- ---
- I ? - = I � � � ..
' I I 1 i
�
� l �--I : E ��. j 1:
�
� ��
o I I I�
o z.� � �.� � �.o
Axial 5trair�, a/o
Sample No. -- �i 1
Uncqnfined strertgth, tsf �2.2667
_... ------- ------
Undrained shear strength, tsf ' 1.1333
__ -- -
�aifure strain, �/a , 6.�
---- ----
Strain rate, °/olmin. �' 1.00
Water content, % �! 15.0
Wet density, pcf ' 138.9
� :. ...........
_ Dry density, pcf_ _ � 120.8
----- -- -- ---- ------ .
Saturatian, % N/A
----- __ ...............
Void ratio , �' N/A
_- - --- ---- -- --- - -
5pecimen diameter, it�. __ ',, 2.77
_ _ ___ _ __ _ .....- ----------..
Spec�men height, in. _ , 5.73
- --.. _... _ _ -- -- --
Neightldiameter ratio 2.07
Description:
LL = 37 PL = 16 PI = 21 GS= Typ�: Sl3elby Tube
P�'oject No.: FTW21473 Client: �'reese & Nichols, I�lc.
Date Sampfed: 08116/2oZi
Remarks: Project: F€�rt Worth Westside WTP (F`I'W21473)
Bulge Failure
Figure
Locatinn: B-2101
Sample Numh�r: U6 Depth�(13.0-15.D�ft.
UNCONFIN�D COMPRESSION �'�Si'
Garrondana & Associates, lnc.
Fort Worth. Texas
Tested By: Sean Checked By: SS __ _ __ ___
UNCONF�NED COMPRESSION T�ST
60 � � z , i j '� � '
I E
: _ _ . ___-_ _,_— - — -- �---_
€ E f —: f � � � � I i � �� �
� � �
� ` . _ _ � -' --. _ � . -- — --
f I i
I t �
- �-- . --1- -�- E 1 �
�_ � _ i ;
��€ ;� � E
--- � ; � � �. � _ i
� � ; � _
a5 _ _ _ _... , I _ �.._.... � --------
; 4 � �
� -- — �--i —
.,_. _ - _ _ _ , i
� � ` € I � ' ' � I I —1
_ ' -' `- � -- -- -.�-- -._. i � .._....._ � _. 1----
_. — I � . ..I
N -- i � I-� _ _ _ �
+n i i _ i I
�, � � � _ i i � ,
� � �
,__�k �.�
1 .�
� 3a � � I _ . - , --- � ---r -�.__�.--
.� � I r i
Q_. I _.. ' I _ . - -_.... _ _ _ ._. .-_ � S -- - _
I I
L � �._._.__ _ 1 , I
I_.. I _ ,I+ i _._. � __..._. _._ _.....
� -- --- � - - I � 1 �
g i , I ` �� � _-
� ----. � � : . � . _ _ G I � � '.
i ; _.
,
, _ __ �---- -- � = -----
-! } ---- � _ � �
�� , r _— j
� �
_ _ I � i-3 -- --
E � � � I i
_ _ _ _.. __ � _ � __. _ _.. - ---
,
. ..
f
E_I- �_ 3 I ,I � �,.
� - -- - _ _ _
� i I
3 �
..... . . l. . -�__ ..__ I �.. i �
� � � I
I _
i E ' I I, i
Q i
f� D.5 � 1.5 2
Axiai Strain, %
Sample No.
Ur�confined strength, tsfi
Undrair�ed shear strength, tsf
_ _ _
Failure strain, fl/o
Strain rate, %Imin.
Water COn#ent, a/a
------._ _..... --- ..... _...
Wet d�nsiry, pcf
Dry density, pcf
_ _ - - -- -
Saturation, %
----- .. ------- --....-- ----- -- ------.._..---
Void ratia
Specimen diarneter, in.
_ -----
5pecirr�en_he�ght, in ----- -----
HeighUdiameter ratio
Dcscriptinn:
LL = PL =
Project No.: fTW2 L�t73
Date sampled: aa�ts�zozl
Rernarks:
�igure
,, � �
}� 44.7667 � '
I --- _._ __.I!
_..._ _..._. --- ---- -
22 3833
__ ___ _ --- -- - _ - -- � -- - : _ _ _ .
il --- l.6 __... ! .
- -- - -- ---._. --. �
--- _..._._ ---
0.50 , '
6.5 i
_ _ �
-- -- -- ---
_ 156.Z i '
�. ..
1 _ I46.6 i _ ! �
_ _ _ _ _ . .. i...
N/A � �
� i
__ i __ _ : _ _ _
I�IIA � i
- ---._. ---- -� _. �
---- . _.... � ........
2.03 i � _
_ _
� __ 4.51 � ' __ __ � _ _
�
� 2.22 I ' �
i
Pi = GS� i'ype: iZocic Gore
C[lerlt: Freese & Nictiols, Inc.
Project: Fc�rt Wn►-th Wes€side WTP (FTW21473)
Location: B-2101
Sam le Number: C1 �e th: 23.0-24.0 ft.
UNCONFINED COMPR�SSION �EST
Gorrondona & Associates, Inc.
Tested By: 5earr _ ___ Checked By: SS._.......
UfVCONF�NED COMPRESSION TEST
4 , ! �__._ , ' � 1
� �i _ y- -
_ _
€ ��
' - � � � i
i-- � .. �I ,
I E :
� i ...._ j _ � :. € I�.- , =- E I ---�
�_ I I , � t �..._.._� l
r--- � ... . . .... ...I . , E — , 1
� - 1-
�
� .... ..... � i......... I . .._. .. _. �- E ; J '--- i --- , -- --
I �
�,.. } .... � I - � -- lI _ij � i •---. I .._.. '-- --
� 1 _ _. i . � � ....1 . .l � � 1 . i i ��.
' � ---. _ ...... --- -- --
Qi 1 .... i -- -� ' - -- -- — ---
'€ I �� l�.
�.. i �
� ;
� . , � , _ __ , _- � - --
� � �: �
, ,
� 2 � _ � _ .. ---- ----
` l
€
_.
u�i � I I �. l -_ I i �- ---
� � , � � , E_
�- , � �� �I; IIE°
� _ _ _, ---
� '' '�
; � �
o_ � _ _—� —_ .. : _ � `
� � __.; l__1 __L!� 'i`..
;3 �
� � i l 1�� ,
�
� = - _ _�I. , ._ _ `
� I �_� � � � � :
;
� �_ _ , ........ . _ ` � �
� � I — � i- -
j � I, �, ' i
-E -�- ..... ___ �__- i ...- I ..... ... .
. _ � ,. .... . ... . .....
� � 1
I ; I
__'_ 1 _-'. ....... I ... � .......I ..
� . � I � -I.. � � I �_ � _- .... .....
._ 1 - 7 -I - __.I ....�I I 1.... i._-1 _-- "_"__-_
� i i � i
i.
0 I i I I �
0 1.5 3 4.5 � 6
Axial Strain, a/o
Sam�le f�o. 1
Uncon#ined strength, tsf 3.1476
--- ------- = _ _ .
Undrained shear strength, tsf ;_ � 5738
— — -- _... - - --; _... .
Failure strain, % 4.4
--- --- --- �
5train rate, a/almin ; 1.00
Water content, a/o ' 23.0
-- -
-----
Wet density, pcf ! 12�.3
-- - - --
_. .
�ry densiry, pcf_____ _ ; 103.5
-- - ----- _ - -- --
Saturation, % N/A
_._ -------
Void ratio NIA
---- - --------- ----- --------- ------... _ ... .. _ . ...... ..
Specimen diameter, �n. 2.75
_ _ _ -- - ----- --
S�ecir�en height, in. 5.73
- --------------- --- ---...._ _...__._..
Heightldiarneter ratio ; 2.08
Description:
LL =�i9 RL = 25 PI = 44 GS=
Project N�.: FTW21473 Client: Freese & Niciiols, inc.
Date 5ampled: QS/k8/2021
. — ---
�
.
Shelbv Tube
Remarks: Project: Po�•t Worth Westsic�e WTP (FTW21473)
Bulge Failure
Location: B-2i02
Sam le Nuinber: U3 De th: �.0-6.o f€.
UNCONFlNED COMPRESSION �EST
�igure Gorrondona & Associates, inc.
Fort Worth Texas
Tested By: Sean _ Checkecf By: SS __
UNCONFiNED CONIPRESSIOIV TEST
Y
�
�
�
vJ
a�
�
.�
�
a�
Q
�
O
�
I i I I
� __.� .__ _ � � � .
i �
........ .. __. .� __.
- _�- _
� 1 E � ..... i ....... _ I __� -_- ._ ....__
- � ' I
; _ i I i -- - � �— — ! __ t �
�
i€ , I, I ' '�, 3 i
�= i� �i----II '--.._. .....i.----j ' ... ..... .. ....... � l___ 3 ...�... � ... �
� ���
f ;�
�
i.s --€ ' 1 � ._..
€
� � I _ � _ �. . � -- -
1 I
I - - - -•
,. t I k _i I �- � i r
� ' � LtR ' � ------
t
.... ....... .......... � L
I r ' � �'- , E I 3 �
I � �
I. � _ -E } _ � � _ i- _._ _ .
� . '...... ` _
_ . F..___ _ .. i... I
` � �-
E I
I � _ I` I I
, E �
�'_-" t _._ ...I ....I I .... 1 .. � 3 ._.. ...
1 �-- i i--- �— E � ! � � ' :
F .. ,..... € . ......."' _ _'-_ T__-'_'-
� � < < I
I �
�......... � ._ _ ;- �� -
� �
�;
;
� , 1 , i
�. .. . — --- --- -----
I_ � € r- � r-- !i I
� I I
�
i� - 'I- ---� -
' 1_ I- : ; �_ 3 I , 4_ ; f _ , _ _:�
E--
0.5 !- - ; � _ _ � '. .. . ;..... , ._. , i --- - - --
.
3 ... ....I ! ........I � F _._.._.�.- � ....I_._ �� � _ I _-I -
� ........ I . I-- I
� . . � ; �- -- , - -' --
� 'I _
i � ! �
--� - _� 1� ;_ ! 1 _� � _.
�._.. � � _.__ _ ._.1 r __ _
; �
` , -
I i ; � _ _�
, ,.
p � I ! I i I i i I I ''
0 i.b 3 4.5 6
Axial Strain, %
Sample Nn. F 1 �
Unconfined strength, tsf ; 1.7741 '
--------__ _----- -- ---- ---- ..... !,
llndrained shear strength, tsf _ _ i D.8871 ,
-- - - ----- - --
Failure strain, % `---- ----3.9 ----'i------
----- - - _ _ __ _ . . .... ....... ..
Strair� rate, %Imin. 1.00 i
Water content, % 16.8 ��
_... --. _ __._... _._.._._ _ _.. ... ._ .
Wet density, pcf i33.2
1
_ , i
Dry densiry pcf 1�4.0 _ 1 _ I.
- - --
__
Saturatian, % _.. I._. �/A _ 1 � _
__ ...- ---- ---- : ........ . _ -
Void ratia l NIA
- --- -- -- -_ __ - --- -._...
Specimen diameEer, i�i. ; 2 7G ;
_._ .._._. _ _ _ - --t- _ - � - - -
Sp�cimen hei ht, m _ _ � 5.7z '
� . _._.... ---- ---- -------- ------- __._..._
HeighUdiameter raEio I 2.07
Descriptiort:
Lt� = 3�J PL = i9 PI = 20 G5=
Project Nn.: FTW21473 Client: Freese & Nichnis, Inc.
-- _ i _ .
�
Type: SheEby Tube
Date Sampfed: ��116/2Q21
Remarks: Projeet: Fo��t Wortl� Westside W I"P (FTW21473)
Bul�e F��ilu��e
Location: 5-210Z
Sam I� Numl�er: U5 De th: S.�-10.0 ft.
UNCONFINED COMPRESSI�N TEST
Garrondana & Associates, Ine.
Figure Fort Worth T�xas
Tested By: S�an_- ----- __ __ Checked By: 5S
_ _
UNCONFINED C�MPRESSION TEST
4' � f 3 ' �I I� � �
_
I 1 I -i =- � , � � � � � --
__ �
---- _ ,I 1 _ �_ ,� _ , _
i
_.
_ � _ j l_... � --- - - r
3 s---- 1 �. ..._._ �_ _ J._ I 1 3
I 1 l,� I — -- ;
; i I i �
.,_. ,_ _ ! _ _ --- i l l __ i — ---. _ _.
� � i� I i
_ . __.._ � a � ;_ — --1 �
� � I ,
� � � � �
�, � _ ! __. _... , _ .
` I � l i 1_ � ,
(n j 1 _ ... �
---
- --'I � --
� 2 1 _ 1 --� �---� : 1 �
I _ l ... _ - , � ------...
� � I�.
I " } 3
W(i% . I . ..... 1 1 __.. �.._ `_ _ - . �
„, .....3 - i - � . --
L .
1 I --- _ _ 1 ; ---- � � ----- - .1
� ; I - �.. _ _ -- �-- ,
i... i
U� __ __ _ �. - : __ 1 � --I _ _ 1 '. _- . _ € � 1
. . T 7 , �, I ii � . T , , . , . ....3..........._Y-___'
I � 1
�, - - _-_. _�____ ..........,i .. '�___'__ll ".__rI_ I"'.. ......... � ... i 1j ... -_
� i I I ; I ' I � f
-'_'____ _.._... ___.I_. . � - i ___. �..__� ....... ""'
_ i
� I I � ]3
I E
- _ i . __ _ . _...� .. . ..........II -_- _ ; - + -...... .... !. ..... .; . ... __
'
� � �, � � i_ 1
;
-- --- - - ,
.
r---... . _ , � ; ; , -
; � � � �
7 � ' ,__ �
---- ,__ , ......... - -- , — 1
�
o ' '' �� ' i i € i
0 2.5 5 7.5 10
Axial Strain, %
Sample No.
Unconfined strength, tsf
----- _ -- --- - -- -
Undrained shear strength tsf
-- --- -_ _. _ ----
---
Failure strain, %
- --_ _ _ -- ---
Strain rate, %lmin.
Water content, �/a
- -.... _ _ -- -
Wet density, pcf_
�ry density, pcf
-------------- ------ -------- __
Saturatinn, %
_-- ---- -- --- -- -- _ _ __
Vaid ratio
_ _ -- -- -- - ---- __.._.
Spec��nen diameter, in.
_ - _-- --- --
Speeimen height, in.
---...-- ------- -----
Height/diamecer ratio
Description:
1 � ;
� .97i32 -------- ------- _
----.1
0 �891 i
_--- --- —
� ;
6.1 ;
l - --- ;
1.00 ' ;
12.4 � '
-- �_
139.6 ,
_
124.2 � � �
----- -- _
_N/A --------1 :_ . . _
N/A � -------
-1 - - --
z.�s ;
_ I --- ----- --
5.70
_ _ -- -
2.07
Li. = 40 P� = I6 PI = 24 G5� TypE: 5lielby Tu6e
Project Nn.: FTW21473 Client: Freese & NicE�a[s, Inc.
Date Sampled: �8/16/zOz1
Remarks: P�'�jeCt: Fart Wart�� Westside WTP {FTW21473)
Bulge Failur�
Figure
Loeation: 8-2103
Samp[e IVumher: U5 Depth: (8.0-10.0�ft.
11NGONFfNE� COMPRESSION TEST
Gorrondana & Associates, Inc.
Fo�t Worth. Texas
Tested By: Sean Checked By: SS
UNCONFINED COMPRESSION TEST
�
�i
�
�
in
�
�
.�
�
Q}
.�. -.
�
0
U
� � i ' : I � ; I ` ' 1
__ € �
_� � .. . 3.__ _. __ .
,
� I � � � `... � , �
, --- _ -
- ---
j I i t
�
� I � '• � 1
, _ � _ i - -z- -- --
------ � l ' - --- - - � _ �.. I
_ __ _ � _ ; € _ _�
, 1--- ,
i I _� 1 3 � E I
4.75 , _ � � .. _. - -
' _? � �
. � �. - ,. � � - i _
� _ � � � ' 1 I -
:
i � _ ' f — — - -
,
i � �
� i � €_ I_� i i l� �_.
� €
il --- --- � � _._ �..... � ... ( _ _ .
� � I � ; �� � ' , i--_ � -
� � � �
0.5 � _ _ , � 'r t i
3
1"__ .. . I -_
I � I
1 _. { ...I I ....L .:.. ........... 1. ..I"- . � ! . � _ .. _I ___
I I I I I
� €
I € � i
_ . _ ` -- 1- - I i
_ !_.__� 1_ _! i I _� � �.... I € I
�
I I I I E I
fl.25 -}--- 1 ' _ _ _ _ _: I� . . i ------
3
!_f 3 : � t _ --
, . _ _.- -
� ;
� � :
; �
, , _ ;--- C -- E �
i _ � ; i -- ---
;- --- _- -
_ 3 �
- ,--.�; � _� ,._ �. --
� �€
n i z s a
Axial StCain, %
Sample No. ; 1 I
Uncanfined strer�gth, tsf __ __ I_ o.B377 ;
___ _ __---- --_ .
Undrained shear strength, tsf � 4,4188 ;
_.....- -- ----------- --- ------ _ _
_....
Failure strain, �/0 2.6 ;
Stram rate, °/ali�in. 1.00 ;
Water cantent, % 1G7 i _ _
_.._.._ ------- . _
Wet density, pcf 140.3 '
i
Dry density, pcf _ _ 120.2 , � I.
__ _ _- _ _
S�tUratioll, % _ NIA _ _. _ I
-- _ _.._.._. _....- ----. _... _ _ _ _
-- --
Void ratio N/A I , '
� -- -- - .
Spec�inen dE�rneter in _ _ ' 2.74 _1 � _ _ �
-- --.— _ __.....__ _...---- - .._ _ h _
Spec�inen �ei ht, �n. 5.71
' _ -- -
9 �_
Heigh#fdiameter ratio _ _ ' 2.08 I _ _
Description:
LL = P�. -
Praject Na.: FTW21473
Date Sampled: 08/16/Z�2i
Remarfcs:
Bul�e Failure
Figure
PI = G5= 7ype: 51�elby Tut�e
Client: F��eese & l�ichols, Ine.
Project: FarE Wor[h Westside WTP {F"I'Va21473)
Location: B-2iO3
Sam le Number: U6 De th: 13.�-15.o fc.
UNCON�INE� COMPRESSION iEST
Gorrondana & Associates, Inc.
Fart WortYt, T�xas
1
Tested By: Sean _ _ _ ___ Checked By: SS
GC-6.06.D M�nority and Women Owned Business
En�erpr�se Compliance
THIS PAGE LEFT INTENTI4NALLY BLANK
CE`f'Y O[� FQ[i"f� 11'O[t"CH If'est.sirle fI'crle�• 1'reuluretrl PlcziU 13ucktrp Geiiera�a:r
S'1'ANllAitf) CO�S�I�iZUC7'1C3N SPE:C:IE'[( A7 fOV DOCUMi�NTS C'IT}`I'/tOJL'CT,1'11�il13ls'!t: 1l13dl0
Rea€scc� July l, 20L 1
FORT WORTH
T�IVTYOKARY RCVISION �1161�020 (COVID-19)
City of Fort Worth
Minority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR OFFERORS
APPLICATION OF POLICY
If the total doflar �alue of the contract is $50,000.01 or more, then a M�E subcontracting goal is applicable.
OLICY STATEMENT
It is the policy of tl�e City of Fort Worth to ensure the tull and equitable �articipatian by Minarily Business Enterprises
(M8E} in the procurer��ent of all gaods and ser��c�s. All requirements and regulations stated in the Ciry's current
Business Diversity Enlerprise Ordinance applies ta t�is bid.
MBE F'ROJECT GOALS
The Ciry's MBE gQal on ti�is project is 26
% of the base t�id value of the contract,
Note: If both MBE an�f SBE subcontractir�g goals are established for this project, then an Offero�� must sul�mit laotf� a
MBE Utilization Form and a SSE litilizatioai Farin to be deemed res�or�sive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,OOO.Q1 or more where a MBE subcantracting goal is applied, Offerors are requirecf ta comply
with the intent of the City's Business Diversity Enterprise Ordinance by one of tl�e following:
1. Meet or exceed the abo�e stated MB� goal ti�rough MBE subcontracting participation, or
2. Meet or exceed tf�e abo�e stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effor# docurnentation, ar;
�. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the by the assigned City of Fari Worth Project Manager or
Departmenl Designee, within lhe �ollowing times allacated, in order for the entire bid to k�e considered responsive ta
lhe specificafions. The Offeror shall EMA{L the M[3E cioc�m�entatioi� to the assiyned Ciiy of Fort INarth
Project Mar�ager or Depaiirnent Designe�. A faxeci cn�y will ��ot he accepked.
1. Subcontractor Utilization Forrn, if goal is received no later tlian 2:00 p,m., on ihe seco��d City business day
met or exceeded: after the bicE openir�g date, exclusjve of the bid opening date.
2. Gaod Faith Ef#ort and 5ubcontractor received no later than 2:D0 p.m., on the second Ciry business day
Utilization Form, if participatian is less lhan afEer the bid opening date, exclusive of the k�id apening dale.
stated goal:
3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the s�cond Gity business tlay
litilizativn Form, if no MBE participat�on: after the bid openint� date, excl�►sive of the bid opening cEate.
4. Prime Contractar Wai�er Form, if you will receiv�d no later lhan 2:00 p.m., on the second City business day
perfors� all subcontrac[inglsuppli�r work: after the bid opening date, exclusi�e of the bid opening date,
5. Joini Venture Fonn, if goal is met or receivetl no later than 2:00 p.rn., on the second Ciiy business day
exceeded: after the bid op�nin� date, exclusive of the bitl opening date.
�AILURE TO COMPLY WITH THE CITY'S BUS�NE.SS DIV�RSITY EfVTER�Rl5E ORDINANCE, WfLL RESULT IN
THE BID BEIlVG C011f51QER�D NON-R�SPONSIVE TO SPECiFICATIONS.
FAILUR� 70 SUBMIT THE REQUIRED MBE DOCUM�NTATl�N WILL RESIlLT IN THE BID BEING CONSIDERED
NON-RESPONSlVE. A S�CQND FAILURE WILL RESULT W THE OFFEROR BEING DISQUAI.IFIEb �OR A
PERIOD OF rJNE YEAR. THREE FAILURES IN A FN� YEAR PERIOb WILL RESULT IN A DISQUALIFIC�ITION
PER�OD OF THREE YEARS.
Any questions, please cantact the Office of Business Diversify at (817) 392-2674.
Ofiice o# Business Dive�sily
Email: mwbeoff'tce@fortworthtexas.gov Tem��orarily Revised Apri] G, 2(120 due to COV[nl9 �mergency
Phone: (817) 392-2674
�p�T- ti�� REQUEST FOR BUSINESS EQUITY GOAL
DEPAftTMENT OF DIVERSITY AND INC�USION-BU5INESS EQUlTY DlVISION DVIN-BE
Check type of contract: ConstructiQn ✓ CMAR � pesignlBuild� ITB
CISIP� Prafessional (A&E)� Professional (RFQIRFP)❑ CFA❑
Dept.IDIV. Na11"IB: Waler/Capital Delivery First Advertise Date: ����$/2021 Bid Date : 12/16/202�
IS �HIS CONTRACT ASSOCIATED WITH TRV? Yes❑ No❑'' Date Sent to DVIN-BE: 10/19/2021
Dallar value of TRV conU'act pc�rtian �
IS THIS A F'�D�RALLY FUND�D CONTRAC7? Yes QNoO✓ f5 TWIS A CIP CONTRACT? YesONo❑✓
IS 7H15 A BQND FUNDED CON7RACT? Yes ❑Na Q If yes, what year
Construction: IS THIS A LUMP SUM CONTRACT? Yes r]✓ No[]
Professional: IS THIS A FIXED FEE NOT-TO-EXC�ED CONTRACT? Yes No
15 THIS A HOURLY NOT-TO-EXCEED CONTRACI'? Yes No
IS THIS A COMBINED PROJECT? Yes� No �✓ Is this a JoblTask Order Contract? Yes❑ fVo ✓❑
IS TH15 A REVISION? Yes❑ No0 �f yes, enter the revision number �
15 THIS A CMANGE ORDER? Yes ❑ No Q✓ Enter #� Contractor:
15 TH1S AN AMENDM�NT? Yes� No❑ Enter #� pesign Firm;
If tiiis is riot t�ie initial cliai7ge orderlameridn�er�t, suhn�it copies of all previuus chaitge orderlar�iencf�iaents regardless of wl�ether a
h1&C was req�iired for iuntlirig.
BIDIPROJECT NAME (oescription Including Street rvames�:
Westside Water Treatment Plant Emergency Preparedness
Gheck applicable boxes: ❑ Concrete Paving ❑ Asphalt Paving ❑(7rai�7age �✓ Water ❑Se4ver
❑Other Alternates CapitallBid Project# id3410 Other Project#
TOTAL CONTRACT ESTiMATE: $ 16,647,496.D0
(Please ATTAC M individ«al sul�-totals far contracts witf� rnultiple uni#slsections inc[uding contingency, If the
clocumentation is not clear antl coiicise, it will be returned ta the department.)
David Townsend
BuyerlProject Manager (PRINT�D)
EXT. $430
Point of Contact af Qfher fhan BuyerlPM: Norma Sauceda
DT
_ BuyerlProject Manager (51GNATUFtE)
DATE: 10/19/2021
�xr. fi055
Check here Eo acknowiedge that i# pay item quantities are adtled to the proposal section after an
� Business �quity c�oal has ueen pro�ided by bVIN - Business Equity Di�ision, re�ised proposal must be stihmitted
to DVIN - Business Equity Division for re�iew. A coi�i�liance review will nat he perforined if addifiona! pay items
or quantities, which will potentially impacf the Business Equity goal, are added to the proposal section after the
issuance of the goal.
�� ,
7H15 PORTION TD B� COMPLETEb BY BU51NES5 �QUITY DIVISION
BUSINESS EQUITY ��BE Goal dBE Goal MgE or SBE Goal
(Project under previous
8DE Ordinance}
GOAL: 26 % °/a %
Comments: Goal Set.
DVIN-B� 5taff:
Business Equity Divisio�
Email: DVIN BEOffice{a�fortwo��ti�texas.c�ov
EXT:
DATE:
�ffecti��e O1-01-2021
GC--6.07 Wage Ra�es
'I`HIS PAGE I�EFT' INTENTIONALLY BLAI�TK
CI'l'Y �F 1'OR'f �V(31Z�1'I [ If'exlsirfe !l'�rter Ti�urrhnent Ylu�rt L3�ickup Ge�rnrulor.s
ti'['nNL)A[tD CE]NS"l KUC [ I(1N SPrC[I'iC'A'f lUv I)()CUMEN"CS CIT}'!'Itp,lECT �1'U,if13ER: !l13d1U
Itevised Jul�� l, 2(l] t
2fl13 PREVAILING WAG� RATES
(Commercial Construction Projectsj
CLA551FICATI01� [3ESCRIPTION
AC Mechanic
AC Mechanic hielper
Acoustical Ceiling Installer
Acoustical Ceiling Installer Helper
Bricklayer/Stone Mason
8ricklayer/Stone Mason Trainee
Bricklayer/Stone Mason Ffelper
Carpenter
Carpenter Nelper
Concrete Cutter/Sawer
Concrete Cutter/5awer Helper
Concrete �inisher
Cortcrete �inisher Helper
Concrete Form Bui[cler
Concrete Form BuiEder Helper
Drywall Mechanic
Drywall Helper
Drywa[I Taper
Drywafl Taper Helper
Efectrician (Journeymanj
Electrician Apprentice [Helper}
Electronic Technician
Floor Layer
Floor Layer Ffeiper
Glazier
Glazier Helper
fnsulaYor
Insulator Helper
Laborer Co�rtmors
Laborer Skilled
Lather
Metal Building Assembl2r
Metal Building Assembler Helper
Metai ]nsta[ler (Miscellaneaus)
Metal Instafler Helper (Misceilaneous)
Metal 5tud Framer
Metal Stud Framer Helper
Pain�er
Painter Helper
Pipefitter
PipefiEter Flelper
Plasterer
Plasterer Helper
Plumber
Plumber Helper
Reinforcing Steel Setter
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.24
13.67
16.83
12,7D
19.45
13.31
� Q.91
17.75
14.3 2
17.00
11.Q0
15.77
11.00
�.5.27
11.00
15.36
12.54
15.D0
11.50
19.63
15.64
20.00
18.��
10.OQ
23.03
12.81
16.59
11.21
10.89
14,� S
12.99
16.00
1�.0�
13.0€J
11.00
z�.a.z
12.54
16.44
9.98
Z1.22
15,39
� 6.17
sz.as
21.98
15.85
12.87
�age 1 of 2
Reinforcing 5teel Setter Helper
Rcsofer
Roofer Helper
Sheet Metal Worker
Sheet Metal Worker Helper
Sprinkler Syste�t lnstaller
Spri�kler 5ystem Installer Helper
5tee1 Warker Structural
Steel Worker Structural Nelper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line S�ovel
Farklift
Foundation Drill Operatar
Front End Laader
Truck �river
Welder
Welder Nelper
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
11,08
16.90
11.15
16.35
13.13
19.17
�4.15
17.0�
13.74
15.OQ
18, 50
19,37.
1fi.45
22.50
16.97
16, 77
19.96
13.00
The prevailing wage rates showvn For Cammercial canstruction projects were based on a salary survey conducted
and published by the Nnrth Texas Cansiruction lndustry (Fafl 2012} Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Graup. The descriptions for ths classifications listed are provided on the T�XO's (The
Construetion Association) websike. www.texaassociation.org/Chapier/wagerates.asp
Pag� 2 nf 2