Loading...
HomeMy WebLinkAboutContract 59846FORTWORTH �r CONTRACT FOR THE CONSTRUCTION OF Q i Y SECRETARY �-�• .,. GOWRACT NO. Backup Power and Electrical Improvements at Four Pump Stations (Altamesa, Edwards Ranch, Eastside, Como) Mattie Parker Mayor City Project No. CPN 103410-2 Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department David Cooke City Manager DOCUMENTS ISSUED FOR CONSTRUCTION These "Issued for Construction" Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued. The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction" Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents. The Bidding Documents, as modified per the appropriate provisions of the Contract Documents, take precedence over these "Issued for Construction" documents. June 2023 Prepared By: Freese and Nichols, Inc. Gupta & Associates, Inc. OFFICIAL RECORD CITY SECREIIARY IN wir tOmT V�'ORIH. City of Fort North Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of S Z SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and. Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 08/13/2021 0035 13 Conflict of interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price — Addendum 3 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidders 06127/2011 J 004511 Bidders Prequaliileations —Addendum 2 08/13/2011 J 00 45 12 Prequalification Statement 09/30/2021 004513 Bidder Prequalification Application — Addendum 2 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 07/19/2021 J 00 52 43 Agreement 09/01/2021 f 0061 13 Performance Bond 07/01/2011 J 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of insurance 07/01/2011 J 00 72 00 General Conditions — Addendum 2 08/23/2020 J 00 73 00 Supplementary Conditions 03/09/2020 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Proiect Meetings 07/01/2011 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 08/13/2011 01 32 33 Preconstruction Video 07/01/2011 01 32 35 Aerial/Photographic Documentations 08/01/2017 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary facilities and Controls 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 CITY OF FORT WORTH Backup Puwer and Electrical Improvements at Pone Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised September 30, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 0178 23 ` Operation and Maintenance Data 12/20/2012 1 01 78 39 I Project Record Documents 107/01/2011 1 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 01— General Requirements Modified 01 75 00 1 Starting and Adjusting 01 79 00 I Training of Operation and Maintenance Personnel Date Division 02 - Existing Conditions Modified 02 41 00 1 Demolition _ _ ! Division 03 - Concrete Date Modified 03 1100 Concrete Forming 03 21 00 Reinforcing Steel 03 30 00 Cast -In -Place Concrete 03 41 00 1 Precast Concrete Buildings Division 05 - Metals Date Modified 05 51 00 Metal Stairs and Platforms 05 5213 Pipe and Tube Railings Division 07 — Thermal and Moisture Protection 07 54 23 1 Pre -Cast Concrete Building Roofing System Division 09 -- Finishes 09 91 00 Painting 09 96 00.01 High -Performance Coatings 09 97 16 Pipeline Coatings and Linings Division 23 - HVAC 23 81 13 1 Packaged Wall -Mount Air Conditioning Units Date Modified Date Modified Date Modified CITY OF FORT WORTH 13ackup Power and Bieetrical Improvements at four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised September 30, 2021 0o 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 Division 26 - Electrical 26 00 00 Electrical General Provisions 26 01 26 Electrical Testing 260410 Electrical Buildings (EBG) -- Addendum 2 26 05 00 Common Work Results For Electrical 2605 10 Electrical Demolition 26 05 13 Medium Voltage Cables -- Addendum 2 26 05 19 Low Voltage Electrical Conductors And Cables 26 05 26 Grounding And Bonding System 26 05 29 Hangers And Supports For Electrical Systems 26 05 33 Raceways Boxes And Fittings For Electrical Systems 26 05 33.03 Outlet Boxes 26 05 36 Cable Trays For Electrical Systems 26 05 43 Underground Ducts And Raceways For Electrical Systems 26 05 53 Identification For Electrical Systems 26 05 73.01 Electrical Power System Studies 26 09 23 Lighting Control Devices 26 12 19 Pad -Mounted Transformers 26 20 00.02 PS Large Induction Motors 26 22 13 Low Voltage Distribution Transformers 262413 600 Volt Switchboards 26 24 16 Panelboards 26 24 19 Motor Control Centers 262713 Power Metering and Protective Relays — Addendum 2 26 27 27 Wiring Devices 26 29 16 Low Voltage Enclosed Switches And Circuit Breakers 26 29 13 Enclosed Controllers 26 29 13.16 Standalone Low Voltage Solid State Starters 26 29 23 Low Voltage Variable Frequency Motor Drives 26 32 13 Engine Generators 26 36 23 Low Voltage Enclosed Automatic Transfer Switches 2641 13 Lightning Protection For Structures 26 43 13 Law Voltage AC Surge Protective Devices -- Addendum 2 26 51 00 Interior Lighting 26 56 00 Exterior Lighting Division 31- Earthwork 3105 13 Soils for Earthwork 3105 16 Aggregates for Earthwork 31 1100 Clearing and Grubbing 3123 10 Structural Excavation and Backfill 31 23 33 Trenching and Backftll 31 2333.14 Trench Safety 3125 13.13 Seeding for Erosion Control 31 32 19.15 Geotextile CITY OF FORT WORTH Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 Date Modified Date Modified Backup Power and Electrical Improvements at Four Pump CITY PROJECT NUMBER: 103410-2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 Division 33 - Utilities 33 0505.31 Hydrostatic Testing 33 1013 Disinfecting of Water Utility Distribution 33 11 13.13 Steel Pipe and Fittings Division 40 ---Process Controls Date. Modified 40 05 64 Butterfly Valves — Addendum 3 40 05 65.23 Swing Check Valves — Addendum 3 40 80 00 Commissioning of Process Systems 40 90 01 Instrumentation 40 90 02 Supervisory Control and Data Acquisition — Addendum 3 40 90 03 Control Narratives 40 96 10.00 Radio Towers CITY OF FORT WORTH Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 Backup Powcr and Blectrical Impruvements at Four Pump CITY PROJECT NUMBER: 103410-2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortwo rthtexas. Gov/tow/contr actors/ or https:/IavDr..fortworthtexa i.pov/ProiectRpsource-.s./ Division. 02 - Existing Conditions Last Revised 02 41- 12/20/2012 02 4114 UtiL.ly P 12/2012012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete Last Revised 03 30 00 Cant :s Playa 12/20/2012 02 M 13 12/20/2012 03-34- 12/20/2012 03-90 0o 1 ifical.�om to Rating Concrete 96-ae tires 12/20/2012 Division 26 - Electrical 26050 11/22/2013 26051 Demo or forvlastr- rx Syst 1212012012 26 05 33 Raeewayr, and Boxes for Ell tfiea Syst .,, n 1212012012 26 05 43 Uadefgfoun' Dueto and Peac 07/01/2011 26055 mono Mu1:+4),aEt Conduit 02/26/2016 Division 31 - Earthwork Last Revised 31 00 00 Site Clearing 03/22/2021 01/28/2013 312323 Bspew 01/28/2013 31-24 00 €mbanIsnerAs 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 313600 &aions 12/20/2012 313700 Ripr-av 12/20/2012 Division 32 - Exterior Improvements Last Revised_ 3201 17 llrmuncxt Arrlialt 12/20/2012 j 3201 199 Tina —poi -,;--A pholt Plavxng n 12/20/2012 320129 f`.,,,ffete Paving opa-i,. 12/2012012 32 1123 Flexible Base Courses 12/20/2012 32 1129 L/,rn Tm 12/20/2012 32 1133 Gann- t Treated Base n 12/20/2012 32; 1137 14q4aid 44eated 93il ctabihier 08/21/2015 3 r� Asphalt Paving 12/2012012 321273 Anp:�ah Da-%iN Grace 12/20/2012 32 13 13 Concrete Paving 03/19/2021 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 04/29/2021 32 1373 Concrete Paving Joint ,Sealants 12/20/2012 C1TY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised September 30, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32146 ' r7riek Ui4t nayi- g 112/20/2012 ` 31613 W,;A 10/05/2016 PA24ei3 jl 321723 3247-25 Pavement 14arldngs Curb Addyes � 11/04/2013 1 3231 13 Chain Link Fences and Gates 12/20/2012 32312 wife Fena s an (;atos 12/20/2012 32; 3129 Wood Fe �v 12/20/2012 32; 32 13 Qat I i-.taxx�N Wialq 06105/2019 1 32�-19 �., Tapr�1 Ill.. -end Pinishisg-e�leyftys 32; 92 12 Soddin 05/13/2021 32; 92 14 1`13n Nottiva seems 05/13/2021 32 93 43 4'reaa and MNbs 12-/2012012 Division 33 — Utilities Last Revised 330130 Isir nw UI 9/07/2018 33 0131 ^., (GGTAn 1-nspec-t a CQHB18,,a r•;,.. uit Television 04/29/2021 333 03 9 n lkwn 'c Existing i i' ,vtzino 12/20/2012 1 33 04 10 Joint Bonding and Electrical Isolation 12/20/20,12 33 0 - 4 GerfesienGen r). T2,3t ate 12/20/2012 3304 12 Magnemwx Amd 12/20/2012 33 04 30 Twnpm,,,.,, W er Sef- c-e 07/01/2011 3304 48 + . Tsrt., qA a f Water "xaias 02/06/2013 3304-5-0 Gleaning of C ,,,.er Mains ns 12/20/2012 33 05 !0 , and BaGkQ 04/02/2021 33 0=5 12 Water Line -r,Ower-iflg 12/20/2012 3305 13 �, ✓3-m andC�� 07/02/2021 33--05 14 na usti+tgM,nhele c°_Wets, V t Boxes, hd Other "tfaetufes e to 09/20/2017 3305 16 Concrete Water Vaults 12/20/2012 1 3305 17 G,,..,,,,. to G,.it." 12/20/2012 33 00 Mger- BeFing 12/20/2012 33 05 24 Tu-R e r : er- Plat 12/20/2012 33-052 Steel Gasin . Pipe 12/20/2012 33 9S 33 Hand Tunny 12/20/2012 330524 Izn7t lL^.i'^ ^�`'^ "n;^� r`"cis" orTur-ma to 06/19/2013 33 05 26 12/20/2012 330530 Leea4on of ing- Ttilit 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 23 11. 10 Dueti4eir-en Ape 12/20/2012 33 4 09/20/2017 3311 12 PoIT m�l r�rnl :aa rotrnl n.�oun Ilpe 11/16/2018 33 1113 Goneretc ticna>vb 9cr \i' rr� �a, c+��' ram.,'; ,,Ia, m:.rin 12/20/2012 33 1 t44 aa Bur-iod Steet Ave i itti.,gu 12/20/2012 33 12 10 ur.,tu SeFyiees 1 kwh to 2 02/14/2017 33 1211 r e W. tet::Meters 12/20/2012 33 20 Resili El vats d Gate Va4y 05/06/2015 33 12 21 AM"]1A eu!9--- Seated B ++ fi< .,a.,ran 04ro , 2312 33 1225 Connection to Existing Water Mains 02/06/2013 CITY OF FORT WORTH Backup Power and Electhical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised September 30, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 12/20/2012 01/03/2014 1331250 AV&w 1 amrs1` 1✓talians 33 1268 St nd.,,.a Blew off Valve Assembly 33-31 1 £wed in Plaa3 Pip3 ,�IGJVP3 3331 13 Fibefglass P e:,- for-.,e Piro for- rzfa-s ty ink= j F iseFs 3331 (I -ID -PE) 1bip�Sower. 333120 iwfl Chlor:de-(PVV P..1,.�.:,, r'+1.,..e P....f;1e Gwa- .:ty SanitaryG'ewe (''b,l.,, ide 12/20/2012 06/19/2013 12/20/2012 12120/2012 04/23/2019 06/19/2013 5 (PVC) �� p4pe 12/2012012 2Z 3132 San4afy zir"1?p !,) ng 12/20/2012 33 3123 Sanitary gewer�„largcrnsat 12/20/2012 33315 Sanitary ceweF ger-y ee rio eeti n a -ad Ser-vice Lifte 04/26/2013 3331 M cAHRbi*ati-js ".:~ Nwo"L-fur iia t , �; a� Nb.; . 12/20/2012 3339 10 Cast ir. Play 12/20/2012 333920 PFOsarA Gen c ASanhaIx, 12/20/2012 33 :39 38 Fiberglass Ma&eles 12/20/2012 33 39 4 0 12/20/2012 33 39 69 r: s for e.,n4aFy &vvjr &xuo'-l-,cw 04/29/2021 22 11 10 Rek&feed Ganef Bom Sewer- PiP&V We-A6 nn-7r'gin 33 41 11 High D6-nf/ Vy Il 1, e hy;1wit (I-MM) Pi-,,e-fer-S5ox-m TDnain 12/20/2012 334143 Pero, ,-cedP..1yvt1iyle a (SRPE) 1Npe 11/13/2015 313 41 11 P..1..,-.r.,gy o s Pipe for- Slorm Drw.n 4/02/2021 33-46 99 Subdr-ainage 12/20/2012 33 4601 wed Dmias 07/01/2011 33 46 0 ✓ma4ns 07/01/2011 3349 40 Cast i Place N,l.,., hole a"d r. nefiet B v , 12/20/2012 334928 12/20/2012 3349 40 gtemi-Dr4ira� I�LAaa al s and Wing w.,lls 07/01/2011 Division 34 - Transportation 34 41 0 `rzffx) F/ga, 4s 344 441 34 4-1- "aehfaetit 13Gen Wjltr S pun 4&02 i o.03 34 41 11 Temper Tm !o �AiiaU 34 41 3 Removing Truffie Signals 34-4 i 15 Roulwigu' 34 41 16 Pedon-wim Syilr-M Figflia4 34 0 Readwa1Kumi-.W.4 •" A s�a� 3441 n i to 1_LED Road c7r.-f L atr,` 3441 Freeway LED Roadway Luminaife 34 41 R2•rdtraid, J'44-Ro adwWf mm�,Wi m 31�3 CITY OF FORT WORTH Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 Last Revised 10/12/2015 12/18/2015 02/2012 0112012 11 /2212013 12/20/2012 11/22/2013 11/2212013 12/20/2012 06/15/2015 06/15/2015 06/ 15/2015 Backup Power and Electrical Improvements at Pour Pump CITY PROJECT NUMBER: 103410-2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 3^� Altmin�am Signs 11/12/2013 34 4 150 Sing4e Mode Fiber- Ovtie Gable — 02/26/2016 34 71 13 Traffic Control 03/22/2021 Appendices Appendix 1 Altamesa PS Geotechnical Memorandum Appendix 2 Altamesa PS Record Drawings Appendix 3 Edwards Ranch PS Geotechnical Memorandum Appendix 4 Edwards Ranch PS Record Drawings Appendix 5 Eastside PS Geotechnical Memorandum Appendix 6 Eastside PS Record Drawings Appendix 7 Como PS Geotechnical Memorandum Appendix 8 Como PS Record Drawings Appendix 9 Oncor Transformer Details GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF PORT WORTH Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 Backup Power and Electrical Improvements at Four Pump CITY PROJECT NUMBER: 103410-2 00 00 00 - 1 DESIGN PROFESSIONAL SEALS Page I of 5 SECTION 00 00 00 DESIGN PROFESSIONAL SEALS ISSUED FOR RID p...irr....uu........irr• 00 Q CHARLES H. ERWIN Or : 118842 Charles H. Erwin 02/15/2023 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Specification Sections Sealed DIV 00 DIV 01 DIV 02 Section 03 4100 DIV 07 DIV 09 D1V 31 DIV 32 DIV 33 Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410 000000-2 DESIGN PROFESSIONAL SEALS ISSUED FOR BID Specification Sections Sealed DI V 03 (except section 03 41 00) DIV 05 / MASOUDGHAHREMANNEJADMIANEJI j ........................... 0 134629 2/14/2023 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Page 2 of 5 Backup Power and Electrical improvements at Four Pump Stations City Project Number: 103410-2 000000-3 DESIGN PROFESSIONAL SEALS Page 3 of 5 ISSUED FOR BID Specification Sections Sealed DIV 23 �P1t O. T�k`" I `� KP a1 ;* .............................. Al SEXTON 143595 UZ 02/14/2023 Backup Power and Etectricat Improvements at Four Pomp Stations City ProjectNumbm 103410-2 000000-4 DESIGN PROFESSIONAL SEALS Page 4 of 5 ISSUED FOR BID Specification Sections Sealed 02/14/2023 DIV 26 {except sections 26 12 19, 26 24 19, 26 17 13, 26 29 23, 26 29 23, and 26 36 23) DIV 40 m v WADE ZEMLOCK °o /-13 �o ®® 927Q1 ®® ® <i if F`b CENS 4 ®� 0 Backup Power and Plectrical Improvements at Four Pump Stations City Project Number: 103410-2 000000-5 DESIGN PROFESSIONAL SEALS ISSUED FOR BID Specification Sections Sealed of r to �'f OFW � gn�6na�oo<nnnosnannnnnnt6�na MOT] L. AGGARWAL i+ � Val ® 45314 oia' Fs CENS�O�G��� o®+ONA 02-13-2023 Page 5 of 5 Sections 26 12 19, 26 24 19, 26 17 13, 26 29 23, 26 29 23, and 26 36 23 END OF SECTION Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 City ®f Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 13, 2023 REFERENCE. NO.: M&C 23-0500 LOG NAME: 60WSGEN&EMERPLAN GENIA4-ACME ELECTRIC AND FNI SUBJECT: (CD 3, CD 6, CD 8 and CD 9) Authorize Execution of a Contract with Winston Electric, Inc. dba ACME Electric Company in the Amount of $23,119,632.00 for Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants Project, Authorize Execution of Amendment No.4 in the Amount of $887,262.00 to an Engineering Agreement with Freese and Nichols, Inc., for Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants Project, Provide for Total Project Costs in the Amount of $24,890,722.00 and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Winston Electric, Inc. dba ACME Electric Company in the amount of $23,119,632.00 for the Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants project (City Project No. 103410); 2. Authorize execution of Amendment No. 4 to City Secretary Contract No. 55946 in the amount of $887,262.00, an Engineering Agreement with Freese and Nichols, Inc., for construction support services for Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants project (City Project No. 103410) for a revised contract amount of $5,551,647.00; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bond Series 2022 Fund by increasing estimated receipts and appropriations in the Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants Main project (City Project No. 103410) in the amount of $887,262.00 and decreasing estimated receipts and appropriations in the Unspecified -All Funds project (City Project No. UNSPEC); and 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and appropriations in the Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants Main project (City Project No. 103410) in the amount of $24,003,460.00 and decreasing estimated receipts and appropriations in the Unspecified -All Funds project (City Project No. UNSPEC) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Winston Electric, Inc. dba ACME Electric Company in the amount of $23,119,632.00 for the Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants project (City Project No.103410) and execution of Amendment No. 4 to (City Secretary Contract No. 55946) in the amount of $887,262.00, an Engineering Agreement with Freese and Nichols, Inc., for construction support services for Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants project (City Project No.103410) for a revised contract amount of $5,551,647.00. The February 2021 Deep Freeze caused power failures to Eagle Mountain Water Treatment Plant (EMWTP), the Westside Water Treatment Plant (WSWTP) and affected the North and South Holly Water Treatment Plants, along with power supply and freezing issues at some pump stations. In response to the power outages, the Water Department implemented a series of projects to minimize the effects of future power failures and/or freezing temperatures on Water Facilities. In addition, during the 2021 legislative session, the State of Texas enacted a law,, Senate Bill 3 (SB3),, requiring the submittal of an Emergency Preparedness Plan by March 1, 2022. On June 22, 2021, Mayor and Council Communication (M&C) 21-0480 authorized an engineering agreement with Freese and Nichols, Inc. (City Secretary Contract No.55946) in the amount of $1,215,325.00 for the Westside Water Treatment Plant Generators and Emergency Preparation Plan for Power Generation at the North and South Holly Water Treatment Plants project. The original scope of service included the following: Preparation of the required SB3 Emergency Preparedness Plan by March 1, 2022 for responding to extended electric power failures; Design and preparation of construction documents for the installation of emergency electric generators at the Westside Water Treatment Plant (under construction) and Study and preparation of a plan for emergency power at the North and South Holly Water Treatment Plants. The agreement was subsequently revised by Amendment No. 1 in the amount of $17,802.00 administratively authorized November 4, 2021 to provide for additional coordination and review of ONCOR's design load sheet for an electrical service connection on the west property line of the Eagle Mountain Water Treatment Plant, Amendment No. 2 in the amount of $1,585,391.00 (M&C 22-0101, February 8, 2022) to provide for design, bid, and construction phase services for backup power including electrical switchgear and generators in order to maintain functionality of these assets in the event of future deep freezes at the following Water Department pump stations: Alta Mesa, Edwards Ranch, Eastside and Como. The amendment also allowed for construction assistance services for the installation of Westside Water Treatment Plant Backup Generators project and Amendment No. 3 in the amount of $1,845,867.00 (M&C 22-0595, August 9, 2022) provided for design, bid, and construction phase services for the installation of emergency back-up power consisting of generators and electrical switchgear at the North and South Holly Water Treatment plants. The scope of services included the sizing and siting of the generators and all electrical gear necessary for support, site improvements including grading and fencing/security and construction assistance services. Amendment No. 4, will allow the Engineer to provide construction management and inspection services during installation of back-up generators for the four pump stations and at the North and South Holly Water Treatment Plants. The project was advertised for bid on February 23 and March 2, 2022, in the Fort Worth Star -Telegram. On March 30, 2023, the following bids were received: Bidders Winston Electric, Inc. dba ACME Electric Company I(I� Total Bid 11 Contract Time I�$23,119,632.00l1,09 Calendar Days In addition to the contract cost, $537,034.00 is required for project management and inspection and $346,794.00 is provided for project contingency. This project will have no impact on the Water Department's operating budget when complete. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2023- 2027 Capital Improvement Program as follows: 60WSGEN&EMERPLAN CEN&A4-ACIVIE (ELECTRIC AND FNI Capital Project FY2023 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2023 Name Budget W&S 103410 Rev - WS Bonds Gen & Series_ Emer 2022 Pre Fund plan 56020 W&S 103410 Rev - WS Bonds Gen & Series Emer 2023- Pre Fund Plan 56021 $0.001his M&C $0.00 This M&C $887,262.00 $887,262.00 $24,003,460.00 $24,003,460.00 Funding will be available in the Unspecified! All Funds project within the Water & Sewer Revenue Bonds Series 2023 Fund after the sale of the 2023 Water Revenue Bond for the purpose of funding the Westside Generator and Emergency Preparation Plan project. Funding for the project is depicted below: Fund Existing Additional project Total* Appropriations ( Appropriations W&S Capital Project Fund 56002 W&S Rev Bonds Series 2022 - Fund 56020 $12,814,614.00 $2,905,716.00 $0.00 $12,814,614.00 $887,262.00 $3,792,978.00 W&S Rev Bonds Series $3,891,734.00 $24,003,460.00 $27,895,194.00 2023 - Fund 56021 Project Total 1 $19,612,064.00 $24,890,722.00�44,502,786.00 Numbers rounded for presentation purposes. Business Equity: Winston Electric, Inc. dba ACME Electric Company is in compliance with City's Business Equity Ordinance by committing to 14 percent MWBE participation on this project. The City's MWBE goal on this project is 5 percent. Business Equity: Freese and Nichols, Inc., is in compliance with the City's Business Equity Ordinance by committing to six percent MWBE participation on this project. The City's MWBE goal on this project is five percent. The project is located in COUNCIL DISTRICTS 3, 6, 8 and 9. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified -All Funds project project within the W&S Rev Bonds Series 2022 Fund and will be available in the W&S Rev Bonds Series 2023 Fund when the bond is sold and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Rev Bonds Series 2022 and W&S Rev Bonds Series 2023 for the WS Gen & Emer Prep Plan project to support the approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project Program ctivity Budget Reference # moun I ID ID I Year I (Chartfield 2) FROM Fund Department Account Project Program ctivity Budget Reference mount 1® I® Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: David Townsend (8430) ATTACHMENTS 1.60WSGEN & EMERPLAN GEN-A4-ACME ELECTRIC AND FNI MAP (1).P!M (Public) 2. 60WSGEN A EMERPLAN GEN-A4-ACME ELECTRIC AND FNI MAP �21.Ddf (Public) 3. 60WSGEN & EMERPLAN GEN-A4-ACME ELECTRIC AND FNI MAP 3).pcf (Public) 4. 60WSGEN & EMERPLAN GEN-A4-ACME ELECTRIC AND FNI MAP �4).pdf (Public) 5. 60WSGEN & EMERPLAN GEN-A4-ACME ELECTRIC AND FNI MAP 5).= (Public) 6. 60WSGEN&EMERPLAN GEN A4 ACME ELECTRICS AND FNI.docx (CFW internal) 7.60WSGEN&EMERPLAN GEN-A4-ACME ELECTRIC AND FNI -ACME - 1295.edf. (CFW Internal) 8. 60WSGEN&EMERPLAN GEN-A4-ACME ELICTRIC AND FNI - FNI-1295.pdf (CFW Internal) 9.60WSGEN&EMERPLAN GEN-A4-ACME ELECTRIC AND FNI - FNI-CM.pdf (CFW Internal) 10. 60WSGEN&EMERPLAN GEN-A4-ACME ELECTRIC AND FNI -ACME- CM.adf (CFW Internal) 11.60WSGENEMERPLAN GEN-A4-ACME ELECTRIC AND FNI FID Table.xlsx (CFW Internal) 12. ntitylnformation-Freese & Nichols.pd (CFW Internal) 13. Entitvinformation-Winston Electric.odf (CFW Internal) 14.ORD.APP 60WSGEN&EMERPLAN GENA4-ACME ELECTRIC AND FNI 56020 A023(r3).docx (Public) 15.ORD.APP 60WSGEN&EMERPLAN_GENA4-ACME°ELECTRIC_AND_FNI 56021 A023(r4). ,(1).doCX (Public) 16. PBS CPN 103410.pdf (CFW Internal) 60WSGEN&EMERPLAN GEN-A4-ACME ELECTRIC AND FNI 56020 0600430 UNSPEC UNSPEC 2023 56020 0600430 103410 005480 2023 j 56021 0600430 4905151 UNSPEC UNSPEC 2023 56021 I 0600430 4905151 103410 005480 2023 56021 0600430 UNSPEC UNSPEC 2023 56021 , 0600430 I 103410 005480 2023 (887,262,00) 887, 262,00 (887,262.00) 887,262.00 (24,003,460,00) 24,003,460.00 (24,003,460,00) 24,003,460.00 56020 06DO430 4905147 UNSPEC UNSPEC 9999 $ 887,262.001 56.020 0600430 49D5147 103410 005480 9999 $ (887,262.00)1 .16111 I 0600430 4905151 UNSPEC UNSPEC 2023 $ 24,003,460.00 ' 56021 I 0600430 4905251 103410 005480 2023 $ (24,003,460.00) Ij 3&4 56021 0600430 5110101 + 103410 005480 9999 3&4 156021 0600430 5110101 103410 1 005485 9999 3&4 56021 060D430 5550102 103410 I 0.05480 9999 3&4 156021 I 0600430 15740010 10341D I 005480 9999 1 156021 I 0600430 15740010 103410 I 005480 9999 3&4 56021 I 0600430 5310350 I 103410 005484 I 9999 3&4 56021 I 0600430 5330500 103410 005494 I 9999 56021 I 12060000 103410 RETAIN 2 56020 II 0600430 5330500 I 103410 I 005430 9999 Li I 164,265.00 Staff Costs - Construction 293,330.00 Staff Casts - Inspection ch 2,000.00 Public Outrea(Sally} 346,794.00 Project contingencies 23,119,632.00 To pay contractor 18,773.O0Soil Lab -TPW Staff Costs 58,666.00 SoilLab-Consultant (Combo Code 887,262.00 ITo Pay Engineering Company ,tPIlF3I1�1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of I SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPEC1131CATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised July 1, 2011 00 05 15.01 - I ADDENDUM NO. I Page I of 2 CITY OF FORT WORTH WATER DEPARTMENT Backup Power and Electrical Improvements at Four Pump Stations City Project No. I'034` 0-2 ADDENDUM NO. 1 Addendum No 1 issued: March 2, 2023 Bid Receipt bate: March 23, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103410-2 are hereby revised by this Addendum No. 1 as follows: 1. TECHNICAL SPECIFICATIONS: 1.a SECTION 00 11 13 "Invitation to Bidders" PREBID CONFERENCE — Web Conference The MICROSOFT TEAMS MEETING —INFORMATION SHEET (Attachment 1 to Addendum 1) is attached as additional information on the Prebid Conference (Web Conference) 1.b SECTION 00 4100 "Bid Form" Reference Page 2 Page 2 of the SECTION 00 41 00 "Bid Form" is deleted and replaced with the attached Page 2 of SECTION 00 41 00 "Bid Form" (Addendum#1). 1.c SECTION 00 45 40 "Business Equity Specifications" MWBE PROJECT GOALS. The paragraph titled MME PROJECT GOALS is deleted and replaced by the following paragraph: "BUSINESS EQUITY PROJECT GOAL. The City's Business Equity goal for this project is b% of the total bid of the contract." 1.d SECTION 00 52 43 "Agreement" Article 3 CONTRACT TIME, Section 3.2 Final Acceptance. The section is deleted and replaced with the following: 3.2 Final Acceptance The Work will be substantially complete within 710 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The Work will be complete for Final Acceptance within 800 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.01 - 2 ADDENDUM NO. l Page 2 of 2 1.e Section 40 90 02 "SUPERVISORY CONTROL ARID DATA ACQUISITION (SCADA) SYSTEM" Reference Page 5, 1.3 F Modifications, Remove Paragraph F in its entirety replace with the following: "F. Acceptable SCADA Installers: 1. Prime Controls 2. RLC 3. No Approved Equal." This Addendum No. 1 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1„ Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 1 Christopher Harder, P.E. RECEIPT ACKNOWLEDGED: Director, Water Dopprtrilent 1 By: ,44/ e-Jeu By: 0& J '1 Tony Shb�la, P.E. Company Assistant Director, Water Department END OF ADDENDUM NO. 1 Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.01 - I ADDENDUM NO.2 Pagel of 2 CITY OF FORT WORTH WATER DEPARTMENT Backup Power and Electrical Improvements at Four Pulp Stations City Project No. 1034,10-2 ADDENDUM NO.2 Addendum No 2 issued: MARCH 10, 2023 Bid Receipt Date: MARCH 23, 2022 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103410-2 are hereby revised by this Addendum No. 2 as follows: 1. T15CHNICAL SPECIFICATIONS: Section 03 4100 "Precast Concrete Buildings" Reference Page 3, 2.3 Fabrications Modifications: Add paragraph O at the end of section 2.3: "O. Paint interior walls and ceilings the color white per Section 09 91 00, PAINTING. Submit color samples to City for approval." Insert the Followinct Sections; Add Section Section 00 45 11 "Bidders Prequalifications" — Addendum 2 Section 00 45 13 "Bidder Prequalification Application" — Addendum 2 Section 00 72 00 "General Conditions" — Addendum 2 Section 26 04 10 "Electrical Buildings (EBG)" -- Addendum 2 Section 26 0513 "Medium Voltage Cables" — Addendum 2 Section 26 2713 "Power Metering and Protective Relays" — Addendum 2 Section 26 43 13 "Low Voltage AC Surge Protective Devices (SPDs)" — Addendum 2 Replace the Following Sections: Replace Section With Section 00 42 43 Proposal Form 100 42 43 Proposal Form — Addendum 2 Note: A Revised 00 4100 Bid Proposal Workbook (Addendum #2) is provided as part of Addendum #2 Backup Power and Electrical Improvements at pour Pump Stations City Project No. 103410-2 2. DRAWINGS: Replace the Following Drawings: Replace Drawing C-5 C-15 EB-14 W th Dri wing C-5 —Addendum 2 C-15 — Addendum 2 EB-14 -- Addendum 2 00 05 15.01 - 2 ADDENDUM NO.2 Page 2 of 2 This Addendum No. 2 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2" Include a signed copy of Addendum No. 2 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGED: By: Company: Acme Electric Companv Christopher Harder, P.E. Director, Water D a nt By: CA .� v Tony Sholola, P.E. Assistant Director, Water Department END OF ADDENDUM NO. 2 Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.03 - I ADDENDUM NO.3 Page I of 3 CITY OF FORT WORTH WATER DEPARTMENT Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 ADDENDUM NO.3 Addendum No. 3 issued: MARCH 17, 2023 Bid Receipt Date. MARCH 30, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103410-2 are hereby revised by this Addendum No. 3 as follows: 1. ADMINISTRATIVE The Prebid Meeting attendee list is included for information only as part of this Addendum. Section 00 1113 "Invitation to Bidders" Reference Page 1, the first paragraph Modifications: Revise the Bid Receipt Date from "March 23, 2023" to "March 30, 2023" 2. TECHNICAL SPECIFICATIONS: Section 01 3613 "Special Project Procedures" Reference Page 4, 1.4 G "Water Department Coordination" Modifications: Replace paragraph 2.d in its entirety with the following: "d. All active Water Dept. Facilities operations shall be considered Critical Operations and must only be shut down during low demand times, at the discretion of the Owner. 1) Shutdown of Critical Operations: a) At Altamesa Pump Station shutdown of critical operations will only be permitted from the months of October through March. b) At Edwards Ranch Pump Station shutdown of critical operations is not constrained by any particular season or month of the year. Pipe Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.03 - 2 ADDENDUM NO.3 Page 2 of 3 repiacement at Edwards Ranch shall occur during the summer when Fort Worth ISD is in summer break. c) At Eastside Pump Station shutdown of critical operations is not constrained by any particular season or month of the year. d) At Como Pump Station shutdown of critical operations wiil only be permitted from the months of October through March. 2) Shutdowns shall be phased such that each pump stations down time does not occur simultaneously. 3) The Owner reserves the right to deny a request for shutdown for any reason." Insert the Eoliowina Sections: Adak Section 40 05 65.23 Swing Check Valves —Addendum 3 Replace the Followina Sections: Replace Section With Section 00 42 43 Proposal Form — Addendum 2 00 42 43 Proposal Form -- Addendum 3 3312 21 AWWA Rubber -Seated Butterfly 40 05 64 Butterfly Valves — Addendum 3 Valves9 40 90 02 SCADA 40 90 02 SCADA — Addendum 3 Note: A Revised 00 4100 Bid Proposal Workbook (Addendum #3) is provided as part of Addendum #3 3. DRAWINGS: Replace the Followina Drawings: Replace Drawing Sheet E-6 Sheet E-7 Sheet E-8 Sheet E-9 Sheet E-31 Add the Following Drawinas: Sheet S-9A —Addendum 3 With Drawing Sheet E-6 -- Addendum 3 Sheet E-7 — Addendum 3 Sheet E-8 — Addendum 3 Sheet E-9 — Addendum 3 Sheet E-31 — Addendum 3 Add Drawing Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.03 - 3 ADDENDUM NO, 3 Page 3 of Sheet EA-7 Modification: For conduit flag PLA 00 change C10 to C1. (two places) Sheet ES-12 Modification: For conduit tag TC-101 change C11 to C2 and for conduit tag RTU-102 change C11 to C4. This Addendum No. 3 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: (1) in the space provided in Section 00 4100, Sid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 3" Include a signed copy of Addendum No. 3 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 3 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No-3 RECEIPT ACKNOWLEDGED: By:Corn any: 7 � t Christopher Harder, P.E. Director, Water Depart nt j�j By: do h Tony Sholola, P.E. Assistant Director, Water Department END OF ADDENDUM NO. 3 Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.04 - 1 ADDENDUM NO.4 Page 1 of 2 CITY OF FORT WORTH WATER DEPARTMENT Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 ADDENDUM NO.4 Addendum No. 4 issued: MARCH 24, 2023 Rid Receipt bate: MARCH 30, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents, Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103410-2 are hereby revised by this Addendum No. 4 as follows: 1. TECHNICAL SPECIFICATIONS: Section 26 29 13.16 "Standalone Low -Voltage Solid State Starters" Reference Page 1, 1.02 A "Acceptable Manufacturers" Modifications: Replace paragraph 1.02 A.4 in its entirety with the following: "4. GE by ABB" Modifications: At the end of paragraph 1.02 A, add the following: "5. No other manufacturers will be accepted." Reference Page 2, 1.02 C "Environmental Requirements" Modifications: Replace paragraph 1.02 C.1 with: 1. Temperature: 0 — 400 C" Reference Page 4, 2.01 "Equipment Design Criteria" Modifications: Replace paragraph 2.01 A.2 with: "2. Minimum Overload Rating: 400% of Starter FtA for 10 sec."" 13ackup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.04 - 2 ADDENDUM NO.4 Page 2 of 2 Section 26 2413 "600 Volt Switchboard" Reference Page 7, Part 2. 1.010.1 "Metering" Modifications: Replace paragraph Part 2. 1.01 0.1 in its entirety with the following: "Metering device on main incoming breaker and generator breaker section shall be PQMII or approved equal. Meter shall have capability to communicate using Modbus TCP/IP Ethernet. Provide all hardware and software as required for Ethernet communications. Communication signals shall be wired out to terminal blocks that are readily accessible." Reference Page 8, Part 2. 1.01 TA "Automatic Load Transfer Controls" Modifications: Replace paragraph Part 2. 1.01 TA in its entirety with the following: "PROGRAMMABLE LOGIC CONTROLLER (PLC): The PLC for the switchboard breaker controls shall be Modicon M340, or approved equal. The Owner shall have access to the programming in the PLC thru the Graphic User Interface (GUI) without any further licenses, fees or passwords. The PLC shall communicate with the Owner's PLC using Modbus TCP/IP Ethernet. All alarms, breaker open/close status, run status, etc. shall be communicated via Ethernet to the Owner's PLC. Provide all hardware and software as required." This Addendum No. 4 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 4 by completing the requested information at the following locations: (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 4" Include a signed copy of Addendum No. 4 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 4 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 4 RECEIPT ACKNOWLEDGED: By: Company: r d!�e- V,, Christopher Harder, P.E. Director, Water }Dep ment By: "Tun - Tony �Yls Tony Sholola, P.E. Assistant Director, Water Department END OF ADDENDUM NO, 4. Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 00 05 15.05 - I ADDENDUM NO. 5 Page I of 2 CITY Of FORT WORTH WATER DEPARTMENT Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 ADDENDUM NO.5 Addendum No. 5 issued: MARCH 30, 2023 Bid Receipt Date: MARCH 30, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103410-2 are hereby revised by this Addendum No. 5 as follows: 1. SPECIFICATIONS: Section 00 4100 "Bid Form" Reference Page 2, "4. Time of Completion" Modifications: Replace paragraph 4.1 in its entirety with the following: "The Work will be substantially complete within 1000 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions, The Work will be complete for Final Acceptance within 1090 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. (Addendum #5)" Section 00 52 43 "Agreement" Reference Page 1, "Article 3 Contract Time" Modifications: Replace paragraph 3.2 in its entirety with the following: "The Work will be substantially complete within 1000 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The Work will be complete for Final Acceptance within 1090 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions." Backup Power and Electrical Improvements at Pour Pump Stations City Protect No. I03410-2 00 05 15.05 - 2 ADDENDUM NO. 5 Pap 2 of 2 This Addendum No. 5 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 5 by completing the requested information at the following locations: (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 5" Include a signed copy of Addendum No. 5 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 5 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 5 RECEIPT ACKNOWLEDGED; R By:cci_% Company: r'd Christopher Harder, P.E. Director, Water D rtment By: rid Tony Sholola, P.E, Assistant Director, Water Department END OF ADDENDUM NO. 5 Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 END OF SECTION CITY OF V[7RT WOR fl I BCMWV-Pa wer and Plcutrknl ImpMMMICHLK Lit RVWV PUMP �31W inFLti STANDARD C'ONSTHU("TK)N SPE.C:IFICAIrIVN lRX: JMUNTS My PWj4ee Nkmliz iD3d lU-? It YAd luky t, VP I 00 L1 13 INVITATION TO BIDDERS Page i of 3 ZA SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Backup Power and Electrical Improvements at Four Pump Stations City Project No. 103410-2 ("Project") will be received by the City of Port Worth Purchasing Office until 1:30 P.M. CST, Thursday, March 30, 2023 as further described below: 3 City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, PedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (M/WBE) forms for the project to the Purchasing Office, bidders shall e-mail the completed Business Equity forms to the City Project Manager no later than 2:00 PM on the second City Business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Provide for the construction, installation, start-up services for diesel backup power generators at four pump stations, foundations and platforms for each, associated ducting and electrical equipment. Construct and install the slab, foundation, and associated mechanical and electrical equipment for two pre -cast electrical buildings housing two large transformers. Additional replacement of pump motors, yard piping and appurtenances. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://fortworthtexas.gov/purchasing, and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Document Package htips:/rdocs.b360.autodesk.comisharesidff431 f2-68cb-4cac-b7be-060290590 Addenda Folder httDs://docs.b360.autodesk.com/shares/0038ac37-3c40-4e71-a l M-cMbe16040d CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103410-2 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Physical copies of the Documents will not be provided by the City or Design Engineer as part of the Bidding process. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email .Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. Alt Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http:I/fortworthtexas.gov/purchasingi' PRE BID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: March 8, 2023 TIME: 10:00 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda wilt be issued pursuant to the Instructions to Bidders. PREBID SITE VISIT A prebid site visit will not be held. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: David Townsend, City of Fort Worth Email: David.townsend�dfortworthtexas.,goy Phone: 817-392-8430 AND/OR Attn: Charlie Erwin, Freese and Nichols, Inc. Email: charlie.erwin(ar),freese.com Phone: 817-735-7212 ADVERTISEMENT DATES February 23, 2023 and March 2, 2023 CITY OF FORT wORTII Backup Power and Electrical Tmprovenients at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT C1TY PROJECT' NUMBER: 103410-2 Revised 7/19/2021 14I111vle INVITATION TO BIDDERS Page 3 of 3 END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103410-2 Revised 7/19/2021 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO RIDDERS Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1, Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City'-s evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2,1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalif cation of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:%aDi)s.fortworthtexas.aov/ProicetResourcIL. 3.1.1. Paving — Requirements document located at: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 103410-2 Revised/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 hqV /l ai)ns.fortworthtexas. Rov/Pro i ectResources/ResourcesP/02 %20- %20Construction%2ODocuments/Contractor%20Preaualification/TPW%o20Pavine %20Contractor%o2OPrec[ualifi cation%20Pro aram/PREO UAL IFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://anus.fortworthtexas.gov/ProiectResoures/ResourueSP/02%20 _ %20Construction%2ODocuments/Contractr%o2OPrecivalification/TPW %2ORoadwa, °v/o20and%20Pedestrian%20LightinL%20Pre uglification%2OPrograni/STREET% 20LIGHT%°20PREOUAL%20REOMNTS.pdf 1.3. Water and Sanitary Sewer — Requirements document located at: httos://anps.fortworthtexas. eov/Proi ectResources/Resource sP/02%20 - %20 Construction%2ODoc uments/Contractor%2OPrea ualificatio n/Water%o2Oand%2 0 Sanitarv%20S ewer%20Contractor%20Preaualification%20Proaram/W S S%20ore a ual%20reauirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Biel opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a proj ect to submit such additional information as the City, in its sole discretion may require, including but not Iimited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame, Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. [NOT USED] CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 103410-2 Revised/Updated August 13, 2021 002t 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1, Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. [NOT USED] 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (d) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 103410-2 Revised/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required.. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of; 4.2.1, those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3, The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 103410-2 Revised/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3, The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p,m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: David Townsend, P.E. , Water Department Email: david.lownsend@,foi-tworthtexas.gov Phone: 817-392-8430 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 103410-2 Rrvised/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at httt s://docs.b360.autodesk.com/shares/f4773ad9-4f96-4f5d- 8a08-568c7626601d. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7. I. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B, and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No. 24534-11-2020 the City has goals for the participation of minority business and/or women business enterprises in City contracts S 100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project Number; 103410-2 Revised/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 Business Equity Ordinance No. 24534.11-2020, as amended, codified at: hgps://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the j oint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 129. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Fonn. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Punip Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 103410-2 Revised/Upciated August 13, 2021 0021 13 INSTRUCTTONS TO BIDDERS Page 8of10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to rej ect any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. C[TY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTTON SPECTFTCATTON DOCUMENT City Project Numbcr: 103410-2 Revisod/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4, Contractor shall perform with his own organization, work of a value not less than 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can he obtained at httos://www.ethics.state.tx.us/data/forms/1295/1295.t)df 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 103410-2 Revised/Updated August 13, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Proj ect Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improventents at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 103410-2 Revised/Updated August 13, 2021 0035 13 CONFLICT OF INTEREST AFFIDAVIT Page I of I SECTION 00 35 13 CONFLICT OF INTEREST STATFEME IT Each bidder, afFeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of interest Questionnaire or certify that one is Ci.If -ent and orl file %vith the City fir;cretary's Office pursuant to state law. if i3 member of the nrt Worth 0tv Council, any one ox more of the City Manager or Assicta_nt City Managers, or an agent of the City wbo exercises discretion in the plannill,9, recommending. seierring or contracting with a kidder, offeror or respondent is affiliated with your company, then a Local cvern e-ni Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with co5 n3el regarding the applicability of these forms and Local Government Code Charter 176 to your company. 1, referenced Corr►ls may be downloaded IEroin the Iil�ks provided below. httus:iiwww,ethics.state.tx.usfdata/forrnsiconflict/CIO.ndf I;ttns:/lwww..,Lhics,state_rx_ i.istdata/formsiconflict/CIS .pdf 0 CIQ Form is on file with City 'Secretary [� CIQ Fora, is being provided to the Ciro S-cretary ® CIS Form does not apply [] CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: kme, Oe* i Company S00 U mo '1 r n �tyto— Address By. ease P 'nt) Signature: W K4 77� UI I Title: V C� City/State/Zip END OF SECTION CITY OF FORT WORTH Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 PrEs, d M-� (Please Print) Backup Power and Electrical CITY PROJECT NUMBER: 103410-2 For vendor doing business with local governmental entity CONFLICT OF INTEREST OUESTIONNAIRE FORA CI This questionnaire reflects changes made to the law by H.S. 23, 841h Leg., Regular Session. OFFICEUSBONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meats requirements under Section f 76.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day alter the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. ?J Name of vendor who has a business relationship with local governmental entity. N/A J Check this box if you are filing an update to a previously flied questionnaire. (The law requires that you file an upaated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally flied questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government off leer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? ❑ Yes ❑ No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? ED Yes D No ,J Describe each employment or business relationship that the vendor named in Section f maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership Interest of one percent or more. ❑Check this box if the vendor has given the local government offlcer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). ,71 - Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethlcs.stats.tx.us Revised 111I2021 00 41 00 BID FORM Page t n173 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Backup Power and Electrical Improvements at Four Pump Stations City Project No. CPN 103410-2 Units/Sections; Water Department 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER acknowledgements and Certification 2.1 • In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2,3. Bidder certifies that this Bid is genuine and not made in the Interest of or on behalf of any undisclosed Individual or entity and Is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or Induced any Individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to Influence the action of a public official in the bidding process. b. "fraudulent practice" means an Intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c- "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH Backup Power Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER 143410-2 Revised9/301202t ADDENDUM #2 004100 HiD FORM Page 2 of3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequallfication The Bidder acknowledges that the following work types must be performed only by prequalifled contractors and subcontractors: a. Plant/Building b. Electrical c. d. e. f. 4. Time of Completion 4.1. The Work will be substantially complete within 710 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The Work will be complete for Final Acceptance within 800 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. (Addendum #1) 4,2, Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The Following Documents are attached and made a part of this Bid: a. The Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e, Business Equity Forms (optional at time of Bid) f. Prequalification Statement, Section 00 4512 g. Conflict of Interest Affidavit, Section 00 35 13 *If Necessary, CIQ or CIS forms are to be provided to the City Secretary h. Any Additional documents that may be required by Section 21 of the Instructions to Bidders (fh; ttM,@i0&%ount Backup Power Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER 103410-2 Revised 9/30/2021. ADDENDUM 42 00 41 00 BID FORM Page 3 of 3 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bld opening. 6.2. It Is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid items <use this if applicable, otherwise deletes Total Base Bid Deductive Alternate <use this if applicable> Additive Alternate <use this if applicable, otherwise deiete} Additive/Deductive Alternate Total Bid 7. Bid Submittal This Bid is submitted on March,30 2023 Respectfully submitted, C� {Signature} Brent McDaniel (Printed Name) Title: Estimator Company, Acme Electric Address 5000 Martin St Fort Worth TX 76119 State of Incorporation: Texas E-Mail: bmcdaniel@acmeelect.com Phone; 817-654-1618 $21,846,448.00 $1,215,584.00 $23,062,032.00 by the entity named below: END OF SECTION Receipt is Acknowledged of the Following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3. Addendum No. 4: 14d.deA o., rf Corporate Seal: Initial BM BM BM BM 8 04 CITY OF FORT WORTH Backup Power Electrical Improvements at Four Pimtp Stations STANDARD CONSTRUCTION SPECIFICATEON DOCUMENTS CITY PROJECT NUMBER 103410.2 Revised 913012021 ADDENDUM #2 00 42 43 BOPROPOSAL Np 1 ON SECTION 0042 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Backup Power and Electrical Improvements at Four Pump SWI008 (CPN103410.2) Bidder Name: ACME ELECTRIC Project Item Informa8on Bidders Proposal 4 Bidllst Desariptlon $peclflcetlan Unk of Bit Unit Price Bid Value Item No. Section No. Measure Quantity Altamm Pe p�J}Lilap A-1 pAorman eacsu; "War o74 krpd[t>Zl Impraa "Wrle, empt forksmsestedaelow LS 1 32,963,840.00 $2.963,840.00 A-2 Electric Pump Motors LS 1 $628,050.00 $628.550.001 A3 Solid-state Reduced Voltage Starters LS f S600,600.00 $500.600.00 A-4 400V Switchboard EA 1 $076,$00.00 $070,500.00 Ar5 1500 KW Diesel Generator with Enclosure EA 1 $1.854,180.00 $1,664,1SM00 A-6 Precast Electrical Building (034100related) LS 1 $836,130.00 $636,130.00 A-7 Storm Water Pollution Prevention Plan (SWPPP) LS 1 $16,840.00 $15,840.00 A-S Blast and recoat piping In pump station LS 1 $37.180.00 $37,180.00 Sub -Total Altamess PumiStation $7,012,720.D0i B-1 exeplWilemsaeredbekaw LS 1 $31126109MOO $3,126,090.001. B 2 Electric Pump Motors LS 1 $417,340.00 $417,340.00 B-3 Solid-state Reduced Voltage Starters LS 1 $473,000.00 $473,000.00 Baf 480V Switchboard FA 1 $665,500.00 $666,5001001 M 1500 kW Diesel Generator with Enclosure EA 1 $1,784,750.00 $1,784,750.0011 B-8 Precast Electrical Building (03 4100 related) LS 1 $583.220.00 $683,220.00 B-7 Storm Water Pollution Prevention Plan (SWPPP) LS 1 $13,090.00 $13,090.00 B-8 Blast and recast piping In Pump staton LS 1 $64,680.OD $64,680.001 B-9 Yard Piping replacement, vaults, valve, and flow meter LS 1 $1,378,410.00 $1,378.410.001 1 0-10 Trench safety LF 148 $11.00 $1.620.001 $8.507,708.001 Sun -Total Edwards Ranch Pump Station 6aalalgeFum�d4tlnn _ L _ Eastside Backup Power and Electrical Improvements, a ptfor C-1 aemwpeswwow LS 1 1 $674,300.00 $674.300.00 1 C-2 MCC Extension and Modtiicaflons LS 1 $342,100.00 $342,100,00 C-3 12OUA Main Circuit Brooker +ATS EA 1 $82,500.00 $82,500.00 C-4 900 kW Diesel Generstorwith Enclosure EA 1 $1,224,630.00 $1,224,630.00 I C-5 Storm Water Pollution Prevention Plan (SWPPP! LS 1 $15,840.OU $14AU0.00 Sub -Total Eastslde Pump Station - - _ $2,337,930.001 Ca npmnla6MGan Como Backup Power and Electrical Impravemerds, e. wfer D-1 EemsrsW1,6 x LS 1 $1,580,370.00 $1,511%370.00 D-2 Electric Pump Motors LS 1 $131,580.00 $131.860.001 D3 Variable Frequency Drives LS 1 $429,000,00 $429,000.0011 D4 Boo kW Diesel Generator with Enclosure FA 1 $1.060.400.00 $1,000,400.00 1 D-5 Prefabricated Electrical Room (26 04 10 related) LS 1 $370,920.00 $370,920.00 D-6 Storm Water Pollution Prevenflon Plan (SWPPP) LS 1 $15.840.00 $15,840.00 D-7 Valve replacement and appurtenant piping LS 1 $63,360.00 $57,600.00 1 Sub -Total Como Pump Staliom $3,845,690.00� Rid Summary , Base Bid Base Bid (sum from above) $21,446,448.00' Utility Service Upgrade Allowance for Altameso.PS and LS Edwards Rakich PS (as directed by City) 1 $200,000.00 $200,000.00 City Construction Allowance (as directed by City) LS 1 $206,000.00 Total Base Bid $200,000.00 $21,1146,448.001 Add (+) or Deduct (-) powistoa for Bidder to provide last minute changes In price. Applied to the line listed. A" Allamese - Add (+) or Deduct (-): Line A-1 LS 1 $396,456.00 1 B" Edwards Ranch - Add (+) of Deduct (-): Line B-1 LS 1 $424,880.00 C" Eastside- Add (+) or Deduct (-): Line CA LS 1 $120,680.00 D" Como -Add (+) or Deduct (-): Line D-1 LS 1 $267,918.00 Total Additive/ Deductive Bld $1.215,684.00 Totowa $23,062,032.00 END OF SECTIOIN CITYOFFORFWOMU R kWF—AMEN ftkol rmPmvemcoea 9 F—P—PSmrams srANDARO cON37t MON SPBCIFICATION DOWMENrS CrTY PROAV_7NkMMUL 1e41to-2 PWO.d W1011031 mdol-103 KNOW ALL MEN BY THESE PRESENTS: That we, WINSTON ELECTRIC, INC DBA ACME ELECTRIC as Principal, (hereinafter called the "Principal"), and COLONIAL CASUALTY & SURETY COMPANY AND FIDELITY & DEPOSIT COMPANY OF MARYLAND a corporation duly organized under the laws of the State of MARYLAND , as Surety, (hereinafter called the "Surety") are held and firmly bound unto CITY OF FORT WORTH as Obligee, (hereinafter called the "Obligee"), in the sum of 5% OF AMOUNT BID Dollars ($ 5% OF AMOUNT BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for City of Ft Worth Install generator backup-4 locations. Install new pump motors-2 sites. New electrical building at 3 locs, NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such Iarger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 23RD Witness w v Witness Printed in cooperation with the American Institute of Architects COLONIAL CASUALTY & SURETY COMPAI` used in AIA Document A-310, February 1970 Edition. 131D70000TX0101c day of MARCH A.D., 2023 WINSTON ELECTRIC, INC DBA ACME ELE (SEAL) Principal Title COLONIAL CASUALTY & SURETY COMPANY . Isurety (SEAL) A torney-in-Fact I COLONIAL CASUALTY & SURETY COMPANY AND votfches that the language in the document conforms exactly to the language KILLOUGH ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL M EN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and ahe FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively culled the "Companies"), by MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint J. Kirk KILLOUGH, C. Brent AYCOCIC, Jeffery FOWLER and Dawn R. TAYLOR, all of Lubbock, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalr of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH: AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 9, of the Sy -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 22nd day of February, A.D. 2016. ATTEST: Secretary grte ia, Aarnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,� MT'q Otrpf�` R1G�1tl �y BBA ni �P low LYtl` a yid -krµwe,rw'" Vice PrwIdent j1dirbaet 11ond Statt of Maryland County of Baltimore On this 22nd day of February, A-D, 20111, ibctbm the e;'sb%r giber. o Notary Publi4 of t.hs !,"emir. of Maryland, duly cotnlnissioned mW w4ifivd, MICHAEL BOND, Vice President, and ERIC A BARNES, Seerelaq, of zhe Companies, to me ncmonully knom," to he thht i-divid-m-b- a -A ot?iccrs dcsr:ibtd its end who executed the preceding instrument, end vcknow)Wged the cxrcution of same, and 'being by me duty rawom, ,lepaseth and saith, that hrlshc i9 rise mid officer of the Company aforesaid, and that the scale affixed to the preceding instrument are the Corporate Seals of said Companies, and that thts said Corporate Seals and the signature as such ofBcerwcm duly affixed and subscribed to the said instrument by the authority and direction ofthe said CoTwmtions. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �,j✓ 41c� �tn�'Ltl ��H# Maria D. Adansid, Notary Nublic My Commission Expires: July 8, 2019 POA-F 168-0068 EXTRACT FROM BY-LAWS OFF THE COMPANIES "Article V. Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under die attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." cF_RTlt;lcA rE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and hold on the 15th day of December 1998. RESOLVED: "That die signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding an the Company." This Power of Attorney and Certificate may bu signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and hold on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the i Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanical ty rrepmduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherevee appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the some force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hgaunto subscribed my name and affixed the corporate souls of the said Companies, this 23rd day of March , ZO Gerald F. Haley, Vice I'rtasident Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-000-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZUftICH AVISO I M PORTANTE Para obtener informaci6n o Para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Zurich North America's Para obtener informacion o Para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas Para obtener informacion sobre com- pantas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamation, usted debe comunicarse con la compafiia primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente Para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of _ i , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of aw nw-a yr b- our principal place of business, are not required to underbid resident bidders. S. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Ea BIDDER: Acme Electric By: Ronny Brown 4-7 (Signature) Title: Vice President Date: 3/30/2023 END OF SECTION CITY OF FORT WORTH Four Pump Stations Backup Power STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised 9130=21 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUAL1FiCATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section DO 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section OQ 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalifcation process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the fallowing web address www.window.state.tx.us/taxnermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Wesiside Water Trculment Plant Backup Generators City Project No; 103410 Addendum #2 004511 -2 BIDDERS PIu QUALIF[CATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting frrm's opinion. It should; (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (S) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Pregitalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Sid a. The City shall be the sole judge as Loa contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT woRT[-1 Westside water TreatmcnL Plant Backup Generators STANDARD CONSTRUCTION SPFC[FICATION DOCUMENTS CiLy Project No: 103410 Revised July 1, 2011 Addendum #2 0045 11 -3 B IDDERS PREQUALIPICATION S Page 3 of d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPF?CIFICATION DOCUMENTS Revised duly 1, 2011 Westside Water Treatment Plant Backup Generators City Projecl No: 103410 Addcndum 42 004s12-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12. PREQUA! FICATION s I ATEME I } arh Bidder For a City procurement is rL-O ulred to complete the mfo matigra belt by identifying rbe prequalified contractors and/or subcontractors whom tr+py intend to utilize for the major work type(s) listed. i Prequalification COntraranr/Stihrnnirartgr C__r>nmpany ci Maior Work Type .Name 1xpiration Date Pl>YnVBuilding Work Acme Electric Company April 30. 2023 Electrical Work Acme Electric Company April 30, 2023 The undersigned hereby Certifies that the contractors and/or subcontractors described in the table above are currently prequalified tfcir the work types jiStt-cl, BIDDER: hx Elee�� Company w0 Mayan S1 Address UQM I b I I q City/State/Zip n By: (Please Print) Signature: __,_12, /t-- Title: 'll� C, Pm1dw- (Please Print) Date: ZD Z3 END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBERi 103410-2 Revised September 30, 2021 F'ou'WoRn - \ SUCUON 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name underwhich youwish to qualify Post Office Box Street Address (required) Telephone Mark only one: City City Fax Individual Limited Partnership General Partnership Corporation Limited Liability Company State State Email Texas Taxpayer identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TP W Paving I Work Category — TP W Pc&Rdwy Lighting iohn.kasavich(aFortWorthTexas.aov Alicia.Garcia(a),fortwvrthtexas.¢ov I Clint.hoGVer(rdfortnvrthlexns.$OY Fort Worth Water Department Engineering and City of Port Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services division 200 Texas St. Fort Works Dept. 8851 Camp Bowie West Blvd, Fort Management Attn., Clint Hoover, P.E. 5001 Worth, TX 76102 Worth, Texas 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "E' ' ' " "T ' '. .. Westside Water Treatment Plant Backup Generators City Project No. 103410 Addendum #2 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2of8 BUSINESS CLASSIFICATION The fallowing should be completed in order that we -may property classify your firm: (Check the block(s) which are applicable —Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to became prequalified. Select major work categories forwhich you would like to be prequalified (City may dee1r1r1 you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches andstnaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller _ Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sew or Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OT FORT WORTH SWmtside Water Treatment Plant Backup Generators STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 103410 Revised August 13, 2021 Addendum #2 0045 13 -3 BIDDER PREQUALIPICATIONAPPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller T Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller T Sewer Collection. System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewat 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewat 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller Sewer Cleaning , All Sizes ^_ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less _ -%ewer Siphons-42-inches-or-less- Sewer Siphons All Sizes _ Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construe tion/Reconstruetion (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Cons true tion/Rec onstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequaffication requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OP FOIST WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Westside water Treatment Plant Backup Generators City Project No! 103410 Addendum #2 00 45 13 -4 BIDDER PREQUALIFICATION APPLICATION Page 4of8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME .AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. S.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. THas any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY Or PORT WORTH Westside Water Treatment Plant Backup Generators STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 103410 Revised August 13, 2021 Addendum #2 0045 13 --5 BIDDER PREQUALIFICATION APPLICATIOi+I Page5of8 8. In what other lines of business are you financially interested? 9, Have you ever performed any work for the City? If so, when and to whom do you refer? 10, State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Westside Water Treatment Plant Backup Generators City Project No: 103410 Addendum #2 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 004513-G BIDDER PREQUALIFICATION APPLICATION Page G of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Westside Water Treatment Plant Backup Generators City Project No: 103410 Addendum 82 004513-7 BIDDER PREQUALIFICAT ION APPLICATION Page 7of8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 I 9 10 L1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 l 28 +` 29 I 30 Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE CITY OF FORT WORTH Westside Water Treatment Plant Backup Generators STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No; 103410 Revised August 13, 2021 Addendum If2 0045 13 -8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Tarrant The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. Ronny Brown , being duly sworn, deposes and says that he/she is the Vice President of Acme Electric Company , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the qucstions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Acme Electric Company Signature: Sworn to before me this '� Q day of Notary Public .T��` .1ANi� RHONDA CASON _aW .tt Notary Public, State of Texas a Comm. Expires 10-26-2026 Notary ID 1007901-4 Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Westside Water Treatment Plant Backup Generators City Project No: 103410 Addendum 42 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103410-2. Contractor further certifies that, pursuant to Texas Labor Code, Section 406,095(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: kme, Company 6000 mbwfiki S ,� Address W041 -fy �bl7q City/State/zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: I�NlIcr &ow�l rlo-:; int) Signature: Title: _ eXiC-S/,jAJ (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared K grow v) , known to me to be the person whose name is subscrlbdd to the foregoing instrument, a d a knowl dged to me that he/she executed the same as the act and deed of MN� gem. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of •��V�r , 2023 Ap CASON lamhl eo)-P� �a►``r`�R'��, RHONDA Notary Public, State of Texas Notary Public in and for the State of Texas Comm. Expires 10-2&2025 �,�%'�+`•� Notary ID 1 DOi901-A END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103410-2 Revised Ittly 1, 2011 004540-1 Business Equity Ordinance Specifications Page 1 of 3 SECTION 00 45 40 Business Equity Specifications [This document is to be printed on "pink" paper in its final fbrnaj APPLICATION OF POLICY If the total dollar value of the contract is greater than $100,000, then a Business Equity goal is applicable. A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBE). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Equity Ordinance No.24534-11-2020 (as codified: httns://codelibrarv.amlezal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. AlBUSINESS EQUITY PROJECT GOAL The City's Business Equity goal for this project is 5% of the total bid of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the following methods: 1. Business Equity subcontracting participation, 2. Commercial useful function services performed by the Business Equity Prime to count towards the goal, 3. Combination of Business Equity Prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture participation, 5. Good Faith Effort documentation, or, or 6. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must be received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered responsive to the specifications. The offeror shall EMAIL the Business Equity documentation to the assigned City of Fort Worth .Project Manager or Department Designee. Documents are to be received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFicArION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised July 19, 2021 004540-2 Business Equity Ordinance Specifications Page 2 of 3 The Offeror must submit one of the following documentation: 1. Utilization Form, if the goal is met or exceeded, 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished, 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities, 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. These forms can be found on-line at: Business Equity Utilization Form https://ao-Ds.fortworthtexas. aov/ProiectResources/ResourcesP/60%20- %20MWBE/NEW%20Business%20Ecluity%200rdinance/Business%20Eauity%20Utilization%20Form. pdf Business Equity Prime Contractor Waiver Form httns://anns.fortworthtexas. irov/ProiectResources/ResourcesP/60%20- %20MWBE/NEW%20Business%20Eciuity%200rdinance/Business%20Ea uit-_v%20Prime%20Contractor %20Waiver.ndf Business Equity Good Faith Effort Form httDs://aD-Ds.for-tworthtexas.gov/Pro iectResources/ResourcesP/60%20- %20MWBE/NEW%20Business%20Eu_uity_ %200rdinance/Business%20En_uity%20Good%20Faith%20Ef f6rt%20Form.ndf Business Equity Joint Venture Form httDs : //ao-D s.fortworthtex as. aov/Proi cctResotirces/Res ourcesP/60°/n20- %20MWBE/NEW%20Business°/u20Eauity%200rdinance/Business°/a20Equity%20J oint%20 Venture.ndf CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised duly 19, 2021 004540-3 Business Equity Ordinance Specifications Page 3 of 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMITTHE REQUIRED BUSINESS EQUTIY DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN Any Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. Department of Diversity and inclusion Business Equity Division Email: DVIN_BEOfiice.fortworth.texas.gov Phone: (817) 392-2674 END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Punip Stations STANDARD CONSTRUC rION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised July 19, 2021 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 S2 43 AGREEMENT THIS AGREEMENT, authorized on June 13, 2023 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Winston Electric. Inc. dba ACME Electric Comvanu authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work. Linder the Contract Documents may be the whole or only a part is generally described as follows: Backun Power and Electrical Improvements at Four Pump Stations Citv Project No.103410-2, Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Twentv Three Million One Hundred Nineteen, Thousand Six Hundred Thirtv Two Dollars and ooltoo Dollars ($ 23JI9,632.001. Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be substantially complete within 1000 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The Work will be complete for Final Acceptance within 1090 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions (Addendum #5) 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($ 1.000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECR fARir 71, 1Vnr� V4 'LIjf' CITY OF FORT WORTH Backup Power & Ele teal improvements at Four Put4p Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -+T1Y ?Ris; EC i Nu. 103410-2 Revised tl/23/2021 00 52 43 - 2 Agreement Page 2 of 6 Article S. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f Maintenance Bond g. Power of Attorney for the Bonds It. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. C)pr-ICIAL RECORD d. Letter of Final Acceptance. iCITY SECRETARV Article 6. DEMNIFICATION 1h1�T�#' TIC IN 6.1. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in hart. by anv act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Backup Power & Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103410-2 Revised 11123/2021 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specificallv intended to ouerate and be effective even if it is alleged or proven that all or some of the damages bein¢ sought were caused. in whole or in part.. by anv act, omission or negligence of the city.. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7A Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. T7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. LU 7t: L ♦� r 0 CITY OF FORT WORTH Backup Power &. Flectrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103410-2 Revised 11/23/2021 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public fiends of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. =Y�_ ,!'F1CiAG RECORD CST SECRETARY CITY OF FORT WORTH Backup Power & Electrical STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROTECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. OFFICIAL RECORD CITY SECRE{y�SECRETARYr. T. WORTH, YX CITY OF PORT WORTH Backup Power & Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103410-2 Revised 11/2312021 00 52 43 -6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated. Assistant City Manager ("Effective Date"). Contractor: km,, 6 /L a —)- By: t Signature % � >� (Printed Name) Ud C c rr0eSr1DCAJ r Title �p6V 1lRf-T0J (L � Address ;4�,jz t 64bYJ1(76 119 City/State/Zip City of Fort Worth By: Durr�yB rated Ga,vBu�,gdnn W.,., 731=3 CDT) Dana Durghdoff Assistant City Manager Ju124,2023 Date yst,�rLiL-`e S. Goodall, Cit (Seal) J 7 2nZ3 M&C: 23-0500 Date Date: June 13, 2023 Form 1295 No.: 2023-1017009 OFFICIAa REC041 CITY SECRETARY Fr WORTH, JX Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting recgli�ls:1 eats. f avid Towns6dd, P. Project Manager Approved as to Form and Legality: � 1 Douglas W, Black Sr. Assistant City Attorney APPROVAL RECOMMENDED:CIAL RECORD ,;n�cfrwnwH;fe .�ni�i�mscan Christopher Harder, P. E. CKY SECRETARY Director Water Department FT WORT", TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA11ON DOCUMENTS Revised 11/23/2021 Backup Power & Electrical Improvements at Four Pump Slalions CITY PROJECT NO. 103410-2 t 2 3 d 5 7 a 9 IG SECTION 00 6113 PERFORMANCE BOND (10a111-1 FERVORMhrwf X i rvn f'a:,4r• I ui'2 E30ND #PRFS255033 TFIE LSTXrrt 0FTEXAS § § I{NOW ALL BY THESE PRL':SENTS: CCllflll'ITY OFT A R R A NT § Tim( we, II TON ELECTRIC, INC, DIVA ACME ELECTRIC, known as "Prin :iPal" herein and COLONIAL AMERICAN CASUALTY & SURETY Cq � cart:craie surety(svreties, if moire than cane) duly authorized to do business in the State of'Trxas, known Als "Surery" hereim (whether one or mare), are h.-Id and firmlj bound unto thr City of Fort Forth, a 12 municipal corporation cr Wvd pursuant to the laws of Texas, known as "City'° herein, in the penal 13 su:n cal; wi✓iitv'1'iiree Million One Hundred NineteerlTho"san ix Hundred i nd 14 OLLOQ L)ollars (S 23,1 MA31PL2,1al;Iful Moll y Of the Uahedd States, to ho paid in Tart 15 Worth, Tarrant County, Texas for the payment oI"wbich sum well anti truly to he rrEader we hard 16 otirselves, Our hein;, Cxmutors, #idminiss"iratars, succes :ors and a`signsjointly Rnd scverally, 17 firmly by rhe:.w presents, 19 WHEREAS, the Principal has oniereed intoo-a Certain writ#en ant+tart with the City 19 awardedthe 13THday d JUNE , 20 23, which Contract is I1erehy referred to and 20 nnad; a pert Hereof For all purposes as if fully set Forth herein, to furpish al l materials; equiprn=t 21 labor and o1kcr aec aorias dell:ned by lave, in the prosecution of the Work, Iftcluding any Charige 22 Orders, as provided for in said Contmct designated Ps Br ekup Power and E'fe,.tr cal 23 {improve nrenis rrt Fora Pump SA.,dons, t;• y Pro)ect No. 10341OL2 24 IYAW, TjIERCC'OI�, the condition orthis obligp i-rt 1s swch that if Elie said Principal 25 sbnll fiiiihFu Ily perform it obligati ;ns iinder the Coninac, and shift I in ri 11 respects duly and G faithfully perform the Work, im;luding Change Orders, ~meter the Contract, micording to the plans. 27 specifications, and coritract documents therein referred to, and ns well during any period of ?H extension of tho Contrad that rpay he granted on flip part of the City, then this obligation shall b-- 29 and become null and void, otherwise to remain in ful l force and effcm 30 PROVIDED FURTHER, that if any legal action be plod on this Bond, v---ticsliall tic In 31 Tarrant Ccomy, Tc2w or the Unite-d States District Court for the Northern D'iStdct of Teas, Fort 37 W-Prii Divls,nn, CITY CjF FG.R"r worm i Racklip Power ar.d t'i=eiriral li',,?T^:Ttrly .IS at X'Oma 114mo S.hkom. a rAhtD.'11tD q)NNTItUCt ION SPEC[F1CA'I-t4;*J DOCUMUNTS City llu�jcci Mj- 103410-2 AvANrJl July 1. 2.01 t 11,0fit 13-2 VERFORMANCE BOND Prgra 2 or 2 1 This bond is made and executed in compliance with the provisions of haoter 253 of the 2 Texas Governmenl Code, es amended, find Al li abili+ies an this bond shall h <Ietcrm+!�pr! in 3 ac-cord4ric- r 1th the provisions of said statue. 4 IN IeV ITNM WHEREOF, tho Princ01 and the Ktrety have SI GN I,D and SEA1,ED 5 this inst. um-ent by duly authorized agents and oifim-s on This the 13TH day of 6 JUNE , 2U 2 7 9 10 11 12 13 14 is 17 1$ 19 24 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 ATTEST: �� (PI•Ine1�t11) Secrekafy itnew as to Principal aS to suretrA J PRINCIPAL: fflN TON ELECTRIC, JNC. DBA ACME ELECTRIC BY.zZk +rcw igitature kdxy+ Wa# ) eL ftwd* Name and Title MAP Shut Adr< s: SURETY: COLONIAL AMERICAN CASUALTY AND tiuH-ytY ut-. iY �S J3Y., S:tFa.a=,ore DAWN ft_ TAYLOR, A7TORNEY IN FACT hl::me .and Iit1e — — Address: gill MILWAUKEE AVE LUBBOCK., TX '9424 Telephone Number_ 806-798-2700 41 "Nolo- If signed by tin officer of the Surety Company, there must be can file a cer#if;ed extract 1 from the by-laws sihowing that this person has authority to sign such obligation. If rI3 Stire y's physical Wdress is differ -en, fro ni its maiPng Address, both must be pi-ovrded, +44 The, date of the bond shall iiot be prior to the cute threConti-act is awarded. 45 C11,Y n71 FOR, I' 111.101UTlr [41-Lver ,wd Ftectricod Irnnrovrn1enls et Fan. Punip Si0igns FANDARI) C0N5TE1tJC1-1Q.N SPR:t1'`IC;ATION DOCLImEN i'°i City Flrajvt�i Nin. 103414-2 Revised ,Italy I. 2011 l 2 3 4 s 6 7 8 9 10 II f2 13 l4 15 IS 17 18 19 20 21 22. 23 G4(41 1� - 1 PAYMENT DOND 119,-c 1 Vr 2 SECTION 00 61 14 BOND # PRIy9255033 PAYMENt BOND D THF. STATE OF TEXAS § § KNO .A],L BY TI3F L rRPSENTS: COUN Ty OF TAILRANT That we; WN TON ELECTRIC. INC_ DBA ACME ELECTRIC , knnwn as "Principal" herein, Arid COLONIAL AME RI AN CASUALTY & SURETY COMPANY mrperate surety (sureties), duly aurborized to do business in the State of Texas, known as " atrety" I er irl (whether one or more), are livid :-turd firmly hound u9ta the City of 1 orl Forth, a nitinicipal corporation crested pursuant 10 the 1u;.`s oFthe State of Texas, known 0S "City" herein, In thY penal sure t%f Twenty Uhbp Million One Hundred Ninaegn-T tousand Six Handr>ed Thirty. Two and 00/ 100 Do11aivs ( 23.119.632-00 �, lawful money of the United Statds, to be paid in Fort Weith, Tarrant County, Texas, far the payment of vvhi4 lh sum. well and truly be made, we hind ourselves, our heirs, executors, administrators, occessoFs and assigrls,,jointly and severally, firr:lly by tlieso pm.wnts' WI4KM- A.% Principal haS entered into u certain written C;oniracl with City, awar cd the 13THday of JUNE , 20 3 , which Contraot is hereby referred to and rr:ade a part ljtcrYof For all ptlrpuses a!i if fully set forth lierain. to i'umNh all materials, equipment, labor and outer accesson.-s as definedby law, in the prosecutikirl of the Wa,rk as provided for in said COnvact and &signsded as Back -tip ppwPF a rd Electrical ilnPproVevkeras at %t.'d} PJimp Stations, Gy Pro .,fw IMP. 103410-2 24 NOW, T1EIF:REF'OI , THE CONDITION Oi THIS 0131-3GATION is such that if 21 Principal sha11 pay all monies owing to any (and 411) pays wnt hand bang-ficiary (m defined it) 26 Chapter 2253 of the "texas Government Code, as a;lmt nded) in the prosrycel?lori of the Work under 77 the Conlnct, th--n this obligriflon shall br, and became mull and void; otherwise to i-emain in lull 28 rerce P.nd effect. 29 'rhis bond is made and executed in compiiancc with the Provisions ofChapter 2.253 of the 30 T1Vxngi Govt±rnl:Ient Code. as omended, and all iiibiiities on this hoed shall 1~e deiermined Ill =31 ; ccordance with the provlsions of said stwute. 32 CITY or Fp1; I' w�`,1:eT1 I 13261knp flower avid Efcctriml ImproW marts tat I'a::r Pump Sufflolt4 STA1df3A1 DC47a�?S!'RtlC"i"1C)NSIMF[_at=4i'{�1ig3J Wr Cf1-ti'1ENTS City 11raicect No. IOJAIp,Z iZevised July I, 2011 151061 14 - 2 FAYNIEN-r PONT) Page 2 of 2 I IN WITNESS WHTREOP, the Princ-i; aI and Slaty hwve each SIGNED and SEALED 2 this instrument by duly authonized agents and offl_e s on this the 13TH day of JUNE , 20 23 A 5 b 7 9 to 12 ATMST: 1491, (rirtcolsa!) 1�� 440�- Secretary /itss as ! T'rincipa! ATTEST: (Sere J,) tecre ary. - Wi-essas to Surety PRINCIPAL: WIN TON ELECTRIC. INC. DBA Aiff fifMELECTRIC --� - - Si�na#:ire Maine and Title Addross: t7NOOD V) n !�4pg SURETY: COLONIAL AM RI AN CASUALTY SUF -Ty t1DliIFA �'� —� Signature' DAWN R TAYLOR, AT i ORNEY IN FACT iare:w ar:tl Title ldwlrY�s; 9111 MILWAUKEE AVE LUBBOCK, TX 79424 Telephone Numb= 806-798-2700 Motu; If signed by an officer of the Sumty. I-Y1er+ mu-9t be on file a c;crtif cd extract from the bylaws showing (hit this person Ims authority to sign such obligation- If S11rety's physical address I . different !ix)rrt its mailinyg Mr1drr ss, bu-th must by provide;l. The dare of tt,e viand shall riot be prior to the date the Co9;rract is awardiad- END OF SECTION CITY OF FGRT WORTH t3a k"r Power rind L.±Mr:c l Improyem:,n!s III I'oar hIInp siarims STANDARD CONSTRICTION SPF;C'1FIC:A I'I()N IFXICUMEI`4�5 City Pnij c4 Ntx I03410-2 Revised hily 1.2011 S>,EC."TION 00 fil 1119 MAINTENANCE 13OND 43 61 11- 1 MANTENANCE 13OND PAS¢ l or 1 OND #PRF9255033 TITS Sil'ATE OF TEXAS § § KN0W ALL BY THESE PRE, SENT : COUNTY OF TARIUM' That we VVINSTON ELECTRIC. INC. DBA ACME ELECTRIC, known its "Principal" here -In and COLONIAL Aiti.'IERICAN CASUALTY & SURETY CQ a corporate surc-ty (sureties, ifnaore than one) dully aulthorized to do hnsiness in the StMe OrTexas, knowil as '"S irvy" herein (wLether one or mare), ar;~ hold c- nd fir nly.bound unto the City of Fort Wo 1h, it municipal corporation created prsrsrrant w the laws of the State of Texas, known ag "Cily" herein, in the nilia of Twenty Three Milliml OnO IAt111dr-e—d Nineteen Thousand Six Hunelreci Ttiit'ty TVo 14 and 001100 DoIhirs ($ 3, l 19.632,kQ ), lawful money of'the United Stags, to he paid in Fort 13 Worn~h, Tarrant County, Texas. For payment of which sarm well and truly be made unto the City 16 and its successorti, we bind ourselves, o'ur heirs, execs -ors, ndminisamior,% sttw ,Ssors and asslgrnsp 17 jointly and seYer:liy, fil-Icily by these presents. 18 19 WHE REAS, the Pr'inui al has entered into a cortain wriften contract with the City swarded 20 thr-jImstay of 1UNP , 20_2L, which Contract is hereby 21 referred to and a 1nade part hereof fi r nll pturposes as ifful ly sel Forts herein, to furni-,h all 22 1, a terials, egliipment labor and oilier accessories as defined by law, ill the proswation of the 23 Work, inGlssding any Work ress ifs fror n a duly atlthoriiPd Change Order (collectively herett1, 24 (lie "Work") as provided Ibr i i r said cnnt=t: anal desigrratcci as Back rp Posuer and Ele rlcrrl 25 1jinprovan,-- ws at Fofrr Prim t Sim, us, City Yrrrler_r Nei, f 0341 - 2 ; and 26 27 WHEREAS, Principal binds itself W use such materials and to w wn3thruct the Work in 29 accordancc with thr, plans, cpecifications and Contraaci Dactiments that the Work is anti will 29 reds; in free from derec is in rs,aterials or workmanship for nrtd during the periad of two (2) years 3 after the date a+ pirwal Acceptance of the Work by the City ("Main;+.enancc Period"); arrcl 31 32 VMEREAS, principal hinds itself to repair or rem-isitru t the Work in whole or in earl 33 upon receiving notice From the City of the need therefor at any time within the maintenance 34 Period. C111'Y Dr FORT t4OR'rII l34r1, r,r Fcnveraikl Elearicel ra firkin Pump Sualir1m 5;TA NDAR0 Mh]N' tici,i 7U sPEeIrlCr W'.1r4 DOC11M1110.1 (,$,y Pr(W"seoj P:o. sr)341!)r' licensed Slkry I,?.111 I 0061 14- Par.2tkr3 2 NOW THE RE, FORE. the condition ofiNs obli-ptiort is suzh that if Principat shall 31 rernPdy any de- eetive Work, For +A,hi--h timaly notice was provided by City, to a completion I sat.isf'actory to ffie City, then this obligation shall became± u t.,11 and void; otherwise to reran in i a 5 full for= slid effect. 6 7 PRO DED, HOWEVER. if Principal 9ball Fail sty to repair or recanSfriirt any timely $ noticed defeefive WDrk, it i� agreed that the City may cause atly and all such defective Work to 4 be rep,-tirod and/or I mensirllcted with all associated casts thereof be}^g bourne by tlsY Principal and 10 the Sur;ty under this-i' ainMnance pond, and 11 12 PROVIDED FURTTiERF t.l>Iat if any legal action be filed oYI Lhis Bond, gentle Shal I He in 13 Tarrant County, Taxas or Hie United States District Court for the Northern District ofiexas, Fort 14 Worth Division, and 15 16 PROVIDED FURTFUEtR, that this ahligai icon shal I be r;antintraus in nature and 17 successive recoveries may be had hereon For successive breach -es_ 19 19 24 CITY OF FORT WORTI I I3:aap I'mra iwtcl Elwirical Emliravementx nl Fuur Puzi:p wllnin s"rr ANDAR!3r-�ONSTtUCMOM'sPL(,1r1C/ -riON 00CUM1;9TS oily Prr3er No. I Girl 10-2 Revised Ility I, M I DO6I 19-3 MAIN F.NANCF BOND pag.3 00 1 IN W1(Ti &S WHEREOF, Oie Principalmid fli-, %ourcry klavc eaeh SIGN ED and EALEE) this 2 inst.-turent by duly awhorized a%genn and off c-ers orl thk the 13 T N dp.y of JUNK~ 3 , 0 �3 J 5 7 9 10 II 12 13 14 15 16 17 18 19 20 21 2) 23 �4 21 26 27 28 29 30 3T 32 33 14. 35 36 ATTEST: { r1�p-a) Secretary 1lnesmas to ?Tineipnl ATTEST; (a ° cretar Witness.... ru Surety - PRWIPAL. WINSTON ELECTRIC, INC- XC-al1L tzLCL; i Ki .: 13Y: igriah�riW - i kAb& -o— Nsme and Title Address: �; 00 0 qm*- K V" T SuP-Ety: COLONIAL AMERICAN CASUALTY AND BY: t� ISnr3tu re DAIAIN R. TAYLOR, ATTORNEY IN FACT Turtle an€V'Fi le Address: 9111 I ILWAUKEE AVE Te1ephent, Niumber: (806) 795-2700 37 ''Notz, Irsigned by an ruffles of the Surety Ccimplany, I1wre must bye on rile a certired eyimel H from the by-laws slt;awing that this person has aw.xthmity to sign much obligation. iF :39 Surety's physical address is clifFercm From its nailing addreqs, bath must be provided. 40 The date of Ili(, bored shall not be prior to the date the Contract is Pward-ed. 41 CITY OF FORT wowni Wckiip Psnt,,r and Bewleal Irmrovemcnis w Fow Vjmn p S1Fillm; STANI?AKII CONSTRUCTION SPrC119K,'ATI0,N DOC=11h+I'ENT-1, C'ily l'mye2vt No. IG3410-2 Reviscd .1nly 1, 2011 ZURICH AMERICAN INSURANCE. COMPANY COLONIAL AMERICAN CASUALTY ANT) SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, n corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND nFPC}SIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BONA, Vl,-e prasident, its pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which Are set forth on the. revenc Ade hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint J. kirk KILLOUGH, C. Brent AY'COCiC, Jeffery FOWLER and Dawn R. TAYLOR, ell of Lubbock, Texas, EACH its true and lawful agent and Attorney -in -Face, to matte, c.-m— e. ;en_I and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bands as behalf of independent Executors, Community c-,rvivOrs and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, : hall be w binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been dtrly rlirsuted and acknowledged by the regularly 0-led officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in N,W York, New York., the regularly elected ofticc-n of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its ogee in Owings Mills. Maryland„ and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at iu office in Owings Mills, Maryland., In their own proper persons. The said Vice President does hereby certify that the extract set forth on Cho reverse side hereof is : 1. ve Copy of Article V. Sectiol, S, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said 'ice -President ho-- I";reunto snhscrihud hither Pnines and rifiixeri th= Corparaic Slnils of the said ZURICH AMERICAN INSURANCE COMPAysiY. COLONIAL AMERICAN CASUAL"fY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 22nd day of February, A- 2016. ATTEST: Secretary uric 0. Ear+:w, ZURICii Ar-EfUCAN t;NSUILA +?CE COMPAtltV COLONIAL AMERiCAN c'ASUAt TY -10 WRETV COMPANY EIDELI-TY AND DEPOSIT COMPANY OF MARYLAND p„yr� �p Ol►pfr, �}tt1t8 �3 REAL va^ �► tiiY i� �� S49b �� ,F 4, 1 fte Pre-s-0-n! a!Jchael fat nd "Stnte of Mrtrvinnd C%inty ell' Baltimore On this 32nd dry of February, A-D 2016, hefom the suhor rik1r, u N(It,r," K*11s of the State of Maryland, duty commissioned and qualified, MICHAEL BOND. Vice Presldtat, m-d ERIC D. BARNES, Serretnry, of the Companies, to fir i! Personally k--a n to be ubc-ndividw-19 and efficcrs dmribas D:i sed ift exrcuicd dw (preceding hnsuument, rnj i•t=l-.nowlcdged the a=��eninn of !wma, and wlnQ by me duly sworn, deposcdo and saitlt, that I lshe ti Ilia said pfricer Df ttie Company afomsaid, and that the yefi)s nffiYxed to the precaling Instrument are the Corporate Seals of said Companies, and that die said Corporate $talc and the signature rL: ,inch officer were duly atl'uced mud subscribal to die said instrument by the authority and direction oftho said Corporations. IN TESTIMONY WHEREOF I have hercantu Sel aly hind and affixed r^tiv Ofllcid 1,9 1 she day and year first above w3 itle!,_ pn7Ylltq! j Mrrh D. A:l=,maki, NnfnrV Public My Commission �.pires July B, 2019 POA-F 16a.0058 EXTRACT FROM BY-LAWS OF THE COMPANIES "'Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorncys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to afirx the corporate °-T therein; and may with or without cause modify of revoke any such appointment or authority at any titne, CERTIFICATE I, flue unders;gned, Vise President of the- 7—UfUCH AMERICAN INSURANCE COMPANY, the COLONIAL AIv!E TUCAN CASUALTY P,MD SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MAItYL.AND, do hereby certify that tliv foregoing Power of Attorney is still in full fbiu and effect wort the dates of this certificate; and I do further certify thut Article V, Section 8, of the By -Laws of the Companies is still in force This power of Attorney rind Certificate may Sae signed by facsimile under atad by authority of the following Y--oiniion of tht Board of Directors of the ZURICH AMERICAN TNSLIRANCE COMPANY at a nwminty July called and held nn the I Sth day of December I W3. RESOLVED: "That the signature of 01c Pnmidwit cr n Vice President an. -I the attesting signature of n .Seer -mart' Or an Assl4 tent Secretary and the Seat of the Company may be affixed by facsimile on on_y Power of Attermq... Any such Power or any certificate thereof berr;ng such facsimile signature and seal shad he valid and binding on the Company."' This Power of Attorney and Certificate may be signed by facsimile under and by authority of the foho ing resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a me—ming dray called and held on the nth day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MAkYLAND It ri meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced of the company and facsimile or :mechanical fy reproduced signature of any Vice-president, Secretary, or Assistant Secretory of the Company, whwher made heretofore or hereafter, wherever apputring upon a certified copy of any power of attorney issued by the Company, shalt be valid and bending upon she Company wish the some fare and cf%ct as though manually affixed. IN TESTIMONY WHEREOF, I have nto subscribed my name and axed the corporate seals of the said Companies, this 3dayof JUNE 20� affixed eepe���*oq� Gerald F. Haley; Vice President Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2160 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 0 ZURICH AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panfas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DIE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacibn, usted debe comunicarse con la comparifa primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II WHO IS AN INSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an endorse- ment under this Coverage Bart which includes such person or organization in the endorsement's schedule; Is an insured, but: a. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury" caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part, of the contract or agreement is In effect; and b. Only as described In Paragraph (1), (2) or (3) be- low, whichever applies: (1) if the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors -- (Form B) endorse- ment CG 2010 11 85; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors -- Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured — Owners, Lessees or Contractors -- Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of, (a) The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contrac- tors -- Completed Operations endorse- ment CG 20 37 07 04 or CG 20 3 7 0413, or both of such endorsements_ with either of those edition dates; or (b) Either or both of the following: the Addi- tional Insured -- Owners, Lessees or Con- tractors -- Scheduled Person Or Organi- zation endorsement CG 2010, or the Ad- ditional Insured -- Owners, Lessees or Contractors -- Completed Operations en- dorsernent CG 24 37, without an edition date of such endorsement specified; the person or organization is an additional in- sured only if the Injury or damage is caused, In whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies; or (3) if neither Paragraph (1) nor (2) above applies: (a) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a. if the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agree- ment, the Insurance provided to the additional in- sured will be limited to such minimum required limits. For the purposes of determining whether CG 06 04 02 19 0 2017 The Travelers Indemnity Company. All rights resenrad. Page 1 of 2 COMMERCIAL GENERAL. LIABILITY this limitation applies, the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include; sidered to include the minimum limits of any Um- (a) How, when and where the "occurrence" brella or Excess liability coverage required for the or offense tools place; additional insured by that written contract or (b) The names and addresses of any injured agreement. This provision will not increase the persons and witnesses; and limits of insurance described in Section III -� Limits Of Insurance. (c) The nature and location of any injury or b. The insurance provided to such additional insured damage arising out of the "occurrence" or does not apply to: offense. (1) Any "bodily injury", "property damage" or (2) If a claim is made or "suit" Is brought against the additional insured: "personal Injury" arising out of the providing, or failure to provide, any professional archi- (a) Immediately record the specifics of the tectural, engineering or surveying services, claim or "sult" and the date received; and including: (b) Notify us as soon as practicable and see (a) The preparing, approving, or failing to to it that we receive written notice of the prepare or approve, maps, shop draw- claim or "suit" as soon as practicable. ings, opinions, reports, surveys, field or (3) Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit", cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against (b) Supervisory, Inspection„ architectural or the "suit", and otherwise comply with all policy engineering activities. conditions. (2) Any "bodily injury' or "property damage" (4) Tender the defense and indemnity of any caused by "your work" and included In the claim or "suit" to any provider of other insur- "products-completed operations hazard" un- ante which would cover such additional fin- less the written contract or agreement specifl- sured for a loss we cover. However, this con- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period_ to other Insurance available to such additional c, The additional insured must comply with the fol- insured which covers that person or organiza- low€ng duties: tion as a named insured as described in Par- (1) Give us written notice as soon as practicable agraph 4., other Insurance, of Section IV — of an 'occurrence" or an offense which may Commercial General Liability Conditions. Page 2 of 2 (D 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 02 19 POLICY NUMBER: C07N613454 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 06/30/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED IN A GENERAL AGGREGATE WRITTEN CONTRACT THAT IS 'IN EFFECT DURING LIMIT SHOWN ON THE THIS POLICY PERIOD, TO PROVIDE A SEPARATE DECLARATIONa. GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT 18 SXGNVD BY YOU BEFORE THE "BODILY INJURY° OR "PROPERTY DAMAGE" OCCURS, A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION 1), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule abo ve: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit Is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" Included in the "products - completed operations hazard", and formed! - call expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits", 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown In the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply, However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insurers becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION 1). and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule abo ve: CG D2 1101 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE, READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured -- Unnamed Subsidiaries B. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations PROVISIONS A. WHO IS AN INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Famed Insured In the Declarations is a Named Insured if: a. You are the sole owner of or maintain an ownership interest of more than SO% in, such subsidiary on the first day of the policy period: and b. Such subsidiary is not an Insured under similar other insurance. No such subsidiary is an insured for "bodily Injury" or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% 1 n such subsidiary; or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 50% in such subsidiary. For purposes of Paragraph 1. of Section It -- Who Is An Insured, each such subsidiary will be deemed to be designated in the Declarations as: C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation I,. Contractual Liability —Railroads P. Damage To Premises Rented To You a. An organization other than a partnership, joint venture or limited liability company; or b. A trust; as indicated in its name or the documents that govern Its structure. B. BLANKET ADDITIONAL INSURED — GOVERNMENTAL ENTITIES — PERMITS OR AUTHORIZATIONS MILATING TO OPERATIONS The following is added to SECTION 11— WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an Insured, but only with respect to liabi lity for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: a. Any "bodily injury'. "property damage" or "personal and advertising injury" arising out of operations performed for the governmental entity; or b. Any "bodily injury" or "property damage" included in the "products -completed operations hazard". CG D316 QZ 19 ® 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance 5ervices office, Inc., with Its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence" in the DEFINITIONS Section; b. An act or omission committed In providing or failing to provide "incidental medical services", first ald or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION It — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse. nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or falling to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph 5. of SECTION III — LIMITS OF IN5URANCE For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "Incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". pharmaceuticals committed by, or with the knowledge or consent of, the insured. S. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis. that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "Incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph B., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "personal and advertising injury" caused by an offense that is committed; A. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY — RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINrrIONS Section: out of the violation of a penal statute or c. Any easelrlent or license ayreement; ordinance relating to the sale of Page 2 of 3 0 2017 The Travelers indemnity Company. All rights reserved. CG D3 16 02 19 Includes copyrighted material of insurance services Office, Inc., with its permission. 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: COMMERCIAL. GENERAL LIASILITY a. Any premises while rented to you or temporarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days, CG D3 10 0219 �) 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its perm6slon. POLICY NUMBER: C07N613454 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 106/34I2023 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DEDUCTIBLE LIABILITY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSIICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Coverage Amount of Deductible PER OCCURRENCE Property Damage Liability, Including Limited Coverage For $ 2,500 Pollution Costs (if applicable), and associated "allocated loss adjustment expenses", only OR Bodily Injury Liability and Property Damage Liability, including Limited Coverage For $ Pollution Costs (if applicable), and associated "allocated loss adjustment expenses", combined (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) PROVISIONS APPLICATION OF ENDORSEMENT (Enter below any limitations on the application of this endorsement. If no limitation is entered, the deductib le applies to: A. Damages for all "property damage" and to al I "lim- ited covered pollution costs" (if applicable); or 9. Damages for all "bodily injury" and "property damage" and to all "limited covered pollution costs" (if applicable); however caused): 1, Our obligation: a. Under the Bodily injury Liability and property Damage Liability Coverages to pay damages and "allocated loss adjustment expenses" on behalf of the insured; and b. Under the Limited Coverage For Pollution Costs (if applicable) to pay "limited covered pollution costs" and "allocated loss adjust- ment expenses" on behalf of the insured; applies only to the amount of damages, "limited covered pollution costs" (if applicable) and "allo- cated loss adjustment expenses" in excess of any deductible amount stated In the Schedule above as applicable to such coverages, 2. The deductible amount stated in the Schedule above applies as follows: a, Under Property Damage Liability Coverage, including Limited Coverage For Pollution Costs (if applicable), only, to all: (1) Damages because of "property damage`; (2) "Limited covered pollution costs" (if appli- cable); and (3) Associated "allocated loss adjustment expenses'; as the result of any one 'occurrence"; or b. Under Bodily Injury Liability and Property Damage Liability Coverage, Including Limited Coverage For Pollution Costs (if applicable), combined, to all: (1) Damages because of "bodily Injury"; CG D3 05 07 08 0 2008 The "travelers Companies, Inc. Page 1 of 3 COMMERCIAL AUTO POLICY NUMBER- 7N125354 ISSUE DATE: 06/30/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATIOIl /NONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal): PROVISIONS: A. For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation. as provided In the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, Is in- creased to the number of days shown in the SCHEDULE above, Number of Days Notice: 60 Number of Days Notice: 60 B. For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state When We Do Not Renew (Non - renewal) endorsement applicable to this Insur- ance, is increased to the number of days shown in the SCHEDULE above. CA F0 85 02 15 Q 2616 The Travelers tndemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with Its permission. COMMERCIAL AUTO THIS ENDORSIEMENT CHAMGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND ICON -CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph c, in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement, that is signed by you before the "bodily Injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only,to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph B.S., Other Insurance of SECTION IV w BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization Is a named insured when a written contract or agreement with you, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requ€res ' this insurance to be primary and non- contributory. CA T4 99 02 16 d 2016 Tho Travolors Indemnity Company, All rights reserved. Page 1 of 1 Includes copyrighted matorial of Insurance Sorvicos Office, Inc. with its permission. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE -- This endorsement broadens coverage. However. coverage for any injury, damage or medical expenses described In any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing Is a general cover- age description only, limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered, A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G, WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership Interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the t Soth day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier, B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. In A.1,. Who Is An Insured, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreemenk between you and that person or organization, that is signed and executed by you before the "bodily Injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addl- tlonal insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE -- LOSS OF USE --INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C, EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV• FRED AUTOS LIABILITY COVERAGE: An "employee" of yours Is an "Insured" while operating an "auto" hired or rented under a contract or agreement In an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.S., Other Insurance, of SECTION IV — BUSI• NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age. the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in - an "employee's" narne, with your CA T3 S3 02 1 S to 2015 The Travelers Indemnity Company, All rights reserved. Page 1 of 4 Includes copyrighted material of insurance Services Ofte, Inc. wllh its permission, COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (1) You must arrange to defend the "in- sured" against, and investigate or set- D. EMPLOYEES AS INSURED tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION 11 — COVERER AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own. hire or borrow without our consent. in your business or your personal affairs. (iii) may, at our participate E. SUPPLEMENTARY PAYMENTS -- INCREASED "insured" in defending the insured against, or in LIMITS In the settlement of, any claim or 1. The following replaces Paragraph A.2.%Q), "suit". of SECTION II — COVERED AUTOS LIABIL- (qv) We will reimburse the "insured" for ITY COVERAGE: sums that the "Insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- Injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in - we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- graph C., Limits Of Insurance, of 2. The following replaces Paragraph A.2.a.(4), SECTION Il — COVERED AUTOS of SECTION it -- COVERED AUTOS LIABIL- LIABILITY COVERAGE. ITY COVERAGE: (4) All reasonable expenses incurred by the (�) We will reimburse the "insured" for the reasonable expenses incurred "Insured" at our request, including actual with our consent for your investiga- ions of earnings up to $st}o a day be- lion of such claims and your defense cause of tilr�e off from work. of the "insured" against any such F. MIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE — INDEMNITY BASIS within the limit described in Para - The following replaces Subparagraph (5) in Para- graph C., Limits Of insurance, of graph B.Y., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV -- BU51NESS AUTO CONDI- LIABILITY COVERAGE, and not in addition to such limit. Our duty to TIONS: make such payments ends when we (5) Anywhere in the world, except any country or have used up the applicable limit of jurisdiction while any trade sanction, em- insurance in payments for damages, bargo, or similar regulation imposed by the settlements or defense expenses. United States of America applies to and pro- hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available erect Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This Insurance is not a substitute for re - and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter - partners (if you are a partnership), members ritories and possessions, Puerto Rico and (If you are a limited liability company) or Canada. members of their households. Page 2 of 4 0 2015 The Travelers Indemnity Company. AN rights reserved. CA 73 53 02 15 Includes copyrighted material of Insurance Sarvines Offica, Inc. with ifs permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local taw. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you compiled with the compulsory In- surance requirements. (d) It Is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada, We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE -- GLASS The following is added to Paragraph D.. Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRIED AUTO PHYSICAL DAMAGE — LOSS OF USE —INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $55 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph AA.a., Transportation Expenses, of SECTION Itl — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY COMMERCIAL. AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage, K. AIRBAGS The following is added to Paragraph B.3., Exclu- slons, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that In- flate due to a cause other than a cause of "loss" set forth In Paragraphs A't.b. and A.9.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty: and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L, NOTICE AND KNOWLEDGE OF ACCIDENT. OR LOSS The following is added to Paragraph A.2.a., of SECTION IV -- BUSINESS AUTO CONDITIONS; Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plles only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or Insurance manager (if you are a corporation or other or- ganization): or (e) Any "employee." authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.S., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS : The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION: III - PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or "loss", provided that the "accident" or "loss" (1) Owned by an "insured'; and. arises out of operations contemplated by CA T3 53 02 15 02015TheTravelers Indemnity Company. Aft rights reserved. Page 3 of 4 includes copyrighted material of Insurance Services Oftire, Inc. with its parmisaion, COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this Insurance. Haw- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col - 'the following is added to Paragraph 1a.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, 'Or Fraud, of cancellation or non -renewal. SECTION IV — BUSINESS AUTO CONDITIONS. Page 4 of 4 0 2015 The Travelers Indemnity Comps ny. All rights reserved , CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with Its permission. POLICY NUMBER: ' 7N125354 ISSUE DATE; 06/30/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDIED IN THIS POLICY CANCELLATION; SCHEDULE Number of Days Notice: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OIL CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 2. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH VERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OR THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT L'XAST 14 DAYS BEFORE THE BEGI NdIM OF THE APPLICABLE NU2+liBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS if we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 0) 2019 The Travalers indemnity Company. All rights reseEved. Page 1 of 1 POLICY #: CPP2040773-10 :'CON1'0LLUTI0N.Af►1p.�F`gp !ON AL_ 1 B LITY POLICY;.,.,..`; THIS FORM PROVIDES CLAIMS -MADE COVERAGE FOR COVERAGE PARTS A, 8.3, AND B.S. PLEASE READ THE EI4TIRE FORM CAREFULLY. Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and isnot covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a blamed Insured under this policy. The words "we", "us", and `bur" refer to the Company providing this insurance. Other words and phrases that appear in bold have special meanfng. Refer to Section Vill, Definitions. Coverage A -- Professional Liability, Coverage E3.3 — Third Party Claims for Non -Owned Dlsposal Sites, and Coverage 8.6 — Named Insuredd's Locations, provide Claims -blade and Reported Coverage, anti `have claims reporting requirements that differ from Coverage EIA — Contractors Pollution Llabillity, - Coverage.. 8.2-- Transportation Pollution Liabitity Coverage, 13A — Microbial Substance Contractors Pollution Liability and Coverage B.B -- l mergency Remediation Costs. Coverage A — Professionat:l .hib.1lity, Coverage:B.3 --'third Party Claims for Non -Owned Dlsposal Sites, and Coverage 8.5 — Named Insured's Locations; only apply to a claim that Is first made against you during the policy period and first reported tp..us durinq:the policy -period or applicable Extended Reporting Period. The application Is the basis of this policy and is incorporated in and constltutes a part Qi this policy. A copy of the application is attached hereto. Any material received with the application -will be. -maintained on" file with the Company and will be deemed to be attached thereto as if physically attached. It is.agrei3d by all insureds that the statements In the application are their representations, that they are material and that -this policy; is issued in reliance upon the truth of such representations. Please note defense costs under Coverages A and B.5 shall bo applied against the deductible and will erode the Limits of Insurance. This policy Includes all of the agreements existing between the insureds and the Company or any of its agents relating to this policy. The coverages described below aroln effect only if scheduled on the Declarations. Any coverage not shown on the Declarations or listed as "Not Provided" is not a, part of this policy and Is excluded. 1. INSURING AGREEMENT COVERAGE A.- PROFES$,I(7NAL`l:IA lIL1TY a. We will pay those sums that the insured becomes legally obligated to pay as damages in excess of the deductible, if.any, that result.from professional services to which this insurance applies. The damages must result from an .:.'actual or alleged negligent act, error or omission in the performance of professional services rendered by the .:: Insured or'by a :person or entity retained by you and for whom you are legally liable. We will have the right and `d* to _defend,the insured against any suit seeking those damages. However, we will have no duty to defend the insured against any suit seeking damages to which this insurance does not apply. We may, at our discretion, investigdte any actual or alleged negligent act, error or omission and settle any claim or suit that may result, but: (1) The amount we will pay for damages and defense costs is limited as described in Section iV. Limits Of Insurance; and (2) Our right and duty to defend ends under Coverage A when we have used up the applicable limit of insurance in the payment of judgments or settlements for damages under Coverage A, or loss under Coverage 13, and/or defense costs under Coverages A and, if applicable, 13.5. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Section Ill. Supplementary Payments. b. This insurance shall only apply if: (1) The claim is first made against the Insured during the policy period and reported to us, in writing, during the policy period, or Extended Reporting Period, If applicable; anti (2) The actual or alleged negligent act, error or omission takes place in the coverage territory; and (3) The actual or alleged negligent act, error or omission takes place on or after the Retroactive (late, shown in the Declarations, but before the and of the policy period; and (4) Prior to the effective date of the first policy Issued to you by us and continuously renewed, no responsible insured had knowledge of any circumstances which could be expected to give rise to a claim or suit to which CPP 9000 05 22 Page 7 of 23 this insurance applies. Notwithstanding the above, this policy will not respond to damages, loss(es) or defense costs covered in whole or in part by other valid and collectible insurance in force prior to this policy period. COVERAGE B - ENVIRONMENTAL. IMPAIRMENT LIABILITY COVERAGE S.1 - CONTRACTORS POLLUTION UASILITY a. We will pay those sums that the Insured becomes legally obligated to pay for loss from bodily Injury or property damage in excess of the deductible, directly caused by pollution conditions that result from your covered operations and/or completed operations of your covered operations to which this insurance applies. We will have the right and duly to defend the insured against any suit seeking payment for foss caused by pollution conditions resulting from your covered operations or completed operations of your covered operations; however, we will have no duty to defend the Insured against any suit seeking payment for: ;lQss to which this insurance does not apply. We may, at our discretion, investigate any pollution condition and settle any claim or suit that may result, but: (1) The amount we will pay for loss and defense costs is limited as described in 8ection.IV. Limits f]fJ,nsurance; and (2) Our right and duty to defend ends under Coverage B when we have used up the:applicable:limit of insurance in the payment of judgments or settlements for damages under coverage A, pr.lpss under Coverage 13, and/or defense costs under Coverages A, and, if applicable, 13.5. No other obligation or liability to pay sums or perform acts or services is covered unles..e�ipficitly provided for under Section III. Supplementary Payments. b. This insurance applies to bodily injury and property damage to #he, extent caused by a pollution condition only .. . (1) The bodily Injury or property damagp,is.cpused byA pollution condition that takes place in the coverage territory and Is the result of an occurrence; and (2) The pollution condition that causes the bodily Injury or property damage first occurs during the policy period and is the result of your',=covered opera#inns and/or completed operations of your covered operations; and (3) The pollution conditions were.unexpeo€ed and unintended from the standpoint of the Insured; and (4) The bodily injury or.property damage is caused by yourcovered operations and/orcompleted operations of your covered, operations. Notwithstanding :the above; this policy will.not respond to damages, loss(es) or defense costs covered In whole or in part by other valid. and cajiectible insurance in force prior to this policy period. COVERAGE B.2 - TRANSPORTATION POLLUTION LIABILITY a;`;W vyili pay thole sums the Named Insured becomes legally obligated to pay for loss from bodily Injury or property damage in excess of the deductible, that results from a claim made against the Named Insured by a third party,.to the extent directly caused by a pollution condition occurring during the course of transportation by the Named Insured or by a carrier, including any loading or unloading, to which this insurance applies. We will have the right and duty to defend the Insured against any suit seeking payment for loss caused by pollution conditions occurring during the course of transportation; however, we will have no duty to defend the Insured against any sult seeking payment for loss to which this insurance does not apply. We may, at our discretion, investigate any pollution condition and settle any claim or suit that may result, but; (1) The amount we will pay for loss and defense costs is limited as described in Section IV. Limits Of Insurance; and (2) Our right and duty to defend ends under Coverage B when we have used up the applicable limit of insurance In the payment of judgments orsettlements fordamages under Coverage A, or loss under Coverage B, and/or defense costs under Coverages A and, if applicable, 13.5. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Section Ill. Supplementary Payments. b. This insurance applies to modify injury and property damage to the extent caused by a pollution condition only if: (1) The bodily Injury or property damage is caused by a pollution condition that takes place in the covrrage territory and is the result of an occurrence; arvd (2) The pollution condition that causes the bodily Injury or property damage first occurs during the policy CPP 9000 05 22 Page 2 of 23 period and is caused by your products, materials or wastes; and (3) The bodily injury or property damage is caused during the course of transportation by the Named Insured or by a carrier on behalf of the Named Insured; and (4) The Named Insured and/or the carrier are properly licensed to transport your products, materials or wastes that cause the pollution condition. Notwithstanding the above, this policy will not respond to loss(as) or defense costs covered in whole or in part by other valid and collectible insurance in force prior to this policy period. It is also hereby agreed and understood that the coverage provided under COVE5RAGE 13.2 — TRANSPORTATION POLLUTION LIABILITY shall not constitute or be evidence of financial responsibility under any federal, state or local law($). COVERAGE 13.3 — THIRD PANTY CLAIMS FOR NON -OWNED DISPOSAL SITE(5) a. We will pay those sums the Insured becomes legally obligated to pay as a result of a claim made by a third party for cleanup costs or loss from bodily Injury and property damage in excess of the deductible,'which is directly caused by a pollution condition on, at, under or migrating from a non -owned disposal sites) 'tp.whlch this insurance applies. We will have the right and duty to defend the Insured against arty,,ault seeking payment for cleanup casts or loss from bodily injury and property damage which is caused by a pollution conditlon on, at, under or migrating from a non -owned disposal site(s); however, we wtll..have no duty to defend the insured against any suit seeking payment for cleanup costs or loss to which this"' Insurance does not apply. We may at our discretion investigate any pollution condition and settle any clolm or sult.that may resuf#, but: (1) The amount we will pay for cleanup costs, loss and defense costs is"limited as -described in Section IV. Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements for damages under CoverageA, or ass lor cleanup costs under Coverage B, and/or defense costs under Coverages A and, if applicabee, No other obligation or liability to pay sums or. perform acts'br Services Is covered unless explicitly provided for under Section III. Supplementary Payments. b. This insurance applies to cleanup costs, bodily Injury.and property damage to the extant caused by a pollution condition only if: (1) The cleanup costs, orloss from hodlly Injury and property damage is caused by a pollution condition on, at, under or migratinj from anon -owned disposal site(s); and 12) The claim ls_made by a.third party which is not an owner, operator or contractor of the non -owned disposal slte(s); and ..........:.. (3) The claim is first made against the insured during the policy period, and reported to us, in writing, during the policy period, or,'where applicable, Extended Reporting Period; and (�F) : f•he .pollutlon,;condttlons first commence on or after the retroactive date:, but before the end of the policy period.and takes place in the coverage territory. Notwithstanding the above, this policy will not respond to cleanup costs, loss(es) or defense costs covered in whole or in part by other, valid and collectible Insurance in force prior to this policy period. COVERAGE A.4— MICROBIAL SUBSTANCES CONTRACTORS POLLUTION LIABILITY a. We will pay those sums the insured becomes legally obligated to pay for loss from bodily Injury or property damage, in excess of the deductible, caused by microbial substances that result from your covered operations and/or completed operations of your covered operations to which this insurance applies. We will have the right and duty to defend the Insured against any suit seeking payment for loss caused by microbial substances that result from your covered operations andlorcompleted operations of your covered operations; however, we will have no duty to defend the Insured against any suit seeking payment far loss to which this insurance floes not apply. We may, at our discretion, investigate any microbial substances and settle any claim or suit that may result, but: (1) The amount we will pay for loss and defense costs is limited as described in Section IV. Limits Of Insurance; and (2) Our right and duty to defend ends under Coverage B when we have used up the applicable limit of insurance in the payment of judgments or settlements for damages under Coverage A, or loss under Coverage B, and/or defense costs under Coverages A and, if applicable, 8.5. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Section III. Supplementary Payments, CPP 9000 05 22 Page 3 of 23 b. This insurance applies to bodily injury and property damage to the extent caused by microbial substances only if: (1) The bodily Injury or property damage is caused by microbial substances that occur in the coverage territory and are the result of an occurrence; and (2) The microbial substances that cause the bodily injury or property damage first occur during the policy period and result from your covered operations, and/or the completed operations of your covered operations; and (3) The microbial substances were unexpected and unintended from the standpoint of the insured; and (4) The bodily injury or property damage is caused by your covered operations and/or completed operations of your covered operations. Notwithstanding the above, this policy will not respond to loss(es) or defense costs covered in whole or in part by other valid and collectible insurance in force prior to this policy period COVERAGE 13.5 —NAMED INSURED'S LOCATIONS a. First Party Cleanup Costs z . (1) We will pay those sums the blamed Insured becomes legally obligated to pay for:.fleanup,costs in. excess of the deductible caused by a pollution condition on, at, under or mlgrating from an, insured location(s), provided that: a) The pollution condition first commences during the policy period set forth, -an the Declarations page of this policy; and b) The pollution condition first commences at an identified :time and place and musl be confirmed by the Named Insured at its sole expense during the policy period;'and.:. c) The pollution condition is first discovered by the.Named Insured during the policy period and reported to us in writing no later than seven (7) calendar' "'ays .from the, date of the first commencement of the pollution conditions, but before the end of the policy,period. - The amount we will pay for cleanup costs and associated defense costs is limited as described in Section IV. Limits Of insurance. b. Third Party Claims for Cleanup Costs, Bodily Injury or Property Damage Liability (1) We will pay those sums that the Named Insured becomes legally obligated to pay as a result of a claim made by a third party for loss..from bodily 'lnjary or property damage In excess of the deductible, which is directly caused by a pollution aonditiorl .on, at, under or migrating from an insured locations` to which this insurance applies. We will have.ths right and duty to defend the insured against any suit seeking payment for lass from bodily injury-.or:property damage which arlses from a pollution condition on, at, under or migrating from an Ins ured..location(i. however, we.,wilI have no duty to defend the insured against any suit seeking payment for loss:to whichJ. insurancedoes not apply. We may, at our discretion, investigate any pollution condition and settle any -:claim or suit that may result, but: .:a) The amount;wewill pay for bodily Injury, property damage, cleanup costs, loss and defense costs is limited as described in Section IV. Limits Of Insurance; and right and duty to defend ends under Goverage B when we have used up the applicable limit of Insurance in the payment of judgments or settlements for damages under Coverage A, or cleanup costs "or Inss under Coverage B, and/or defense costs under Coverages A and, if applicable, B.5. No other obligation or liability to pay sums or perform arts or services ]s covered unless explicitly provided for under Section III. Supplementary payments. (2) This insurance applies to cleanup costs, bodily injury and property damage only if: a) The pollution condition first commences during the policy period set forth on the Declarations page of this policy; and b) The pollution condition first commences at an identified time and place and must be confirmed by the Named Insured at its sole expense during the policy period; and c) The pollution condition is first discovered by the Named Insured during the policy period and reported to us in writing no later than seven (7) calendar days from the date of the first commencement of the pollution conditions, but before the end of the policy period; and d) The claim for cleanup costs, bodily injury and/or property damage resulting from the pollution conditions is first made against the Named Insured during the policy period, and reported to us, in writing, during the policy period, or where applicable, the Extended Reporting Period, Notwithstanding the above, this policy will not respond to cleanup costs, loss(es) or defense costs covered In whole or in part by other valid and collectible insurance in force prior to this policy period. CP'P 9000 05 22 Page 4 of 23 COVERAGE I9.6 - EMERGENCY REMEDIATION COSTS a. We will pay emergency remediation costs in excess of the self -insured retention, which qualify as cleanup costs incurred by or on behalf of the Named Insured to take emergency action in response to a pollution condition caused by; (1) Covered operations or the completed operations of covered operations, and otherwise covered under Coverage 13.1; or (2) A pollution condition occurring during the course of transportation by the Named Insured or by a carrier, including any loading or unloading, and otherwise covered under Coverage B.2; or (3) A pollution condition on, at, under or migrating from an insured location(s), and otherwise covered under Coverage 13.5. The amount we will pay for emergency remediation costs is limited as described in Section IV. Limits Of insurance; and b. This Insurance applies to emergency remediation costs incurred by the Named Insured prior. -to providing notice to the company, provided that: (1) The pollution condition first occurs during the policy period; and (2) The pollution condition is first discovered during the policy period by an insured; -.and (3) The blamed Insured would be liable to a third party for the cleanup. of the pollution condition if the emergency remediation costs had not been incurred; and (4) The emergency remediation costs are for a period of no longer -than seve.n..(7) days after the pollution condition first commences and are incurred for services rendered during the.'policy period; and (5) Written notice of the emergency remediation costs Is provlded.fo.us as soon as protcticable, but In no event later than seven (7) days from the earlier of the first commencement of the pollution "conditlon or the expiration of the policy period. Notwithstanding the above, this policy will not respond.' to eme-rgency`remptolation costs covered in whole or In part by other valid and collectible insurance in force p for to tHs.policy perlod. 11. EXCLUSIONS This insurance does not apply to damages, cleanup costs,, lofts, bodily injury, property damage, claims, suits, microbial substances, emergency remediation costs, ;rectification expense, corporate reputation rehabilitation expense, crisis management. expense, and related defense costs: 1. Asbestos Solely with respect.to insrare.d.location(s) soneduled to this policy for coverage under GOVERAGE B.5 - NAMED INSURED'SIOCATIONS if selected_on the Declarations page of this policy, based upon or arising out of, in whole or in part,;46estos in:any form including but not limited to asbestos containing products, asbestos dust, asbestos fibers or asbestos. containing materials within, on or applied to any buildings or structures located at an insured lacation(s). This exclusion does not apply to cleanup costs to the extent directly and solely attributable to the inadvertent disturbance of asbestos at an insured location during the policy period. However, such cleanup cnsts.:will arily apply to that portion of the asbestos that has been inadvertently disturbed at an insured location and will not apply to the disturbance of asbestos caused during any asbestos abatement, removal, or repair project or any;[ uitding renovation project at an insured location. 2. Auto; Aircraft; Watercraft or Roiling Stock Based upon or arising out of the ownership, maintenance, use or the entrustment to others of any auto, aircraft, watercraft, or rolling stock owned or operated by or rented or loaned to any insured. Use includes operation and loading or unloading. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the occurrence winch caused the bodily injury or property damage involved the ownership, maintenance, use or entrustment to others of any auto, aircraft, watercraft or rolling stock that Is owned or operated by or rented or loaned to any Insured. This exclusion does not apply to pollution conditions arising out of the ownership, maintenance, use, operation, loading or unloading of any auto, aircraft, watercraft, or roiling stack within the fixed boundaries of a site where your covered operations are being performed. This exclusion also does not apply to the coverage provided under COVERAGE 13.2 - TRANSPORTATiON POLLUTION LIABILITY if selected on the Declarations page of this policy. 3. Bankruptcy Based upon or arising out of bankruptcy or insolvency of an insured or of any other firm, person, or organization. GPP 9000 05 22 Page S of 23 4. Bonds & Insurance Based upon or arising out of an insured's obtaining, maintaining or requiring any bond, suretyship or insurance, or failing to do so, 5. Construction Means and Methods Based upon or arising out of claims for bodily injury and/or property damage arising out of construction means, methods, techniques, sequences or procedures. This exclusion does not apply to Coverage B. CPA 0000 05 22 Page 6 of 23 6. Contractual Liability Based upon or arising out of the liability of others assumed by an insured under any contract or agreement. This exclusion does not apply to: a. Liability for bodily Injury, property damage or cleanup costs under Coverage B assumed in a written contract or agreement that is an Insured contract, provided the pollution conditions that result in bodily Injury, property damage and/or cleanup costs first commence subsequent to the execution of the contract or agreement In writing; or b. Liability that the Famed Insured would have in the absence of the contract or agreement. 7. Criminal Fines and Penalties Based upon or arising out of any claim seeking payment of; a. Criminal fines, criminal penalties or associated multiple damages; or b. punitive or exemplary damages, except where allowable by law; or c. The cost of injunctive relief based upon or arising out of non-compliance with any statute, regulation, ordinance or administrative complaint. B. Damage to a Conveyance Based upon or arising out of property damage to any conveyance utilized in the transportation,by.a carrier on behalf of the Insured. This exclusion does not apply to a claim made by a carrier for sucl�.,property damage to their conveyance caused by the Named Insured's negligence. 9. Discrimination Based upon or arising out of the discrimination by the insured on the.!basis of age, color, race, -sex, creed, national origin, marital status, physical disability or sexual preference. This;exclusion"does not apply to ADA and FHA Defense Expense provided for under section Ill. Supplementary Payments:.:., 10. Employer's Liability and Worker's Compensation Based upon or arising out of bodily injury to: a. An employee of any insured arising out of and in the.course of.,. (1) Employment by any Insured; (2) Performing duties related to the -conduct of any.lnsured's business; or b. The spouse, child, parent, brother,,: r sister of that slnployee or any person whose right to assert a cause of action against any insured by reason.of employment, blood or any other relationship with that employee as a consequence of Parpgraph (1) above; or a. Based upon or arising under any workers compensation, unemployment compensation or disability benefits law or similar law; .:,, cl. This exclusion applies: (1) lfyhelher any insured maybe liable as an employer or in any other capacity: or (2) To any. obligation to share damages with or repay someone else who must pay damages because of the ury. Under;.Coverages R1, 13.2 and BA only, this exclusion does not apply to liability assumed by the Famed tnsured under an insured contract for the performance of covered operations. 11. Express.Warraritles or Guarantees Based %upon or arising out of any express warranty or guarantee. This exclusion does not apply to a warranty or guarantee by the Named Insured that the blamed Insured's covered operations and or professional services are in conformity with the generally accepted standard of care that would be applicable in the absence of such express warranty or guarantee. 12. Faulty Workmanship Solely with respect to Coverages BA and B.4, based upon or arising out of the costs to repair or replace faulty construction or workmanship in any construction, erection, fabrication, installation, assembly, manufacture or remedlation performed, in whole or in part, by or on behalf of, the insured, including the cost of any materials, parts orequlpment furnished in connection with It. This exclusion does not apply to loss the Named Insured is legally obligated to pay for the reasonable and necessary expenses incurred for the investigation, monitoring, testing, removal, abatement, containment, treatment, detoxifying, neutralization, encapsulation or disposal of pollution conditions. 13. Insured vs. Insured Based upon or arising out of any claim, suit, or assertion of liability by one insured against another insured under this policy. With 'respect to Coverage B, this exclusion shall not apply to any claim against an insured by a client of the Insured who is an insured as defined in Section Vill. 17.1. of this policy. 14. Insured's Property CPP 9000 05 22 Page 7 of 23 Based upon or arising out of any real or persona:( property owned, occupied, leased or rented by any Insured. However, under Coverage B, this exclusion shall not apply to: a. A claim against the Named insured by a client who is also an insured under Soctlon Vlll 171 of this policy; b. A claim arising from property rented or leased by the Named Insured: during the course of performing covered operations andtor professional services for parties other then the Named Insured, or c. The coverage provided under COVERAGE 8.5 — NAMED INSURER'S LOCATIONS, if selected on the Declarations page of this policy. 15. Job Site Safety Based upon or arising out of: job site safety including the failure to protect persons or property, the preparing of, or the failure to prepare, any safety plans, safety precautions or safety procedures, or the failure to properly supervise site safety in connection with the performance of professional services, 16. Knowingly Wrongful Acts Based upon or arising out of any insured's dishonest, fraudulent, malicious, or knowingly wrongful act, error or omission or non-compliance with any law, statute, regulation, ordinance, administrative complaint, notice of violation, notice letter, executive order, or instruction of any governmental agency or body. However, this exclusion shall not apply to any responsible insured that did not commit, participate in, or have knavVledge of ai y.af the acts ascribed above. 17. Known Circumstances or Conditions Based upon or arising out of covered operations or professional services performed prior to the inception date of this policy, if any responsible insureds knew or reasonably could have foreaesn'fhat your. covered operations or professional services could give rise to a claim or suit for loss;•;damages,-:emergendy remediation costs, rectification expense, crisis management expense or corporate ieputatlon rehabilitation expenses under this policy. This includes, but is not limited to, any claim, suit,,loss, pollution condition, emergency remediation costs, rectification expense, crisis management expense,or corporate reputation rehabilitation expense reported under any insurance policy In effect prior to the inception of this.,policy period. 18. Known Pollution Conditions Based upon or arising out of a pollution condition known`by.any Insured prior to the inception of this policy period. In the event the Named lnsured.exacerbates a pollutioh condition, which was known by any Insured, during the performance of covered operations, this exclusion does not apply to claims, loss, cleanup costs or emergency remediation costs associated with that portion of the pollution conditions that would not exist but for the Named Insured's exacerbation ofthe 0&no n pollution condition caused by covered operations. 19. Lead -Based. Point Solely with,i'espect to insured locations) scheduled to this policy for coverage undar COVERAGE 8.6 — NAMED INSURED'S LOCATIONS if selected on the Declarations page of this policy, based upon or arising out of lead- #ased paint within or on any structures located at an Insured location(s). This exclusion does not apply to cleanup costs to the.exterit olirectiy and solely attributable to the inadvertent disturbance of lead -based paint at an Insured inpation(s� during the policy period. However, such cleanup costs will only apply to that portion of the lead -based paint that has..been inadvertently disturbed at the insured location and will not apply to the disturbance of lead - based paint.caiised during any lead -based paint abatement or removal project or any building renovation project at the Insured locatlon(s), 20. Microbial Substances a. Based upon or arising, in whole or in part, out of the actual, alleged or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of, any microbial substances on or within a building or structure, including its contents, regardless of whether any other cause, event, material or product contributed concurrently or in any sequence to such injury or damage-, and b. Based upon or arising out of any loss, cost or expenses arising out of the investigation, monitoring, testing, removal, abatement, containment, treatment, defoxifying, neutralization, encapsulation or disposal of, or in any way responding to, or assessing the effects of, microbial substances, by any Insured or by any other person or entity. This exclusion does not apply to the coverage provided under COVERAGE A -- PROFESSIONAL LIA131LITY or COVERAGE B.4 -- MICROBIAL SUBSTANCE CONTRACTORS POLLUTION LIABILITY, if selected on the Declarations page of this policy. 21. Nuclear Hazard a. Based upon or arising out of damages: (1 j With respect to which an insured under the policy is also an Insured under a nuclear energy liability policy CRP 9000 05 22 Page 8 of 23 issued by Nuclear Energy Liability Insurance Association, Mutual Atomic Energy liability Underwriters, Nuclear Insurance Association of Canada or any of their successors, or would be an insured under any such policy but for its termination upon exhaustion of its limit of liability; or (2) Resulting from the hazardous properties of nuclear material and with respect towhich: a) Any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof; or b) The insured Is, or had this policy not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof, with any person or organization. b. Damages resulting from the hazardous properties of nuclear material, if: (1) The nuclear material: a) Is at any nuclear facility owned by, or operated by or on behalf of, an insured; or b) Has been discharged or dispersed therefrom; (2) The nuclear material is contained in spent fuel or waste at any time possessed, handled, used, processed, stored, transported or disposed of by or on behalf of an insured; or (3) The damage arises out of the furnishing by an Insured of services, materials, parts or `equipment in connection with the planning, construction, maintenance, operation or use of any:nuclear:#acii[#y, but If such facility Is located within the United Slates of America, Its tet'ritorlg3 or possessions or Canada, this exclusion (3) applies only to property damage to such nuclear facility and any property thereat. As used in this exclusion; a. Hazardous properties include radioactive, toxic or explosive prope�fles b, Nuclear Material means source material, special nuclearxnaterial or by-product material; c. Source material, special nuclear material, and by-product.m.ateriel have the meanings given them in the Atomic Energy Act of 1954 or in any law amendatory thereof; spent fuel means any fuel element or fuel component, solid or liquid, which has been used or expo§ed to. radiation in a nuclear reactor; d. Waste means any waste material: (1) Containing by-product material other than .the tailings or wastes produced by the extraction or concentration of uranium or.thorium from any ore processed primarily for its source material content; and (2) Resulting from the operation,by any person or organization of any nuclear facility included under the first two paragraphs of the deiinikipn.of.rtuclear facility. e. nuclear Facility.means:...::: (1) Any nuclear reactor; : (2) Apy,,equlpMent or:device designed or used for; .. a) separating the isotopes of uranium or plutonium; "_b) Processing or utilizing spent fuel; or c)'.:Npndling, processing or packaging waste; (3) Any equipment or device used for the processing, fabricating or alloying of special nuclear material -at any time the total amount of such material in the custody of the insured at the premises where such equipment or device is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof, or more than 250 grams of uranium 235; (4)'Any structure, basin, excavation, premises or place prepared or used for the storage or disposal of waste; And includes the site on which any of the foregoing is located, all operations conducted on such site and all premises used for such operations. f. Nuclear reactor means any apparatus designed or used to sustain nuclear fission in a self-supporting chain reaction or to contain a critical mass of fissionable material; g, Property Damage includes all forms of radioactive contamination of property. 22. Products Liability Based upon or arising out of your product or its design, including but not limited to, goods or products manufactured, sold, handled, distributed, altered or repaired by the Named Insured or by others trading under its name including any container thereof, or any reliance upon a representation or warranty made at any time with respect thereto. This exclusion does not apply to Coverage B where the pollution condition is the result of the fabrication, assembly or installation of goods, materials or products provided by the Named Insured in connection with the performance of covered operations. 23. Off -Site Waste Disposal Based upon or arising out of pollution conditions on, at, under or migrating from any non -owned disposal site to which wastes, your products or materials have been delivered. CPP 9000 06 22 Page 9 of 23 This exclusion does not apply to the coverage provided by COVERAGE 13.3 --THIRD PARTY CLAIMS FOR NOW OWNED DISPOSAL SITE(S), if selected on the Declarations page of this policy. 24, Project -Specific Coverage Based upon or arising out of any project to which any Insured is an Insured on a project -specific policy Issued by any insurer, however, this exclusion shall not apply where your liability is found to be in excess of the limits of liability available under all such project specific insurance policies. 25. Related Entities Based upon or arising out of a claim by your parent company or any affiliated subsidiary, or any entity which is owned, operated, managed, or controlled by you. 26. Transportation Based upon or arising out of pollution conditions caused by your products, materials or waste transported by you or a carrier within an auto, aircraft, watercraft or rolling stock beyond the fixed boundaries of an insured location, or a site at which your covered operations or professional services are being performed. This exclusion does not apply to the coverage provided under COVERAGE 13.2 -- TRANSPORTATION POLLUTION LIABILITY, if selected on the declarations page of this policy. 27. Underground Storage Tanks Solely with respect to Insured locations) scheduled to this policy for coverage under COVERAGE B.5 — NAMED INSURED'S LOCATIONS if selected on the Declarations page of this poli¢y,`based upon or arising out of pollution conditions migrating from any underground storage tank(s). 28. War and Hostile Acts Based upon or arising directly or indirectly, out of, a. War, including undeclared or civil war; =: b. Warlike action by a military force, including action in hindering or d(ef6hding a6alnst an actual or expected attack, by any government, sovereign or other authority using military personnei or other agents; or c. Insurrection, rebellion, revolution, usurped .power.or:action taKen by governmental authority in hindering or defending against any of these. Ill. SUPPLEMENTARY PAYMENTS 1. We will pay the following supplementai expenses,suhjent to the Supplementary Payments Limits asset forth In the Declarations Page for::,;; ' a. Rectification expense.. -.With respect.to Coverage A only and subject to the rectification expense Limit of Liability stated in :the Declarations,`°.we agree to indemnify you, in excess of the self -insured retention for rectificatlon expense shown on the Declarations page of this policy, against direct costs and expenses which are reasonsbie:and necessary to rectify a negligent act, error or omission arising from professional services =•that otherwise'wpuld be subject to a claim under Coverage A of this policy, provided that: (1) The negligent act, error or omission is first discovered during the policy period and reported to us as soon = ' as practicable during the policy period; and (2) Your.; professional services which result in the negligent act, error or omisslon are rendered on or after the rectif[cation expense Retroactive Date shown on the Declarations page of this policy and prior to the end of the policy period; and (3) You present evidence to us, to our satisfaction, that the negligent act, error or omission would likely result in an eventual claim under Coverage A in the absence of your undertaking of the rectification expense; and (4) You provide prior written notice to us of the details of your proposed corrective actions and the estimated cost of those corrective actions as soon as practicable during the policy period: and (5) Prior to incurring any rectification expense, we consent in writing to such rectification expense. Such consent shall not be unreasonably withheld Under no event shall we be responsible for indemnifying you for rectification expense that are betterments or that are a consequential damage such as cost overruns, project delay costs, additional debt service expenses, or any loss of use damages associated with the negligent act, error or omission. In addition, we will not indemnify you for rectification expense in connection with the salaries of your executive officers, managers, supervisors or for any of your mark-up and profit you would otherwise charge in performing such rectification work. Any payments made under this section shall be subject to the rectification expense self -insured retention stated in the Declarations and a 20% co-insurance requirement, which will be your sole responsibility. It Is a condition of this coverage that the 20% coinsurance be borne by the insured at its own risk and shall remain uninsured. The coinsurance shall apply concurrently as we make payments and is not intended to apply GPP 9000 06 22 Page 10 of 23 after we have paid our 80% of the applicable rectification expense Limit. This coverage shall be subject to the rectification expense Retroactive Date stated in the Declarations, Nothing contained herein shall act as a waiver of your rights, nor shall we accept any liability for rectification expense without our prior express written consent. In the event that a claim is made arising out of the same negligent act, error or omission for which the Named Insured has previously undertaken rectification expense pursuant to the provisions of this section, we may, at our sole discretion, cease paying further rectification expense associated with such negligent act, error or omission. Any payments made by the Named Insured to satisfy the self -insured retention pursuant to this section concurrently reduce the deductible obligation of the Named Insured in the event an actual claim is made against Coverage A of this policy arising out of the same negligent act, error or omission for which the Named Insured has undertaken rectification expense under this section. b, Corporate Reputation Rehabilitation -- With respect to Coverages A and B and subject to the Corporate Reputation Rehabilitation Limit of Liability stated in the Declarations, we shall pay on behalf of the Named Insured, In excess of the deductible shown under Coverage A or B of the Declarations page,'Whichever applies, reasonable and necessary costs, charges, expenses and fees required to restore the corporate reputation of a client of the Named Insured that is damaged as a result of a covered claim under Coverages A or:B_and for which a claim has been made against the Named Insured for such damages. Subject to`our'approval, the Named Insured will select a public relations firm that meets certain certifications and qualifications at our sole discretion. _ c. Crisis Management Expense - With respect to Coverage B only and 'subject to the Crisis Management Limit of Liability stated in the Declarations, we shall pay on behalf of theXamed Insured, in :excess of the deductible shown under Coverage S of the Declarations page, for reasonable `and. necessary costs, charges, expenses and fees in response to a covered claim under Coverage B of thls policy for essential emergency travel expenses incurred by the Named Insured, rental of iemr orary:staging, office or meeting space necessary to continue covered operations, and the temps o_ ry rental... of equipment necessary to replace equipment damaged or destroyed by the covered claim.. d. ADA and BHA Defense Expense - .With respect to Coverage A only and subject to the ADA and FHA Defense Expense Limit of Liability set forth lip the Declarations, upon written request by you during the policy period or the Extended Reporting Pariod, if applicable, we...hall select and retain counsel and pay such counsel's reasonable and necessary fees and' expettses..incurred when you respond to regulatory or administrative actions first brought;against you during the'policy period by a government agency under the Americans with Disabilities Act of 19g0.,(At�Ay or the FaIr:Housing Act (FHA), and alleging a negligent act, error, or omission in the rendering of -professional services by you or on your behalf, on or after the Retroactive Date shown on the Declarations Page, but beferethe end of the policy period. 2. We will pay; --with respect to any claims or occurrences we investigate or settle, or any suit against an Insured we defend; . All expenses we incur. ;b.. ,:Tile 'cost of;Ponda to release attachments, but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds_ c. All.t. soeable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or suit, including actual loss of earnings up to $500 a day because of time off from work. d. All costs taxed against the insured in the suit. e. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. f. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that Is within the applicable limit of insurance. These payments will reduce the Limits of Insurance for Coverages A and B.5 only, 3. If we defend an Insured against a suit and an indemnitee of the insured is also named as a party to the suit, we will defend that indemnitee if all of the following conditions are met: a. The suit against the indemnitee seeks coverage for loss for which the insured has assumed the liability of the indemnitee in an insured contract; b. This insurance applies to such liability assumed by the Insured; c. The obligation to defend, or the cost of the defense of, that indernitee, has also been assumed by the insured in the same insured contract; d. The allegations in the suit and the information we know about the occurrence, or claim are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; CPP 9000 05 22 Page 11 or 23 e. The indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such suit and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: a) Cooperate with us In the investigation, settlement or defense of the suit; b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the suit; c) Notify any other Insurer whose coverage is available to the indemnitee; and Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to. a) obtain records and other information related to the suit; and b) Conduct and control the defense of the indemnitee in such suit. So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee'at.our request will be paid as Supplementary Payments. Our obligation to defend an Insured's indemnitee and to pay for attorneys' fees.and necessary litigation expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insurance in the payment of,lu-dgments or,isettlements; or b. The conditions set forth above, or the terms of the agreement describe.d.in Paragraph f..above, are no longer met. IV. LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations .and the.,rules below'fix the most we will pay regardless of the number of: a. Insureds; b. Insured locations; c. Claims made or suits brought; or; !' d. Persons or organizations rnaking claims or bringing.suits. 2. The Policy Aggregate Limit is the most we'will-pay for -the sum of: a. All damages under ...Coverage A;'and b. All emergency rern6diationaosts. claims, cleanup costs, and loss because of bodily Injury and property damage under Coverage-6; and c. All related defense costs and Supplementary Payments paragraph 2. and 3. incurred under Coverage A and Coverage..B.S; and d.-. Aii.expenses:for rectification expense. 3.,:,,-Subject to._Paragraph I., and Paragraph 2. above, the Each Occurrence Limit set forth on the Declarations is the most we will pay for the sum of: a. " All emergency remadiation costs, claims, cleanup costs and loss, under Coverage B; and b. All,related defense costs and Supplementary Payments incurred under Coverage B.5 and, where applicable, 8.6 as it relates to B.5, because of all bodily injury and property damage arising out of any one occurrence. For purposes of the limits of Insurance only, a claim under Coverage B.3, 13.5 and B.6 as it relates to B.5, is considered an occurrence. 4. Subject to Paragraph I., Paragraph 2., and Paragraph 3. above, the Each Claims Limit set forth on the Declarations Is the most we will pay for all damages, Supplementary Payments paragraphs 2. and 3., and rectification expense under Coverage A because of any one claim, including all related defense costs. S. Any payment made for emergency remadiation costs, cleanup costs, loss from bodily Injury or property damage under Coverage B; related defense costs and Supplementary Payments paragraphs 2. and 3. under Coverage 13.5, and t3.6 as it relates to B.5; and for damages including related defense costs, Supplementary Payments paragraphs 2. and 3., and rectification expense under Coverage A shall concurrently reduce the Each Occurrence Limit under Coverages B and the Each Claim Limit under Coverages A and the Policy Aggregate Limit available under Coverages A and B. Our right end duty to defend ends under Coverage A and Coverage B when either the Each Occurrence Limit under Coverage B, or the Each Claim Limit under Coverage A, or the Policy Aggregate Limit have been exhausted. For purposes of the limits of insurance only, a claim under Coverage B-3, B.5, and B.6 as it relates to 6_5 is considered an occurrence. S. Subject to Paragraph 1., Paragraph 2., Paragraph 4., and Paragraph $., the rectification expense limit of liability GPP 9000 06 22 Page 12 of 23 set forth in the Declarations page Is the most we will pay under Supplementary Payments Section III 1.a, of the policy regardless of the amount of rectification expense paid during the policy period. 7. Subject to Paragraph 1., the Corporate Reputation Rehabilitation limit of liability set forth in the Declarations page is the most we will pay under Supplementary Payments Section ill 1.b. of the policy regardless of the amount of costs, charges, expenses and fees of Corporate Reputation Rehabilitation paid during the policy period. 8. Subject to Paragraph 1., the Crisis Management limit of liability set forth in the Declarations page is the most we will pay under Supplementary Payments Section III 7.c.. of the policy regardless of the amount of costs, charges, expenses and fees of Crisis Management paid during the policy period. 9. Subject to Paragraph 1., the ADA and FHA Defense Expense iimit of liability set forth in the Declarations page is the most we will pay under Supplemental Payments Section IIi 1.d. of the policy regardless of the number of negligent acts, errors or omissions. 10. Deductible The deductible or self -insured retention amounts stated in the Declarations applies to all losses) 4ecause of bodily Injury or property damage; emergency remediation costs; claim(s); suits; damages; cleanup costs; crisis management expense; corporate reputation rehabilitation expense; rectification expense; ADA and �HR. defense expense; and related defense costs, arising out of any one occurrance, or any one:ctalm. Our obliga ions. under the policy to pay damages on your behalf applies only to the amount of damages in excess.af any deductible or self -insured retention amounts stated in the Declarations and as applicable to each coverage part.. The terms of this insurance under all applicable coverages (Coverages A'and B), including those with respect to, a. Our right and duty to defend the insured against any suits seeking those damages; and b. Your duties In the event of an occurrence, claim, or suit; apply irrespective of the application of the deductible or self -insured retention amounts stated in the Declarations. The Company may advance in its discretion payment of.:Jill br-part of the deductible amounts stated In the Declarations, but not self -insured retention arnounts.:The lnsured must promptly reimburse the Company for any such deductible payments and the limits of Jnsurance will..be deemed to have been paid by the Company and the available limits reduced in a commensurate amount unless and. until the reimbursement is made. Such reduction, however, does not relieve the Insured. its obligation tv_.repay such advanced amount and the Company continues to have the right to recover aucl? amount from the Insured. Once the payments are recovered in whole or in part, the limits of insurance shall: be reinstated, .but only, as �to that amount of the deductible that was repaid, The deductible shall be paid .by the insured and is hot to be insured unless the Company has given its prior consent in writing to the Narned Insured. If an Insured does :not repay.;"ny such. advance, the deductible shall also become the obligation of the Named insured. 11. Multipte'Poll4tlon,.Condittons or Claims All. continuous pr:4elated pollution conditions, microbial substances, occurrences, and/or negligent acts, errors; -` omiss6s.:reported to the Company under a subsequent policy issued by the Company or its affiliates, providing substarrt1a11y the same coverages as this policy, shall be deemed to have been first discoverer! and reported during..this policy period and shall be subject to the same limit of insurance. All claims and reports of pollution conditions, microbial substances, occurrences, and/or negligent acts, errors, or omissions made during one or more policy periods issued by the Company or its afflllates, providing substantially the same coverages, resulting in damages, bodily injury or property damage, or in any combinations thereof, and arising out of the same, or continuous or related pollution conditions, microbial substances, occurrences, and/or negligent acts, errors, or omissions, shall be considered one pollution condition, microbial substance, occurrence, and/or negligent act, error, or omission and will be subject to the same Each Occurrence Limit or Each Claim Limit, rectification expense Limit, Corporate Reputation Rehabilitation Limit, Crisis Management Expense Limit, ADA and FHA Defense Expense Limit whichever applies, and one deductible and one policy aggregate limit. Such claims or reports of pollution conditions, microbial substances, occurrences, and/or negligent acts, errors or omissions shall be deemed first reported to the Company during the policy period in which the first such claim or report of a pollution condition, microbial substance, occurrence, and/or negligent act, error, or omission was reported to the Company or an affiliate and will be subject to the Each Occurrence Limit or Each Claim limit, whichever applies, and deductible applicable to that policy period. Under Coverage 8.1, 13.2, 13,3 and 13.4, all continuous or related pollution conditions and/or microbial substances, shall be deemed to have occurred when the pollution condition and/or microbial substance, first occurred. For purposes of the limits of insurance only, a claim under Coverage 6.3, 8,5, and 6,6 as it relates to B.5 is considered an occurrence and the preceding sentence for the purpose stated therein shall also apply to Coverage B.3 and B.5 and 13.6 as it relates to B.S. CPP 9000 05 22 Page 13 of 23 If you have liability insurance incepting prior to the inception date of this policy that would have provided pollution liability coverage for the bodily Injury, property damage or pollution condition, in whole or in part, regardless as to whether those limits have been eroded, than this policy provides no coverage. If we provide coverage for the subject pollution condition and there remains a question as to whether the pollution condition first occurred during this policy period, then the date of first commencement of the pollution condition shall be deemed to have occurred only on the Inception date of the first policy we issued. All related pollution conditions shall be deemed to also have first occurred on that same date. No more than one policy issued by us will be applicable to the claim or the pollution condition or any bodily injury or property damage resulting from such pollution condition, 12. Two or More Coverage Forms or Policies Issued By Us. If this coverage form and any other coverage form or policy Issued to you by us or any company affiliated with us apply to the some pollution conditions, microbial substances, andfor occurrences, the aggregate maximum Limit of Insurance under all the coverage forms or policies shall not exceed the highest applicable Limit of Insurance under the first policy issued by us and for which there is coverage, subject to any erosion of the..pollcy limits. This condition does not apply to any coverage form or policy issued by us or an affiliate company specifically to apply as excess insurance over this coverage form. V. REPORTING, DEFENSE, SETTLEMENT & COOPERATION 1. Duties in the event of a Pollution Condition An Insured must see to it that we are notified in writing as scan as practicable af!gr an Insured ;first becomes aware of a pollution condition. The Insured shall cooperate and assist us,.upon our:request and yn ithout charge:, in the enforcement of any right against any person or organization which may .qe liable _tv:the insureds) because of cleanup, injury or damage to which this insurance may also apply. Notice shall include: a. Mow, when and where the pollution condition took Dace; ---..,.. ` b. The names and addresses of any injured persons. and Witnesses; and:., c. The nature and location of any injury or damage arising out 6fthe pollution condition. Notice of a pollution condition is not notice of a claim or suit, 2. Duties in the event of an Occurrence, Claim or Suit a. You must see to it that we are notified as soon as.:practicable of an occurrence or an alleged negligent act, error or omission, whiph.'may result In a:'claim or suit. To the extent possible, notice should include: (1) How, when and where the.obcurrenca or an alleged negligent act, error or omission took place; (2) The names and addresses of any.injured persons and witnesses; and (3) The_ nature arid, location .of any. injury or damage arising out of the occurrence or an alleged negligent act, error or omission. b. If a claim is. made or suit is brought against any insured or any legal action is initiated, you must: (1}` Immediately. record the specifics of the claim or suit and the date received; and (2) .. Notify:ys as soon as possible. -:: ou must see to it that we receive written notice of the claim or suit as soon as possible. c. You.and'.any other involved Insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or suit; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the suit; and (4) Assist us, upon our request and without charge, in the enforcement of any right against any person or organization which may be liable to the Insured because of damages, cleanup costs, bodily injury or property damage to which this insurance may also apply. d. At the time you first become aware of an actual or alleged negligent act, error or omission to which this policy applies, if during the policy period you give us written notice containing the following; (1) Details of the actual or alleged negligent act, error or omission and the professional services rendered by you or on your behalf; (2) The specific nature of the damages which have been sustalned; and (3) Details of how you first became aware of such actual or alleged negligent act, error or omission; Then any claim that may subsequently be made against you arising out of such actual or alleged negligent act, error or omission shall be deemed to have heen made on the date we first received written notice from you of the actual or alleged negligent act, error or omission. This also applies to actual or alleged negligent acts, errors or omissions first discovered by the Named Insured during the policy period and reported to us during cPP 9600 06 24 Page 14 of 23 the policy period under Supplementary Payments Section IiI 1.a.— rectification expense and 1.b. -Corporate Reputation Rehabilitation. This actual or alleged negligent act, error or omission reporting provision shall terminate at the end of the policy period and shall not exist during the Automatic Extended Reporting Period or the Supplemental Extended Reporting Period. 3. Voluntary payments No Insured will, except at that Insured's own cost, voluntarily make a payment, assume any obligation, or Incur any expense without our written consent, except as set forth in COVERAGE S.6 — EMERGENCY REMEDIATION COSTS. In the event that the Named Insured incurs emergency remediation costs, the Named insured shall provide notice to the Company within seven (7) days from the earlier of the first commencement of the pollution conditions for which the emergency remediation costs have been incurred or the expiration of the policy perlod. Upon discovery of a pollution condition or incurring emergency remadlation costs, the Named Insured shall make every attempt to mitigate any loss and comply with applicable environmental laws. The.insured shall have the responsibility and duty to select, retain, and oversee contractors or consultants to perform any investigation and/or remediation of any pollution condition to which this insurance applies. Except in the event.of incurring emergency remediation costs, the Named Insured must cooperate with the Company :and ,rec�ive,our.consent in writing of the selection and retention of qualified contractors or consultants. 4. Defense, Settlement and Cooperation The Company shall have the right and the duty to assume the investigatiorl,,adjustment or defense of any claim or suit, Defenss costs under Coverages A, and B.5 erode the applicable limits..of Insurance, ,pefense costs under Coverages 13.1, B.2, 8.3, 13.4, and ADA and FHA Defense Expense da npt, erode.tho applicable limits of insurance. It is further agreed that the Company may make such investigation of any cla€m or suit as it deems expedient, but the Company shalt not be obligated to pay any damages :ar.to-defend'"or to continue to defend any claim or suit after the applicable limits of insurance have been exhauste.d bypayment pfxectification expense and/or damages under Coverage A; loss, bodily Injury, property damage, cleanup costs, or emergency remadiation costs under Coverage B; Supplementary Payments paragraphs 2. and 3. and defense costs under Coverages A, and 8.5. We will have no duty to defend the'insured against any,clalm or suit: to which: this policy does not apply. Defense costs shall be repaid to the C©mpany by the Insured in the event and to the extent that the Insured shall not be entitled, under the terms .and conditions of this.policy, to payment of rectification expense or damages under Coverage A; loss, :bodily Injury,'property.damage, cleanup costs or emergency remedlation costs under Coverage B; or related defq se costs under Coverages A or 8.5. The Insured shall, cooperatp.;with the Company and offer all reasonable assistance in the investigation of an occurrence, .pollution :condition, actual or alleged negligent act, error or omission or microbial substance and the defense "of a claim .or suit under the applicable coverages purchased. The Company may require that the Insured submit_ to; -;examination under oath, and attend hearings, depositions and trials. in the course of investigation or defense, the Company may require written statements or the €nsured's attendance at meetings ..,,,With the Gptnpany,' The insured must assist the Company In effecting settlement, securing and providing evidence anal obtaining the attendance of witnesses. The insured agrees to provide appropriate personnel to assist our representatives"during any inspection. The Insured shall further cooperate with the Company and do whatever is necessary to secure and affect any rights of indemnity, contribution, or apportionment which the Insured may have. In the event the Insured is entitled by law to select independent counsel to defend it, the fallowing shall apply: a. The attorney fees and all other litigation expenses we must pay to that counsel are limited to the rates we would actually pay to counsel that we retain in the ordinary course of business in the defense of a similar claim or suit in the community where the claim or suit arose or Is being defended; and b. We may exercise the right to require that such counsel have certain minimum qualifications with respect to their competency, including experience in defending claims or suits similar to the one pending against the insured, and to require such counsel to have errors and omissions insurance coverage. With respect to any such counsel, the insured agrees that counsel will timely respond to our request for Information regarding the claim or suit. The insured may at any time waive its right to select independent counsel. If a settlement amount is acceptable to the ciaimant or claimants, and the Company recommends said settlement to the first Named insured, the first Named Insured may elect to allow the settlement of the claim or suit as recommended, subject to all applicable policy terms including any deductible or self -insured retention provisions. Alternatively, the first Named Insured may elect not to allow such a settlement and continue to contest the claim or suit or continue any legal proceedings in connection with such claim or suit. However, if the first Named Insured elects to not settle and continues to contest the claim or suit or continue any legal proceedings in connection with such claim or suit, then the Company's liability for the claim or suit shall not exceed the amount CAP 9000 05 22 Page 16 of 23 for which the claim or suit could have been settled plus defense costs incurred up to the date of such refusal. Such amounts are subject to the limits of insurance and any deductible or self -insured retention provisions of the Policy, if the first famed Insured is not involved in the claim or suit, then any consent to settle by any Insured or additional Insured shall not be required and the Company shall have the full and absolute right to settle any claim or suit as set forth in the Insuring Agreements above. VI. POLICY CONDITIONS 1. Bankruptcy Bankruptcy or Insolvency of the insured of of the Insured's estate will not relieve us of our obligations under this policy. 2. Cancellation a. This policy may be cancelled by the first Named Insured shown in the Declarations or by endorsement by mailing or delivering written notice to us stating when the cancellation date shall be effective. b. This policy may be cancelled by us for the following reasons: (1) Non-payment of premium; (2) Material misrepresentation or fraud by you', (3) Material change in your covered operations or professional services,.or the material changein the use or operation of an Insured location(s) from the use contemplated..in the app€Icatlon.,andlor supporting materials which result in a materially increased likelihood of..ctaims or .pollution conditions without prejudice to other remedies; or (4) The insured's failure to comply with the terms and conditip'n undar'th(s policy including the failure to pay any deductible amount when due; lay mailing to the first Named Insured, at the last known address,' -written notice or riot less than ten (10) days if cancellation is for either reasons (1) or (2) above,-`or:ninety_(91l) days if cancellation is for either reasons (3) or (4) above. Proof of mailing of notice shall.be sufficient proof of..notice. The effective date and hour of cancellation stated in the notice shall be the and of the pofiay:period. 3. Changes Notice to any agent or knowledge possessed by any agent or by any other person shall not effect a waiver or a change in any part of this pollcy.or estop:the Company From asserting any rights under the terms of this policy; nor shall the terms of this policy. be waived or changed, .except by endorsement issued by the Company to form a part of this policy. '4. Choice of Law The insured and the Corrmpany agree that all matters or disputes arising hereunder, including any questions relating to the valldity,'interpretation, per%rrnance, and enforcement of this policy, the meaning, Interpretation or operation of any term,.., condition,- definition or provision, or the fulfillment of any party of any obligation with respect to the policy, shall 6e determined in accordance with the law and practices of the State of New York without giving effect ,Jo New York conflict of law prinelples. 6.=.Gholce idf 1=arum The insured and the Company agree that in the event a dispute arises under the policy relating to the validity, interpretation; _performance, and enforcement of the policy, the meaning, interpretation or operation of any term, condition, definition orprovision, or the fuifilimentof any party of any obligation with respect to the policy, all litigation shall take place in the State of New York, and that all parties shall submit to the jurisdiction of any court of competent jurisdiction within the State of New York, including federal courts, and will comply with all the requirements necessary to give such court jurisdiction. In the event of arbitration or other forms of dispute resolution, such resolution shall take place in the State of New York. Nothing in this clause constitutes or should be understood to constitute a waiver of the Company's rights to remove an action to a United States District Court. 6. Readings The descriptions in the headings of this policy are solely for convenience and form no part of the policy terms and conditions. !. Inspection and Survey With reasonable notice to the insured, we shall be permitted, but not obligated, to inspect the Insured's property and/or operations. Neither our right to make inspections or any report thereon, shall constitute an undertaking, on behalf of or for the benefit of you or others, to determine or warrant that such property or operations are safe or in compliance with environmental law, or any otiier law. S. Legal Action Against Us No person or organization has a right under this policy: CPP 9000 05 22 Page 10 of 23 a. To join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. To sue us on this policy unless all of its terms have been fully compiled with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this policy or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. For purposes of this condition, a consent judgment, stipulated judgment, agreed judgment, consent decree or consent order reached without our written agreement is neither an agreed settlement nor a final judgment. 8. Limitation of Damages Our damages for extra -contractual liability, bad faith, or similar damages under this policy are limited to one (1) times the relevant policy limit applicable to the underlying matter. 10. Other Insurance If other valid and collectible insurance is available to the insured covering claim(s), damages, bodily Injury, property damage, emergency remedlation costs, cleanup costs, rectification expense,'-defonse costs or Supplementary Payments also covered by this policy, other than a policy that is specifically written, to apply in excess of this policy, the insurance afforded by this policy shall apply in excess of and shall_ not contdbute.with such other insurance as to defense and/or indemnity, The insured shall promptly, upon the'request of the Company, provide the Company with copies of all such policies or documentation. With respect to Coverage BA, 13.3 and Coverage 5.4 only, this insurance.is.prjmary ta,ond will notseek contribution from any other insurance available to an additional insured as defined'in.Definition 17.1. oj: this policy provided that: a. The additional insured is a Named Insured under such other insurance; and "I.., . b. You have agreed in writing in a contractor agreement that this insurance would be primary and would not seek contribution from any other insurance available to the;additiorial insulred. 11. Premium Payment The first Named Insured shown in the Declarations is're-s_ponsible or the payment of all deductibles, self -insured retentions, coinsurance and premiums due ,and will be the payee for'any returned premiums we pay. 12. Representations By accepting this policy, you agree: a. The statements in the Declarations are acct p.ja ..and complete; b. Those statements are based upon representations you made to us; and c. We have issued this'pa!icy.in iellance upon your representations. 13. Separation of Insureds Except with,respect to: tiie Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named InSure.d, this'lnsurance applies: a..:;:As.if each insured where the only insured; and : b, Separately to each insured against whoma. claim is made or suit is brought. 14. Sote:A�ent ... The Named Insured shown in the Declarations shall act on behalf of, and serve as the sole agent for all Insureds with respect to the return or payment of any premiums or retained amounts, the issuance by the Company of the policy, the receipt or acceptance of any endorsements issued to form a part of the policy or the receiving of any notices from the Company required by this policy. 16. Transfer of Policy This policy shall be void if assigned or transferred without our written consent. 16. Subrogation In the event of any payment under this policy by the Company, the Company shall be subrogated to all of the rights of recovery against any person or organization, and the Insured shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The Insured shall do nothing to prejudice such rights. Any recovery as a result of subrogation proceedings arising out of the payment of loss or damages covered under this policy shall accrue first to the Insured to the extent of any payments in excess of the limit of coverage; then to the Company to the extent of its payment under the policy; and then to the insured to the extent of its deductible or self -insured retention. Expenses incurred in such subrogation proceedings shall be apportioned among the interested parties in the recovery in the proportion that each interested party's share in the recovery bears to the total recovery. With respect to Coverages 8.1, B.3 and 134 only, we waive any right of recoverywe may have against the additional Insureds as defined pursuant to Definition 17.1. of this policy because of payments we make for loss from bodily CPP 0000 05 22 Page 17 of 23 injury or property damage caused by covered operations or completed operations of the covered operations, performed for those additional insureds, but only to the extent required by written contract, executed prior to the loss, between you and the additional insured. VII. EXTENDED REPORTING PERIOD --COVERAGES A,13.3 AND B.5.b ONLY 1. We will provide a Basic Extended Reporting Period and a Supplemental Extended Reporting Period, if purchased, as described below, but only if: a. This policy is canceled or not renewed; or b. We renew or replace the coverage provided under Coverage A., B.3 or 13.5.1a, of this policy with insurance that; (1) Has a retroactive date later than the date shown in -the Declarations; or (2) Does not apply on a claims -made basis. 2. Extended Reporting Periods do not extend the policy period, change the scope of coverage provided or reinstate or increase the Limits of Insurance. The Extended Reporting Periods apply only to claims made during the policy period resulting from actual or alleged negligent acts, errors or omissions in the performance_of professional services, or to a claim made by a third party for cleanup costs or loss from bodily Injury or property damage which arises from a pollution condition on, at, under or migrating from an Insured. :loeation. or a non -owned disposal site(s), or to cleanup costs which arise from a pollution condition.,on, at under a migrating from an insured location which is first discovered during the policy period. The actual or alleged negligent acts, errors or omissions under Coverage A must take place on or after the retroactive:`date and.before the 'end of the policy period. The pollution condition under Coverage B.3 and 13.5.I6. must first.commence on or.after the retroactive date and before the end of the policy period. Once in effect, Extended Reporting.Periods:rnay not be cancelled. 3. Subject to 1.a. or 1.b. above, a Basic Extended Reporting Period is automatically provided without additional charge. This period starts with the end of the policy period and,lasts for sixty (60) days.with respect to claims first made against you during the policy period and reported;to us in .whiting during'the policy period or extended reporting period. The Basic Extended Reporting Period does npt.apply to..clalms br'pollutlon conditions that are covered under any subsequent insurance you purchase, or that:,would be,:covered but for exhaustion of the amount of insurance applicable to such claims or.pallution conditions.,:.. 4. Subject to 1.a. or 1.b.above, a Supplernental Extended Reporting Period of up to thirty-six (36) months is available with respect to claims first made against. you during .the policy period and reported to us In writing during the policy period, basic extended reporting period.or.the supplemental extended reporting period, if purchased, but only by endorsement to Ihis policy. and payment of an additional premium charge. This supplemental period starts when the Basic Extended Reporting Period, :set forth in Paragraph 3, above, ends. You must give Us a written request for..4he endorsement within 60 days after the end of the policy period. The Supplemental Extended Reporting Period will not go into effect unless you pay the additional premium promptly when due. � � -:.::,: We "will determine:the additional premium in accordance with our rules and rates. 1n doing so, we may take into '..account ;the following: a....:The exposures insured; b. Previous.types and amounts of insurance; c. Limits of Insurance available under this policy for future payment of damages: d. Other related factors. The additional premium will not exceed 200% of the annual premium for this policy. The Extended Reporting Period endorsement shall set forth the terms, not inconsistent with this section, applicable to the Supplemental Extended Reporting Period, including a provision to the effect that the insurance afforded for claims first received during such period is excess over any other valid and collectible insurance available under pokles in force after the Supplemental Extenders Reporting Period starts. 6. Renewal Extended Reporting period Provided that the Named Insured has renewed this policy with the Company or an affiliate of the Company designated by the Company, an Insured shall have the right to a Renewal Extended Reporting Period of sixty (60) days following the expiration of this policy's policy period in which to provide written notice to the Company under this policy's policy period of claim(s) first made against the Insured within thirty (30) days prior to the expiration of this policy's policy period. A claim first made against the insured within thirty (30) days prior to the expiration of this policy's policy period, and which claim is reported to the Company within this Renewal Extended Reporting Period, will be deemed to have been made and reported on the last day of this policy's policy period. Vill. DEFINITIONS CPP 9000 05 22 Page: 18 or 23 1. Auto means: a. Aland motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged. 2. Bacteria mean any type or form of bacteria and any materials or substances that are produced or released by bacteria. 3. Bodily Injury means: a. Physical injury, sickness or disease, sustained by any person, and soleiy with respect to 3.a. the monitoring of medical conditions or death resulting from any of these; and b. Mental anguish or emotional distress sustained by any person. 4. Carrier means any person or entity, other than the Named Insured or a subsidiary or an affiliated company of the Named Insured, engaged by or on behalf of the Named Insured, and in the business of and properly licensed to transport your products, materials or waste for hire by auto, aircraft, watercraft or rolling stock. 5. Certified Industrial Hygienist means a licensed professional currently certified.. per the requirements as established by the American Board of Industrial Hygiene mutually agreed upon by the Company and the.: amed Insured and who has experience in the investigation, assessment and remedlalion of microblal substances. g. Claim means the written assertion of a legal right to money or services received by, an insured from a third party, including but not limited to lawsuits or civil actions alleging liability or responsibility on the part of the insured for damages, loss, cleanup costs, bodily Injury andlor property damage. 7. Cleanup Costs mean: a. The reasonable and necessary expenses incurred,: for the investigation, monitoring, testing, removal, abatement, .containment, treatment, detoxifying, neutralization, ekppapsulatlon or disposal of pollution conditions to the extent required by applicable :federat, state or local governmental law, rule, regulation or order under which the insured has or may.have a legal obligation; and b. With respect to microbial substances coverage provided under Coverage BA, if purchased, in the absence of any applicable laws established pursuant to a...,above,`- to the extent recommended in writing by an environmental professional retained with our prior written consent or as required by court; and c. Restoration Costs; d. Emergency remediatlon costs;%and e. Civil fines, civil penaitl.es and assessments resulting directly from pollution conditions otherwise covered under Coverages.A or B. 8. Cornpleted..bO eratlone mean covered operations that have been completed. Covered operations will be deemed completed at the earliest of the following; a.... -.When all of the work in your contract has been completed; or =b. When all of the work to be done by you at the job site has been completed, if your contract calls for work at mare than one job site; or 'c. 'When that part of your work done at the job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. d. Worla that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed operations. V. Coverage Territory means: a. The United States of America (including its territories and possessions), Puerto Rico and Canada; and b. All other parts of the world if the insured's responsibility to pay damages is determined in a suit on the merits, in any court of competent jurisdiction within the territory described in a, above or in a settlement we agree to. However, whenever coverage provided by this policy would be in violation of U.S. export controls or trade sanctions, such coverage is null and void and will be deemed not to be within the coverage territory. 10. Covered Operations mean those activities performed for a third party by you or on your behalf at a site not owned or leased by you. Covered operations do not include completed operations. 11. Damages mean a monetary judgment, award or settlement of compensatory damages resulting from an actual or alioged negligent act, error or omission In the performance of professional services. Damages do not include Injunctive or equitable relief; the reduction, return or withdrawal of fees, charges or profit for services rendered; or the costs or expenses incurred by the insured to redesign, redo or correct the Named Insured's work, except as provided for under Supplementary Payments Section Ill.1.a. — rectification expense. 12. Defense Costs mean any reasonable and necessary fees charged by an attorney designated by the Company, CPP 900005 22 Page f9of 23 and where the insured has the legal right to select independent counsel, the rates we would actually pay to counsel that we retain in the ordinary course of business In the defense of a similar claim or suit In the community where the claim or suit arose or is being defended, as well as other reasonable and necessary costs, including expert witnesses and court reporters, In connection with the investigation, adjustment, settlement, defense or appeal of a claim or suit. It does not Include the salaries of our regular employees or supervisory counsel retained by us, or any cost or expense incurred by the insured in assisting in the investigation or defense of the claim or suit. 13. Emergency Remedlation Costs mean those reasonable and necessary costs, charges, and expenses which qualify as cleanup costs incurred by or on behalf of the Named Insured to take emergency action in response to a pollution condition within seven (7) days of the First commencement of the pollution condition. Such emergency remediation costs must be essential and necessary to contain, control or mitigate a pollution condition that is an imminent and substantial endangerment or threat to the public, human health, or the environment defined by the regulating agencies and environmental laws that require immediate response. Emergency remediation costs do not include the salaries of any directors, officers or supervisors of any insured or any profit element of any insured. 14. Environmental Professional means a person designated by us, or by you with our prior written consent, who is certified or licensed as a Certified Industrial Hygienist (CIH) by the American Board .of, Industrial Hygiene, a Professional Engineer (P.E.), a Professional Geologist (P.G.) or other certified or licensed professional with the applicable state environmental regulatory agency. We may require that certElln'minirnum professional criteria be met, Including a demonstration that the individual has experience with similar projects as the one involving cleanup costs covered under this policy, and the maintenance of adequate errors'and omissions insurance. 16. Fungi/Fungus means any type or form of fungus, including mold or -mildew and.any mycatoxins, spores, scents or by-products produced or released by fungi, but does not include any. fungi ..intended by the insured for consumption. 16. Careen Building Materials mean any building prp..ducts'or_.construction„materials that are recognized by the Leadership in Energy and Environmental design (LEED) or Energy Stara 's: (a) being environmentally preferable or sustainable; or (b) providing enhanced energy =.efficiency,that ere=required to bring existing real property into compliance with applicable and enforceable codes, laws �or.,-regulations. Green Building Materials shall be installed by qualified green contractors,'^ Green Building Materials do not include any costs arising out of the use of Green Building Materials, including but not limited todelay costs. 17, Insured means: a. You; b. Any additional insured specifically endorsed onto this policy; c. Your current or farmer partner, executive officer, director, or trustee solely while acting within the scope of his or her _duties as such; d. The heirs,.executors, administrators, and the legal representatives of each Insured as defined in a_ and c. abaue in the 6"nt of death, incapacity or bankruptcy, but only with respect to liability arising out of your covered operafions ail for. professional services rendered on behalf of the insured prior to death, incapacity or ..bankruptcy.'.,.., a." Your employees solely while acting within the scope of their employment by you or while performing duties related to the conduct of your business; f. Your retired partner, executive officer, director, or employee while acting within the scope of his or her duties as a consultant on your behalf, g. Any person who is a leased worker performing covered operations and/or professional services under your supervision or on your behalf, h. You, with regard to your participation in a joint venture, but solely for your liability forthe performance of covered operations and/or professional services under the respective joint venture; I. Solely with respect to Coverages B.1, 13,3 and BA your clients, or other entities, provided a written contract or agreement Is in effect between you and your client prior to the loss specifically requiring that your client and the other entities be added as additional insured(s). Your clients and other required entities are covered under this policy as additional Insured(s) only with respect to liability for bodily injury or property damage directly caused by your negligence or the negligence of those acting on your behalf in the performance of covered operations and completed operations of the covered operations and only for Limits of Liability up to and not exceeding the amount required by the written contract or agreement and subject to the Limits of liability of this policy; j. Any entity newly formed or acquired by the Named Insured during the policy period in which the Named Insured has more than a 50% legal Interest and over which the Flamed Insured exercises management or financial control and has agreed to provide Insurance for such entity. - However, coverage will only be provided CPP 5000 06 22 Page 20 of 23 for claims arising out of professional services or covered operations performed on or after the date of Incorporation or acquisition and the coverage will expire in 90 days from the date of incorporation or acquisition or the end of the policy period, whichever is earlier, unless the Named Insured provides written details of such newly formed or acquired entity to us and pays the additional premium requested by us, If any. 'Ili. insured Contract means any contract or agreement in writing for the performance of your covered operations whereby the Named Insured assumes the tort liability of another party to pay for toss from bodily injury or property damage to a third person, firm or organization caused by pollution conditions. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. 19. Insured location means a location in the coverage territory owned, rented, leased or occupied by the Named Insured during the policy period and scheduled to this policy for coverage under COVERAGE B.6 -- NAMED iNSURED'S LOCATIONS if selected on the Declarations page. 20. Loading or Unloading means the handling of property, material or waste: a. After it is moved from the place where it Is accepted for movement into or onto an auto, aircraft, watercraft or rolling stock; or b. While it is in or on an auto, aircraft, watercraft or rolling stock; or c. While It is being moved from an auto, aircraft, watercraft, or rolling stock to the place wrhere.it isnallp:elivered. 21. Loss means a monetary judgment, award, or settlement of compensatory damages and °punitive or exemplary damages, where such coverage is allowed by law, because of bodily lnju,ry and/or prpperty damage. 22. Microbial Substance means any substance that reproduces through release of;spores nr the splitting of its own cell, Including but not limited to mold, mildew, spores, fungi, bacteria and Legioriella Pnuemophila whether or not the microbial substance is living. Microbial substances do not 23. Named Insured means the person, individual, partnership, corporation or'ontity listed in the Declarations or expressly added as a Named Insured by endorsement. the person.,, individual;`partnership, corporation or entity listed in the Declarations shall be considered the first Named Insured. 24. Natural Resource Damage means the. physical -injury to, .destruction of, or the assessment of physical injury or destruction, including the resulting loss .Of value of land,.fish, wildlife, biota, air, water, groundwater, drinking water supplies, and other such resources belonging to, managed by, held in trust by, pertaining to, or otherwise controlled by the United States (including the resources of the,flshery conservation zone established by the Magnuson - Stevens Fishery Conservation and Management ActA6 U.S.C.1801 at seq.), any State, Local, Provincial, foreign government, or NativeAhierican.tribe, or, if such resources are subject to a trust restriction on alienation, any member of a Native American .tribe 26. Non-Owned:lalsposal Site means any waste treatment, waste storage or waste disposal facilities, which are utilized by_Qron behalf of the Named Insured forwaste generated from an insured location orfrom your covered operations;'provlded that as of the dale that the waste was delivered to the waste treatment, waste storage or Woste disposal'facility, the facility(ies): !a. Are within. the United States of America (including its territories and possessions), Puerto Rico and Canada; b. , Areriot owned, operated or managed by the insured or any subsidiary or affiliate of the insured; c._ ..Are properly -licensed to accept such waste for treatment, storage or disposal; and d. Are. rlot.listed or proposed for listing on the federal national priorities list, state equivalent or local equivalent list. 26. Occurrence means an accident, including continuous or repeated exposure to substantially the same general harmful conditions that is unexpected and unintended from the standpoint of a reasonable person. 27, policy period means the period of time stated in the Declarations, or any shorter period arising as a result of cancellation. 28. Pollutants mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals, lead, asbestos, silica, slit, sediment, hazardous substances, hazardous materials, electromagnetic fields, low level radioactive material, medical, infectious and pathologic waste and waste materials. Waste includes materials to be recycled, reconditioned or reclaimed. For purposes of Coverage B.4 only, pollutants mean microbial substances. 29. Pollution Condition(s) means the discharge, dispersal, release, seepage, migration, growth or escape of pollutants into or upon land, any structure on land, the atmosphere or any watercourse or body of water, including groundwater. 30. Professional Services mean those professional services performed by you or on your behalf, that are related to your practice as an engineer, technical consultant, architect, industrial hygienist, construction manager, LEED accredited professional, certified professional geologist, geophysicist, land surveyor, environmental consultant, material tester, interior designer, landscape designer, program management, project management, owner's CPP 9000 05 22 Page 21 of 23 representation, property management, contract administration as part of design, any delegated design responsibility or design assist services, Including but not limited to constructabllity reviews, value input or value engineering. Professional services shall also include liability imposed by law in connection with the creation, maintenance, use, modification, alteration, transfer, protection, manipulation, or input into any building information modeling (131M) design assist system or program. Professional services also include ordinary technology services provided for others In the course of performing the professional services described above. Such technology services include website design, website development, website programming, database design, database management, design and development of computer software programs, analysis, training, use, hosting, support and maintenance of any softwarer database, internet service or webs€le. 31. Property Damage means: a. Physical injury to tangible property, including resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b, Loss of use of tangible property that is not physically Injured. All such loss of use shalt be deemed to occur at the time of the occurrence that caused it; c. Cleanup costs; d. Natural Resource Damage; or e. Diminution in value of third party property. For the purposes of this insurance, electronic data: Is not tangible property.: As used in this definition, electronic data means information, facts or. programs stored as Aron, created or used on, or transmitted to or from computer software, including systems and applica_tlons software; hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 32. Rectification expense means direct costs and expenses that'we. deem reasonable and necessary to: a. Rectify a negligent act, error or omission arising from professional services; and b, Prevent bodily injury, property damage or other damages that would result in a claim under Coverage A If rectification measures are not performed; and c. Reduce the potential for a claim for damages by a party forwhom the Named Insured performed professional services. Rectification expense:adoes not ;include costs for improvements or betterments or costs that are consequential damages such as cost overrullp,"project delay costs, additional debt service expenses, or any loss of use damages associated with the `negligent apt, error.pr'omission. Rectification expense also does not include the salaries of your executive officers, .managers, :supervisors or any of your mark-up and profit you would otherwise charge in performing such rectification work. 33. Responsible lnsiired means your current and former directors, officers, principals, partners, managers, insurance :Nand risk managers, ,ssll, facility managers, and those persons responsible for the environmental, health, safety or legal affairs of the Named Insured. 34. Restoration -Costs mean the reasonable and necessary costs incurred by the insured to restore or repair real or personal property of third parties to substantially the same condition It was in prior to being damaged during work performed in the course of conducting cleanup costs resulting from a covered loss under this policy. These costs shall not exceed the actual cash value of the real or personal property, prior to the pollution conditions that resulted in a covered lass. Restoration Costs includes the cost of Green Building Materials, If legally required to bring existing real property into compliance with applicable and enforceable codes, laws or regulations, but only to the extent specifically required. Restoration costs do not include costs for improvements or betterments and shall not include any additional costs to bring the existing real or personal property into compliance with any code, law or regulation that: was not applicable and or enforced against the real or personal property before it was damaged, except for the cost of Green Building Materials as accepted in the paragraph above. 36. Suit means a civil proceeding in which bodily injury and or property damage resulting from pollution conditions caused by covered operations are alleged, or damages caused by professional services are alleged, to which this insurance applies. Suit includes: a. An arbitration proceeding in which such damages are claimed and to which the Insured must submit or does submit with our consent; or b. Any other alternative dispute resolutions proceeding in which such damages are claimed and to which the insured submits with our consent. CPP 9000 05 22 Page 22 of 23 38. Transportation means the movement of your products, materials or waste by auto, alroraft, watercraft or rolling stock including the loading and unloading of your products, materials or wastes. 37. Underground storage tank means any tank with associated piping and equipment connected thereto which has more than ten (10) percent of its volume below ground. Underground storage tank does not include septic tanks, sump pumps, oil/water separators, or storm -water collection systems. 38. Your Product a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: a) You; b) Others trading under your name; or c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of your product; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for themse of others but not sold. Opp 9000 05 22 Page 23 of 23 0061 25 - 1 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 CERTIFICATE OF INSURANCE Page I of I Backup Power and Electrical Improvements at Pour Pump Stations CITY PROTECT NUMRF.R: 103410-2 ...-exasmutuar WORKERS' COMPENSATIQN INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 S EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas Is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy, We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2_ Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above persons) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception dale of the policy unless a different date is Indicated below, (The following "attaching clause" need be completed only when this endm servant Is Issued subsequent to preparation of the policy.) Thls endorsement, effective on 00123 at 12:81 a.m. standard lime, Farms a part of: Policy no. 0002095847 of Texas Mutual Insurance Company effective on 6130/23 Issued to: WINSTON ELECTRIC, INC. This Is not a bill NCCI Carrier Code: 29939 Pb Box 12058, Austin, TX 7,5711-2058 1 of t texasmutual.com 1 (600) 869-59951 Fax (800) 359-0650 Authorized representative 6127/23 WC 4203 04 g -exasmutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item &A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named In the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 2, Notice will be mailed to: Schedule. PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the Inception date of the policy unless a different date is indicated below. (The following "attaching clause" need bs'completed only when this endorsement is issued subsequent to preparation of the Polley.) This endorsement, effective on 6130123 at 12.01 am, standard lima, forms a Part of: Policy no, 0002095847 of Texas Mutual Insurance Company effective on 680123 Issued to; WINSTON ELECTRIC, INC. This Is not a bill NCCI Carrier Code: 29939 Authorized representative sr2712a PO Brix 12058, Austin, TX 78711-2058 1 of 1 fexasmutual.com 1(800) 859-5995 1 Fax (800) 359-0550 WC 42 06 01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I — Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2 -- Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work............................................................................................................I.........1. 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 EIectronic Data............................................................................................................................ 11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 —Contractor's Responsibilities ................................. .....................19 .................................................. 6.01 Supervision and Superintendence...............................................................................................19 CITYOF FORT WORTH STANDARDCONSTRUMON SPECIFICATION DOCUMENTS Revision: 8n3/2021 Addendum #2 A STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCTFTCATfON DOCUMENTS Revision: NMI Addendum i12 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others .................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6,08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification..............................................................................................30 6.18 Submittals.................................................................................................................................... 31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 Other Work at the Site...................................................................................................................35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 -City's Responsibilities...................................................................................................................36 8.01 Colmnunications to Contractor ....................... ............... ... 36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When. Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................ ... 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION 8PKIFICATION DOCUMENTS Revision: 82MI Addendum #2 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article I I - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cast of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement.................I....................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of ContractPrice............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work.............................................................................................51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments................................................................................................................... - 52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.............................................................................. .............................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 -Dispute Resolution .................................... 16.01 Methods and Procedures ........................... CITY OF FORT WORTH STANI DARDCONSTRUCTION SPECIFICATION DOCUMUNTS Revision: W23/2MI ........................................................................... 61 ........................................................................... 61 Addendum 112 Article17 —Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival ofObligations...............................................................................................................63 17.05 Headings ......................................................................................................................................63 CITYOF FORT WORTH STANDARD CONSTRIICTION SPECIFICATION DOCUMENTS Revision: 823/ I Addendum #2 007200-1 GENERAL CONDITION S Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Whereverused in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculinc, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such qupporting docurnp tation as is rern,iTrct by the C'entract Doc=eats. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. CalendarDay--A day consisting of 24 hours measured from midnight to the next midnight. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 92MI Addendum112 007200-1 GF�NFRAL CONDITION S Page 2 of 63 12. Change Order —A document, which is prepared and approved by the_ City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager -- The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. Alf items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work), 21, Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement, 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITYOF'FORT WORTH STANDARD CONSTRUCTION SPF,CIF1CATION DOCUMENTS Revision: &2.3/LDMI Addendum 92 007200-1 GENERAL CONOITION S Page 3 of 63 24. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works - The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 14. Extra Work — Additional work made necessary by changes or alterations of the Contract Doe um.- or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall. be part of the Work. 35. Field Order A written order issued by City which; requ cs changes in the Work bat which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82311.021 Addendum 42 007200-1 GFNFRAL CONDITION S Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38, General Requirements —Sections of Division 1 of the Contract Documents. J9. Ilazctrdous Environmental Condition she prtsence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item-- An item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run' and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; KY2021 Addendum #2 007200-I GENERAL CONDITION S Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54, Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours —Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being Runished by City upon which the Workk is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications-4bat part of the Contract Documents consisting of wrifter for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor Anindividua.l or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITYOF FORT WORT[I STANDARDCONSTRUCTTON SPECIFTCATION DOCUMENTS Revision: 9MG21 Addendum N2 00 72 00 - l GENERAL CONDITION S Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66: S%pplernentary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, matery lman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or ocluipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 UnitPrice Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a. in, and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day— A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823=1 Addendum 112 Uo7200-1 GFNERAL CONDITION $ Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Docu>ents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 2.02 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. Commencement of Contrucl Time; lVolice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARDCOT`STRUCTION SPECIFICATION DOCUMENTS Revision; SfL?F I Addendum #2 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance ofSchedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one ;4 as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections maybe written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamFuied sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: SIzMI Addendum 92 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations I. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents, 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents, No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Con tract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractors Review of Contract Documents Du ring Perfonnan ce of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing, Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF PORT wORTiT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8=021 Addendum 1#2 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shalt take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2, In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.1 R. C); or 3. City's written interpretation -or ciaritication. 3-05 Reuse ofDocuments A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: R2312 I Addendum #2 007200-1 GENERAL CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Spec cations referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITYOF FORT WORTII STANDARDCONSTRIICTION SPFCIFICATION DOCUMENTS Revision: i1l231202I Addendum U2 007200-1 GENERAL CONDITION S Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1, the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to Yr xtuue a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITYOFFORT WORTH 5TX4DARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823R I Addendum N2 007200-1 GENERAL OOND IT ION S Page 13 of63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition, B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the ,Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respeetto existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. if an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARDCONSTRUCTION SPFCIFICATION DOCUMENTS RV,vision: KQ3=1 Addendum#2 007200-1 GENERAL CONDITION S Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and dctcrmine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. if City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECTFiCATION DOCUMENTS Revision, WM021 Addendum 82 007200-1 GENERAL CONDITION S Page 15 of b3 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3, any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing), City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (4) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractororby anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.Gshall obligate Contactor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUC'rION SPECIFICATION DOCUMENTS Revision: &93MI Addendum Q 00 72 00 -1 GENERAL CONDITION 5 Page 16 of 63 ARTICLE 5 —BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required, Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, andMaintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an ainount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02. C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OR FORT WORT[I STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision; 823/2021 Addendum 4f2 00 72 00.1 GENERAL CONO ITIONS Page 17 of 03 2. The Contractor's general liability insurance shall include a, "per project" or `der location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers roust have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage -unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION 5PECTFICATION DOCT.JMFNT5 Rev'ssiom M2021 Addendum Q OU7200-1 GENERAL CONDITION 5 Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. l4. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General, Livability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability udder an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:'.IVM021 Addendum 42 007200-1 GENERAL CONDITIONS Page 19of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising irjlury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions) , C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions, E. NotUication of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBondsandlnsurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days afterreceipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH 3TANDARDCON5TRUCTION S?RCIMATION DOCUMENTS Ctevision: $rL3 A21 Addendum 42 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perfonn Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specked, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: R23IZD21 Addendum #2 OU 72 00 - l GENFRALCONDIT] ON 5 Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16, 3. Proposed adjustments in the Project Schedule that will change the Contract Tune shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function., appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal "Item: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplishe d without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction„ quality, durability, appearance, strength, and design characteristics; CITY OFF ORT WORTH STANO-ARD_CONSTRUCTION SPF.MFTCAT70N 'DOCUMENITS Revision: R/7MI Addendum #2 007200-1 GENERAL COND ITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Tune; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equar' item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision • R nM21 Addendum #2 007200-1 GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specked; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Constru ction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by themfrom and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARDCONSTRl1CTION SPECIFICATION DOCUMENTS Revision: 923=1 Addendum #2 00 72 00 - l GENERAL CONDITION S Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisimu &2312U21 Addendum 0 U07200-1 GENERAL OOND IT 10 N S Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulate d in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023, C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or clan-nants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from sucecssive progress payments pending a Final determination of the violation. CTTYOFFORT WORTH STANDARDCONSTRUCTTON SPFCTFTC;%TTON DOCUMENTS Revision: 8r1 O21 Addendum 42 00 72 00 -1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreementbefore the 15th day afterthe date the City makes its initial deternlination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for ill this Contract; and (iii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance ofthe Work or resultingfrom CITY OF'F'ORT WO RT11 STAYDARDCONSTRUCTION SPF.CTFiCiMON DOCUMENTS Revision; WM021 Addendum 82 007200-1 GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device notspecified in the Contract Documen ts. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtain edpersnits and licenses. City will obtain andpay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit, If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Array Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Ott tstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. if Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all clainLs, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDAIMCONSTRUCTION SPFCIFIC.ITION DnCUMFNTS Revision: 8(13 O21 Addendum42 007200-I GENERAL DONDITION 5 Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htti)Y/www.window.state.tx.us/taxinfo/taxforms/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Arens: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STF.3NDARDCOy5TRUCT10M SPECTYKATTON 00CUMFNITS Revision: 873f ] Addendum #2 007200-1 GENERAL CONDITION S Page 29 or 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnafy and hold harmless City, from and against tall claims, costs, losses, and damages arising out ofor relating to any claim or action, legal or equitable, bro tight by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CTTY OF FORT WORTH STANDARD CONSTRUCT[ON SPFC]FICAT[ON DOCUMENTS Revision: 823I I Addendum 42 007200-1 GENERAL CONDITION 5 Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or Ioss to: 1. all persons on the Site or who may be affeetc dbythe Work; 2, all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD C015TRUCTION SFECIFICATiON DOCUMENTS Revision; 8/23=1 Addendum #2 007200-1 GENFRALCONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. i. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respeetto quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor froin requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers; the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CrrYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 9=021 Addendum 112 007200-1 GENERAL CONDITION 5 Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the solc expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the ContraetDocuments andbe compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction {except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents} or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITYOF FORT WORTll STANDARD CONSTHCTION SPECIFICATION DOCUMENTS Revision: &ZM1 Addendum $2 007200-1 GENERAL CONDITION S Page 33 of 63 2. normal wear and tear under normal usage C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute, None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or -Final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4, use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7, any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees,from and against any and all claims arising out of, or alleged to arise out of the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION P-ROVLSIQN TS ,SPF IFCAI�I Y� TNTE.NDFI) TO OPERATE,&ND BE EFFLCTLU EVEN IF IT IS C�F.1) ()JjBjffEN THAT ALL OR SOME QF TU MAMA ES BEING SOI7 =HT WERF CAUSED. IN "1 HOI,E OR IN F-4RT. R O NVC:I,lrLNCF, OF THE CITY. This indemnity provision is intended to intrude, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnifyand hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. TILLS IXDFJJ-]S ATION PROVIS IS CITY OF'FORT WORTTI STANDARD CONSTRUCTWN SPECIFICATION DOCUMENTS Revision: &L O21 Addendum #2 007200-1 GENERAL CONDITION S Page 34 of 63 MCIFICAUV INTEND D TO OPERATE, AND BE E,FEE _TIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALT OR SOME OF THE DAMAGES BEING SOTTO WF,RE CAUSE. IN WHOLF OR IN PART. BY ANY ACT. OMiSSTON OR NEGLIGENCE OFT E CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. a Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6. t8.C. 6.23 Right to Atedit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payinent under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPF.CIFICATION DOCUMENTS Revision: Kt?MI Addendum H2 007200-1 GENERAL CONDITION 5 Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed, 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VT, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 —OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other workperformed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTIT STANDARD CONST'RUCTION SPECIPTCATION DOCUMENTS Revision: R23%L02I Addendum #2 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall tunely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CrrvOF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8n3/2021 Addendum 92 007200-1 GENERAL CONO IT IONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; &=021 Addcndum 1k2 007200-1 GENERAL CONDIT IONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the; requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 DeterminationsforWorkPerjbrmed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Tune or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS Revision: RQ-V 2I Addendum f�2 007200-1 GENERAL CONDITION 5 Page 39 of 53 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1, changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0t.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A, Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceedwith the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Clauns regarding Extra Work shall be made pursuant to Paragraph 10,06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STAiNDARDCONSTRUCTION SPECIFICATION DOCUMENTS Addendum 42 Revision, &2312021 0072 00 -1 GENERAL CONDITION S Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than t5 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time)- C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision! 923MI Addendum K 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cast of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items; 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2, Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTR UCT ION SPECIFICATION DOCUMENTS Revision: 8?3 I Addendum #2 007200-1 GENERAL CONDITION 3 Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. if required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the perfonxn.nce of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. C. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d_ Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. c. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the perfonnance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY aF FORT 'WORTH STANDARDCONISTRUCT[ON SBFC[FiCATION DOCUMENTS Revision: SrLMI Addendum 42 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B, Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph I I.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3, Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments, 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph t2.01.C, D, Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0l.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORT[ [ STANDARDCONSTRIICTION SPECIFICATION DOCUMENTS Revision: 8232(i21 Addendum 112 OU7200-1 GENERAL CONDITION S Page 44 of 43 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the stun of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance withParagraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CRY OF FORT WORT11 STANDARD CONSTRUCTION SPEC[P[CAT[ON DOCUMENTS Revision: W23F2021 Addendum 112 00 72 00 -1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made, Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correctan error, or to correctanerror on the plans, the plans quantity will be increasedor decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORM STANDARD CONSTRUCT ION SPSCTFTUTION DOCUMENTS Revision: 9,2MI Addendum 112 007200-1 GENERAL CONDITION S Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reachedunder Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Yee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a 1.nutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &2312021 Addendum 112 007200-1 GENERAL CONDITION 5 Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs I1.01.A.1 and Il.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of'Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this P aragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FOR'r WOR.TH sTArMARDCONSTRUCTION SPRCIFICATION DOCUMENTS Revision: 8rJ_9J1 I Addendum #2 007200-1 GENERAL CONDITION S Page 48 of 63 ARTICLE 13 -- TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs m connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be, incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a `Tail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision: 8W021 Addendum 112 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor, 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13,03.E shall beat Contractor's expense, G. Contractor shall have the right to make a Contract Claim regarding any retest ur invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, -Furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the ContractTime, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITYOF FORT WORTH STANDARD CONSTRUCTION SNCIFIGATION DOCUMENTS Revision: 8✓M021 Addendum #2 007200-1 GENERALCONOITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction orRernovalofDefective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: l . repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITYOF FORT WORTH STANDARDCONSTHCTION SPECIFICATION DOCUMENTS Revision: 823l I Addendum 112 007200-1 GENERAL CONDITION 5 Page 51 ❑F63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the dnninished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously, In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANpARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: V9JZ021 Addendum 02 00 72 00 - I GENERAL CONDITION S Page 52 or 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of C:ity's rights and remedies under this P aragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF i=ORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; 8I2 O21 Addendum Q 0072ao-1 G1=NERAL CONDITION S Page 53 of 63 B. ReviewgfApplicatiow: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has beenperformed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies it quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONST RLJ CTION SPECiFICAT[ON DOCUMENTS Revision: i1r131 I Addendum 112 007200-1 GENERAL CONDITION S Page 54 of 63 c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15,02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the surn per day specified in. the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Deduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARDCO\NSTRUCTION SPECIFICATION DOCUMENTS Revision: 8I3/202I Addendum 1/2 007200-1 GENERAL CONDITION S Rage 55 ar63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1, Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated 'in Paragraph 14.05,A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection, 1. Should the City deterinine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITYOF FORT WORTH STAvDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82MI Addendum #2 007200-1 GENERAL CONDITION S Page 56 of 63 14.07 Final Payment A. ApplicationforPayment.• 1. Upon Final Acceptance, andui the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. L. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c, a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arisklg out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPWIFICATION DOCUMENTS Revision: 9/23MI Addendumil2 007200-1 GENERAL CONOITIONS Page 57 o£G3 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial RetainageRelease. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract, ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period„ the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORT]-f STANI]ARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: fV23fI Addendum 92 007200-I GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Docuuents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 92MI Addendum 92 007200-1 GENERAL CONDITION S Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any fitrther payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of -receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SAECIFiCAT[ON DOCLMENTS Revision: 13M021 Addendum #2 007200-1 GENERAL CONDITION S Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effectedby mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such tennination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United StatesPostal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of ternnation, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4, transfer title to the City and deliver in the manner, at the tithes, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specked in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8Q-V2021 Addendum 92 007200-1 GENERAL CONDITION S Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1, completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and fiarnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determirie, on the basis of information available to it, the amount, if any, due to the Contractor by reasonof the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claire submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith, The process shall be commenced within 60 days of filing of the request. C. If the Contract Clain is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10,06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Sr2_MI Addetidum 92 007200-1 GENERAL CONDITIONS Page 62 of 63 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 -- MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receiptby the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. if the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any wayas a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARDCONSTRUCTION SPKIFiCATiON DOCUMENTS Revision; R23/2021 Addendum #2 007200-I GENERAL CONDITIONS Page 63 or63 17.04 Survival of0bligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FOLU WORT11 STANDARD CONSTRUCTION SAFCIFFCATTON DOCUMENTS Revision: tIEM021 Addendum i12 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in fiill force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and. Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01, "Defined Terms" Add Definitions: A. BIM3 60 — Citv's on-line electronic document management and collaboration system B. Consultant— Freese and Nichols, Inc., Gupta and Associates, Inc. C. Substantial Completion — The date at which the Work (or a specified Dart thereof) has progressed to the point where, in the opinion of the City, the Work (or a specified Dart thereof) is sufficiently complete. in accordance with the Agreement and all Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended, final Operation & Maintenance Manuals have been approved, Eauipment Testing and Startup has been completed, Operation & Maintenance Staff training has been completed and field testing has been comnleted and approved. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.I., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or casements to be acquired, if any as of September 20, 2021: Outstanding Right -Of -Way, and/or Easements to Be Acquired CITY OIL FORT WORTH Backup Power and Electrical [mprovements at Four Pump Stations STANDARD CONSTRUCTION SPECIFTC.ATTONT?OCUKENITS CITY PROJECT NUMBER: 103410 2 Revised March 9, 2020 PARCEL NUMBER None OWNER 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of G TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final casements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4,01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of August, 2022: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Coordinated By Contractor -------_ ...Oncor _....--_-___....-... Underground Electric at_Altaanesarump Station Prior to Construction Coordinated By Contractor Oncor Underground Electric at Edwards Raneh Pump Station -------- _______-__...._ Prior to Construction .. __............_.. Coordinated By Contractor Oncor Overhead Electric at Eastside Pump Station _._.. __ — _..... Prior to Construction _-__________- Coordinated By Contractor Ont or Underground Electric at Como Pump Station Prior to Construction Contractor Shall Protect All City of Fort Worth Subsurface Water, Wastewater, And Storm Drain Utilities Within The Limits Of Construction From Damage Or Service Interruption As A Result of Construction Activities, Excepting Only Those Utilities Specifically Indicated In The Contract Documents As Being the Subject of Repair or Rehabilitation. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests ofsubsurface conditions at the site of the Work: Gcotechnical Memoranda: A Geotechnical Memorandum for each work site is attached to the Contract Documents as Appendices 1, 3, 5, and 7, and are dated July 21, 2022, prepared by Freese and Nichols, Inc, a consultant of the City, providing additional information on foundation recommendations for the electrical building and generator pads at the project site. The Following are drawings of physical conditions in or relating to existing surface and subsurface strictures (except Underground Facilities) which are at or contiguous to the site of the Work: None, CITY OF FORT WORTLI Back-up Power anti Elec .rical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: i03410-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of G SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc.; Gupta & Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidentloccurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance' 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5,04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a conu-nercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. S 1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / S500,000 Bodily Injury per accident / CITY OF FORT WORTH Backup Power and Electrical Mntprovements at F'onr pamn Stations STANDARD CONSTRUCTtON SPECIFICATION DOCUMLNTS CITY PROJECT NUMBER: 103410-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 S 100,000 Property Damage SC-5.04D., `Contractor's Insurance" None. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate tables) applicable to this project and is provided in the Appendixes: CFW Vertical Wage Rate Table (2013) A copy of the table is also available by accessing the City's website at, httos:HaDiDs.fortworthtexas.izov/ProicetResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/DivOO — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Building Permit. 2. Grading Permit. 3. Flammable and Combustible Liquids Construction Permit SC-6.09B. "City obtained permits and licenses" The following are known pen -nits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 20, 2021 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.21 A., `Indemnification". On the first sentence of the paragraph, add the Following words after the word "employees"; "and its Consultant and City Representative". SC-6.21 B., "Indemnification", On the first sentence of the paragraph, add the following words after the word "employees"; "and its Consultant and City Representative". C[TY OF FORT WOK ri Rack -up Power and Elextrical lmprovcments at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of G SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None. Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" None. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is David Townsend, or his/her successor pursuant to written notification from the Director of Water Department. The following firm is a Consultant to the City responsible for the construction management of this Project: .Freese and Nichols, Inc, SC-13.03C., "Tests and Inspections" None SC-14.10„ "Substantial Completion" Add the following Section as follows: 14.10 Substantial Completion A. The Proiect has one substantial completion date. The Work for each nart shall be considered substantially comnletc after final Operation & Maintenance Manuals have been approved, Eauipment Testing and Startup has been completed, Operation & Maintenance Staff trainina has been completed, and field performance testing has been comoleted and anoroved. B. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract Documents and this Agreement, such that the City may implement or use the Work for its intended purpose, Contractor shall notify the City in writing that the Work is substantially_ complete and request that the City issue a letter of Substantial Completion. Contractor shall at the sarne time submit to the City an initial draft punch list to be completed or corrected before final acceptance. C. Promptly after Contractor's notification. City and Contractor shall make an insocetion of the Work, to determine the status of completion. If City does not consider the Work substantiallv complete, City will notify Contractor in writing giving the reasons therefore. D. If City considers the Work substantially complete, Citv will deliver to Contractor a letter of Substantial Comoletion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Comoletion a list of items to be comoleted or corrected before Final Acceptance. CITY Or PORT WORTH Backup Power and LTectricat improvements atFourPump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER; 103410-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 E. At the time of reeciot of the letter of Substantial Comoletion. Citv and Contractor will confer reaardine Citv's use or occuaancv of the Work followine_ Substantial Comoletion. All surety and insurance shall remain in effect until Final Pavment F. After Substantial Completion. the Contractor shall Dromntly beein work on the hunch list of items to be comDleted or corrected prior to Final Acceptance of the Proiect. G. In appropriate cases. Contractor may submit monthly Anolications for Pavment for completed punch list items. followina the nroaress Davment Drocedures set forth herein. SC-16.01C.1, "Methods and Procedures" None DATE NAME 1 /22/2016 3/9/2020 END OF SECTION Revision Log SUMMARY OF CHANGE F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH Backup Power and Flectrical Improvements at Four Pump Stations STANt7ARUCONSTRUCTION SPECIFICATION DOCU] kLNTS CITY PROJECT NUMBER: 103410-2 Revised March 9, 2020 DIVISION 01 GENERAL ERAL REQUIREMENTS UI1 EMEl TS SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARI' OF WORK Page I of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 1.4.13.1 4. Added 1 A.B.2 S. Added 1.4.0 & 1.4.E C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work l . Unit Price Bid - Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. Lump Sum Price — Anv and all Work succificaliv governed by documentary reauirements for the oroiect. such as conditions imposed by the Drawings or Contract Documents are included in the total lump sum price bid. C. Examination of the Site CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROTECTNUMBER: 103410-2 Revised December 20, 20I2 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1. Visit the site, to compare drawings and specifications with anv work in place, and observe all site conditions, including other work, if any. is beinp, performed. Failure to visit the site shall not relieve the Contractor from the necessity of furnishinLr materials or Derformine work required to complete work in accordance with the Contract Documents. D. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b, Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. if the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 00 as well as the railroad permit. E. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. CITY OF PORT WORTH STANDARD CONSTRUCTTON Backup Power and Electrical lrrtprove ments at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROTECT NUMBER: 103410-2 Revised December 20, 2012 011100-3 SUMMARY OF WORK Pago 3 of 3 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiaty to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. F. Partial Owner Occupancy I. The Citv reserves the right to take possession and use ativ completed or partially completed portion of the Work reeardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or anv portion thereof. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER FACILITY PROJECTS Revised December 20, 2012 SUMMARY OF CHANGE BaQkup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A,1 2. Added 1.2A.2 C, Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. CrT1F OF FORT WORTR STANDARD CONSTRliCTION Backup Power ana i leorical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of4 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution l . Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marred to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to; a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City CITY OY PORT WORTH STANDARD CONSTRUCTION' Backup Power and Electrical Improvements at Pour Pump Stations SPECIF [CAT [ON DOCUMv ENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER; 103410--2. Revised .lu[y I, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3- In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. S. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A_ In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAN4R CITY -OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and rlcctrieal Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of PROTECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified itern? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS CITY PROTECT NUMBER: 103410-2 Revised July 1, 2011 SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION ME,RTING Page I of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump Sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by Tully completing the attendance form to be circulated at the beginning of the meeting.. 3. Attendance shall include: a. Project Representative b. Contractor's project manager CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Pour Pump Stations SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised August 17, 2012 01 31 l9 - 2 PRECONSTRUCTION MEETING Page 2 of 3 c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. S. Preliminary Agenda may include: a. Introduction of Project Personnel b, General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f, Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pro -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans ' t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing cc. Record Drawings f£ Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPEC fFTCATION DOCUMENTS — WATER FACILITY PROJECTS CITY PR07ECT NUMBER: 103410-2 Devised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITEI CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS INOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical improvemenrs at Voorpump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised August 17, 2012 SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. LuMD Sulu Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location CITY Or FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Pour Pump Stations SPLCIFICATION DOCUMENTS -- WATER FACILITY PROJECTS City Project Number: 103410-2 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Location of meeting to be determined by the City. 3. Attendees a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b, Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes For: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project CITY OF PORT WORTH STANDARD CONSTRUCTTON Backup Power and Electrical Improvements at Pour Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS City Project Number; 103410-2 Revised Juty 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 n. Review Record Documents o. Review monthly pay request p. Review status of Requests for information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTI-ICATION DOCUMENTS — WATER FACTLITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and lilectrieai Imp m. yemcnrs at Faur Purip Stations City Project Number: 103410-2 SECTION 0132 13 SCHEDULE OF VALUES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013213-1 SCHEDULE OF VALUES Pagel aF2 1. General requirements for the preparation, submittal, updating, status reporting and management of the Schedule of Values B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule of Values 1. General a. Prepare a schedule of values in conjunction with the preparation of the progress schedule. 1) Coordinate preparation of schedule of values and progress schedule. b. Correlate line items with other administrative schedules and the forms required for the work, including the progress schedule, payment request form, listing of subcontractors, schedule of allowances, schedule of alternatives, listing of products and principal suppliers and fabricators, and the schedule of submittals. c. Provide breakdown of the Contract Sum in accordance with measurement and payment sections and with sufficient detail to facilitate continued evaluation of payment requests and progress reports. 1) Break down principal subcontract amounts into several line items in accordance with section measurement and payment. d. Round off to the nearest whole dollar, but with the total equal the Contract Sum. 1.5 SUBMITTALS A. Schedule of Values 1. Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS City Project Number: 103410-2 August 2017 01 32 13 .2 SCHEDULE OF VALUES Page 2 of2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Schedule shall be experienced in the preparation of schedules of similar complexity, B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. IJU DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log i DATE NAME. SUMMARY OF CHANGE I CITY OF FORT WORTH STANDARD CONSTRUCTION Backup PuNver and Electrical_ Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project [dumber: 103410-2 August 2017 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES A. Definitions Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvoments at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised July 1, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document, 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog orwork 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump stations SPECIFICATION DOCUMENTS — WATER FACILITY PRO1b;CTS CITY PROJECT NUMBER; 103410-2 Revised July 1, 20l I 01 32 16 - 3 CONSTRUCTION PROOR E5S SCHEDULE Page 3 of S 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work„ etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions_ 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is derined as the amount of time between the earliest start date and the latest start date or between the earliest Finish date and the latest Fnish date of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Cleatrical Improvements at Four Pump Stations SPECTICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: I03410-2 Revised July 1, 2011 0132I6-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b, Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules I. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any wort-, due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Foil Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1, Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process l . The City administers and manages schedules through BIM360. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Purer and Electrical improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Rcvised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the duality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 _ EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS WATER FACILITY PROTECTS Revised.luly 1, 2011 SUMMARY OF CHANGE Backup Power and Electrical Improvements at Four Pump Stations CITY PROFECTNUMBEW 103410-2 013233-1 PRECONSTRUCTION VIDEO Page I of 2 SECTION U132 33 PRECONSTRUCTION VIDEO PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4. NDMINISTRAI'IVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS CITY PROJECT NUMBER; 103410-2 Revised July 1, 2011 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USFDj 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and Fleetrical Improvements at Four Pump Stations CITY PROJECT NUMB ER; 103410-2 01 32 35 - 1 AERIAL/PI-IOTOGRAPHIC DOCUMENTATION Page 1 of 2 SECTION 0132 35 AERIAL/PHOTOGRAPHIC DOCUMENTATION PART1- GENERAL 11 SUMMARY A. Section Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b. Project Photographs B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.4.A.2 C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Lumn Sum Price - Mork associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Project Aerials Photographs 1. Take aerial photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. 2. Aerial Photographs Provided by: a) Contractor with drone. 3. Aerial Photographs a. Taken with a quality digital camera (300 ppi or greater) b. Provide three (3) photos for each trip, each at a different angle 4. Aerial Photograph Copies a. Format 1) Provide digital copies of all photographs. 2) Provide prints of photographs as follows: a) One glossy color 8.5" x 11" prints for each photograph taken. b) Mark each print to indicate: (1) Project name, (2) Date, (3) Location, 3) Photographs shall be clear and sharp with proper exposure. 5. Preconstruction Aerials CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvemenb; at Four Pump Slations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number: 103410-2 August 2017 Ot3235-2 AERIAL/PHOTOGRAPHIC DOCUMENTATION 11age 2 of 2 a. [l'rovide.no less than three (3) aerial photographs of the site prior to construction Progress Aerials a. Starting one month after the date of the preconstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photos: a) Three (3) monthly aerial photographs taken to accurately record the work that has progressed during that period. b. Prints and Digital photographs are to be submitted with the monthly Partial Pay Request. 1) Provide prints in plastic binder. B. Project Photographs 1. Take photographs of the project site/alignment prior to construction, monthly during the construction of the project, and after completion of the project. 2. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. 3. Photographs shall be taken at locations designated by the Engineer. 4. Provide digital copies of all photographs. 5. Preconstruction Photos a Provide no less than forty-eight (48) photographs of the site and alignment prior to construction. 6. Progress Photos a. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, provide twenty-four (24) monthly photographs taken to accurately record the work that has progressed during that period. b. Digital photographs are to be submitted with the monthly Partial Pay Request. 1.5 -1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS August 2017 SUMMARY OF CHANGE Backup Power acid Electrical Improvem=% at Four Pump Stations City Praject Number: 103410-2 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 33 00 - 1 SUBMITTALS Page I of $ 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard. Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1.4.B C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. LumD Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication CITY OF PORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvetnents at Four Pump Stations SPECIFICATION DOCUMENTS — WATER I ACII," PROJECTS City Project Number: 103410-2 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. D. Submittal LoL-/Schedule 1. Prior to submitting the first submittal for the uroiect, provide a submittal loglschedule to include a. Anticipated Submittals b. Proposed Submittal Numbering c. Anticipated Submittal Dates. C. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal tinder this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing D. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following; a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." E. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x I I inches to 8 t/-L inches x I 1 inches, CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS City Project Number; 103410-2 Revised December 20, 2012 (113300-3 SU13MITTALS Page 3 of 8 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date. of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification ,Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps G. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. 1-1. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Sta4ions SPECIFICATION DOCUMENTS — WATI,R FACILITY PROJECTS City Project Number: 103410-2 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work I. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work J. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. K. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's BIM360 site, or another external FTP site approved by the city. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) IIard Copies a) 3 copies for all submittals CITY OF FORS` WORTH STANDARD CONSTRUCTION Backup PoNver and Electrical Improvements at Four Puntp Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number: 1034 l 0-2 Revised December 20, 2012 O13300-5 SUBMITTALS Page S of 8 b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c_ Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies C. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. L. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as; a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. CITY OP FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at hour Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number; 103410-2 Revised December 20, 2012 0133 00 -6 SUBMITTALS Page 6 of 8 4. if the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material For manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals For each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. CITY Of PORT NvORTH STANDARD CONSTRUCTION Backup Power and Electrical hnprovenients at Dour Pump Slatiens SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS City Project Number: 103410-2 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. M. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. N. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. O. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. S. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS INOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CTTY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Pour Pump Stations SPECIFTCATfON DOCUMENTS - WATER FACtL" PROII3CTS City Project Number: I03410-2 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION ]NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 7obnson 1.4.K.8. Working Days modified to Calendar Days CITY Of FORT WORTH STANDARD CONSTRUCTION Backup Power And Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACIT.ITY PROJECTS City Project Number: 103410-2 Revised Decernbcr 20, 2012 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 0135 13 - I SPECIAL PROJECT PROCEDURES Page 1 of 9 1. The procedures for special project circumstances that includes, but is not Limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g, Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1,2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.2.A.3.a 6. Added 1.2.A.3.b 7. Modified 1 A.H.1 8. Modified 1.4G C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lulnp sum. b. Payment l) Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. 2) Lump Sum Price - The work uerformed and materials furnished in accordance with this Item will be included in the total lump sum price. CITY OF FORT WORTII STANDARD CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December20, 2012 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 9 c. The price bid shall include: I ) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates b) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project, 2, Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total IumD sum price, c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. b. Lumn Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation CITY OF FOR'I' WORTI-1 STANDARD CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 01 35 I3 -3 SPECIAL PROJECT PROCEDURES Page 3 of 9 B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if a) Use of motorized equipment is less than 1 hour, or CITY OF FORT WORTH STANDAR-D CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 013513-4 SPECTAL PROJECT PROCEDURES Page 4 of 9 b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1, Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination I . During the construction of this project, it will be necessary to deactivate, for a period of time, existing Water Dept. Facilities. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water facility or system with the City's representative. a, Coordination shall be in accordance with Section 33 12 25. b. if needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 3 d. All aetiye Waterer r Paoilities }:e* >, ll he .33n :,,.,Fe Gr-ki ,.t cgc�vcrLrcx�--i�pvi'c^rcra�rarrrii� Operations and mast ly b"hu tirat�a, at tie 1) Ehutdwam of Orit 2)—Conat-,Aoticn and installation shall be hosed in stieh a mannff that no ffiefe t4ati one 1.d wajaaiatld oanooti sta. ien site : taken f e �va pu�11� .}4µy�Vii UILV L 3) cl�,111 be phased . h that nh pumpat ides do'mn t1r1113 does not-c ur oirnxltanaeusly. T) The Owner reseiwes feftsofi. A/� e. All active Water Dept. Facilities operation shall be considered Critical /3\ Operations and must only be shut down during low demand times, at the \ discretion of the Owner. 1) Shutdown of Critical Operations: a) At Altamesa Pump Station shutdown of critical operations will only be permitted from the months of October through March. CITY Of FORT WOR'rui STANDARD CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROD) CT NUMBER: 103410-2 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 9 b) At Edwards Ranch Pump Station shutdown of critical operations is not constrained by any particular season or month of the year. Pipe replacement at Edwards Ranch shall occur during the summer when Fort Worth 1SD is in summer break. c) At Eastside Pump Station shutdown of critical operations is not constrained by any particular season or month of the year. d) At Como Pump Station shutdown of critical operations will only be permitted from the months of October through March. 2) Shutdowns shall be phased such that each pump stations' down time does not occur simultaneously, 3) The Owner reserves the right to deny a request for shutdown for any reason. 14. SHUTDOWNS AND PLANS OF ACTION 1. Shutdowns of operations or equipment must be planned and scheduled. a. Submit a written plan of action for approval for shutting down essential services. These include: 1) Electrical power. 2) Control power. 3) Process piping. 4) Treatment equipment. 5) Communications equipment. 6) Other designated functions. b. Describe the following in the plan of action: 1) Construction necessary. 2) Utilities, piping, or services affected. 3) Length of time the service or utility will be disturbed. 4) Procedures to be used to carry out the Work. 5) Plan of Action to handle emergencies. 6) Contingency plan that will be used if the original schedule cannot be met. 2. Submit plan 2 weeks prior to beginning the Work. I. Public Notification Prior to Beginning Construction Prior to beginning construction on at the site or on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual constniction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. CITY ON FORT WORTH STANDARD CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMENTS — WATER FACJUTY PROJECTS CITY PROJECT NUWER: 1034t0-2 Revised December20, 2012 0135 13 - 6 SPECIAL PROJECT PROCEDURES Pale 6 of 9 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. J. Public Notification of Temporary Water Service Interruption during Construction . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of set -vice 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. K. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. L. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen CPCY OF FORT wORT1I STANDARD CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMEN,rs — WA'rFR FACILITY PROJECTS CITY PROJECT NUMBCR: 1014t0-2 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. M. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water, b. If wet saw cutting is performed, capture and properly dispose of slurry. N. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED[ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED[ PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 A B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4,E — Added Contractor responsibility For obtaining a TCEQ Air Permit C[Ty OF FORT WORTH STANDARD CONST'RUMON Futu Pump Station Backup Power SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS CITY PROJECT' NUMBER: 103410-2 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 9 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No. Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. CCITY INSPECTOR> AT C TELEPHONE NO.> AFTER 4.30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTII STANDARD CONSTRUC NON Foux Pump Statian Backup Pawer SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 0135 13 -9 SPECIAL PROJECT PROCEDURES page 9 or9 EXHIBIT B ORT WOR"1' Dox No. xxxx Prejea Kamm NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: IVIR. _ AT {CONTRACTORS 5UPI;RINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF PORT WORM S'CANDARD CONSTRUCTION Four Pump Station Backup Power SPECIFICATION DOCUMENTS— WATER FACILITY PRO.ILCTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page t of 3 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. In accordance with Article 13 of the General Conditions. Contractor is responsible for performing, coordinatin2._and_pavment of all inspections, tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set additional independent testine chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for pavment of subsequent testine until a passing test occurs. a) Final acceptance will not be issued by City until all required pavments for testine by Contractor have been paid in full. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and pavment for first set independent testing chosen by the Citv to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a oassine test occurs. a) Final acceptance will not he issued by City until all required payments for testing by Contractor have been paid in full. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Elecurical Improvements at Four Pump Swions SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number; 103410-2 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SFRVICES Page 2 of 3 1.3 REFERENCES [NOT USED] t.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's BIM360 site, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents, CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements aL Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number: 103410-2 Revised July 1, 2011 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATER AL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS City Project Number: 103410-2 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1 A.C.7 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump ,Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are Fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water CITY OF FLIRT WORTH STANDARD CONSTRUCTION Backup Power and 1,lecirical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS City Project Number; 103410-2 Revised July 1, 2011 015000-2 TEMPORARY FACTLITTES AND CONTROLS Page 2 of'4 a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work, b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a, Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. C[TY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS City Project Numbcr; 103410-2 Revised July 1, 20l 1 015000-3 TEMPORARY FACILITIES AND CONTROLS Pagc 3 of 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. i. A field office is not required for this project. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1, Contractor is responsible for maintaining dust control through the duration of the project. a, Contractor remains on -call at all tunes b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities For duration of construction activities as needed. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project [Number; 103410-2 Revised July L, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 e F 4 3.5 [REPAIR] I [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS City ProjecrNumber; 103410-2 Revised July 1, 2011 01 57 13- 1 STORM WATER POLLUTION PREVENTION Page l of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.l.a 2. Added 1.2.A.l.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Construction Activities resulting in less than 1 acre of disturbance a. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. b. Lumn Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms I , Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Llectrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJI?CTS City Project Dumber: 103410-2 Revised July 1, 2011 0157 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOl 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump 5talions SPECIFICATION DOCUN4ENTS —WATER FACILITY PROJECTS City Project Number; 103410-2 Revised July 1, 2011 015713.3 STORM WATER POLLUTION PREVENTION Page 3 of 3 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PR07ECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and Electrical Improvements at Tour Pump Stations City Project Number; 103410-2 SECTION 01 5813 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 58 13- 1 TEMPORARY PROJECT SIGNAGE Page I of A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 2.2.A.1 C. Related Specification Sections include, but are not necessarily limited to; 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lamm Sum Price - Work associated with this Item is included in the total lump sum Drice. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical improvements at Four Pump Station, SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number: 103410-2 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 or 3 PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance With City's Standard Details for project signs for Water Deaartment rwoiects. B. Materials 1. Sign a. Constructed of Y4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [or;] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Pour rump Stations SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS City Project Number: 103410-2 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1. Maintenance Will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED ) END OF SECTION Revision Log DATE NAME CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and Iaectrical Improvemenla aL Four Pump SlaLions City Project number: 103410-2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES INOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on BIM360 as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USEDI 1.6 ACTION SUBMITTALSANI!ORII�IATIONAL SUBMITTALS INOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE INOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Eleetrical improvements at Flour Pump Stations SPECIFICATION DOCUMENTS — WATER f AC[LITY PROJECTS City Project Number: 103410-2 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 » PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY Of: FORT WORT'[ I STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number: 103410-2 Revised December 20, 2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b, Exposure to elements or Harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related SpeciEcation Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A, Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total luma sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] i 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements I . Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number: 103410-2 Revised July 1, 2011 01 66 00 - 2 PRODUCT STDRAGE AND HANDLING REQUIREMENTS Page 2 oF4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, items and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stared in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or, other improvements to satisfaction of City's Project Representative. a. Total Iength which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Elecurical Improvements at ]lour Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project [Number: 103410-2 Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIIMF.NTS — WATER FACILITY PROJECTS Revised July 1, 20 H Backup Power and Electrical Improvements at four Pump Stations City Projecct Number: 103410-2 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1- GENERAL. 1.1 SUMMARY A, Section Includes: 1. Mobilization and Demobilization a, Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NTJMBCR; 103410-2 Revised Nnvember 22, 2016 01 70 00 -2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division Q — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.1 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OP FORT WORTH Backup Power anti Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER; 103410-2 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILTZATTON Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section I.l.A.3.a.I) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section I.I.A.4.a) 2) Demobilization as described in Section I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USEDI 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBiLIZATiON 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED1 PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE Page 4 of 4 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OP' FORT WORTH Backup Power and lilcetrieal Improvements at Four Pump Stations STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS CITY PROTECT NUMBER: 103410-2 Revised November 22, 2016 01 7123- 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations fiom this City of Fort Worth Standard Specification 1. Modified I.2.A.1.b.1 2. Added 1.2.A.I.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.9.A.1-3 6. Modified 1.9.B.2-3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division Q — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials famished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) LumD Sum Price - Work associated with this Item is included in the total lump sum urice. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Liectrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS - WATER FACILTTY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 S UBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Qty Contractor. 2. Coordination b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes fuFnisked by c4ty• b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to re - stake the deficient areas. pay the Git;; or new stulkifig with a 25 � �* ffmmkW. COBt et(I . r the n. et B. Construction Survey 1. Construction Survey will be perfanned by the Qty-Contractor. 2. Coordination a Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to Field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. CITY 01, FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Dour Pump Stations SPECIFICATION DOCUMENTS — WATRR FACILITY PROJECTS CITY PROTECT NUMBER; 103410-2 Revised December 20, 2012 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of d. Contractor shall restore or replace any control data needs Eei estofed 9f replaced due to damage caused during construction operations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor shall "I need to ensure eeord*naties is inaintained with City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Clcanouts c- Construction survey will be perfonmed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor shall w-11 need to ensure eoordonation is maintnined with Cie perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points ' use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for- tunneting CITY OF FOIST WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes„ if requested, used to establish all Lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, when requested, to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required, 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) if the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 )FIELD [ott] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS -- WATER FACILITY PROU[:CTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 20 L2 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMF.NTS — WATER FACILITY PROJECTS Revised December 20, 2012 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 SUMMARY OF CHANGE Backup Power and Nectrical fmprovements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - 1 CLEANING Page 1 of A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 3.10.D.2 C. Related Specification Sections include, but are not necessarily limited to: L Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lamm Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINI+ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Powor and Mcctrical Improvements at four Pump Stations SPECIFICATION DOCUMENTS — WATER FACTLTTY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ott] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised July 1,20tl 017423-3 CLEANING Page 3 of 4 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. if project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, Ienses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep flatwork, Davin,?, and roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER; 103410-2 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of4 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erasion control from site. 5. Clean signs, lights, signals, etc. 3.11 -3.14 [NOT USED1 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPrCIFICATION DOCUMENTS -- WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 01 75 00 - 1 STARTING AND ADJUSTTNG Pale 1 of 3 017500 STARTING AND ADJUSTING PART 1 - GENERAL 1.01 SUMMARY A. Provide step-by-step procedures for starting provided systems, including equipment, pumps, and processes. B. Provide pre -startup inspections by equipment manufacturers. C. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. D. Provide for initial maintenance and operation. Include costs for starting and adjusting provided by manufacturer's representative in the Cost of Work for the equipment package. 1.02 STANDARDS A. Comply with the specified standards associated with the testing or startup of equipment. 1.03 DOCUMENTATION A. Provide the following documents in accordance with Section 0133 00 "Submittals": 1. A Plan of Action for testing, checking, and starting equipment. 2. Equipment Installation Reports on the form provided by the Construction Manager certifying that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation. 3. Operation and maintenance manuals per Section 01 78 23 "Operation and Maintenance Data." Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by Section 0179 00 "Training of Operation and Maintenance Personnel." 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any equipment until the complete unit has been installed and thoroughly checked. B. Provide the services of a qualified representative of the manufacturer to attend the tests and startup procedures as required by this Section. C. Do not start or test any equipment until the preliminary operation and maintenance manual per Section 0178 23 "Operation and Maintenance Data" has been approved. PART 2 - PRODUCTS 2.01 TESTING INSTRUMENTATION A. Provide new instrumentation and testing devices needed to conduct tests for maintenance and operation as recommended in the operation and maintenance manuals. This equipment is to become the property of the Owner and transferred in good working order as a spare part at Substantial Completion. This equipment is to be calibrated and ready for use during the CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 41 75 00 - 2 STARTING AND ADJUSTING Page 2 of 3 startup procedure and for training provided in accordance with Section 01 79 00 "Training of Operation and Maintenance Personnel." PART 3 - EXECUTION 3.01 SERVICES OF MANUFACTURER'S REPRESENTATIVES A. Provide the services of experienced and technically competent representatives of the manufacturer for inspections, tests, supervision of installation, training, and assistance with placing equipment in operation. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the manufacturer's representative where specified. Certify that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation in the Equipment Installation Reports. C. Provide on -site services as necessary for proper and trouble free operation of the equipment. 3.02 INSPECTION AND STARTUP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. 1. Check for adequate and proper lubrication. 2. Determine that pa1_ls or components are free from undue stress from structural members, piping, or anchorage. 3. Adj ust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. 7. Ensure that the proper procedure is employed in startup of systems. 3.03 STARTING REQUIREMENTS A. Refer to the individual Specification Sections for specific startup procedures or other requirements. 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the OPT to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Operate equipment which is used on a limited or part-time basis in the presence of the OPT for a period long enough to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that equipment and systems meet the specified performance criteria. C" OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PRO.ICCT NUMBER: 103410-2 017500-3 STARTING AND ADJUSTING Page 3 of 3 D. Equipment and systems may be considered as substantially complete at the end of this initial operation period if the equipment is placed in continuous beneficial use by the Owner, unless specifically stated otherwise in the individual equipment Specifications. 3,05 INITIAL MAINTENANCE A. Maintain equipment in accordance with the operation and maintenance manuals until Project is substantially complete and provisions have been made by the Owner for accepting responsibility for equipment operation in accordance with the General Conditions. B. Service equipment in accordance with the operation and maintenance manuals immediately before releasing the equipment to the Owner. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJEC'r NUMBER: 103410-2 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1,2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lumn Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Pour Pump Stations SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised July 1, 2011 01 77 19 - 2 CLOSEOUT RF.QUTREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS INOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0179 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within [0 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial stark -up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electricat Improvements at row- Pump stations SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS CITY PROJECT NUMBER; 103410-2 Revised July 1, 2011 017719.3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION ]NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD Joe] SITE QUALITY CONTROL ]NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS ]NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE Backup Power and F lectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 017823-I OPERATION AND MAINTENANCE DATA Page I of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c, Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. LUmD Sum Price-- Work associated with this Item is included in the total lump Sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Forin 1. Prepare data in form of an instructional manual For use by City personnel. 2. Fermat a. Size: 8 '/z inches x 11 inches b. Paper CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Flectrica[ Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of s 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the 0&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and HIcetrical Improvements at Four Pump Stations SPEC[FICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. ManuaI for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full. information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions F Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAENTENANCE DATA Page 4 of 5 h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c, As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised December 20, 2012 017823-5 OPE RATION AND MAINTENANCE DATA 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1— title of section removed Page 5 of CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Erectrical Improvements at Four Pump Stations SPECIFICATIONDOCi1MENTS — WATER FACILITY PROJECTS CITY PROJECT NLPABER; 103410-2 Revised DccemLmr 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839 PROJECT RECORD DOCUMENTS Page 1 of A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIFICATION DOCUMENTS — W ATL.R FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Rcviscd July 1, 2011 01 78 39 PROJECT RECORD DOCUMENTS Page 2 of 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements I . Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of lass of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED Lox] OWNER -SUPPLIED PRODUCTS [NOT USED1 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at lour Pump Stations SPECIFICATION DOCUMENTS WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Reviscd July 1, 2011 01 7839 PROJECT RECORD DOCUMENTS Page3 of 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b, Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is detennined by the Contractor, subject to the City's approval. CtTY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIPtCATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NUMBER: 103410-2 Revised July 1, 2011 01 78 39 PROJECT RECORD DOCUMENTS Page 4 of 4 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION Backup Power and Electrical Improvements at Four Pump Stations SPECIF[CATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROTECT NUMBFR; I G3410-2 Revised July 1, 2011 01 79 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page I of 4 SECTION 0179 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL PART 1- GENERAL 1.01 SUMMARY A. Provide services of Supplier's operation and maintenance training specialists to instruct Owner's personnel in recommended operation and maintenance procedures for equipment furnished. Details for training may be established in the specifications for that equipment. B. Provide a combination of classroom and hands on training. C. Training may be conducted at Contractor's or Supplier's facilities provided Contractor pays for travel, lodging, and per diem costs of the Owner. D. Record training sessions on video and submit to the Owner on a removeable flash disk in MPEG-4 format for Owner's later use in instructing Owner's personnel. Include this recording as part of the final operation and maintenance manual. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. E. Include the cost for training and startup in the Cost of the Work. 1.02 DOCUMENTATION A. Provide documentation in accordance with Section 0133 00 "Submittals" and include; 1. Equipment Installation Reports in accordance with Section 01 75 00 "Starting and Adjusting" on forms provided by the Construction Manager; 2. A lesson plan for training in accordance with Paragraph 3.01.C; 3. Credentials of Supplier's proposed operation and maintenance instructors demonstrating compliance with requirements of Paragraph 1.04; and 4. Operation and maintenance manuals per Section 0178 23 "Operation and Maintenance Data." Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by the Section. 1.03 SCHEDULING OF TRAINING A. Coordinate training services with startup and initial operation of equipment on days and times Owner is available. B. Training may be required outside of normal business hours to accommodate schedules of operation and maintenance personnel. C. Provide training of Owner's personnel after acceptable preliminary operation and maintenance manuals have been approved. D. Coordinate training with equipment startup and testing and availability of Owner's personnel. E. Provide a proposed training schedule for review and acceptance by Owner's Project Team showing all training required in the Contract Documents. Demonstrate compliance with speciFted training requirements relative to number of hours of training, number of training sessions, and scheduling. CITY OF PORT WORTU Backup Posner and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 01 79 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 2 of F. Submit initial training schedule at least 60 days before scheduled start of first training session. Submit final training schedule, incorporating revisions in accordance with Owner's Project Team 's comments, no later than 30 days prior to starting the first training session. G. Owner reserves the right to modify personnel availability for training in accordance with process or emergency needs. H. Schedule for training is to be approved by Owner. Schedule training and startup operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date, 3. Provide a minimum of 2 weeks' notice if training must be rescheduled. 4. Training is to be limited. to 24 hours per week. 5. Time required for training is to be included in the development of the Project schedule. Schedule and coordinate training for equipment or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. 1.04 SERVICES OF SUPPLIER'S REPRESENTATIVE A. Supplier's instructors must be factory -trained by the equipment manufacturer. B. Instructors must have knowledge of the theory of operation and practical experience with the equipment or system. C. Instructors must be proficient and experienced in conducting training of the type required and must have successfully conducted similar training courses. D. Qualifications of instructors are subject to acceptance by Owner's Project Team . Provide services of replacement instructor with acceptable qualifications if Owner's Project Team does not accept qualifications of proposed instructor. Include each instructor's resume and specific details of instructor's operating, maintenance, and training experience relative to the specific equipment for which instructor will provide training to demonstrate their qualifications. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 OPERATOR TRAINING A. Provide classroom and hands-on training of the care and operation of the equipment to the Owner's personnel. B. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. C. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course; 1. Number of hours for the course; CITY OF PORT WORTH Backup Power and Electrical Improvements at [our Pump Stations CITY PROJECT NUMBER: 103410-2 01 7900 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 3 of 2. Agenda and narrative description, including the defined objectives for each lesson; 3. Draft copy of training handbooks; 4. A descriptive listing of suggested reference publications; 5. Audio-visual equipment required for training; and 6. Type and number of tools or test equipment required for each training session. D. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials must include references to the operation and maintenance manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations to the Owner. E. Operations training is to include: 1. Orientation to provide an overview of system/subsystem configuration and operation; 2. Terminology, nomenclature, and display symbols; 3. Operations theory; 4. Equipment appearance, functions, concepts, and operation; 5. Operating modes, practices, and procedures under normal, diminished, and emergency conditions; 6. Startup and shutdown procedures; 7. Safety precautions; 8. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures; and 9. Content and use of operation and maintenance manuals and related reference materials. F. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment or system. Maintenance training is to include: 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation; 2. Operations theory and interfaces; 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions; 4. Safety precautions; 5. Use of standard and special tools and test equipment; 6. Adjustment, calibration, and use of related test equipment; 7. Detailed preventive maintenance activities; 8. Troubleshooting, diagnostics, and testing; CITY OF PORT WORTH Backup Power and Elecrlical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 01 79 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Pape 4 of 9, Equipment assembly and disassembly; 10. Repair and parts replacement; 11. Parts ordering practices and storage; 12. Failure and recovery procedures; 13. Cabling and/or interface connectors; 14. Content and use of operation and maintenance manuals and related reference materials.; 15. Procedures for warranty repairs; 16. Lubrication; and 17. Procedures, practices, documentation, and materials required to commence system maintenance. G. Provide training for the equipment listed in the table below. The table indicates the minimum acceptable training time. Provide additional hours of training if required to meet the training objectives described in this Section. Speeilication Sectinn Equipment/System Description l4Ein. Hours 26 1219 Pad -Mounted Tran,stariners $ 26 1326 Medium Voltage Metal-CIad Switchgear 8 26 24 19 Low Voltage Motor Control Centers 8 26 29 87 Electrical Contractor Provided Control Panels 8 26 32 13 Emergency Standby Generator System 16 26 36 23 Low Voltage Enclosed Automatic Transfer 4 Switch END OF SECTION CITY OF PORT NORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 DIVISION'02 DEMOLITION SECTION 02 41 00 DEMOLITION PART-1- GENERAL 1.1 WORK INCLUDED 024100-1 DEMOLITION Page 1 of A.Furnish labor, materials, equipment and incidentals necessary for every type of required demolition. B. Furnish equipment of every type required to demolish and transport construction debris away from the Site. C. Coordinate all demolition work with Section 0135 13 "Special Project Procedures" 1.01 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to "Electrical Demolition". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Electrical Demolition" and no other compensation will be allowed. 1.2 STANDARDS A, Work shall be performed in accordance with the codes and ordinances of the agency having authority over the Place of Record. B.Occupational Safety and Health Association (OSHA), 29 CFR Parts 1010 and 1926, "Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite", 40 CPR Part 61 - "National Emission Standard for Hazardous Air Pollutants" 1.3 DELIVERY AND STORAGE A.Stockpile construction debris at the Site only as long as necessary to haul to a disposal site. Stack materials neatly and handle in an orderly manner until removed from the Site. 1.4 JOB CONDITIONS A.Contractor shall visit the Site and determine the extent of demolition required and the Site conditions that might affect its proposal. include costs of covering all aspects of the demolition as part of the proposal. B. The Drawings shall be carefully reviewed to determine the extent of necessary demolition 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. Property lines and limits of demolition shall be accurately located prior to beginning site demolition. Start of demolition activities shall represent confirmation by Contractor that existing conditions are as presented in the Contract Documents. Demolition outside the limits indicated on the Drawings, or outside the property lines shall not be performed. 1. For electrical demolition, verify field measurements and circuiting arrangements are as shown on the Drawings. Verify that existing wiring and equipment designated to be abandoned or demolished serve only abandoned facilities. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pmnp stations CITY PROJECT NUMBER: 103410-2 024100-2 DEMOLITION Page 2 of 4 C.Material removed during demolition, and any equipment not otherwise designated to remain the property of the Owner, shall become the property of the Contractor, and shall be promptly removed from the Site. D.Equipment and material designated as remaining the property of the Owner shall be removed from the structure and transported to a designated location on the Site and stored for the Owner's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering that is tied securely in place. E. Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Equipment shall be removed in one piece. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units, such as motor driven pumps, may be dismantled and motors handled separately. Do not use a cutting torch to separate the Owner's equipment or material. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. PART2- PRODUCTS 2.1 MATERIALS A.New materials and equipment for patching and extending work shall meet the requirements of the individual Sections in these Contract Documents. For materials not addressed in these documents, materials used shall meet or exceed the dimensions and quality of the existing work. PART 3 - EXECUTION 3.1 SITE CLEARING A.Perform site clearing to the limits indicated on the Drawings. Scrape the Site, removing brush, trees, weeds and trash. Haul debris away from the Site to an approved site as it accumulates. B. Grub out tree and brush roots within the limits of buildings, parking lots, driveways and other structures. Remove rock out-croppings and boulders from any area within the limits of grading or structures. Remove roots and backfill any excavation resulting from tree removal with suitable soil for final grading plan. C.Trees not located within the construction limits, or otherwise indicated for removal, shall remain in place. Visit the Site with the Engincer or Owner and identify those trees that are to remain. Mark all other trees with yellow paint to indicate removal. Protect remaining trees during construction. Wrap the tree trunks with 2 x 4 timbers if construction equipment must operate in close proximity to them. D.Only designated trees shall be removed. In the event that trees other than those designated are erroneously removed or damaged to the point of distress, install replacement trees of equal size and number to compensate for those destroyed, at no additional cost to the Owner. E, Provide dust control as needed or requested by the Owner. 3.2 BUILDING DEMOLITION A.Prepare for demolition of electrical facilities as follows: 1. Coordinate utility service outages with the appropriate utility company. 2. Meet with Owner and identify any material to be salvaged. 3. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. CITY OF FORT WORTH Backup Power and Eleclricat Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 024100-3 DEMOLITION Page 3 of 4 4. Provide temporary wiring and connections to maintain existing systems in service during demolition. 5. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. 6. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 72 hours before partially or completely disabling system. Make temporary connections to maintain services in areas adjacent to work area. Minimize 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. Demolition drawings included in the Contract Documents are provided for the Contractor's reference, but are not intended to limit the demolition to those items shown or otherwise noted. Contractor is responsible to verify for himself any demolition necessary to perform the Work. C. Where electrical components are removed, also remove all conduit and wiring back to the panel. Where all loads are removed from a branch circuit, leave breaker and re -use for new Work or designate as a spare. Remove exposed abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors and patch surfaces, Where electrical outlets are removed from an electrical circuit scheduled to remain in use, re -connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. D.Remove all partitions indicated on the Drawings or required to complete the new construction. Where partitions are noted to be removed, also remove all electrical devices, conduit and wiring inside the partitions. Where existing partitions have plumbing stacks or domestic water piping inside partitions, also remove all piping and other related components. Remove all plumbing fixtures and related trim, fittings and fixture hangers. E. Remove all electrical components scheduled for demolition, including light fixtures, duplex receptacles, switches, and panelboards, complete with related feeders, conduit and wiring. Remove disconnect switches, motor starters, panelboards and related feeders. Cut conduit flush with walls and floors, and patch surfaces. Where electrical components are removed from an electrical circuit scheduled to remain in use, re -connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. F. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate, G.Where conduit, piping, or other utilities are presently installed under concrete slabs and the underground portion of the component is to be abandoned in place, remove conduit or piping to a point 2 inches below level of concrete slab surface and cap off. Abandon under floor conduit and piping. Patch concrete as required to match surrounding area. H.After buried Work has been completed, bend the reinforcing bars back into proper place and add new reinforcing of the same size and number as the remaining dowels. Lap the joints a minimum of 18 inches and securely tie in place. Replace concrete as required to repair the slab. Concrete shall be Type 11 as specified in Section 03 30 00 "Cast -in -Place Concrete." CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJF,CT NUMBER: 103410-2 024100-4 DEMOLITION Page 4 of 4 3.3 UNDERGROUND PIPING A,Contractor shall be responsible for obtaining location of underground utilities at the Site. Arrange for all applicable utility companies to accurately locate underground piping and set color -coded flags along the pipe route. Investigate utility company's records to ascertain depths and sizes of piping and other ancillary features. B.In the event that exact location of piping cannot be obtained, dig test holes as necessary to establish location of piping. Contractor shall not use mechanical digging machines within 6 feet of any active buried piping. For a distance of 4 feet on either side of buried piping, all digging shall be by hand excavation. If the piping is not active, or is to be abandoned or removed, any form of excavation may be used. Any existing active piping that is damaged during demolition will be repaired to new condition by the Contractor at no additional cost to the Owner. 3.4 BACKFILLING A.Backfill cavities resulting from demolition. Fill cavities occurring within the limits of buildings, structures, or pavements in accordance with the requirements of other Sections of the Specifications. Backfill and compact cavities outside the construction limits to the same density as the surrounding earth. No testing is required for backfill outside the limits of new construction. 3.5 CLEANING AND REPAIR A.Clean and repair existing materials and equipment which remain or are to be reused. B.Lights: Use mild detergent to clean all exterior and interior surfaces. Rinse with clean water and wipe dry. Replace Lamps and broken electrical parts impacted by the demolition processes. END OF SECTION CITY OF FORT WORTH Backup Power find Clectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 DIVISION ISIO.l CONCRETE SECTION 03 1100 CONCRETE FORMING PART1- GENERAL 1.1 WORK INCLUDED 03 11 00 - 1 CONCRETE FORMING Page I oe7 A.Furnish material and labor to form, tie, brace and support wet concrete, reinforcing steel and embedded items until the concrete has developed sufficient strength to remove forms. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the items "Paving (road, culvert, driveways, markings)", "Foundation for Electrical Building", and "Foundation for Generator Pad". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the above listed items and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A.Design Criteria: Forms shall be designed for the pressure exerted by a liquid weighing t50 pounds per cubic foot. The rate of placing the concrete, the temperature of the concrete, and all other pertinent factors shall be taken into consideration when determining the depth of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be used on horizontal surfaces. B.Alignment Control: True alignment of walls and other vertical surfaces having straight lines or rectangular shapes shall be controlled and checked by the following procedures: a. Forming shall be arranged with provisions for adjusting the horizontal alignment of a form, after the form has been filled with concrete to grade, using wedges, turn buckles, or other adjustment methods. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete in the top of the form is still plastic. b. Adjusting facilities shall be at intervals which permit adjustments to a straight line. Concrete shall not be placed until adequate adjusting facilities are in place. C. Tolerances: Construct Formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall include: 1. Record Data. a. Manufacturers' literature for specified products, CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 11 00-2 CONCRETE FORMING Page 2 of 7 1.5 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: American Concrete Institute (ACI) Specifications: ACI 117 . Specifications for Tolerances for Concrete Construction and Materials fACI 301 Specifications for Structural Concrete ACI 318 Building Code Requirements for Structural Concrete 2. American Institute of Steel Construction (AISC) Publication: a. AISC Manual of Steel Construction. 3. American Iron and Steel Institute (AISI) Publication: a. AISI Cold Formed Steel Design Manual. 4. American Plywood Association (APA) Standards: a, APA Design/Construction Guide: Concrete Forming. 1.6 DELIVERY AND STORAGE A.Lumber for forms shall be stacked neatly on platforms raised above ground. 1.7 JOB CONDITIONS A.The Contractor shall notify the Engineer upon completion of various portions of the work required for placing concrete so that compliance with the plans and specifications may be monitored. The Engineer will authorize the Contractor to proceed with the placement after this has been completed and corrections, if required, have been made. B.1n hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. PART2- PRODUCTS 2.1 MATERIALS A.Lumber: Properly seasoned and of good quality; free from loose or unsound knots, knot holes, twists, shakes, decay, splits, and other imperfections which would affect its strength or impair the finished surface of the concrete. 1. Refer to Section 03 30 00 "Cast-Itx-Place Concrete" for finish requirements. B, Fiber Board Form Lining: Hardboard finished smooth on one side; minimum thickness of 3/16 inch thoroughly wet with water at Least 12 hours before using. C. Plywood Form Lining: Conforming to APA HDO; exterior exposure waterproof adhesive, 3/8 inch thick. D.Form Oil: Light, clear oil; shall not discolor or injuriously affect the concrete surface, subsequent coatings, or delay or impair curing operations. 2.2 FABRICATIONS A.Lumber: Lumber for facing or sheathing shall be surfaced on at least one side and two edges, and sized to uniform thickness. Lumber ofnominal 1-inch thickness or plywood of 3/4-inch thickness shall be permitted for general use on structures, if backed by a sufficient number of studs and wales. CITY OF FORT WORTH Backup Power and lileetrical Improvements at Four Pump Stations CITY PROJECT NUNn3ER: 103410-2 031100-3 CONCRETE FORMING Page 3 of 7 B. Special Form Lumber: 1. Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine materials of a grade that will not split when nailed, and which can be maintained to a true line without warping. The form shall be mill cut and dressed on all faces. Fillet forms at sharp corners, both inside and outside and at edges, with triangular chamfer strips at all non- contiguous edges exposed to view. Thoroughly oil chamfer strips before installation on forms. 2. Construct forms for railings and ornamental work to standards equivalent to first class mill work. 3. All moldings, panel work, and bevel strips shall be straight and true with neatly mitered joints, and designed so that the finished work shall be true, sharp and clean cut. C.Forms: 1. Forms shall be built mortar tight and of material sufficient in strength to prevent bulging between supports. 2, Reused forms or form lumber shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. 3. All forms shall be so constructed as to permit removal without damage to the concrete. Exercise special care in framing forms for copings, offsets, railing and ornamental work, so that there will be no damage to the concrete when the forms are removed. D.Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass -fiber -reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. E. Pan -Type Forms: Glass -fiber -reinforced plastic or formed steel, stiffened to resist plastic concrete loads without detrimental deformation. F. Carton Norms: 1. Use new carton forms of corrugated cardboard for slab and grade beam construction on drilled shafts for buildings. Forms shall be impregnated throughout with paraffin and laminated with water resistant adhesive. 2. Forms of the height indicated on the drawings shall be designed to support the concrete load plus a normal construction load. 3. Install carton forms according to the manufacturer's recommendations and maintain in dry condition before concrete is placed. Carton forms which have not been maintained in a dry condition shall be replaced before concrete is placed. 4. Do not used trapezoidal carton forms. 5. Carton forms shall be fabricated using vertical internal cells and dividers. 6. Acceptable manufacturers: a. SureVoid Products, Inc., Englewood, CO, b. Savway Carton Forms, Inc., Irving TX. c. Other manufacturers with products meeting the requirements of this specification and approved by the Engineer. G.Metal Forms: 1. The specifications for "Forms" regarding design, mortar lightness, filleted corners, beveled projections, bracing, alignment, removal, re use, oiling, and wetting shall apply equally to metal forms. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 11 00 - 4 CONCRETE FORMING Page 4 of 7 2. The metal used for forms shall be of such thickness that the fortes will remain true to shape. Bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins, or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. 3. Metal forms which do not present a smooth surface or line up properly shall not be used. Exercise special care to keep metal free from rust, grease, or other foreign material that discolors the concrete. H.Form Linings: 1. Timber forms for exposed concrete surfaces which are to be given a rubbed finish shall be face -lined with an approved type of form lining material. 2. If plywood is used for form lining, it shall be made with waterproof adhesive and have a minimum thickness of 3/4 inch. It shall preferably be oiled at the mill and then re -oiled or lacquered on the job before using. 3. If fiber board is used, apply water to the screen side on the board. Stack the boards screen side to screen side. Use the smooth hard face as the contact surface of the form. Such surfaces may be formed with 3/4-inch thick plywood made with waterproof adhesive if backed with adequate studs and wales. The greatest strength of the outer plies should be at right angles to the studding. In this case, form lining willnot be required. 4. Carefully align edges and faces of adjacent panels and fill the joints between panels with patching plaster or cold water putty to prevent leakage. Lightly sand with No. 0 sandpaper to make the joints smooth. 5. Forms which are reused shall have all unused form tie holes filled and smoothed as specified above. I. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. J. Form Ties: I . Metal form ties shall be used to hold forms in place and to provide easy metal removal. The use of wire for ties shall not be permitted. 2. Leave no metal or other material within 1-1/2 inches of the surface, when removing form tie assemblies which are used inside the forms to hold the forms in correct alignment. The assembly shall provide cone -shaped depressions in the concrete surface at least 1 inch in diameter and 1-1/2 inches deep to allow filling and patching. Such devices, when removed, shall leave a smooth depression in the concrete surface without undue injury to the surface from chipping or spalling. 3. Burning off rods, bolts, or ties shall not be permitted, 4. Metal ties shall be held in place by devices attached to wales. Each device shall be capable of developing the strength of the tie. S. Metal and wooden spreaders which are separate from the forms shall be wired to top of forte and shall be entirely removed as the concrete is placed. 6. In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly Fitted washer at midpoint to control seepage. Multi -rod ties do not require washers. The use of form ties which are tapered on encased in paper or other material to allow the removal of complete tic, and which leave a hole through the concrete structure, shall not be permitted. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJEC'r NUMBER: 103410-2 03 11 00-5 CONCRETE FORMING Page 5 of 7 K.Falsework: 1. Falsework shall be designed and constructed so that no excessive settlement or deformation occurs. Falsework shall provide necessary rigidity. 2. Timber used in falsework centering shall be sound, in good condition and free from defects which impair its strength. 3. Steel members shall be of adequate strength and shape for the intended purpose. 4. Timber piling used in falsework may be of any wood species which satisfactorily withstands driving and which adequately supports the superimposed load. 5. When sills or timber grillages are used to support falsework columns, unless founded on solid rock, shale or other hard materials, place them in excavated pits. Backfill to prevent the softening of the supporting material from form drip or from rains that may occur during the construction process. Sills or grillages shall be of ample size to support the superimposed load without settlement. 6. Falsework not founded on a satisfactory spread footing shall be supported on piling, which shall be driven to a bearing capacity to support the superimposed load without settlement. PART 3 - EXECUTION 3.1 PREPARATION A.Before placing concrete, ensure that embedded items are correctly, firmly and securely fastened into place. Embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to the correct location, alignment and elevation by the use of suitable anchor bolt templates. 3.2 INSTALLATION A.Pre-Placement: 1. During the elapsed time between building the forms and placing the concrete, maintain the forms to eliminate warping and shrinking. 2. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. For concrete surfaces exposed to view: Class A, 1/8 inch. b. For concrete surfaces to receive a rubbed finish: Class A, 118 inch. c. For concrete surfaces to receive plaster, stucco or wainscoting: Class B, 1/4 inch. d. For concrete surfaces not exposed to view: Class D, 1 inch. 3. Construct forms tight enough to prevent loss of concrete mortar. 4. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 5. Do not use rust -stained steel form -facing material. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. Treat the facing of forms with suitable form oil before concrete is placed. Apply oil before the reinforcement is placed. Wet form surfaces which will come in contact with the concrete immediately before the concrete is placed. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT N U MB BR: 103410-2 03I100-6 CONCRETE FORMENO Page 6 of 7 8. At the time of placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter at the time. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of foreign matter during concrete placement. B.Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. C. Plac ement: I. Set and maintain forms to the lines designated, until the concrete is sufficiently hardened to permit form removal. If, at any stage of the work, the forms show signs of bulging or sagging, immediately remove that portion of the concrete causing this condition. If necessary, reset the forms and securely brace against fw-ther movement. 2. Provide adequate cleanout openings where access to the bottom of the forms is not otherwise readily attainable. 3. Chamfer exterior corners and edges of permanently exposed concrete. 4. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. S. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Carefully and accurately place and support reinforcement in concrete structures. D.Removal: Remove forms so that the underlying concrete surface is not marred or damaged in any way. Forms shall not be removed until the concrete has attained sufficient strength to safely carry the dead load, but in no case less than the member of curing days set forth in the following table: Forms Curing Days Forms for concrete of minor structural load carrying importance 1 day Forms for walls, columns, sides of drilled shafts, massive structural I day components and other members not resisting a bending moment during curing Forms and falsework under slabs, beams and girders where deflections due to 7 days dead load moment may exist (for spans < or = 10 feet) Forms and falsework under slabs, beams and girders where deflections due to 14 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 to 21 days dead load moment may exist (for spans > 20 feet) E. Reuse: 1. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminaLed, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 2. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Owner's Representative. F. Shores and Reshores: 1. Comply with ACI 318, ACI 301, and recommendations in AC1347R for d CTTY OF FORT WORTII -Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMHFR: 103410-2 031100-7 CONCRETE FORMING Page 7 of 7 2. esign, installation, and removal of shoring and re -shoring. G.Carton Forms: 1. Do not wrap carton forms in waterproof sheeting. 2. All flat carton forms for beams and slabs shall be protected by a 1/4-inch exterior hardboard siding or cementitious tile backer board placed on top of the farms. 3. Carton forms shall be fit neatly together. To correctly form the circular edge of drilled shafts, use manufactured fittings or cut neatly to fit and fill small voids with expanding urethane foam. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 03 2100 REINFORCING STEEL PART 1 - GENERAL 1.1 WORK INCLUDED 0321 00- 1 REINFORCING STEEL Page 1 of 4 A.Furnish labor and reinforcing materials required to cut, bend, tie, splice, place and support the reinforcement in the material grades, sizes, quantities and locations specified. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the items "Paving (road, culvert, driveways, markings)", "Foundation for Electrical Building", and "Foundation for Generator Pad". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the above listed items and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A.Tolerances: 1. Reinforcing shall be placed where specified, with the following maximum tolerances, plus or minus: a. Concrete Cover: 1/4 inch. b. Reinforcing Bar Spacing: 114 inch in 12 inches. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall include: Shop Drawings: a. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. Include: 1) Material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcing. 2) Additional reinforcing required for openings through concrete structures. 2. Record Data: Manufacturers' literature for specified products. 3. Certified Test Reports: a. Certification of steel quality, size, grade and manufacturer's origin. 1.5 STANDARDS A.The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ASTM International (ASTM) Standards: ASTM Standard Specification for Carbon -Steel Wire and Welded Wire A1064 Reinforcement, Plain and Deformed, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 21 00 - 2 REINFORCING STEEL Page 2 of 4 2. American Concrete Institute (ACI) Publications: ACI 301 Specification for Structural Concrete ACI SP- ACI Detailing Manual 66 ACI 318 Building Code Requirements for Structural Concrete 3. Concrete Reinforcing Steel Institute (CRS1� Publications: CRSI I Manual of Standard Practice 1.6 DELIVERY AND STORAGE A.Store reinforcement above the surface of the ground upon platform skids or other supports. Protect from mechanical and chemical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the Work, reinforcement shall be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store reinforcement for case of correlation with Shop Drawings. 1.7 JOB CONDITIONS A.Proposed deviations from reinforcing indicated on the Drawings or Specifications shall be approved in writing by the Engineer prior to fabrication. B.Lap lengths shall be of the length shown on the Drawings or noted in lap and embedment table, and shall be in compliance with ACI 318. C. Specified cover for reinforcing shall be maintained throughout construction. Bars shall be cut to lengths necessary to allow for proper clearances. Cover of concrete shall be measured from face of forms to outside face of reinforcement. D.Stirrups shall be hooked. PART 2- PRODUCTS 2.1 MATERIALS A.Steel Reinforcing Bars: Billet -Steel bars for concrete reinforcement conforming to ASTM A615; Grade 60, deformed, with minimum yield strength of 60,000 psi. Steel reinforcing bars shall be produced in the United States of America. B.Joint Dowel Bars: Plain -steel bars, ASTM A615/A615M, Grade 60. Cut bars true to length with ends square and free of burrs. C.Epoxy-Coated Joint Dowel Bars: ASTM A775/A775M; with ASTM A615/A615M, Grade 60, plain -steel bars, D.Supports (Chairs): Bar supports shall be of the proper type for the intended use. 1. Exposed Surface: CRSI Class 2 — Moderate Protection. 2. Unexposed Surface: CRSI Class 3 No Protection. E. Spacers: Precast mortar blocks with a 28-day compressive strength that is greater than the specified concrete strength in which the blocks are being placed. Additionally: 1. Cure a minimum of 4 days. 2. Blocks shall be in the form of a Frustum positioned such that its size increases away from the formed surface. The surface placed adjacent to the forms shall not exceed 2-1/2 x 2-1/2 inches or 3 inches in diameter. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 032100-3 REINFORCING STEEL Page 3 of 4 3. Blocks shall be accurately cast to the thickness required and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Wires ties for securing reinforcement shall be embedded in the block. F. Zinc Repair Material: ASTM A780, zinc -based solder, paint containing zinc dust, or sprayed zinc. PART 3 - EXECUTION 3.1 FABRICATION A.Reinforcing bars shall be bent cold by machine to shapes indicated on the Drawings; true to shapes indicated; irregularities in bending shall be cause for rejection. Unless otherwise noted, all hook and bend details and tolerances shall conform to the requirements of ACI SP-66 and ACT 318. I . Fabricate reinforcement to provide lapped connections, bends and transitions in reinforcement as required for continuity of the typical reinforcement specified on the Drawings. 2. Unless otherwise detailed, intersecting wall and/or beam reinforcement shall extend to the far face and terminate in a standard hook. Reinforcement at the outside face of corners shall be continuous or provide lap splices at each side of the corner. 3.2 PREPARATION A. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. B. Accurately position., support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcement. 3.3 INSTALLATION A.General: Place the reinforcement carefully and accurately in the concrete structures. Rigidly tie and support the reinforcement. B. Splices: l . Splice reinforcement only as indicated on the Drawings or as approved by the Engineer prior to fabrication. Splices shall preferably occur at points of minimum stress. 2. Lap Splice: Lengths shall be as indicated on the Drawings. Rigidly wire the bars at all splices. Overlap sheets of wire fabric sufficiently to maintain a uniform strength and securely fasten. C.Placement: 1. Place reinforcement, as indicated on the Drawings with the specified tolerances. Hold securely in place during the placing of the concrete. The minimum clear distance between bars shall be per ACT 318 unless noted otherwise. Always pass vertical stirrups around the main tension members and securely attach thereto. Wire reinforcing together at a sufficient number of intersections to produce a sound, sturdy mat or cage of reinforcement that will maintain the reinforcement in correct positions when the concrete is placed. 2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or "chairs." Sizing and spacing of the chairs shall be sufficient to properly support the steel, and shall be in accordance with CRSI Publications "Manual of Standard Practice in." CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUNLBER: 103410-2 0321 00 - 4 REINFORCING STEEL Page 4 of 3. Space the reinforcing steel in concrete walls the proper distance from the face of the forms, as indicated on the Drawings: a. For Wall surfaces exposed to view, use chairs. b. For wall surfaces not exposed to view, use chairs or precast mortar blocks. 4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt notifications so that revisions can be made before concrete is placed. No cutting of reinforcing shall be permitted without the prior approval of the Engineer. 5. Welded wire shall be fabricated flat sheets, in longest practical lengths. Lap joints one mesh. Do not locate end laps over beams of continuous structures or midway between supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten ends and sides of welded wire fabric at 48 inches O.C. with tie wire. 6. Reinforcing shall extend through construction joints. 7. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.4 FIELD QUALITY CONTROL A. Concrete shall not be placed until the Engineer has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION CITY OF FORT WORTH Back-up Power and Electrical Improvements at dour Pump Stations CITYPROJECT NUMBER: 103410-2 SECTION 03 30 00 CAST -IN -PLACE CONCRETE PART1- GENERAL 1.1 SUMMARY 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page 1 of 30 A.Furnish labor, materials, mixing and transporting equipment and incidentals necessary to proportion, mix, transport, place, consolidate, finish, and cure concrete in the structure. 1.2 DEFINITIONS A.Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and silica fume; subject to compliance with requirements. 1.01 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the items "Paving (road, culvert, driveways, markings)", "Foundation for Electrical Building", and "Foundation for Generator Pad". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the above listed items and no other compensation will be allowed. 1.3 SUBMITTALS A.Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings. a. Mix Design: For each mix design, provide documentation using field test data or trial mixture data in accordance with ACI 301, which includes average strength documentation using either field strength test data or trial mixtures. b. Submit a schedule to the Owner's representative which shows the sequence of concrete placements. 2. Certified Test Reports: a. Materials used in the mix design and which will be used during production of concrete for the project. b, Water: Verification that all potable mix water and curing water sources do not exceed the non -potable water limits listed in ASTM C 1602 Table 2. c. Aggregate, conforming to ASTM C33, including the test reports for soundness and abrasion resistance. d. Aggregate: 1) Verification that aggregate is not "potentially reactive" per ASTM C1260, 2) Or a cement chemical analysis indicating that the total alkali content is acceptable per Paragraph 2.02.A. e. 7-day and 28-day compressive strength tests results. f. If the sum total of chlorides in mix water and aggregates exceeds 80 percent of the specified limit for hardened concrete, then prior to use of concrete, test mix design to verify acceptable chloride ion concentrations in accordance with ASTM C1218. CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER- 103410-2 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 30 3. Record Data: a. Manufacturer's literature on specified materials. b. Documentation indicating conformance with ASTM C94 requirements. 1) Concrete delivery tickets in accordance ASTM C94. e. Documentation of supplier's National Ready Mixed Concrete Association certification. 1.4 QUALITY ASSURANCE A.Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B.Manufacturer Qualifications: 1. A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. 2. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: 1. An independent testing agency, acceptable to authorities having jurisdiction and the Engineer, qualified according to ASTM C1077 and ASTM E329 to conduct the testing indicated. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. 1.5 DELIVERY, STORAGE, AND HANDLING A.Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer's name. Immediately upon receipt, store cement in a day, weather -tight, and properly ventilated structure which excludes moisture. Storage facilities shall permit easy access for inspection and identification. Cement not stored in accordance with the requirements shall not be used. B. Sufficient cement shall be in storage to complete placement of concrete started. In order that cement may not become unduly aged after delivery, maintain records of delivery dates. Use cement which has been stored at the Site for 60 days or more before using cement of lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or whose temperature exceeds 170 F. 1.6 STANDARDS A.Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. The Contractor shall maintain one copy of each of the applicable standards at the construction field office. 1. ASTM International (ASTM) Standards: ASTM 9tgi dardy ASTM C31 Standard Practice for of Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens CITY OF PORT WORTH Backup Power and Electrical improvements at Pour f urap Stations CITY PROJECT NUMBER: 103410-2 033000-3 CAST-tN-PLACE CONCRETE Page 3 of 30 AS'III Standards ASTM C42 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM. C94 Standard Specification of Ready Mixed Concrete ASTM Ct09 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C125 Standard Terminology Relating to Concrete and Concrete Aggregates ASTM C 138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete 1 ASTM C 143 Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C 150 Standard Specification for Portland Cement ASTM C 171 Standard Specification for Sheet Materials for Curing Concrete ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C 173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C191 Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete Standard Test Methods for Compressive Strength of Chemical ASTM C579 Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes Standard Test Method for Flexural Strength and Modulus of ASTM C580 Elasticity of Chemical Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C595 Standard Specification for Blended Hydraulic Cements Standard Specification for Coal Fly Ash and Raw or Calcined ASTM C618 Natural Pozzolan for Use in Concrete Standard Test Method for Change in Height at Early Stages of ASTM C827 Cylindrical Specimens of Cementitious Mixtures ASTM C845 Standard Specification for Expansive Hydraulic Cement Standard Specification for Epoxy Resin Base Bonding Systems for ASTM C881 Concrete ASTM C 1116 Standard Specification for Fiber -Reinforced Concrete ASTM C1219 Standard Test Method for Water -Soluble Chloride in Mortar and Concrete ASTM C 1240 Standard Specification for Silica Fume used in Cementitious Mixtures erry of FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 30 ASTM StMidards ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D994 Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) Standard Specification for Preformed Sponge Rubber Cork and ASTM D1752 Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2240 Standard Test Method for Rubber Property Durometer Hardness ASTM D6690 Standard Specification for Joint and Crack Sealant, Hot Applied, for Concrete and Asphalt Pavements ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials 2. American Concrete Institute (ACT) Standards: ACIStondurds ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavy -weight, and Mass Concrete ACI 301 Specification for Structural Concrete ACI 305.1 Specification for Hot Weather Concreting ACI 306.1 Standard Specification for Cold Weather Concreting ACI 308.1 Specification for Curing Concrete ACI 318 Building Code Requirements for Structural Concrete 3. Federal Specification: a. TT S 00227E - Type 1I, Class A or B, Expansion Joint Sealant. 4. Concrete Plant Manufacturers Bureau (CPMB) Standards: a. Concrete PIant Standards, PART 2 W PRODUCTS 2.1 MANUFACTURERS A.In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. CITY OF FORT WORTH Backup Power and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 5 CAST -IN -PLACE CONCRETE Page 5 of 30 2.2 CONCRETE MATERIALS A.Cementitious Material; General: If the fine and/or coarse aggregates test "Potentially Reactive", in accordance with ASTM C1260, then a low alkali cementitious material shall be used. A low alkali cementitious material shall be such that, the Sodium Oxide Equivalent (N,,?Oeq) shall not exceed 0.6 percent of the total cementitious material content. S. Cement; Type: 1. Type I or I/1I Portland cement, conforming to ASTM C150; used for all concrete, unless noted otherwise. C. Supplementary Cementitious Materials (SCM): 1. Fly Ash/Pozzolans: Conforming to ASTM. C618, Class C fly ash; used in all classes of concrete. D.Coarse Aggregate: 1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified. b. Class: Severe weathering region, but not less than 3S. a. Aggregate shall have a coefficient of thermal expansion (COTE) of 4.5 mierostrain per degree Fahrenheit. 2. For gradation size number 467, a maximum aggregate size of 1-1/2 inches is: ".Size j Ter --cent Retained Percent Passing I 2" 0 100 1-1/2" 0-5 95-100 3/4" 30-65 35-70 3/8" 70-90 10-30 No.4 95-100 0-5 3. For gradation size number 57, the maximum aggregate size of L inch is: Sieve Size Percent Retained Pement Pa$�lexg' 1-1/2" 0 100 1" 0-5 95-100 1/2" 40-75 25-60 No. 4 90-100 0-10 No.8 95-100 0-5 4. For gradation size number 67, the maximum aggregate size of 3/4 inch is: Sieve Size I Percent Retnlned Percent Passing 1" 0 100 3/4" 0-10 90-100 3/8" 45-80 20-55 No. 4 90-100 l 0-10 No.8 90-100 0-5 CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410 2 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 30 5. .For gradation size number 8, the maximum aggregate size of 3/8 inch is: breve Size Pelrcent 11ctsiined Per€eat Passing 1 1" 0 100 3/8" 0-15 85-100 No.4 70-90 10-30 No.8 90-100 0-10 No.16 95-100 0-5 E. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete is: Sieve Size Percent Retained � Percent Pasging 3/8" 0 100 #4 0-5 95-100 #8 0-20 80-100 ,-16 15-50 50-85 #30 40-75 25-60 I #50 70-90 10-30 1 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C 125, shall be not less than 2.3 nor more than 3.1. S. Normal -Weight Aggregate for Slab -on -Grade: 1. 8 to 18 percent for 1-1/2 inch stone. 2. 8 to 22 percent for 3/4-inch or 1-inch stone. 3. 8 to 15 percent for #30 and #50 sieve. 4. 0 to 4 percent on top size sieve. 5. 1-1/2 to 5 percent on the #100 sieve. C. Lightweight Aggregate: ASTM C330. 2.3 ADNUXTURES ASTM C33, combined gradations as follows: A.Measure and dose admixtures in accordance with manufacturer's recommendations. B.Air Entraining Admixture: Conforming to ASTM C260. C. Water Reducing Admixtures: Conforming to ASTM C494; Types A or D. D.Set Retarding Admixtures: Conforming to ASTM C494; Types B and D. CITY OF FORT WORTH Backup Power and l icctrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 033000.7 CAST -IN -PLACE CONCRETE Page 7 of 30 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 batch and only after approval of the HRWR manufacturer. The high range water reducing admixture shall be able to maintain the plasticity range without significant loss of slump or rise in concrete temperature for 2 hours. Other admixtures may only be used with the HRWR if approved by the HRWR manufacturer. A representative of the HRWR manufacturer shall be present during any large placement, placement of slabs, or during times of unusual circumstance which may require changes to the product formulation. 1. Manufacturers: a. GCP Applied Technologies. b. Master Builders Solutions US LLC. c. Sika Corporation. 2.4 VAPOR RETARDERS A.Plastic Vapor Retarder: ASTM E1745, Class A. Include manufacturer's recommended adhesive or pressure -sensitive tape for sealing lap joints, penetrations, and as required for securing terminations. Available Products: a. Fortifiber Corporation; Moistop Ultra A. b. Raven Industries Inc.; Vapor Block 15. c. Reef Industries, Inc.; Griffolyn Type-105. d. Stego Wrap (15-mil) Vapor Barrier; STEGO INDUSTRIES LLC. e. Huskey Yellow Guard, 15-mil Vapor Barrier; Poly -America, L.P. B.Bituminous Vapor Retarder: 110-mil-thick, semi -flexible, seven -ply sheet membrane consisting of reinforced core and carrier sheet with fortified asphalt layers, protective weather coating, and removable plastic release liner. Furnish manufacturer's accessories including bonding asphalt, pointing mastics, and self -adhering joint tape. 1. Water -Vapor Permeance: 0.00 grains/h x sq. ft. x inches Hg; ASTM E154. 2. Tensile Strength: 1401bf/in.; ASTM E154. 3. Puncture Resistance: 901bf; ASTM E154. 4. Available Product: "Pre -molded Membrane Vapor Seal" by W.R. Meadows, Inc. 2.5 CURING MATERIALS A. Sheet Curing Material: Conforming to ASTM C171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap - polyethylene film. 4. AASHTO M l 82, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq. yd. dry. B.Membrane Curing Compounds: Membrane curing compound conforming to ASTM C309; applied according to the manufacturer's recommendations. Clear, Waterborne, Membrane - Forming Curing Compound: ASTM C309, Type 1, Class B, 18 to 22 percent solids. 1. Products: a. Diamond Clear VOX; Euclid Chemical Co. b. Lambco Glazecote 30; Lambert Corporation. c. Dress & Seal; Laticrete International, Inc. CITY OF FORT WORTH Backup Power and Electrical lmpromnents at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 8 CAST -IN -PLACE CONCRETE Page 8 of 30 d. Vocomp-20; W.R. Meadows, Inc. e. Cure & Seal 250E; Nox-Crete Products Group, Kinsman Corporation. f. Starseal 0800; Vexcon Chemicals, Inc. g. Approved equal. C.Finishing Aid: Spraying material designed to form a monomolecular film on fresh concrete that reduces the rate of evaporation of surface moisture prior to finishing. This material is not a curing compound. Concrete must be cured as specified. 1. MasterKure ER 50; Master Builders Solutions US LLC. 2. Approved equal. 2.6 RELATED MATERIALS A.Bonding Agent: Water -based epoxy modified, with integral corrosion inhibitor. Install according to the manufacturer's recommendations. 1. Sika Armatec 110 EpoCem; Sika Corporation. 2. MasterEmaco P 124; Master Builders Solutions US LLC. 3, Approved equal. B.Non-Shrink Grout: 1. General: Non -shrink grout for grouting of pump, motor, and equipment bascplates or bedplates, column bascplates, other miscellaneous baseplates, piping block outs and other uses of grout. Grout shall meet the following requirements, as verified by independent laboratory tests: a. No shrinkage from the time of placement, or expansion after set, under ASTM C827 and CRD C621 83 (Corps of Engineers), When non -shrink grouts are tested under CRD C621 83, the grout shall be tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds. b. An initial set time of not less than 45 minutes under ASTM C 191. 2. Non -Shrink Non -Metallic Grout: Pre -mixed, non -staining, non -shrink grout; minimum 28- day compressive strength of 5000 psi. a. Do not use for vibrating equipment. b. Products: 1) MasterFlow 100; Master Builders Solutions US LLC. 2) Five Star Grout; Five Star Products, Inc. 3) SikaGrout 212; Sika Corporation. 3, Non -Shrink Epoxy Structural Grouts: Furnished in two components from the factory and mixed on the Site; conforming to ASTM C579, ASTM C580, and ASTM C827; chemical resistant, water resistant and a minimum 7-day compressive strength of 12,000 psi. a. Use for vibrating equipment. b. Products: 1) Sikadur 42, Grout -Pak; Sika Corporation. 2) Five Star HP Epoxy Grout; five Star Products, Inc. 3) MasterFlow 648; Master Builders Solutions US LLC. C.Nonnal Shrinkage Grout: 1 part Portland cement, Type 1, to 3 parts of clean, first quality sand; proportioning on a volumetric basis; used for non-structural applications for grouting areas as shown on the Drawings which do not require non -shrink grout. D.Zinc Rich Primer: Aluminum surfaces which contact or are embedded in concrete shall be coated with zinc rich primer. Primer shall be: 1. Tneme-Zinc; Tnemec Company, Inc. CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 30 2. MasterProtect P 8100AP; Master Builders Solutions US LLC. 3. Approved equal. D. Reglets: Fabricate reglets of not less than 0.0217-inch thick galvanized steel sheet. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. E. Dovetail Anchor Slots: Rot -dip galvanized steel sheet, not less than 0.0336-inch thick, with bent tab anchors. Temporarily fill or cover face opening of slots to prevent intrusion of concrete or debris. 2.7 REPAIR MATERIALS A.Structural Concrete Repair Material: Low -shrink, non -slump, non-metallic, quick setting patching mortar; as approved by the manufacturer for each application and applied accordance with the manufacturer's recommendations. Products: a. Five Star Structural Concrete; Five Star Products, Inc. b. SikaTop 123; Sika Corporation. c. SikaTop 122; Sika Corporation. d. MasterEmaco N 425; Master Builders Solutions US LLC. e. Approved equal F. Repair Topping: Traffic -bearing, cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/4 inch. 1. Cement Binder: ASTM C150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5700 psi at 28 days when tested according to ASTM C109/C109M. 2.8 CONCRETE MIXTURES A.Design Criteria: 1. Provide a mix design for each concrete application indicated. This may necessitate multiple mix designs for each class of concrete depending on HRWR, entrained air, and other requirements. 2. All Concrete shall be normal weight concrete composed of Portland cement, fine aggregate, coarse aggregate, admixtures, and water, as specified. 3. ACI 211.1 shall be the basis for selecting the proportions for concrete made with aggregates of normal and high density and of workability suitable for usual cast in place structures. 4. The workability of any mix shall be as required for the specific placing conditions and the method of placement. The concrete shall have the ability to be worked readily into corners and around reinforcing steel without the segregation of materials or the collection of free water on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. 5. In no case shall the amount of coarse material produce harshness in placing or honeycombing in the structure, when forms are removed. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBi R: t03410-2 033000 -10 CAST -IN -PLACE CONCRETE Page 10 of 30 6. In calculating water -cement ratio: The water content shall include the amount of water batched or to be added later, plus the free water in the aggregate, and minus the water content at SSD conditions. 7. No allowance shall be made for the evaporation of water after batching. If additional water is required to obtain the desired slump, a compensating amount of cement shall also be added. In no case shall the maximum water cement ratio exceed the specified maximum or that of the approved mix design. 8. Air Entrainment: Provide the percent air entrainment in each concrete mix design as recommended by ACI 318 a. Exposure Class: F1, unless otherwise specified/restricted: 1) Do not provide air -entrainment in driLled shafts unless placed underwater. 2) Do not provide air -entrainment and entrapped air shall not exceed 3 percent for the following applications: a) Interior slabs. b) Slabs on composite metal decks. 9. Maximum water-soluble chloride ion content in concrete, by percent weight of concrete, shall not exceed ACI 318 Exposure Class C 1. 10, When job conditions dictate, water -reducing and set -controlling admixtures may be used. Only specified admixtures shall be used. Admixtures shall be batched at the batch plant. 11. High Range Water Reducer (HRWR): Provide 14RWR in mix designs for the following specified applications: a. Drilled shafts, footings, walls, columns, and beams. b. Interior of building curbs which are not east monolithically with slabs. c. Precast concrete. d. Exception: Do not provide HRWR in slabs and pavement (a water reducer is permitted provided performance requirements are met). 12. If fly ash is to be used in place of cement, no more than 25 percent of the cement may be replaced 13. Concrete shall be capable of developing two-thirds of the required 28-day compressive strength in 7 days B. Concrete Classifications: Min. 211-Vay Max. SIA, 11%. whivr: Kin, Sm£ks (if Class C.ompresstve Agg['egute Consclsrillous Slump +}_ Ct-ntepl Per Strength 1p i) (Ioelses) malerfals I (Indses) Cubic ? urd Rulfa w++ A 4000 1.5 Size No. 467 0.45 3 (8*) 5.75 B 3000 1.5 0.47 3 5.75 Size No. 467 C 4000 S1ze 1.0 57 0.45 4 (8*) 5.75 D 5000 0.75 0.47 4 6.00 Size No. 67 E 1500 1.5 0.70 4 4.00 Size No. 467 F 4000 0.375 0.47 3 6.50 Size No. 8 CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Purnp stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 30 Min. 28-11ay Max. Size '!Mali. Water: hrlin. Si«ks I}f C.'ivar Crinspsetlgive A grog to Cl•mtotifil►us Sluing+I- C'erncnt. Pei' i�ialteriais 1 (iucllcs Cubic Yal'[1 Strength (psi) (hichex) R14#iu Slump shown is with HRWR ** Provide one additional sack of cement per cubic yard if concrete must be deposited in standing water. C. Concrete Usage: �iasisG 11s a gt —� Class A Use Footings and slabs, and other unless noted otherwise f Class B Use Pavement, gutters, sidewalks Class C Use Walls, columns, beams, drilled shafts Class D Use Precast concrete and precast panels Class E Use Cradling, blocking, mud slab, lean concrete backfill Class F Use Stair pans and landings, interior building curbs D.Required Average Compressive Strength: 1. All concrete is required to have an average compressive strength greater than the specified strength. The required average compressive strength shall be established according to the requirements of ACI 301. 2. Standard Deviation: Calculate a standard deviation and establish the required average compressive strength (fcr') in accordance with ACI 301. If field test records are not available, select the required average strength from ACI 301. E.Documentation of Required Average Compressive Strength: 1. Documentation indicating the proposed concrete proportions will produce an average compressive strength equal to or greater than fcr'. Documentation shall consist of field strength records or trial mixture. 2. Field Strength Test Records: Document field strength test records according to ACI 301, which is partially restated here: a. If field test data are available and represent a single group of at least 10 consecutive strength tests for one mixture, using the salve materials, under the same conditions, and encompassing a period of not less than 45 days, verify that the average of the field test results equals or exceeds fer' . b. If the field test data represent two groups of strength tests for two mixtures, plot the average strength of each group versus the water-cementitious materials ratio of the corresponding mixture proportions and interpolate between them to establish the required mixture proportions for fer'. 3. Trial Mixtures: a. Establish trial mixture proportions according to ACI 301, which is partially restated here: 1) Make at least three trial mixtures complying with performance and design requirements. Each trial mixture shall have a different cementitious material content. Select water-cementitious materials ratios that will produce a range of compressive strengths encompassing fcr'. 2) Submit a plot of a curve showing the relationship between water-cementitious materials ratio and compressive strength. CrrY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 12 CAST -IN -PLACE. CONCRETE Page 12 of30 3) Establish mixture proportions so that the maximum water-cementitious materials ratio is not exceeded when the slump is at the maximum specified. b. Trial mixtures shall be designed, sampled, and tested by an independent testing laboratory, retained and paid by the Contractor and approved by the Owner. c. Provide 7-day and 28-day strengths test results. 4. Revisions to concrete mixtures: a. When less than 15 compressive strength tests results for a given class of concrete are available from the current Project: 1) If any of the following criteria are met, tape immediate steps to increase average compressive strength of the concrete. a) A 7-day compressive strength test result multiplied by 1.5 falls below the required 28-day compressive strength. b) A 28-day compressive strength test result is deemed not satisfactory. b. When at least 15 compressive strength test results for a given class of concrete become available from the current Project; 1) Calculate the actual average compressive strength, standard deviation and required average compressive strength using the previous 15 consecutive strength tests. Submit results in graphical form with each 28-day test result for that class of concrete. 2) If any of the following criteria are mct, take immediate steps to increase average compressive strength of the concrete. a) A 7-day compressive strength test result multiplied by the average job -to -date ratio of 7-day to 28-day compressive strength falls below the required 28-day compressive strength. b) A 28-day compressive strength test result is deemed not satisfactory. c) The average compressive strength falls below the required average compressive strength. c. When revisions to the mix design are required, notify the Engineer in writing of the corrective actions taken. 2.9 OFF -SITE BATCH PLANT A.Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau, 2.10 CONCRETE MIXING A.Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable of combining the materials into a uniform mixture and of discharging without mixture segregation. Stationary and paving mixers shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. The mixers or mixing plant shall include a device for automatically counting the total number of batches of concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer on the name plate. B.The mixing time for stationary mixers shall be based upon the mixer's ability to produce uniform concrete throughout the batch and from batch to batch. For guidance purposes, the manufacturer's recommendations, or 1 minute for 1 cubic yard plus 1/4 minute for each additional cubic yard may be used. Final mixing time shall be based on mixer performance. Mixers shall not be charged in excess of the capacity specified by the manufacturer. CITY OF FORT WORTH Backup Power and MccUical Improvements at Four Pump Stations CITY PROJECT NUMBER: ID3410-2 033000-13 CAST -IN -PLACE CONCRETE Page i3of30 C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed), the stationary mixing time may be reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). D. When a truck mixer is used, either for complete mixing (transit -mixed) or to finish the partial mixing in a stationary mixer and in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the rate of rotation designated by the manufacturer of the equipment as mixing speed. if the batch is at least 112 cubic yard less than the rated capacity, in the absence of uniformity test data, the number of revolutions at mixing speed may be reduced to no less than 50. Additional mixing shall be performed at the speed designated by the manufacturer of the equipment as agitating speed. When necessary for proper control of the concrete, mixing of transit -mixed concrete shall not be permitted until the truck mixer is at the Site of the concrete placement. Truck mixers shall be equipped with accurate revolution counters. E. Paving mixers may be either single compartment drum or multiple compartment drum type. A sled or box of suitable size shall be attached to the mixer under the bucket to catch any concrete spillage that may occur when the mixer is discharging concrete into the bucket. Multiple compartment drum paving mixers shall be properly synchronized. The mixing time shall be determined by time required to transfer the concrete between compartments of the drum. F. Vehicles used in transporting materials from the hatching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Cement shall be transported froln the batching plant to the mixers in separate compartments which are equipped with windproof and rain proof covers. PART 3 - EXECUTION 3.1 PREPARATION A.Notify the Owner's representative upon completion of various portions of the work required for placing concrete, so that inspection may be made as early as possible. Keep the Owner's representative informed of the anticipated concrete placing schedules. B.All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concreting materials and equipment shall be in compliance with the Contract Documents before proceeding. C.Do not place any concrete until formwork and the placing reinforcement in that unit is complete. Place no concrete before the completion of all adjacent operations which might prove detrimental to the concrete. D.Brilliantly light the Site so that all operations are plainly visible when concrete mixing, placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall be completed in daylight hours. E. When placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust and other extraneous matter. Forms for slab, beam and girder construction shall not have tic wire cuttings, nails, or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of any foreign matter during concrete placing. F. The concrete shall be mixed in quantities required for immediate 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 placed if impending weather conditions would impair the quality of the finished Work. CITY OF FORT woRTll Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 03 30 00 , 14 CAST -IN -PLACE CONCRETE Page 14 of 30 H.Unless otherwise provided, the following requirements shall govern the time sequence on which construction operations shall be carried. 1. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured for at least 2 curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. 2. Steel beams or forms and falsework for superstructures shall not be erected on ground - supported concrete substructures until the substructure concrete has cured for at least 4 curing days, 3. Falsework required for superstructures shall not be erected until the substructure has cured for 4 curing days, and shall not be removed until allowed for by Section 03 11 00 "Concrete Forming." 3.2 EMBEDDED ITEMS A.Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. B. Paint steel or other ferrous metal to be mounted on or placed in contact with dry/cured concrete, and coat in accordance with Section 09 96 00.01 "High -Performance Coatings" prior to installation. G. Place and secure anchorage devices and other embedded items required for adjoining Work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. InstalI anchor bolts, accurately located, to elevations required. 2. Install reglets to receive top edge of foundation sheet waterproofing and to receive through -wall (lashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3. Install dovetail anchor slots in concrete structures as indicated. 3.3 VAPOR RETARDERS A.Place, protect, and repair vapor -retarder sheets according to AS TM E1643 and manufacturer's written instructions. At a minimum, provide the following: 1. Lap sheets not less than six inches at all joints. Use pressure -sensitive tape at all Iaps. Lap reinforcement directly over film before placing concrete, taking precautions to prevent punctures, 2. Carefully cut film around pipes and wiring outlets. Install reinforcing sheets and apply pressure sensitive tape around penetrations as recommended by the manufacturer. 3. Terminate vapor barrier as indicated on the Drawings. B. Granular fill below vapor retarder sheet shall be smoothed and free of protrusions that might damage or rupture the sheet. C.Completely cover subgrade with the vapor retarder sheet as indicated on the Drawings. 3.4 JOINTS A.Expansion Joints and Devices: Workmanship: Exercise careful workmanship in joint construction to separate the concrete sections by an open joint or by the joint materials, and make the joints true to the outline indicated. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 30 2. Expansion Joints: Construct expansion joints and devices to provide expansion and contraction. Construct joints which are to be left open or filled with poured joint material with forms which are adaptable for loosening or early removal. In order to avoid jamming by the expansion action of the concrete and the consequent likelihood of injuring adjacent concrete, remove or loosen these forms as soon as possible after the concrete has initially set. Make provisions for loosening the forms to permit free concrete expansion without requiring full removal. B. Construction Joints: 1. Construction joints are formed by placing plastic concrete in direct contact with concrete which has attained its initial set. When concrete is specified as monolithic, the term shall be interpreted as the manner and sequence of concrete placement so that construction joints do not occur. 2. Additional horizontal and vertical construction joints, when submitted and approved by the Engineer, may have an impact on reinforcing details. Revise reinforcing details to reflect additional joints. 3. Unless otherwise provided, construction joints shall be square and notarial to the forms. Provide bulkheads in the forms for all joints except horizontal joints, 4. Clean horizontal construction joints for receiving the succeeding lift using air water cutting. The surface shall be exposed sound, clean aggregate with 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 cannot be satisfactorily accomplished, or in areas where it is undesirable to disturb the surface of the concrete before it has hardened, prepare the surface for receiving the next lift by wet sand blasting to immediately remove all laitance and unsound concrete prior to placing of the next lift. Thoroughly wash the surface of the concrete after sand blasting to remove all loose material. 6. Provide construction 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, breaking, or damaging the concrete. 7. Construction joint layout unless otherwise indicated on Drawings: a. Maximum horizontal spacing of construction joints shall be 45 feet. b. Maximum vertical spacing of construction joints shall be 15 feet. H. Control Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct control joints for a depth equal to at least one- fourth of concrete thickness, spaced at not more than 15 feet on center, and as follows: I. Dowel 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-half of dowel length to prevent concrete bonding to one side of joint. C.I lardened Concrete: Where new concrete or groat is to be placed in contact with existing or recently hardened concrete, texture the existing or recently hardened surface by chipping or other means so that an irregular surface having a height variance of not less than 1/4 inch is created. The existing or recently hardened concrete shall then be coated with a bonding agent and new concrete or grout placed. CITY OF FORT WORTH Backup Power and Mectrical hnprovements at Four Pump Stations CITY PROJECT NUMBER- 103410-2 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 30 3.5 CONCRETE PLACEMENT A.Cold Weather: 1. If air temperature has fallen to, or is expected to fall below 40 F during the protection period (a minimum of 48 hours but not less than that required by ACI 306,1), then Gold weather concreting shall be performed in accordance with ACI 306.1. 2. In cases where the temperature drops below 40 F after the concreting operations have been started, sufficient canvas and framework or other type of housing shall be furnished to enclose and protect the structure, in accordance with the requirements of ACI 306.1. Sufficient heating apparatus to provide heat shall be supplied, and heating source and protection from combustion gas shall be in accordance with ACI 306.1. The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the Owner. 3. When the air temperature is above 30 F: a. The minimum concrete temperature at the time of mixing shall be 60 F unless other requirements of ACI 306.1 are met, which may allow for a lower mix temperature. b. The minimum concrete temperature at the time of placement and during the protection period shall be 55 F unless other requirements of ACI 306.1 are met, which may allow for a lower temperature. 4. The means used to heat a concrete mix shall be in accordance with ACI 306.1. 5. Salts, chemicals, or other foreign materials shall not be mixed with the concrete to preventing freezing. Calcium chloride is not pern fitted. B.Hot Weather: 1. Hot weather is defined as any combination of high air temperature, low relative humidity, and wind velocity that impairs the quality of the concrete. Hot weather concreting shall be in accordance with ACI 305.1. Concrete shall be placed in the forms without the addition of any more water than that required by the design (slump). No excess water shall be added on the concrete surface for finishing. Control of initial set of the concrete and extending the time for finishing operations may be accomplished with the use of approved water reducing and set retarding admixture, as specified. 2. Maximum time intervals between the addition of mixing water and/or cement to the batch, and the placing of concrete in the forms shall not exceed the following (excluding HRWR admixture use): Concrete Temperutu.re Non -Agitated Concrete Up to80F Over 80 r Agitated Concrete Up to75F lVi€axly iam time From Water Untch to Plncentent 30 Minutes l5 Minutes 90 Minutes 75 F to 89 F 160 Minutes I a. The use of an approved set -retarding admixture will permit the extension of the above Lime maximums by 30 minutes, for agitated concrete only. b. The use of an approved high range water reducing (HRWR) or hydration -controlling admixture will al low placement time extensions as determined by the manufacturer. CITY OF FOR'r WORTH Backup Power and Electrical Improvements at Four Pump Stations Cr1'Y PROJECT NUMBER: 103410-2 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 30 3. The maximum temperature of fresh concrete at time of discharge shall not exceed 95 F. The temperatures of the mixing water shall be reduced by the use of chilled water or ice. 4. The maximum temperature of fresh concrete with high range water reducing admixture shall not exceed 100 F at time of discharge. 5. Under extreme heat, wind, or humidity conditions, concreting operations may be suspended if the quality of the concrete being placed is not acceptable. C. Handling and Transporting: 1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94. Each delivery ticket must show plainly the amount of water, in gallons that can be added to the mixer truck at the Site without exceeding the maximum water cement ratio approved for that mix design. Amount of water added must be in proportion to contents of truck. 2. Arrange and use chutes, troughs, or pipes as aids in placing concrete so that the ingredients of the concrete are not segregated. They shall be steel or steel lined. When steep slopes are necessary, equip the chutes with baffles or make in short lengths that reverse the direction of movement. Extend open troughs and chutes, if necessary, inside the forms or through holes left in the forms. Terminate the ends of these chutes in vertical downspouts. 3. Keep chutes, troughs, and pipes clean and free from coatings of hardened concrete by thoroughly flushing with water before and after placement. Discharge water used for flushing away from the concrete in place. 4. Use pumping equipment that has sufficient capacity so that: a. Discharge of pump concrete does not result in segregation. b. Modification of accepted concrete mixture is not required. 5. Carting or wheeling concrete batches on completed concrete floor slab shall not be permitted until the slab has aged at least 4 curing days. Unless pneumatic tired carts are used, wheel the carts on timber planking so that the loads and impact are distributed over the slab. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. D.Depositing: 1. The method and manner of placing shall prevent segregation or separation of the aggregate or the displacement of the reinforcement. Use drop chutes or tremies as necessary. 2. Free Fall: Concrete shall not be allowed to free fall more than 10 feet when HRWR admixture is used or 5 feet without the use of HRWR. Free falling concrete shall avoid striking reinforcing during placement. Placement of concrete for heights exceeding the free fall limit shall be placed using a tremic. a. Concrete shall not be allowed to free fall through water. Place as indicated below. 3. Prevent the splattering of forms and reinforcing bars if the splattered concrete will dry or harden before incorporation into the mass. 4. Fill each part of the fon-ris by directly depositing concrete as near its Final position as possible. Work the concrete under and around the reinforcement bars. Depositing large quantities at one point in the forms, then running or working it along the forms shall not be permitted. a. Place required sections in one continuous operation to avoid additional cold joints. Each layer shall be fluid and concrete shall not have taken initial set when a new layer is placed upon it. Not more than 1 hour shall elapse between the placing of successive concrete layers in any portion of the structures included in continuous placement. CITY ON PORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 033000-I8 CAST -IN -PLACE CONCRETE Page 18 of 30 5. Place in continuous horizontal layers with a depth of from I to 3 feet. If excessive bleeding causes water to form on the surface of the concrete in tall forms, revise mix design to reduce the bleeding. 6. In tall walls, place the concrete to a point about 1 foot below the top of the wall and allow to settle for 1 hour. Resume and complete concreting before set occurs. 7. For slopes greater than two percent, start concrete placement at low end and proceed upslope. 8. After the concrete has taken initial set, the forms shall not be jarred. No force or load shall be placed upon projecting reinforcement. E. Consolidating: 1. Compact each layer of concrete and flush the mortar to the surface of the forms by continuous -working mechanical vibrators. Apply the vibrator to the concrete immediately after deposit. Move vibrator throughout the layer of the newly placed concrete, several inches into the plastic layer below. Thoroughly work the concrete around the reinforcement, embedded fixtures and into the corners and angles of the forms until it is well -compacted 2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously placed layers which are partially set or hardened. They shall not be used to aid the flow of concrete laterally. The vibration shall be of sufficient duration to completely compact and embed reinforcement and fixtures, but not to an extent causing segregation. 3. Keep vibrators constantly moving in the concrete and apply vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The vibrator shall not be held in one location longer than required to produce a liquified appearance on the surface. 4. When submerged in concrete, internal vibrators shall maintain a frequency of not less than 6000 impulses per minute for heads with diameters greater than 5 inches and 10,000 impulses for smaller vibrator heads. The vibration intensity (amplitude) shall be sufficient to produce satisfactory consolidation. a. Vibrator head shall be sufficiently small to allow placement between reinforcing steel. b. Provide at least one standby vibrator. c. Check vibrators intended for regular service or standby service prior to concreting operations. F. Placement in Water: 1. Deposit concrete in water only when dry conditions cannot be obtained. The forms, cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through the space where concrete is to be deposited. Pumping of water shall not be permitted while the concrete is being placed, nor until it has set for at least 36 hours. 2. Carefully place the concrete using a tremie, closed bottom dumping bucket, or another approved method which does not permit the concrete to fall through the water without protection. The concrete shall not be disturbed after being deposited. Regulate depositing to maintain horizontal surfaces. CITY OF FOWI' wOR'I'}I Backup Powor and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 30 3. When a tremie is used, it shall consist of a tube constructed in sections having water -tight connections. The means of supporting the tremie shall permit the movement of the discharge end over the entire top surface of the work, and shall allow the tremie to be rapidly lowered to retard the flow. The number of times it is necessary to shift the location of the tremie shall be held to a minimum for any continuous placement of concrete. During the placing of concrete, keep the tremie tube full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out of the concrete at the bottom, until the batch discharges to the level of the bottom of the hopper. Stop the flow by lowering the tremie. Continue placing operations until the work is completed. 4. When concrete is placed by means of the bottom dump bucket, the bucket shall have a capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it rests upon the concrete already placed. Raise it very slowly during the discharge travel to maintain still water at the point of discharge and to avoid agitating the mixture. 5. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. G.Placement in Slabs; 1. Allow concrete in columns, walls and deep beams or girders to stand for at least 1 hour to permit full settlement from consolidation, before concrete is placed for slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. 2. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise specified or indicated, shall insure that concrete in any one strip is not allowed to lie in place for more than 1 hour before the adjacent strips are placed. 3. Immediately before placing concrete, thoroughly dampen the subgrade to receive concrete to prevent moisture absorption from the concrete. 4. As soon as concrete placing is complete for a slab section of sufficient width to permit finishing operations, level the concrete, strike off, tamp and screed. The screed shall be of a design adaptable to the use intended, shall have provision for vertical adjustment and shall be sufficiently rigid to hold true to shape during use. 5. The initial strike off shall leave the concrete surface at an elevation slightly above grade so that, when consolidation and finishing operations are completed, the surface of the slab is at grade elevation. 6. Continue tamping and screeding operations until the concrete is properly consolidated and free of surface voids. Bring the surface to a smooth, true alignment using longitudinal screeding, floating, belting, and/or other methods. 7. When used, templates shall be of a design which permits early removal so satisfactory finishing at and adjacent to the template is achieved. S. While the concrete is still plastic, straighten the surface as required to achieve specified flatness requirements. Remove high spots and fill depressions with fresh concrete and re- float. Continue to check during the final finishing operation, until the surface is true to grade and free of depressions, high spots, voids, or rough spots. 9. Where floor drains are shown in slabs and sloping the slab is not indicated, slope slab to drain on a grade of 1/16 inch per Coot. The thickness of slab at floor drain shall be the thickness of slab as indicated on the Drawings. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 30 H.Placernent in Foundations: Place concrete in deep foundations so that segregation of the aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or vertical pipes. When footings can be placed in dry foundation pits without the use of cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete to the elevation of the top of footing. The placing of concrete bases above mud slab is permitted after the forms are free from water and the seal course cleaned. Execute necessary pumping or bailing during concreting from a suitable sump located outside the forms. J. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on the Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. 3.6 FINISHING FORMED SURFACES A.Forms for walls, columns, and sides of beams and girders shall be removed as specified in Section 03 1100 "Concrete Forming." Patch, repair, finish, and clean concrete after form removal. Finish concrete not more than 7 days after form removal. Cure concrete as finishing progresses. B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching. C. Finish Schedule: T)'pe or Pinisi, Localion Surfaces which are not visible from the inside or No Finish outside of the completed structure, are more than 12" below finish grade, and where a coating/membrane/drainage board will not be installed Surfaces exposed to view, areas below to a point 12" Smooth Finish below grade, and where a coating/membrane/drainage board will be installed. D.No Finish: Patch tie holes. Repair defects larger than 1-1/2 inches in diameter or 1/2 inch in deep. Remove projections larger than I inch. Smooth Finish: The form facing material shall produce a smooth, uniform texture on the concrete. Patch tie holes. Repair defects larger than 3/4 inch wide or 1/2 inch deep. Remove projections flush with the adjacent surface. 3.7 FINISHING FLOORS AND SLABS A.General: Screed, restraighten, and finish concrete surfaces. Do not wet concrete surfaces. B.Finish slabs, platforms, and steps monolithically and apply as indicated on the Drawings and the following schedule of fir-ishes: Type (if Finish Location Float Finish Top of walls, vault top slabs not subject to pedestrian foot traffic. Interior slab surfaces exposed to view or to be covered with resilient Trowel Finish flooring, carpet, and ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system. Broom Finish Exterior concrete platforms, steps, and ramps. CITY OF PORT WORTH Backup Power and Electt7cal Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 30 1. Float Finish: Finish surfaces using a float to a true, even plane with no coarse aggregate visible. In the initial floating, while the concrete is plastic, use sufficient pressure on the float to bring excess moisture to the surface for removal. Apply a final "light float" finish to the surface as the concrete hardens. The surface shall have a uniform granular texture and shall meet the straightness requirements. 2. Trowel Finish: a. After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and re -straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. a. Finish surfaces to the following tolerances, measured within 24 hours according to ASTM El155/El 155M for a randomly trafficked floor surface: b. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: 1) 1/8 inch. 3. Broom Finish: Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with the Engineer before application. C.Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to the width of the walk and edge on each side using a tool with a radius of approximately 1/4 inch. D.Finishing in Hot, Dry Weather; During periods of high temperature and/or low humidity, take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the initial set of concrete, but while the concrete is still "green" continue to finish as required to remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on the j ob following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage cracks. 3.8 MISCELLANEOUS CONCRETE ITEMS A.Normal Shrinkage Grouting: 1. Prior to grout application, thoroughly clean the surface of all foreign matter. Roughen concrete surface to CSP 4 and wet as required for a saturate surface dry condition (SSD). Set forms in place; tight and securely anchored to prevent the loss of grout. 2. The necessary materials and tools shall be on hand before starting grouting operations. 3. After preparing surface and immediately prior to grouting, provide scrub coat of grout material. Do not allow scrub coat to dry prior to placing grout. 2. After mixing, quickly and continuously place the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout where indicated on the Drawings. Cure grout using wet curing method for concrete. Grout shall receive a trowel finish, unless otherwise noted. B.Non-Shrink Grout: 1. Obtain field technical assistance from the grout manufacturer, as required, to ensure that grout mixing and installation comply with the manufacturer's recommendations and procedures. 2. Roughen concrete surface as required by the manufacturer, but not less than CSP 4. Saturate the surface to achieve an SSD condition. Baseplates shall be free of oil, grease, laitance and other foreign substances. CITY OF PORT NVORTII Backup Power and Electrical Unprovements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 30 a. Epoxy grout: Surface shall be dry as recommended by the manufacturer, 3. Place grout according to the manufacturer's directions so that spaces and cavities below the bottom of the baseplates are completely filled. Provide forms where structural components of the baseplates do not confine the grout. Trowel finish the non -shrink grout where the edge of the grout is exposed to view and after the grout has reached its initial set. Cut off the exposed edges of the grout at a 45-degree angle to the baseplate, bedplate, member, or piece of equipment. 4. Wet cure a minimum of 3 days, but not less than that recommended by the manufacturer. a. Epoxy Grout: Dry curing is acceptable if recommended by the manufacturer. 5. Use epoxy non -shrink grout under all machinery, pumps, equipment, and where chemicals are present that would abate cemcntitious non -shrink grouts. K. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast -in inserts and accessories as shown on the Drawings. Screed, tamp, and trowel - finish concrete surfaces. 3.9 CONCRETE PROTECTION AND CURING A.General: Give careful attention to proper concrete curing, The curing methods shall be wet curing, sheet materials conforming to ASTM C 171, or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces to which additional concrete, plaster mix mortar, or terrazzo is to be applied. Unless the curing method is specified otherwise, select the appropriate curing method. B.Length of Curing Period: 1. A "curing day" shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 F for at least 18 hours. 2. Cure concrete for a period of 7 consecutive days. In cold weather, when curing may be retarded, extend this period to 7 "curing days", up to a limit of 14 consecutive days. C. Wet Curing: 1. Immediately following the finishing operations, cover concrete slabs, including roof slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep thoroughly wet for a period of 4 curing days after the concrete is placed. The covering shall be held in direct contact with the concrete. A temporary covering shall be required when the size of slab, size of mats, or other factors dictate that the mats cannot be placed immediately after the finishing operations without marring the finishing of the slab, 2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, salt, or other deleterious substances. 3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard. Place the sections with a lap at the edges of at least 8 inches. Saturate cover material with water previous to placing. Keep saturated as long as it remains in place. Use care in the placing of the cover material to prevent marring the concrete surface. 4. When temporary coverings are used, keep them in place only until the slab has sufficiently hardened so that a cotton mat covering can be substituted without marring or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep the mats on the slab in a saturated condition for a period of at least 4 curing days. D.Sheet Curing: Sheet materials shall conform to ASTM C171. They shall be. in contact with the entire concrete surface and applied according to the manufacturer's recommendations. Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material, CITY OF PORT WORTH Backup rawer and Electric -at tmprovements at Four Putnp Stations Cr1'Y PROJECT NUMBER: 103410-2 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 30 E. Membrane Curing: I . Membrane curing shall not be used on surfaces which receive paint, floor hardener, or plaster mix finish or other finish which would be hindered by the use of the curing compound. 2. Cover the surface of the concrete with a continuous, uniform, water -impermeable coating. 3. Immediately after the removal of the side and end forms, apply a coating to the sides and ends of all concrete. Apply the solution under pressure with a spray nozzle so that the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage, but the area covered shall not exceed 150 square feet per gallon of curing compound. 4. The coating shall be sufficiently transparent and free of permanent color to not result in a pronounced color change from that of the natural concrete at the conclusion of the curing period. The coating shall, however, contain a dye of color strength to render the film distinctively visible on the concrete for a period of at least 4 hours after application. 5. After application and under normal conditions, the curing compound shall be dry to touch within 1 hour and shall dry thoroughly and completely within 4 hours. When thoroughly dry, it shall provide a continuous flexible membrane free from cracks or pinholes and shall not disintegrate, check, peel, or crack during the required curing period. 6. If the seal is broken during the curing period, immediately repair it with additional sealing solution. 3.10 CONCRETE SURFACE REPAIRS L. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. A.After the tie rods are broken back or removed, thoroughly clean the holes to remove grease and loose particles. Patch holes with structural concrete repair material or non -shrink grout. After the holes are completely filled, strike off flush excess mortar and finish the surface to render the filled hole inconspicuous. M. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks, which in the Engineer's opinion cannot be repaired satisfactorily, remove and replace the entire section. 2. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair material. Cut back each defective area with a pneumatic chipping tool as deep as the defect extends, but in no case less than 1/2 inch. Prepare the existing concrete and apply repair material according to the manufacturer's recommendations. Finish the surface of the patches to match finish on surrounding concrete. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids to expose solid concrete but not less than 1-inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and blush -coat holes and voids with bonding agent. Fill and compact with repair material before bonding agent has dried. 2. Repair defects on surfaces exposed to view by blending white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 24 CAST -IN -PLACE CONCRFTE Page 24 of 30 N. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01-inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4-inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete, Cure in same manner as adjacent concrete. 6. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. O. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. P. Repair materials and installation not specified above maybe used, subject to Engineer's approval. 3,11 FIELD QUALITY CONTROL A.Testing: General: a. Tests shall be required throughout the Work to monitor the quality of concrete. Samples shall be taken in accordance with ASTM C 172. b. The Engineer may waive these requirements on concrete placements of ten cubic yards or less. However, evidence shall be furnished showing a design mix which meets 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 independent testing agency will be approved by the Owner and paid by the Contractor. A summary of all tests performed will be available. No concrete shall be placed without a representative present at either the plant or at the Site. d. Unless the Owner's laboratory is on the Site, provide housing for the curing and storage of test specimens and equipment. CITY OF FORT WORTH Barkup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 30 2. Slump Test: Slump tests, in accordance with ASTM C143, shall be used to indicate the workability and consistency of the concrete mix from batch to batch. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests 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 of concrete, prior to placing in forms. The test shall be made frequently to monitor a proper air content uniform from batch to batch. 4. Temperature Test: Test for the concrete's temperature in accordance with ASTM C1064 and as follows: the temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket. Temperature test shall be performed for each truck. Record temperatures on batch ticket. 5. Compression Test: a. Compression test specimens shall be 6-by-12-inch concrete cylinders made and cured in accordance with ASTM C31. If the maximum aggregate size is no larger than 1 inch, 4- by-8-inch concrete cylinders are acceptable. No fewer than two 6-by-12-inch or three 4- by-8-inch specimens shall be made for each test Sample. Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one set of test specimens per day shall be made for each class of concrete used that day. Specimens shall be cured under laboratory conditions specified in ASTM C31. Additional concrete cylinders may be required for curing on the job under actual job curing conditions. These Samples could be required when: 1) There is a possibility of the air temperature surrounding the concrete falling below 40 F, or rising above 90 F. 2) The curing procedure may need to be improved and/or lengthened. 3) It is necessary to determine when the structure may be put into service. b. Compression strength tests shall be made on the laboratory -cured and job -cured concrete cylinders at 7 and 28 days, in accordance with ASTM C39. The value of each test result shall be the average compressive strength of all of the cylinders in the test Sample. All cylinders within a test Sample shall be taken at the same time from the same batch of concrete. Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one (1) set of tests specimens per day shall be made for each class of concrete used that day. For the 28-day cylinders, the strength level shall be satisfactory if the averages of all sets of three consecutive strength test results exceed the required design compressive strength, and no individual strength test result falls below the required compressive strength by more than 500 psi. 6. High Early Strength Concrete Test: When Type "111" High Early Strength Portland cement is used instead of Type "I" Portland cement, the minimum allowable 28-day strength for Type "I" Portland cement concrete shall be at 7 days. The ages at time of test for Type "III" shall be 3 days and 7 days, instead of 7 days and 28 days, respectively, For Type "I." CITY OF FORT WORTH Back -Lip Power and Electrical Improvements at four Pump stations CITY PROJECT NUMBrR; 103410-2 03 30 00 - 26 CAST -IN -PLACE CONCRETE Page 26 of 30 7. FaiIure to Meet Requirements: a. Should the 7-day strengths shown by the test specimens fall below the required values, additional curing shall be performed on those portions of the structures represented by the test specimens at the Contractor's expense. Test cores shall be obtained and tested in accordance with ASTM Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, Designation C 42. If additional curing does not give the strength required, the Owner reserves the right to require strengthening, replacement of those substandard portions of the structure, or additional testing, at the Contractor's expense. b. Upon receipt of the Contractor's written request, substandard concrete work may be reexamined in place by nondestructive testing methods or core Samples, in accordance with ACT 301. The services of an independent testing laboratory shall be retained and all expenses paid without compensation from the Owner. Laboratory results shall be evaluated by the Engineer, who shall make the final decision on acceptability of the concrete in question. Core Sample holes shall be repaired. a. Nondestructive Testing:: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as sole basis for approval or rejection of concrete. b. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. B.The Owner may withhold payment for any section of concrete which does not meet the requirements of the Specifications. Withheld payment shall be based upon the unit prices established for concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into conformance with the Specifications. END OF ,SECTION CITY OF FORT WORT] I Backup Power and Electrical ltnprovetneuts at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 27 CAST -IN -PLACE CONCRETE Page 27 of 30 Concrete Mix Design Project Name: FNI Project Number: Project Location: Owner: General Contractor: Mix Number / Class: A. Mix Design: Cement — lb/yd3 Fly Ash = lb/yd3 Other Cementitious Material: — lb/yd3 Fine Aggregate = Ib/yd3 Coarse Aggregate — lb/yd3 Water = Ib/yd3 Water Reducing Admixture = oz/yd3 High Range Water Reducer oz/yd' Air Entraining Admixture = ozlyd3 Other Admixture: — oz/yd3 Slump = inches Gross Weight = Ib/yd' Air Content = percent Water/Cement Ratio B. Materials: _ Source ASTM Type Remarks Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CJTY PROJECT NUMBER: 103410-2 03 30 00 - 28 CAST -IN -PLACE CONCRETE Page 28 of 30 Source ASTM Type Rcult kg Other Admixture: 1 C. Determination of Average Strength Required (fcr'); 1. Test Records Available: A. Summary of Test Records (Provide Supporting Documentation): Tut No. of Specified Standard Group consecutive strength Deviation No. Testy (pal) (psi) Average Standard Deviation: B. Standard Deviation Modification Factor (ACI 30 1, Table 4.2.3.3.a): C. Standard Deviation Used: D. Average Compressive Strength Required: 2. Test Reeords Not Available: A. Average Compressive Strength Required (ACI 30 1, Table 4.2.3.1b, if required): D. Documentation of Required Average Compressive Strength (Check One): 1. Field Strength: a. Field Strength Test Records (ACI 30 1, Table 4.2.3.3.a): . *Complete Attachment A. 2. Trial Mixtures: a. Trial Mixtures (ACI 301, Table 4.2.3.3.b, if required): . *Complete Attachment B. I, certify that the above information is correct and all gradations, cement certifications, and test results are located at our plaice of business for review by the Engineer. Name: Title: Company: Address: Attachment A Date: Documentation of Required Average Strength - Field Strength Records (ACI 301, 4.2.3.4.a) CITY OF FORT WORTII Backup Power and Electrical improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 03 30 00 - 29 CAST -IN -PLACE CONCRETE Page 29 of 30 A. Summary of Test Records (Provide Supportirg Documentation): No, OfTests in Uur$lion of Water- Average 'rest Record N(1, C umeli itinus ,strength (psi) Record Record (days) Materials Ratio i B. Interpolation used? 1. Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type, and amount of cement. 2. Brand, type, and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. END OF ATTACHEMENT A CITY OF FORT WORTI I Backup Power and Electrical Improvements at lour Pump Stations CITY PROJECT NUMBER: 103410-2 033000-30 CAST -IN -PLACE CONCRETE Page 30 of 30 Attachment B Documentation of'Required Average Strength -- Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of Test Records): 7-Day Toits 28-Uoy `rest6 aicr- € rlHl 1ct. of 17- Celtirntitlolts Sluing Air Tcrtt1tit tlgaro f+ltt,ar N11x Nip, 'lest Siriv gffi strength Mnternh 00) lk'nnWfil (f+'1 C'ylftl+trt E) Trst {Rb�} Itutle s (ftcrcmt) I`ylinderR B. Maximum water-cementitious materials ratio 1, Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following 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 mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders cast for each 7-day and 28-day test. END OF ATTACHMENT B CITY Ol, FoR r wORTH Backup Power and Electrical ltnprovements at Hour Pump Stations CITY PROJECT NUMBER: 103410-2 034100-1 PRECAST CONCRETE BUILDINGS Page 1 of 4 2 SECTION 03 4100 PRECAST CONCRETE BUILDINGS PART1- GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install precast concrete buildings. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to ".Precast Electrical Building". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Precast Electrical Building" and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Delegated Design: Engage a qualified professional engineer licensed in the state where the project is located to design the precast concrete buildings. B. Design Criteria: Each building shall be designed and constructed in accordance with the following design parameters: 1. Dead Load: Weight of structure and superimposed loads, including lighting, cable trays with cables, and conduits. 2. Roof Live Load: 20 psf. 3. Wind Load: 135 mph Ultimate Wind Speed, Exposure C, Risk Category 11. C. Manufacturer's Representative: Provide the services of a manufacturer's representative in accordance with Section 01 75 00 "Starting and Adjusting." D. Experience Requirements: The precast concrete building manufacturer shall have at least 5 years of successful experience in the design, manufacture, and erection of buildings of the type and size specified. The manufacturer shall be a producer member of National Precast Concrete Association and/or Architectural Precast Association. The manufacturer shall be EASI-SET Industries, Speed Fab -Crete, Lonestar Prestress Mfg., Inc., or an approved equal. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Shop Drawings, engineering calculations, and analysis data indicating compliance with performance requirements and design data signed and scaled by a professional engineer licensed in the state where the Project is located. 2. Operation and Maintenance Manuals. 3. Equipment Installation Report. CITY OF FORTH WORTH Backup Power and Eled6cal Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 034100-2 PRECAST CONCRETE BUILDINGS Page 2 of 4 1.5 STANDARDS A. Precast concrete buildings shall be designed and constructed in accordance with local, state and national codes that have jurisdiction or authority over the Work. If the standards and codes conflict with each other, the most stringent shall apply. B. The applicable provisions of the following standards shall apply as if written here in their entirety: _ _ ACT 318 Building Code Requirements for Reinforced Concrete ASCE 7 Minimum Design Loads for Buildings and Other Structures Concrete Reinforcing Steel Institute Manual of Standard Practice International Code Council International Building Code 1.6 DELIVERY AND STORAGE A. Building components shall be delivered to the Site along with all accessories and fasteners. Provide a means for unloading and handling at the job Site. If components are stored prior to erection, place on wood runners raised above ground level. Protect from damage. PART 2 - PRODUCTS 2.1 MATERIALS A. Fasteners: 1/2-inch diameter stainless steel bolts. B. Caulking; Sikaflex -la., limestone, as manufactured by Sika Corporation, or approved equal. C. Reinforcing Steel: ASTM A615, Grade 60. 2.2 MIXES A. Concrete: Steel reinforced, polypropylene fiber reinforced, 5000 psi minimum 28-day compressive strength, air entrained in accordance with ASTM C260. 2.3 FABRICATIONS A. The building shall be precast concrete with scheduled dimensions and 3-inch roof overhang on all sides. Exterior walls shall have exposed aggregate finish. Interior walls shall have a smooth steel form finish. The roof shall be as specified in Section 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM. B. Panels shall be securely fastened together with 3/8-inch-thick stainless -steel buckets. Anchoring and mounting hardware shall be stainless steel. Joints between panels shall be caulked on the exterior surface of the joints. C. The precast building shall be installed complete with foundation as shown on the Plans. The foundation shall be cast -in -place by the Contractor. The manufacturer and Contractor shall coordinate all hardware to be cast into the slab. D. The manufacturer shall furnish and install a walt-mounted exhaust fan of scheduled capacity, with insect screen, and have an adequately sized intake louver opposite from the fan. CITY OF E<ORTI I NORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 03A100-3 PRECAST CONCRETE BUILDINGS Page 3 of 4 E. Doors and frames shall comply with Steel Door Institute (SDI 100) "Recommended Specifications for Standard Steel Doors and Frames", and as specified herein. The building shall be equipped with 18 gauge metal doors as scheduled, with honeycomb core, CECO Regent IfRB6068MRHRA-801, or equal. Door frames shall be bonderized and painted with one coat of rust inhibitive primer, SF3430OF6068RIIRA-601. Where scheduled, provide 12-inch by 12-inch gas -tight window of wire -reinforced glazing. F. Door hardware shall be vandal -proof and constructed of stainless steel. 1. For standard personnel access doors a deadbolt lockset with satin finish stainless steel and matching keys shall be provided. Hinges shall be stainless steel ball bearing with non - removable pins. Surface bolts may be stainless steel. An aluminum threshold with neoprene insert shall be provided. Door stops for securing the doors full open shall be provided. Provide stainless steel hydraulic closure mechanism on each door. Equip one door of each pair with panic type hardware. 2. For access control doors a badge reader and associated electronically actuated locking hardware must be included in addition to the appurtenant hardware listed in section 1 above. G.Packaged wall -mount air conditioning shall be as specified in Section 23 81 13 PACKAGED WALL -MOUNT AIR CONDITIONING UNITS. The building contractor shall coordinate with the air-conditioning subcontractor and coordinate penetrations, mounting, and supports. H.All opening in the walls for wall -mount air conditioning unite shall be coordinated with Mechanical and Electrical drawings with respect to size and location of the openings prior to fabrication. 1. Provide light fixtures as indicated on the plans. J. Lightning protection shall be as specified in Section 26 41 13, LIGHTNING PROTECTION FOR STRUCTURES. The building contractor shall coordinate with the lightning protection subcontractor and coordinate all connections and hangers. The hangars and accessories for the lighting protection system shall be discontinuous with the prestressing wires, reinforcing, or other metal components of the building. K. All electrical work shall comply with Division 26 Specifications and shall be completed under the direct supervision of a Master Electrician holding a current license in the state in which the Project is located. L. Provide all electrical outlets and appurtenances indicated on the plans and required by the National Electric Code. M. All Work shall comply with the latest version of the National Electric Code and local ordinances. N. Provide power distribution as indicated on the plans, n O. Paint interior walls and ceilings the color white per Section 09 9100, PAINTING. Submit color samples to City for approval. PART 3 - EXECUTION 3.1 PREPARATION A. Shave all protruding polypropylene fibers flush with walls prior to painting. Paint interior walls with one coat of interior concrete and masonry primer and 2 coats of interior low -luster acrylic enamel. Paint doors and frames with one coat of acrylic -latex paint for exterior application. Paint color to be selected by the Owner. CITY OF FORTH WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 03 41 00 - 4 PRECAST CONCRETE BUILDINGS Page 4 of 4 3.2 INSTALLATION A. Install the building in strict accordance with the manufacturer's recommendations and as shown on the flans. 3.3 FIELD QUALITY CONTROL A. Upon installation, the building shall be level to within 0.01 foot in each direction, and plumb to within 1 /4 inch. 3.4 SCHEDULES A. Buildings shall be furnished in accordance with the following schedule: - Building Nmne Outside Dimenslons Door No. (1, W W x li) _ & Dimensiar Alta Mesa PS 30'-4"x 22'-4"xl2'-0" Three 3'-0" X 9'-0" X 1-1/2" Electrical Building (Interior Clear Height) w/ 2' Overhead Transom Edwards Ranch PS 30'-4" 22'-4" 12'-0" Three 3'-0" X 9'-0" X 1-1/2" Electrical Building (Interior Clear Height) w/ 2' Overhead Transom END OF SECTION CITY OF FORTH WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 DIVISION METALS 055100-1 METAL STAIRS AND PLATFORMS Page 1 of 6 SECTION 05 5100 METAL STAIRS AND PLATFORMS PARTI- GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to "Metal Platforms at Generators". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Metal Platforms at Generators" and no other compensation will be allowed. 1.3 SUMMARY A.Section Includes: 1. Industrial -type stairs and platforms with steel grating treads. 2. Steel tube railings attached to metal stairs and platform. 3. Steel tube handrails attached to walls adjacent to metal stairs. B.Related Sections: 1. Section 05 52 13 "Pipe and Tube Railings" for pipe and tube railings. 1.4 PERFORMANCE REQUIREMENTS A.Delegated Design: Design metal stairs, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Structural Performance of Stairs and Platforms: Metal stairs and platforms shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated. I . Uniform Load: 100 lbf/sq. ft. (4.79 kN/sq. m). 2. Concentrated Load: 300 lbf (1.33 kN) applied on an area of 4 sq. in. (2580 sq. mm.). 3. Uniform and concentrated loads need not be assumed to act concurrently. 4. Stair and Platfonn Framing: Capable of withstanding stresses resulting from railing loads in addition to loads specified above. 5. Limit deflection of treads, platforms, and framing members to L1360 or 1/4 inch (6.4 mm), whichever is less. C.Structural Performance of Railings: Railings shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated in Section 05 52 13 "Pipe and Tube Railings". 1.5 ACTION SUBMITTALS A.Product Data: For metal stairs and platforms and the following: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Punip Stations CITY PROJECT NUMBER: 103410-2 0551 00 - 2 METAL STAIRS AND PLATFORMS Page 2 of 6 I. Abrasive nosings. 2. Grout. B. Shop Drawings. Include plans, elevations, sections, details, and attachments to other work. C. Samples for Verification: For the following products, in manufacturer's standard sizes: 1. Grating treads. 2. Abrasive nosings. D.Delegated-Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation, 1.6 INFORMATIONAL SUBMITTALS A.Qualification Data: For qualified professional engineer, B. Welding certificates. C.Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for stairs, platforms and railings. I. Test railings according ASTM E894 and ASTM E935. 1.7 QUALITY ASSURANCE A.Installer Qualifications: Fabricator of products. B.NAAMM Stair Standard: Comply with "Recommended Voluntary Minimum Standards for Fixed Metal Stairs" in NAAMM AMP 510, "Metal Stairs Manual," for class of stair designated, unless more stringent requirements are indicated. 1. Industrial -Type Stairs: Industrial class. C.Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/Dl.1M, "Structural Welding Code - Steel." 1.8 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B.Coordinate installation of anchorages for metal stairs. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART 2- PRODUCTS 2.1 METALS, GENERAL A.Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For components exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.2 FERROUS METALS A.Steel Plates, Shapes, and Bars: ASTM A36/A36M. B. Steel Tubing: ASTM A500. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 05 51 OQ - 3 METAL STAIRS AND PLATFORMS Page 3 of 6 C.Steel Bars for Grating Treads: ASTM A36/A36M or steel strip, ASTM A1011/A1011M or ASTM A1018/A1018M. D.Wire Rod for Grating Crossbars: ASTM A510 (ASTM A510M). E. Cast Iron: Either gray iron, ASTM A48/A48M, or malleable iron, ASTM A47/A47M, unless otherwise indicated. 2.3 ABRASIVE NOSINGS A.Cast-Metal Units: Cast iron, with an integral abrasive, as -cast finish consisting of aluminum oxide, silicon carbide, or a combination of both. Fabricate units in lengths necessary to accurately fit openings or conditions. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Safety Tread Co., Inc. b. Balco Inc. c. Barry Pattern & Foundry Co., Inc. d. Granite State Casting Co. e. Safe-T-Metal Company, Inc. f Wooster Products Inc. 2. Configuration: Cross -hatched angle -shaped units, same depth as bar -grating treads and 1 to 1-1/2 inches (25 to 38 mm) wide. 2.4 FASTENERS A.Gencral: Provide zinc -plated fasteners with coating complying with ASTM B633 or ASTM F 1941 (ASTM F1941M), Class Fe/Zn 12 for exterior use, and Class Fe/Zn 5 where built into exterior walls. Select fasteners for type, grade, and class required. 2.5 MISCELLANEOUS MATERIALS A.Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it, C.Nonshrink, Nonmetallic Grout: Factory -packaged, non -staining, noncorrosive, nongaseous grout complying with ASTM C1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.6 FABRICATION, GENERAL A.Provide complete stair and platform assemblies, including metal framing, hangers, struts, railings; clips, brackets, bearing plates, and other components necessary to support and anchor stairs and platforms on supporting structure. 1. Join components by welding unless otherwise indicated. 2. Use connections that maintain structural value of joined pieces. B.Preassembled Stairs and Platforms: Assemble stairs and platforms in shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. CITY OF FORT WORTH Backup Power and Electrical Improvements al Four Pump 5talions CITY PROJECT NUMBER: I03410-2 055100-4 TMFTAL STAIRS AND PLATFORMS Page 4 of C.Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. D.Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Form exposed work with accurate angles and surfaces and straight edges. F. Weld connections to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Weld exposed corners and seams continuously unless otherwise indicated. 5. At exposed connections, finish exposed welds to comply with NOMMA's "Voluntary Joint Finish Standards" for Type 2 welds: completely sanded joint, some undercutting and pinholes okay. G.Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) screws or bolts unless otherwise indicated. Locate joints where least conspicuous, H.Fabricate joints that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 2.7 STEEL -FRAMED STAIRS AND PLATFORMS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Alfab, Inc. 2. American Stair, Inc. 3. Sharon Companies Ltd. (The). B. Stair and Platform Framing: 1. Fabricate stringers of steel plates, channels, or tubes. a. Provide closures for exposed ends of channel or tube stringers. 2. Construct platforms of steel plate, channel, or tube headers and miscellaneous framing members as needed to comply with performance requirements. 3. Weld or bolt stringers to headers; weld or bolt framing members to stringers and headers. If using bolts, fabricate and join so bolts are not exposed on Finished surfaces. C.Metal Bar -Grating Stairs and Platfonns: Form treads and platforms to configurations shown from metal bar grating; fabricate to comply with NAAMM MBG 531, "Metal Bar Grating Manual." 1. Fabricate treads and platforms from welded or pressure -locked steel grating with openings in gratings no more than 3/4 inch (19 mm) in least dimension. 2. Surface: Serrated. 3. Finish: Galvanized. 4. Fabricate grating treads with cast abrasive nosing and with steel angle or steel plate carrier at each end for stringer connections. Secure treads to stringers with bolts. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 0551 00 - 5 METAL STAIRS AND PLATFORMS Page 5 of 6 5. Fabricate grating platforms with nosing matching that on grating treads. Provide toeplates at open -sided edges of grating platforms. Weld grating to platform framing. 2.8 STAIR AND PLATFORM RAILINGS A.Comply with applicable requirements in Section 05 52 13 "Pipe and Tube Railings." 2.9 FINISHES A.Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B.Finish metal stairs after assembly. C.Galvanizing: Hot -dip galvanize items as indicated to comply with ASTM A1531A153M for steel and iron hardware and with ASTM AI231A123M for other steel and iron products. 1. Fill vent and drain holes that will be exposed in finished Work, unless indicated to remain as weep holes, by plugging with zinc solder and filing off smooth. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A.Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing metal stairs to in -place construction. Include threaded fasteners for concrete and masonry inserts, through -bolts, lag bolts, and other connectors. B.Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal stairs. Set units accurately in location, alignment, and elevation, measured from established lines and levels and free of rack. C.Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. D.Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. R Field Welding: Comply with requirements for welding in "Fabrication, General" Article. 3.2 INSTALLING METAL STAIRS AND PLATFORMS WITH GROUTED BASEPLATES A.Clean concrete bearing surfaces of bond -reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of baseplates. B. Set steel stair baseplates on wedges, shims, or leveling nuts. After stairs have been positioned and aligned, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use nonmetallic, nonshrink grout unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.3 INSTALLING RAILINGS A.Adjust railing systems before anchoring to ensure snatching alignment at abutting joints. Space posts at spacing indicated or, if not indicated, as required by design loads. Plumb posts in each direction. Secure posts and rail ends to building construction as follows: 1. Anchor posts to steel by welding directly to steel supporting members. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 055100-6 METAL STAIRS AND PLATFORMS Page 6 of 6 3.4 ADJUSTING AND CLEANING A.Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 SECTION 05 52 23 PIPE AND TUBE RAILINGS PART1- GENERAL 1.1 RELATED DOCUMENTS 05 52 13- 1 PIPE AND TUBE RAILINGS Page 1 of 7 A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.01 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to "Metal Platforms at Generators". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Metal Platforms at Generators" and no other compensation will be allowed. 1.2 SUMMARY A. Section Includes: 1. Steel pipe railings. B. Related Requirements: 1. Section 05 5t 00 "Metal Stairs and platforms" for steel tube railings associated with metal pan stairs. 1.3 COORDINATION A.Coordinate installation of anchorages for railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project Site in time for installation. B. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. 1.4 ACTION SUBMITTALS A.Product Data: For the following: 1. Manufacturer's product lines of mechanically connected railings. 2. Railing brackets. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. C.Delegated-Design Submittal: For railings, including analysis data signed and sealed by the quali fied professional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A.Product Test Reports: For pipe and tube railings, for tests performed by a qualified testing agency, according to ASTM E894 and ASTM E935. B.Evaluation Reports: For post -installed anchors, from ICC-ES. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034410-2 0552 13 -2 PIP$ ANO TUBE RAILINGS Page 2 of 7 1.6 QUALITY ASSURANCE A.Welding Qualifications: Qualify procedures and personnel according to the following: 3. AWS I)LUDLIM, "Structural Welding Code -Steel." 1.7 DELIVERY, STORAGE, AND HANDLING A.Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 1.8 FLELD CONDITIONS A.Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. 2.00 PRODUCTS 1.9 MANUFACTURERS A. Steel Pipe and Tube Railings: 1. Holiaender Mfg. Co. 2. Kee Safety, Inc. 3. R & B Wagner, Inc. 4. Trex Commercial Products,... 5. Tuttle, a Dant CIayton Di... 6. VIVA [tailings, LLC B. Source Limitations: Obtain each type of railing from single source from single manufacturer. 1.10 PERFORMANCE REQUIREMENTS A.Delegated Design: Engage a qualified professional engineer, as defined in Section 0140 00 "Quality Requirements," to design railings, including attachment to building construction. B. Structural Performance: Railings, including attachment to building construction, shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: Handrails and Top Rails of Guards: a. Uniform load of 501bf1 ft. (0.73 kNlm) applied in any direction. b. Concentrated load of 200 lbf (0.89 kN) applied in any direction. c. Uniform and concentrated loads need not be assumed to act concurrently. 2. Infill of Guards: a. Concentrated load of 50 lbf (0,22 kN) applied horizontally on an area of I sq. ft. (0.093 sq. m). b. Infrll Load and other loads need not be assumed to act concurrently. C.Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. 1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C, material surfaces). 1.11 METALS, GENERAL A.Metal Surfaces, General: Provide materials with smooth surfaces, without scam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034t0-2 055213-3 PIPE AND TUBE RAILINGS Page 3 of 7 B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails unless otherwise indicated. 1. Provide type of bracket with predrilled hole for exposed bolt anchorage and that provides 1- 1/2-inch (38-mm) clearance from inside face of handrail to finished wall surface or guardrail. 2.02 STEEL AND IRON A. Pipe: ASTM A53/A53M, Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads. 1. Provide galvanized finish for exterior installations and where indicated. B. Plates, Shapes, and Bars: ASTM A36/A36M. 1.12 FASTENERS A.General: Provide the following: 1. Hot -Dip Galvanized Railings: Type 304 stainless -steel or hot -dip zinc -coated steel fasteners complying with ASTM Al53/A153M or ASTM F2329 for zinc coating. 1. Provide exposed fasteners with Finish matching appearance, including color and texture, of railings. B.Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. C.Fasteners for Interconnecting Railing Components: I . Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless otherwise indicated. 2. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless exposed fasteners are unavoidable or are the standard fastening method for railings indicated. D.Post-Installed Anchors: Torque -controlled expansion anchors or chemical anchors capable of sustaining, without failure, a load equal to 6 times the load imposed when installed in unit masonry and 4 times the load imposed when installed in concrete, as determined by testing according to ASTM E488/E488M, conducted by a qualified independent testing agency. 1. Material for Interior Locations: Carbon -steel components zinc -plated to comply with ASTM B633 or ASTM F1941 (ASTM F1941M), Class Fe/Zn 5, unless otherwise indicated. 2. Material for A1Lr Locations and Where Stainless Steel Is Indicated: Alloy Group 2 (A4) stainless -steel bolts, ASTM F593 (ASTM F738M), and nuts, ASTM F594 (ASTM F836M). 1.13 MISCELLANEOUS MATERIALS A.Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. C. Etching Cleaner for Galvanized Metal: Complying with MPI#25. D. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. B.Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107/C 1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. CITY OF FORT WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 0552 13 -4 PIPE AND TUBE RAILINGS Page 4 of 7 C.Anchoring Cement: Factory -packaged, nonshrink, nonstaining, hydraulic -controlled expansion cement formulation for mixing with water at Project Site to create pourable anchoring, patching, and grouting compound. 1. Water -Resistant Product: Provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended by manufacturer for exterior use. 1.14 FABRICATION A.General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. B. Shop assemble railings to greatest extent possible to minimize field splicing and assembly, Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1132 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. D.Form work true to line and level with accurate angles and surfaces. E. Fabricate connections that are exposed to weather in a manner that excludes water. Provide weep holes where water may accumulate. F. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. G.Connections: Fabricate railings with either welded or nonwelded connections unless otherwise indicated. E. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fission without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. H.Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. 1. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method. 1. Form Changes in Direction as Follows: By bending or by inserting prefabricated elbow fittings. J. For changes in direction made by bending, use jigs to produce uniform curvature for each repetitive configuration required. Maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components. K.Closc exposed ends of railing members with prefabricated end fittings. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 055213-5 PIPE AND TUBE RAILINGS Page 5 of 7 L. Provide wall returns at ends of wall -mounted handrails unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch (6 mm) or less. M. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work unless otherwise indicated. N.Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. O.For railing posts set in concrete, provide stainless -steel sleeves not less than 6 inches (150 mm) long with inside dimensions not less than 1/2 inch (13 mm) greater than outside dimensions of post, with metal plate forming bottom closure. P. For removable railing posts, fabricate slip -fit sockets from stainless -steel tube or pipe whose ID is sized for a close fit with posts; limit movement of post without lateral load, measured at top, to not more than one -fortieth of post height. Provide socket covers designed and fabricated to resist being dislodged. 1. Provide chain with eye, snap hook, and staple across gaps formed by removable railing sections at locations indicated. Fabricate from same metal as railings. Q.Toe Boards: Where indicated, provide toe boards at railings around openings and at edge of open -sided floors and platforms. Fabricate to dimensions and details indicated. 2.03 STEEL AND IRON FINISHES A. Galvanized Railings: 1. Hot -dip galvanize steel railings, including hardware, after fabrication. 2. Comply with ASTM A123/A123M for hot -dip galvanized railings. 3. Comply with ASTM A153/A153M for hot -dip galvanized hardware. 4. Fill vent and drain holes that are exposed in the finished Work, unless indicated to remain as weep holes, by plugging with zinc solder and filing off smooth. B. For galvanized railings, provide hot -dip galvanized fittings, brackets, fasteners, sleeves, and other ferrous components. PART 2 - EXECUTION 2.1 INSTALLATION, GENERAL A, Fit exposed connections together to form tight, hairline joints. B. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in Iocation, alignment, and elevation, measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of railing components that are coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m). 3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (6 mm in 3.5 m). C.Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 055213-6 PIPE AND TUBE RAILINGS Page 6 of 7 1. Coat, with a heavy coat of bituminous paint, concealed surfaces of aluminum that are in contact with grout, concrete, masonry, wood, or dissimilar metals. D.Adjust railings before anchoring to ensure matching alignment at abutting joints. E. Fastening to In -Place Construction: Use anchorage devices and fasteners where necessary for securing railings and for properly transferring loads to in -place construction. 2.2 RAILING CONNECTIONS A.Nonwelded Connections: Use mechanical or adhesive joints for permanently connecting railing components. Seal recessed holes of exposed locking screws using plastic cement filler colored to match finish of railings. B. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in "Fabrication" Article whether welding is performed in the shop or in the field. C.Expansion Joints: Install expansion joints at locations indicated but not farther apart than required to accommodate thermal movement. Provide slip joint internal sleeve extending 2 inches (50 min) beyond joint on either side, fasten internal sleeve securely to one side, and locate joint within 6 inches (150 mm) of post. 2.3 ANCHORING POSTS A.Use metal sleeves preset and anchored into concrete for installing posts. After posts are inserted into sleeves, fill annular space between post and sleeve with nonsluink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions. B. Leave anchorage joint exposed with 1/8-inch (3-mm.) buildup, sloped away from. post. C.Anchor posts to metal surfaces with oval flanges, angle type, or floor type as required by conditions, connected to posts and to metal supporting members as follows: 1. For steel pipe railings, weld flanges to post and bolt to metal supporting surfaces. D.Install removable railing sections, where indicated, in slip -fit metal sockets cast in concrete. 2.4 ATTACHING RAILINGS A. Anchor railing ends at walls with round flanges anchored to wall construction and connected tc railing ends using nonwelded connections. B. Anchor railing ends to metal surfaces with flanges bolted to metal surfaces and connected to railing ends using nonwelded connections. C. Attach railings to wall with wall brackets. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. D.Securc wall brackets and railing end flanges to building constriction as follows: 1. For concrete and solid masonry anchorage, use drilled -in expansion shields and hanger or lag bolts. 2. For hollow masonry anchorage, use toggle bolts. 2.5 ADJUSTING AND CLEANING C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas, and repair galvanizing to comply with ASTM A7801A780M. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: t03410-2 055213-7 PIPE AND 'TUBE RAILINGS Page 7 of 7 2.6 PROTECTION A.Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of Substantial Completion. END OF SECTION CITY OF FORT WORTIJ Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 DIVISION 07 THERMAL & MOISTURE 0 PROTECTION 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Pagel of II SECTION 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Furnish and install elastomeric sheet roofing system, including: 1. Preparation of roofing substrates. 2. Wood milers for roofing attachment. 3. Vapor barrier. 4. Insulation. 5. Cover boards. 6. Externally reinforced (fleeced back) elastomeric membrane roofing. T Metal roof edging and copings. 8. Flashings. 9. Walkway pads. 10. Other roofing -related items specified or indicated on the drawings or otherwise necessary to provide a complete weatherproof roofing system. B. Disposal of demolition debris and construction waste is the responsibility of Contractor. Perform disposal in manner complying with all applicable federal, state, and local regulations. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the item "Precast Electrical Building Structure". b. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Precast Electrical Building Structure" and no other compensation will be allowed. 1.3 RELATED SECTIONS A. Section 03 4100 — Precast Concrete Buildings 1.4 REFERENCES A. Referenced Standards: These standards form part of this specification only to the extent they are referenced as specification requirements. 1. ASTM International (ASTM) Standards: 8S'1'i l iayrtlar4 1 ASTM C 1177/C Standard Specification for Glass Mat Gypsum Substrate for Use as 1177M Sheathing; 2004, ASTM C 1289 Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2013. ASTM C 1549 Standard Test Method for Determination or Solar Reflectance Near Ambient Temperature Using a Portable Solar Reflectometer; 2004. ASTM D 638 Standard Test Method for Tensile Properties of Plastics; 2003, CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUIUDINO ROOFING SYSTEM Page 2 of I l ASTM D 1004 Standard Test Method for tmual Tear Resistance of Plastic Film and Sheeting; 2003. _ ASTM D 3273 Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber; 2000. ASTM D 6878 Standard Specification for Thermoplastic Polyolefin Based Sheet Roofing; 2003. ASTM E 84 Standard Test Method for Surface Burning Characteristics of Building Materials; 2005. ASTM E 136 Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750 Degrees C; 2004. 2. Other Standards: IFM 1-28 Design Wind Loads; Factory Mutual System; 2002. FM 1-29 Roof Deck Securement and Above Deck Roof Components; Factory Mutual System; 2005. PS I Construction and Industrial Plywood; 1995. J PS 20 American Softwood Lumber Standard; 2005. SPRI ES-1 Wind Design Standard for Edge Systems Used with Low Slope Roofing Systems; 2003. (ANSIISPRI ES-1). 1.5 SUBMITTALS A. Submittals must be in accordance with Section 0133 00 "Document Management". B. The following Product Data for products, including manufacturer's data sheets, are due prior to ordering precast concrete building roofing system. materials: I. Provide membrane manufacturer's printed data sufficient to show that all components of roofing system, including insulation and fasteners, comply with the specified requirements and with the membrane manufacturer's requirements and recommendations for the system type specified; include data for each product used in conjunction with roofing membrane. 2. Where UL or FM requirements are specified, provide documentation that shows that the roofing system to be installed is UL-Classified or FM -approved, as applicable; include data itemizing the components of the classified or approved system. 3. Installation Instructions: Provide manufacturer's instructions to installer, marked up to show exactly how all components will be installed; where instructions allow installation options, clearly indicate which option will be used. C. Shop Drawings: 1. Provide the roof membrane manufacturer's standard details customized for this project for all relevant conditions, including flashings, base tie-ins, roof edges, terminations, expansion joints, penetrations, and drains. D. Pre -Installation Notice: Copy to show that manufacturer's required Pre -Installation Notice (PiN) has been accepted and approved by the manufacturer. E. Executed Warranty. F. Specimen Warranty: Submit prior to starting work. G. Samples: Submit samples of each product to be used. CITY OF FORT WORTH Backup Power and Electrical Improvements at lour Pump Stations C[TY PROJECT NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 3 of I 1 1.6 QUALITY ASSURANCE A. Applicator Qualifications: Roofing installer shall have the following: 1. At least five years' experience in installing specified system. B. Pre -Installation Conference: Before start of roofing work, Contractor shall hold a meeting to discuss the proper installation of materials. 1. Require attendance with all parties directly influencing the quality of roofing work or affected by the performance of roofing work. 2. Notify Architect well in advance of meeting. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver products to the job site in manufacturer's original containers, dry and undamaged, with seals and labels intact and legible. B. Store materials clear of ground and moisture with weather protective covering. C. Keep combustible materials away from ignition sources. 1.8 WARRANTY A. Comply with all warranty procedures required by manufacturer, including notifications, scheduling, and inspections. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer - Roofing System: 1. Carboline 2. Tnemcc 3. Sherwin-Williams 2.2 ROOFING SYSTEM DESCRIPTION A. Roofing System: 1, Membrane: Externally Reinforced (Fleece Backed) Thermoplastic Polyolefin (TPO). 2. Thickness: 80ml with fleece. 3. Membrane Attachment: Adhered. 4. Slope: Provide tapered insulation slope of 1/4 inch per foot. 5. Comply with applicable local building code requirements. 6, Provide assembly having Underwriters Laboratories, Inc. (UL) Class A Fire Hazard Classification. B. Vapor Barrier over deck/deck cover: 1. Membrane: High density polyethylene sheet with SBS modified bitumen adhesive. 2. Attachment: Self adhering. C. Insulation: 1. Minimum System R Value: 25, minimum. 2. Board Thickness: 2 layers of 2.2 inches plus tapered layer; stagger joints in adjacent layers. 3. Base Layer: 2.2" Polyisocyanurate foam board, non -composite. a. Attachment: Low-rise polyurethane adhesive. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Primp stations CITY PROJECT NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 4 of I I 4. Second Layer: 2.2" Polyisocyanurate foam board, non -composite. a. Attachment: Low-rise polyurethane adhesive 5. Top Tapered Layer: %4" per foot tapered Polyisocyanurate foam board, non -composite. a. Attachment: Low-rise polyurethane adhesive. D. Cover Board: Gypsum -Based Cover Board: 1. Thickness: 1/2 inch 2. R-Value: negligible. a. Attachment: Low-rise polyurethane adhesive. 2.3 TPO MEMBRANE MATERIALS A. Membrane: Flexible, heat weldable sheet composed of thermoplastic polyolefin polymer and ethylene propylene rubber; complying with ASTM D 6978, with polyester weft inserted reinforcement and an 8-ounce polyester fleece backing and the following additional minimum characteristics: 1. Thickness: 0.080 inch (1.52 mm) plus/minus 10 percent, with coating thickness over reinforcement of 0.021 inch (0.53 min) plus/minus 10 percent. 2. Puncture Resistance: 3901bf (1,735 N), minimum, when tested in accordance FTM 101C Method 2031. 3. Tear Strength: 120 lbf (534 N) 4. Solar Reflectance: 0.79, minimum, when tested in accordance with ASTM C 1549, [white] 5. Solar Reflectance: 0.81, minimum, when tested in accordance with ASTM E 903. [white] 6. Color: White B. Membrane Fasteners (supplemental, where required): Type and size as required by roof membrane manufacturer for roofing system and warranty to be provided; use only fasteners furnished by roof membrane manufacturer. C. Curb and Parapet Flashing: Same material as membrane, with encapsulated edge which eliminates need for seam sealing the flashing -to -roof splice; precut to 18 inches (457 mm) wide. D. Formable Flashing: Non -reinforced, flexible, heat weldable sheet, composed of thermoplastic polyolefin polymer and ethylene propylene rubber. 1. Thickness: 0.060 inch (1.52 mm) plus/minus 10 percent. 2. Tensile Strength: 1550 psi (10.7 MPa), minimum, when tested in accordance with ASTM D 638 after heat aging. 3. .Elongation at Break: 650 percent, minimum, when tested in accordance with ASTM D 638 after heat aging. 4. Tearing Strength: 12 lbf (53 N), minimum, when tested in accordance with ASTM D 1004 after heat aging. 5. Color: Same as field membrane. E. Tape Flashing: 5-1/2-inch (140 mm) nominal wide TPO membrane laminated to cured rubber polymer seaming tape, overall thickness 0.065-inch (1.6 mm) nominal. F. Membrane Adhesive: Low temperature, low WOG sprayable bonding adhesive. G. Pourable Sealer: Two-part polyurethane, two-color for reliable mixing. H. Scam Plates: Steel with barbs and Galvalume coating; corrosion -resistance complying with FM 4470. CITY Of FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJf C"r NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 5 of l 1 1. Termination Bars: Aluminum bars with integral caulk ledge; 1.3 inches (33 mm) wide by 0.10 inch (2.5 mm) thick. J. Cut Edge Sealant: Synthetic rubber -based, for use where membrane reinforcement is exposed. K. General Purpose Sealant: EPDM-based, one -part, white general-purpose sealant. L. Molded Flashing Accessories: Unreinforced TPO membrane pre -molded to suit a variety of flashing details, including pipe boots, inside corners, outside comers, etc. M. hoof Walkway Pads: Non -reinforced TPO walkway pads, 0.130 inch (3 mm) by 30 inches (760 mm) by 40 feet (12.19 m) long with patterned traffic bearing surface. 2.4 ROOF INSULATION AND COVER BOARDS A. Flat & Tapered Polyisocyanurate Board Insulation: Closed cell polyisocyanurate foam with black glass reinforced mat laminated to faces, complying with ASTM C 1289 Type 11 Class 1, with the following additional characteristics: 1. Thickness: 2 layers of 2.2" plus 1/4 inch per foot slope tapered. 2. Size: 48 inches (1220 mm) by 48 inches (12200 mm), nominal. 3. Exception: Insulation to be attached using adhesive may be no larger than 48 inches (1220 mm) by 48 inches (1220 mm), nominal. 4. R-Value (LTTR): 1.0-inch (25 mm) Thickness: 5.7 R, minimum. 5. Compressive Strength: 20 psi (138 kPa) when tested in accordance with ASTM C 1289. 6. Ozone Depletion Potential: Zero; made without CFC or HCFC blowing agents. 7. Recycled Content: 19 percent post -consumer and 15 percent post-industrial, average. 8. Acceptable Product: ISO 95+polyiso board insulation. 9. Attachment: Low-rise polyurethane adhesive. B. Gypsum -Based Cover Board: Non-combustible, water-resistant gypsum core with embedded glass mat facers, complying with ASTM C 1177/C 1177M, and with the following additional characteristics: 1. Size: 48 inches (1220 mm) by 4$ inches (1220 mm), nominal. a. .Exception: Board to be attached using adhesive maybe no larger than 48 inches (1220 mm) by 48 inches (1220 mm), nominal. 2. Thickness: 1/2 inch. 3. Surfacing: Primed Fiberglass Mat. 4. Flexural Strength, Parallel (ASTM C473): 100 lbf, minimum 5. Surface Water Absorption: Nominal 1.0 g when tested in accordance with ASTM C 473. 6. Flute Span (ASTM E661): 8 inches. 7. Permeance (ASTM E96): Greater than 30 perms. 8. R-Value (ASTM C518): 0.67. 9. Water Absorption (ASTM C473): less than 5 percent of weight. 10. Compressive Strength (Applicable sections of ASTM C473): Nominal 900 pounds per square inch. 1 t. Combustibility: Non-combustible, when tested in accordance with ASTM E 136, 12. Fire Resistance rating (UL 790 and ASTM E 109): Class A. 13. Mold Growth Resistance (ASTM D 3273): Scored a 10. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 6 of 1 I 1. Attachment: Low-rise polyurethane adhesive. 2.5 VAPOR BARRIER A. Vapor Barrier Membrane: Comprised of SBS modified bitumen adhesive, factory -laminated to a tri-laminate woven, high -density polyethylene top surface. Release liner protecting adhesive. 1. Intended for use as a direct to deck air/vapor barrier in roofing systems and may be used as a temporary roof membrane for up to ninety (90) days. 2. Thickness: 0.0325" (0.826 mm) minimum, when tested in accordance with ASTM D 5147. 3. Max Load at Break at 73 °F (23 °C): 64 lbf/in, MD (11 kN/m) 88 lbf/in, XMD (15 kNlm) when tested in accordance with ASTM D 5147. 4. Low Temperature Flexibility: -30 °F (-34 °C) when tested in accordance with ASTM D 5147. 5. Moisture Vapor Permeance, 0.02 Perms (0.92 Ng/Pa-s-m2) maximum, when tested in accordance with ASTM. E 96. 6. Air Permeability: 0. 00 114 ft3/min-ft2 (0.007 L/scc-m2) maximum, when tested in accordance with ASTM E 2178. 2.6 METAL ACCESSORIES A. Pre -Manufactured Metal Roof Edging and Fascia: Continuous metal edge member serving as termination of roof membrane and retainer for metal fascia; watertight with no exposed fasteners; mounted to roof edge nailer. 1. Wind Performance: a. Membrane Pull -Off Desistance: 100 lbs./ft (1460 N/m), rninimum, when tested in accordance with ANSI/SPRI ES-1 Test Method RE-1, current edition. b. Fascia Pull -Off Resistance: At least the minimum required when tested in accordance with ANSI/SPRI ES-1 Test Method RE-2, current edition. c. Provide product listed in current Factory Mutual Research Corporation Approval Guide with at least FM 1-270 rating. 2. Description: 24 GA Galvalume with KYNAR 500 finish. Two-piece: 45 degree sloped galvanized steel sheet edge member securing top and bottom edges of formed metal fascia. 3. Fascia Face Height: TBD. 4. Edge Member Height Above Nailer: 1-1/4 inches (31 mm). 5. Length: 144 inches (3650 mm). 6. Functional Characteristics: Fascia retainer supports while allowing for free thermal cycling of fascia. 7. Aluminum Bar: Continuous 6063-T6 alloy aluminum extrusion with pre -punched slotted holes; miters welded; injection molded EPDM splices to allow thermal expansion. 8. Anchor Bar Cleat: 20 gage, 0.036-inch (0.9 min) G90 coated commercial type galvanized steel with pre -punched holes. 9. Curved Applications: Factory modified. 10. Fasteners: Factory -provided corrosion resistant fasteners, with drivers; no exposed fasteners permitted. 11. Special Shaped Components: Provide factory -fabricated pieces necessary for complete installation, including miters, scuppers, and end caps; minimum 14 inch (355 mm) long legs on comer pieces. 12. WARRANTY/GUARANTEE: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 7 of l I a. Provide a 20-year warranty for painted finish covering color fade, chalk, and film integrity. 2.7 ACCESSORY MATERLAL,S A. Wood Nailers: PS 20-dimension lumber, Structural Grade No. 2 or better Southern Pine, Douglas Fir; or PS 1, APA Exterior Grade plywood; pressure preservative treated. 1. Width: 3-1/2 inches (90 mm), nominal minimum, or as wide as the nailing flange of the roof accessory to be attached to it. 2. Thickness: Same as thickness of roof insulation. PART 3 - INSTALLATION 3.1 GENERAL A. Install roofing, insulation, flashings, and accessories in accordance with roofing manufacturer's published instructions and recommendations for the specified roofing system. Where manufacturer provides no instructions or recommendations, follow good roofing practices and industry standards. Comply with federal, state, and local regulations, B. Obtain all relevant instructions and maintain copies at project site for duration of installation period. C. Do not start work until Pre -installation Notice has been submitted to manufacturer as notification that this project requires a manufacturer's warranty. D. Perform work using competent and properly equipped personnel. E. Temporary closures, which ensure that moisture does not damage any completed section of the new roofing system, are the responsibility of the applicator. Completion of flashings, terminations, and temporary closures shall be completed as required to provide a watertight condition. F. install roofing membrane only when surfaces are clean, dry, smooth and free of snow or ice; do not apply roofing membrane during inclement weather or when ambient conditions will not allow proper application; consult manufacturer for recommended procedures during cold weather. Do not work with sealants and adhesives when material temperature is outside the range of 60 to 80 degrees F (15 to 25 degrees C). G. Protect adjacent construction, property, vehicles, and persons from damage related to roofing work; repair or restore damage caused by roofing work. l . Protect from spills and overspray from bitumen, adhesives, sealants and coatings. 2. Particularly protect metal, glass, plastic, and painted surfaces from bitumen, adhesives, and sealants within the range of wind-borne overspray. 3. Protect finished areas of the roofing system from roofing related work traffic and traffic by other trades. H. Until ready for use, keep materials in their original containers as labeled by the manufacturer. I. Consult membrane manufacturer's instructions, container labels, and Safety Data Sheets (SDS) for specific safety instructions. Keep all adhesives, sealants, primers and cleaning materials away from all sources of ignition. CITY OF FORT WORTH Backup Power and Electrical Improvements at lour Pump Stations CITY PROJECT NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 8 of 11 3.2 EXAMINATION A. Examine roof deck to determine that it is sufficiently rigid to support installers and their mechanical equipment, and that deflection will not strain or rupture roof components or deform deck. B. Verify that surfaces and site conditions are ready to receive work. Correct defects in the substrate before commencing with roofing work. C. Examine roof substrate to verify that it is properly sloped to drains. D. Verify that the specifications and drawing details are workable and not in conflict with the roofing manufacturer's recommendations and instructions; start of work constitutes acceptable of project conditions and requirements. 3.3 PREPARATION A. Take appropriate measures to ensure that fumes from adhesive solvents are not drawn into the building through air intakes. B. Prior to proceeding, prepare roof surface so that it is clean, dry, and smooth, and free of sharp edges, fins, roughened surfaces, loose, or foreign materials, oil, grease and other materials that may damage the membrane. C. Fill all surface voids in the immediate substrate that are greater than 1/4 inch (6 mm) wide with fill material acceptable insulation to membrane manufacturer. D. Seal, grout, or tape deck joints, where needed, to prevent material seepage into building. 3.4 VAPOR BARRIER INSTALLATION A. All deck/deck cover substrates (except metal decks) must be primed prior to application. Use only primer supplied by membrane manufacturer. B. Expanded Polystyrene, Extruded Polystyrene, Common Polyisocyanurate, Fiberglass, Wood Fiber, Perlite and existing single -ply roofs are not acceptable substrates for SBS bitumen adhesive. C. Application can be made at ambient temperatures as low as 25 OF (-4 °C) as long as membrane has been stored in a heated area so that it will be between 50 OF (10 °C) and 100 OF (38 °C) at the time of application. D. Install with minimum 3" (76.2 mm) side laps and 6" (152.4 mm.) end laps. E. Roll in with a 75 lb. (34 kg) roller to fully mate each roll to substrate, including all lap areas. 3.5 INSULATION AND COVER BOARD INSTALLATION A. Install insulation in configuration and with attachment method(s) specified in PART 2, under Roofing System. B. Install insulation in a manner that will not compromise the vapor retarder integrity. C. Install only as much insulation as can be covered with the completed roofing system before the end of the day's work or before the onset of inclement weather. D. Lay roof insulation in courses parallel to roof edges. E. Neatly and tightly fit insulation to all penetrations, projections, and nailers, with gaps not greater than 1/4 inch (6 mm). Fill gaps greater than 1/4 inch (6 mm) with acceptable insulation. Do not leave the roofing membrane unsupported over a space greater than 1/4 inch (6 mm). CITY OF FORT WORTH Backup Power and Electrical Irnprovennents at four Pump Stations CITY PROJECT NUMBER; 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 9 of I K. Adhesive Attachment: Using specified adhesive, engage deck to pattern and extent required by Factory Mutual for FM Class specified in PART 2 and membrane manufacturer, whichever is more stringent. 3.6 SINGLE -FLY MEMBRANE INSTALLATION A. Beginning at low point of roof, place membrane without stretching over substrate and allow to relax at least 30 minutes before attachment or splicing; in colder weather allow for longer relax time. B. Lay out the membrane pieces so that field and flashing splices are installed to shed water. C. Install membrane without wrinkles and without gaps in seams; bond and test seams and laps in accordance with membrane manufacturer's instructions and details. D. Install membrane adhered to the substrate, with edge securement as specified. E. Adhered Membrane: Bond membrane sheet to substrate using membrane manufacturer's recommended bonding material, application rate, and procedures. 1. Do not apply bonding material to fleece backing or to seaming area of membrane. F. Roll the installed membrane with a weighted roller to ensure full contact with the substrate. G.Edge Securement: Secure membrane at all locations where membrane terminates or goes through an angle change greater than 2 in 12 inches (1:6) using mechanically fastened reinforced perimeter fastening strips, plates, or metal edging as indicated or as recommended by roofing manufacturer. 1. Exceptions: Round pipe penetrations less than 18 inches (460 mm) in diameter and square penetrations less than 4 inches (200 min) square. 2. Metal edging is not merely decorative; ensure anchorage of membrane as intended by roofing manufacturer. 3.7 FLASHING AND ACCESSORIES INSTALLATION A. Install flashings, including laps, splices, joints, bonding, adhesion, and attachment, as required by membrane manufacturer's recommendations and details. B. Metal Accessories: install metal edgings, gravel stops, and copings in locations indicated on the drawings, with horizontal leg of edge member over membrane and flashing over metal onto membrane. l . Follow roofing manufacturer's instructions. 2. Remove protective plastic surface film immediately before installation. 3. Install water block sealant under the membrane anchorage leg. 4. Flash with manufacturer's recommended flashing sheet unless otherwise indicated. 5. Where single application of flashing will not completely cover the metal flange, install additional piece of flashing to cover the metal edge. 6. If the roof edge includes a gravel stop and sealant is not applied between the laps in the metal edging, install an additional piece of self-adhesive flashing membrane over the metal lap to the top of the gravel stop; apply seam edge treatment at the intersections of the two flashing sections. 7. When the roof slope is greater than 1:12, apply seam edge treatment along the back edge of the flashing. C. Existing Scuppers: Remove scupper and install new scupper. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUM13ER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 10 of 1 l D. Roofing Expansion Joints: Install as shown on drawings and as recommended by roofing manufacturer. E. Flashing at Walls, Curbs, and Other Vertical and Sloped Surfaces: Install weathertight flashing at all walls, curbs, parapets, curbs, skylights, and other vertical and sloped surfaces that the roofing membrane abuts to; extend flashing at least 8 inches (200 mm) high above membrane surface. 1. Use the longest practical flashing pieces. 2. Evaluate the substrate and overlay and adjust installation procedure in accordance with membrane manufacturer's recommendations. 3. Complete the splice between flashing and the main roof sheet with specified splice adhesive before adhering flashing to the vertical surface. 4. Provide termination directly to the vertical substrate as shown on roof drawings. F. Roof Drains: 1. Existing Drains: Remove all existing flashings, drain leads, roofing materials and cement from the drain; remove clamping ring. 2. Taper insulation around drain to provide smooth transition from roof surface to drain. Use specified pre -manufactured tapered insulation with facer or suitable bonding surface to achieve slope; slope not to exceed manufacturer's recommendations. 3. Position membrane, then cut a hole for roof drain to allow 1/2 to 3/4 inch (12 to 19 mm) of membrane to extend inside clamping ring past drain bolts. 4. Make round holes in membrane to align with clamping bolts; do not cut membrane back to bolt holes. 5. Apply sealant on top of drain bowl where clamping ring seats below the membrane 6. Install roof drain clamping ring and clamping bolts; tighten clamping bolts to achieve constant compression. G. Flashing at Penetrations: Flash all penetrations passing through the membrane; make flashing seals directly to the penetration. I. Pipes, Round Supports, and Similar Items: Flash with specified pre -molded pipe flashings wherever practical; otherwise use specified self -curing elastomeric flashing. 2. Pipe Clusters and Unusual Shaped Penetrations: Provide penetration pocket at least 2 inches (50 mm) deep, with at least 1 inch (25 min) clearance from penetration, sloped to shed water. 3. Structural Steel Tubing: If corner radii are greater than 1/4 inch (6 mm) and longest side of tube does not exceed 12 inches (305 mm), flash as for pipes; otherwise, provide a standard curb with flashing. 4. Flexible and Moving Penetrations: Provide weathertight gooseneck set in sealant and secured to deck, flashed as recommended by manufacturer. 3.8 FINISHING AND WALKWAY INSTALLATION A. Install walkways at access points to the roof, around rooftop equipment that may require maintenance and where indicated on the drawings. B. Walkway fads: Adhere to the roofing membrane, spacing each pad at minimum of 1.0 inch (25 mm) and maximum of 3.0 inches (75 mm) from each other to allow for drainage. CITY OF FORTWORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJIXT NUMBER: 103410-2 07 54 23 PRECAST CONCRETE BUILDING ROOFING SYSTEM Page 11 of I 1. if installation of walkway pads over field fabricated splices or within 6 inches (150 mm) of a splice edge cannot be avoided, adhere another layer of flashing over the splice and extending beyond the walkway pad a minimum of 6 inches (150 mm) on either side. 2. Prime the membrane, remove the release paper on the pad, press in place, and walk on pad to ensure proper adhesion. 3.9 FIELD QUALITY CONTROL A. Inspection by Manufacturer: Provide final inspection of the roofing system by a Technical Representative employed by roofing system manufacturer specifically to inspect installation for warranty purposes (i.e., not a salesperson). B. Perform all corrections necessary for issuance of warranty. 3.10 CLEANING A. Clean all contaminants generated by roofing work from building and surrounding areas, including bitumen, adhesives, sealants, and coatings. B. Repair or replace building components and finished surfaces damaged or defaced due to the work of this section; comply with recommendations of manufacturers of components and surfaces. C. Remove leftover materials, trash, debris, equipment from project site and surrounding areas. 3.11 PROTECTION A. Where construction traffic must continue over finished roof membrane, provide durable protection and replace or repair damaged roofing to original condition. END OF SECTION CITY OF FOR`r WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 DIVISION 09 FINISHES 099100 Painting Page 1 of 6 SECTION 09 9100 PAINTING PART1- GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior and interior substrates. 1.3 DEFINITIONS A.MPI Gloss Level 1: Not more than five units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B.MPI Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C.MPI Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. D.MPI Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. E. MPI Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. F. MPI Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523. G.MPI Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A.Product Data: For each type of product. Include preparation requirements and application instructions. 1. Include Printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted. 2. Indicate VOC content. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches (200 nun) square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. D.Product List: Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. Include color designations. 1.5 MAINTENANCE MATERIAL SUBMITTALS A.Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: I034I0-2 099100 Painting Page 2 of 6 1. Paint: 5 percent, but not less than 1 gal. (3.8 L) of each material and color applied. 1.6 QUALITY ASSURANCE A.Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.8 FIELD CONDITIONS A.Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg C). B.Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces, C. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. PART 2- PRODUCTS 2.1 NL4,NUFACTURERS A.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Behr Process Comoration. 2. Beniamin Moore & Co. 3. Coronado Paint; Ben iamin Moore Comoanv. 4. Dulux (formerly ICI Paints): a brand of AkzoNobel. 5. Glidden Professional. 6. Kelly -Moore Paint Comoanv Inc. 7. PPG Architectural Finishes. Inc. 8. Pratt & Lambert. 9. Sherwin-Williams Comoanv (The). B. Products: Subject to compliance with requirements, provide one of the products listed in the Interior Painting Schedule for the paint category indicated. 2.2 PAINT, GENERAL A.MPI Standards: Products shall comply with MPI standards indicated and shall be listed in its "MPI Approved Products Lists." B. Material Compatibility: 1. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. C['1'Y OF FORT WORTFI Backup Power and Electrical [rnprovernma at Four Purnp Stations CITY PROJECTNUMBHR: 1034I0-2 099100 Painting Page 3 of 6 2. For each coat in a paint system, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. C. Colors: As selected by Engineer from manufacturer's full range. PART 3 - EXECUTION 3.1 EXAMINATION A.Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Fiber -Cement Board: 12 percent. 3. Masonry (Clay and CMUs): 12 percent. 4. Wood: 15 percent. 5. Gypsum Board: 12 percent. 6. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D.Plaster Substrates: Verify that plaster is fully cured. E. Spray -Textured Ceiling Substrates: Verify that surfaces are dry. F. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. G.Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A.Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates and paint systems indicated. B.Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. D.Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer. 1. SSPC-SP 2. CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 099100 Painting Page 4 of 6 F. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. G.Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. H.Alum.inum Substrates: Remove loose surface oxidation. I. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. J. Cotton or Canvas Insulation. Covering Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. 3.3 APPLICATION A.Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. C.Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. D.Paintirig Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work, 1. Paint the following work where exposed in equipment rcoms: a. Equipment, including panelboards and switch gear. b. Uninsulated metal piping. c. Uninsulated plastic piping. d. Pipe hangers and supports. e. Tanks that do not have factory -applied final finishes. 2. Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. CITY OF FORT WORTH Backup Power and L:lectrical improvements at Four Pump Stations C[TY PROJECT NUMBER: 103410-2 099100 Painting Page 5 of 6 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A.Dry Film Thickness Testing. Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A.At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B.After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C.Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Engineer, and leave in an undamaged condition. D.At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A.Concrete Substrates, Nontraffic Surfaces: 1. High -Performance Architectural Latex System MPI INT 3.1C: a, Prime Coat: Primer, alkali resistant, water based, MPI #3. b. Topcoat: Latex, interior, high performance architectural (MPI Gloss Level 2), MPI #138. B.Concrete Substrates, Traffic Surfaces: 1. Concrete Stain System MPI INT 3.2E: a. Topcoat: Stain, interior, for concrete floors, MPI 958. C. Steel Substrates: 1. Latex over Shop -Applied Quick -Drying Shop Primer System MPI INT 5.1X: a. Prime Coat: Primer, quick dry, for shop application, MPI 9275. b. Topcoat: Latex, interior, flat (MPI Gloss Level 1), MPI #53. 3.7 EXTERIOR PAINTING SCHEDULE A.Concrete Substrates, Nontraffic Surfaces: 1. Latex Syste;n MPI EXT 3.1A: a. Prime Coat: Primer, alkali resistant, water based, MPI #3. b. Intermediate Coat: Latex, exterior, matching topcoat. c. Topcoat: Latex, exterior, low sheen (MPI Gloss Level 3-4), MPI #15. B. Concrete Substrates, Traffic Surfaces: 1. Clear Scaler System MPI EXT 3.2G: a. Prime Coat: Sealer, solvent based, matching topcoat. CITY OF FORT WORTIT Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER. 103410-2 099100 Painting Page 6 of 6 b. Intermediate Coat: Sealer, solvent based, matching topcoat. c. Topcoat: Scaler, solvent based, for concrete floors, MPI 9104. END OF SECTION CITY OF FORT WORTH Backup Pawer and Electrical Improvements at Four Pump Stations CITY PROJECTNUMBER: 103410-2 SECTION 09 96 00.01 HIGH-PERFORMANCE COATINGS PART1- GENERAL 1.1 WORK INCLUDED 09 96 00.01 - 1 HIGH-PERFORMANCE COATINGS Pagel of26 A.Furnish labor, materials, equipment and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B.Protective coatings are special coatings to be used at specific locations or on specific surfaces as indicated herein and are complementary to the coating surfaces specified in Section 09 9100 "Painting" in that every surface of every description, except those which are specifically noted not to receive a coating finish, must be covered by a paint system as specified in this Section or in Section 09 9100 "Painting.". C. Protective coatings must be applied to the following surfaces: 1. Metal surfaces located outside of buildings and other structures anywhere on the Site, and, as called for or noted in the plans. 2. Structural steel located in the following areas: a. Inside and outside the electrical buildings 3. Petrolatum (Wax) Tape at the following locations: a. Buried flexible couplings. A. The following must not be coated and must be protected from drips, overspray, etc. unless indicated otherwise 1. Stainless steel piping, materials and equipment. 2. Galvanized steel piping, materials and equipment unless specifically indicated to be coated. 3. Aluminum materials and equipment. 4. Interior electrical items. D.Special applications for painting include the following: 1. Aluminum surfaces in contact with or embedded in concrete must be treated in accordance with Section 03 30 00 "Cast -In -Place Concrete." E. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It is the Contractor's responsibility to determine if the materials to be disposed of are classified as Hazardous Waste. Disposed of waste, hazardous or otherwise, must be in accordance with applicable regulations. Contractor must be aware of and understand the regulations concerning disposal of waste generated by coating operations. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment CITY OF FORT WORTH Backup Power and Flectrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 09 96 00.01 - 2 HIGH-PERFORMANCE COATINGS Page 2 of 26 a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A.Acceptable Manufacturers: Products which comply with the Contract Documents and are manufactured by the following companies will be acceptable: 1. Tnemee Company, Inc. 2. Carboline. 3. PPG Protective & Marine Coatings. 4. The Sherwin-Williams Company. 5. Akzo Nobel / International Paint, LLC. 6. ICI Devoe High Performance Coatings. 7. Plasite Protective Coatings. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the Specifications. Coating products of the same type must be supplied by the same manufacturer. Do not mix products from different sources. B. Applicator's Qualifications: Applicators must be qualified in this line of work and have a minimum of 5 years of experience in the application of the protective coatings of the types specified herein. Submit a list of recent projects and names of references for those projects. C. Product Quality: 1. Use only the coatings specified in this Section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material must not show excessive settling in a freshly opened full can and must be easily re -dispersed with a paddle to a smooth, homogeneous state. It must show no curdling, livering, caking, or color separation and must be free of lumps or skim surfaces. D.Inspection: 5. Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 6. Provide Engineer minimum 3 days of notice prior to start of surface preparation work or coating application work. 7. Perform Work only in the presence of Engineer unless Engineer grants prior approval to perform such Work in Engineer's absence. Approval to perform Work in the Engineer's absence is limited to the cuff ent day unless specifically noted to extend beyond the completion of the workday. 8. Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, must not be construed to relieve the Contractor of responsibility to perform the Work in accordance with the Contract Documents. 1. Contractor is solely responsible for testing for this Section, at no further cost to the Owner. Engineer may also make such tests if it is considered necessary. Cooperate with the Engineer, providing equipment, scaffolds, and other equipment as requested by the Engineer. CITY OF FORT WORTH Backup Power and E'slactrical Improvements at Four Pump Stations CITY PROJECTNUMBER: 103410-2 09 96 00.01 -3 HIGH-PERFORMANCE COATINGS Page 3 of 26 E.Testing Equipment: Furnish the testing apparatus necessary for testing coatings, including the following: 1. One set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Wet -film thickness gauges. Give one to Owner's representative. Each painter must keep one to test paint as it is applied. 9. One electronic dry -film thickness gauge capable or measuring 0-200 mils with calibration standards approved by the Bureau of Standards. 3. One Elcometer 319 Dewpoint Meter or approved equal. 10. One Tinker and Rasor Model M 1 Holiday Detector, or approved equal, and recommended wetting agent and/or High Voltage Holiday Detector if required for coating thickness specified. 11. One set of SSPC-VIS 1, 3 and 4 - Visual Standards as applicable. F. Testing Reports: Submit an inspection report for each coating applied on the Project. The testing report must be completed on a form furnished by the Engineer and must bear the signature of the Contractor and the Owner's representative. B. The Contractor must schedule a construction conference prior to any fieldwork being completed. The meeting will be at the Site and will include the Owner, Contractor, painting superintendent, Engineer, Owner's representative and coating manufacturer's representative. At this meeting the coating plan and schedule will be reviewed in detail. 1.4 SUBMITTALS A.Submittals must be in accordance with Section 0133 00 "Document Management." B. The following Product Data for products, including manufacturer's data sheets, are due prior to ordering coating and surface preparation materials: 1. Coating manufacturer's color selection literature for coating materials and caulk. 2. Sample warranty document for products. 3. Provide certification from the manufacturer that all coatings will not contain more than 0.06 percent by weight of lead in the cured coating for each coat applied. 4. Coating manufacturer's Product Information and Safety Data Sheets (SDS) for each coating and caulk material. Product Information must include the following: a. The manufacturer's published instructions for use in specifying and applying all proposed coatings. b. Application instructions written and published by the coating manufacturer. c. All anticipated limitations, precautions and requirements that may adversely affect the coating, that may cause unsatisfactory results after the application or that may cause the coating not to serve the purpose for which it was intended, must be clearly and completely stated in the instructions. Limitations and requirements must include, but are not necessarily limited to the following: I ) Surface preparation. 2) Method(s) of application. 3) Thickness of each coat (maximum and minimum DFT). 4) Drying and curing time of each coat. 5) Time (minimum and maximum) allowed between coats. 6) Thinner and use of thinner. 7) Proper mixing of coating before application. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 96 00.01 - 4 HIGH-PERFORMANCE COATINGS Page 4 of 26 8) Weather limitations during and after application (temperature and humidity, time weighted). 9) Physical properties of coating, including percent solids content by volume. 10) Equipment settings (air cap, fluid tip, equipment pressure settings, etc.). 11) Pot life at various temperature and humidity conditions. 12) Provide documentation that interior coating system is compatible with the cathodic protection system. C.The following samples are required prior to ordering the materials: 1. Three samples of selected exterior finish colors for approval on 6-inch by 6-inch swatches, Label each swatch with the manufacturer's name, coating name/type, color name and number. C. The following Product Data is required prior to coating Work: 1. Coating Plan: a. Anticipated coating process schedule by date, including dates when hold -point inspections arc anticipated. Schedule must indicate detailed activities on a daily basis. b. Detailed procedures and schedule for all pre -cleaning, surface preparation and application of coating, including touch-up and repair procedures for all coating systems. c. Recoat schedule on the submitted coating materials. d. Data sheets must include curing characteristics and recommendations regarding complete coating curing. e. Provide a written plan documenting how spent cleaning debris and/or paint over spray or droplets will be contained/confined to the jobsite and tank site during the surface preparation and coating application operations. Reasonable care must be exercised by the Contractor to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property owners. Include all materials and method to be used for protection of exterior surfaces and allow for recovery and disposal of paint scraps and blast media. 2. Provide documentation on proposed containment system methods for blasting and coating operations. 3. Contractor must submit evidence of notification of the appropriate office of the Texas Commission on Environmental Quality (TCEQ) prior to abrasive blasting as required. Submit copies of any obtained permits. 4. Coating Manifest - Within 48 hours of coating delivery to the jobs ite, the Contractor must record the batch number stamped on each coating container and submit a typed fist to the Owner's representative. Minimum information required is listed below. a, Date of delivery to jobsite. b. Name and signature of superintendent recording the data. c. List of batch number including corresponding coating identification, color, date of manufacture and volume of each container. D.The following Certified Test Report(s) are required prior to coating Work: 5. SDS sheets for all abrasive to be used on the Project. 6. Certification and laboratory test results indicating recycled metallic abrasive per SSPC- AB 2 or 4 and atomic absorption test results. 1.5 STANDARDS A.The applicable provisions of the following standards apply as if written here in their entirety. Adhere to the latest standards and codes published by the following organizations. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 09 96 00.01 - 5 HIGH-PERFORMANCR COATINGS Page 5 of 26 D. In the event of a conflict between the published standards, codes, and this Section, the more stringent requirement govern as interpreted by the Engineer. B.Refer to Section 02 83 03 "Removing, Handling and Disposing of Coatings and Sails Containing Heavy Metals" for additional standards applicable to heavy metal -based coating removal and disposal. 1. NSF International (NSF)1 American National Standards institute (ANSI): NSF/ANSI Standard Drinking Water System Components — Health Effects 61 2. ASTM International (ASTM): ASTM D523 Standard Test Method for Specular Gloss ASTM D610 Standard Test Method for Evaluating Degree of Rusting on Painted Steel Surfaces ASTM D2244 Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates ASTM D3359 Standard Test Methods for Rating Adhesion by Tape Test ASTM D4214 Standard Test Methods for Evaluating the Degree of Chalking of I Exterior Paint Films 1 ASTM D4258 Standard Practice for Surface Cleaning Concrete for Coating ASTM D4259 Standard Practice for Abrading Concrete ASTM D4260 Standard Practice for Liquid and Gelled Acid Etching of Concrete ASTM D4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method ASTM D4285 Standard Test Method of Indicating Oil and Water in Compressed Air Standard Test Methods for Field Measurement of Surface Profile of ASTM D4417 Blast Cleaned Steel ' ASTM D4541 Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Tester ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates ASTM D5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates ASTM D6386 Standard Practice for Preparation of Zinc (Hot -Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting ASTM D7234 Standard Test Method for Pull -Off Adhesion Strength of Coatings on Concrete Using Pull -Off Adhesion Testers ASTM D7682 Standard Test Method for Replication and Measurement of Concrete Surface Profiles Using Replica Putty Standard Practice Test Method for Measuring humidity with a ASTM E337 Psychrometer (the Measurement of Wet- and Dry -Bulb Temperatures) ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride 3. American Water Works Association (AWWA): 1 AWWA C210 I Liquid -Epoxy Coating and Linings for Steel Water Pipelines CITY OF FORT WORTH Backup Power and (Electrical Improvements at Four Pump Stations CITY PROIECT NUMBER: 103410-2 09 96 00.01 - 6 HIGH-PERFORMANCE COATINGS Page 6 of 26 AWWA C222 I Polyurethane Coatings and Linings for Steel Water Pipe and ! Fittings 4. Consumer Product Safety Act, Part 1303, 1, Environmental Protection Agency (EPA). 2. International Concrete Repair Institute (ICRI): Technical Selecting and Specifying Concrete Surface Preparation for Coatings, Guideline No. Sealers and Polymer Overlays 03732 Standard 310.2 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays and Concrete Repair with CSP Chips NACE International (NACE): NACE TPC2 Coating and Lining for Immersion Service: Chapter Safety, Chapter 2 Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection NACE SP0178 Design Fabrication, and Surface Finish Practices for Tanks and Vessels to be Lined for Immersion Service NACE SP0188 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates NACE SP0178 Surface Finishing of Wclds Prior to Coating; Weld Replica Only to be used with NACE SPO 178 NACE RP0287 Field Measurement of Surface Profile of Abrasive Blast Cleaned Steel Surfaces Using a Replica Tape 6. National Association of Pipe Fabricators (NAPF): Surface Preparation Standard for Ductile Iron Pipe and Fittings in NAPF 500-03 Exposed Locations Receiving Special External Coatings and/or Special Internal Linings 7. Occupational Safety & Health Administration (OHSA): 1915.35 Standards - 29 CFR Painting 1926.62 Standards - 29 CFR I Lead The Society for Protective Coatings (SSPC): SSPC-VIS 1 Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning SSPC-VIS 3 Guide and Reference Photographs for Steel Surfaces Prepared by Power and Hand Tool Cleaning SSPC Vol. 1 Good Painting Practices SSPC-AB I Mineral and Slag Abrasives SSPC-AB 2 Cleanliness of Recycled Ferrous Metallic Abrasives SSPC-AB 3 Ferrous Metallic Abrasives SSPC-AB 4 Recyclable Encapsulated Abrasive Media in a Compressible Matrix SSPC-SP 1 Solvent Cleaning SSPC-SP 2 Hand Tool Cleaning SSPC-SP 3 Power Tool Cleaning SSPC-SP 11 Bare Metal Power Tool Cleaning SSPC-SP I6 Brush -Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non -Ferrous Metals SSPC-PA 1 Shop, Field and Maintenance Painting of Steel SSPC-PA 2 Determining Compliance to Required DFT CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 96 00.01 - 7 HIGH-PERFORMANCE COATINGS Page 7 of 26 SSPC-PA 10 Guide to Safety and Health Requirements for Industrial Painting Projects SSPC-PA 17 Procedure for Determining Conformance to Steel Profile/Surface Roughness/Peak Count Requirements SSPC Guide 6 Containment of Debris (CON) SSPC Guide 12 Illumination of Painting Projects SSPC Guide 15 Retrieval and Analysis of Soluble Salts 8. SSPC/NACE International Joint Standards: SSPC-SP 5/NACE 1 SSPC-SP 6/NACE 3 SSPC-SP 7/NACE 4 SSPC-SP 10/NACE 2 SSPC-SP 13/NACE 6 White Metal Blast Cleaning Commercial Blast Cleaning Brush - Off Blast Cleaning Near - White Metal Blast Cleaning Surface Preparation of Concrete 9. Texas Commission on Environmental Quality (TCEQ): 1 30 TAC Chapter 290, Subchapter I Rules and Regulations for Public Water Systems D 1.6 DELIVERY AND STORAGE A.Deliver coating products to the jobsite in original unopened containers, with manufacturer's label and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. B.Use one location at each jobsite for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances will they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids must comply with the city, state, or other fire codes. C. Storage of coatings and other products must be in accordance with the manufacturer's requirements. Coatings that have been damage or not stored properly must not be applied and must be removed from the jobsite. D.All 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.All materials must be delivered to the jobsite in original sealed containers with the date of manufacture and batch number stamped thereon by the coating manufacturer. Materials are subject to random observations by the Owner's representative at the jobsite. 1.7 ENVIRONMENTAL CONDITIONS A.Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings and thoroughly clean prior to application of coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 96 00.01 - 8 HIGH-PERTORMANCE COATINGS Page 8 of 26 B. Coatings must only be applied when conditions fall within the parameters listed in the .manufacturer's printed data. E. Contractor must provide dehumidification equipment sized to maintain dew point temperature 5 deg F or more above surface temperature of metal surfaces to be prepared and coated. C. Do not apply any coatings when, weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer's recommendations and the provisions of this Section. D.Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when there is dust in the air. Surfaces exposed to direct sunlight must be shaded by awnings or other protective devices while coatings are being applied, if recommended by coating manufacturer, When necessary, provide temporary heating devices of a type that produces no fumes or water vapor which will discolor the paint system. E. Heating and Dehumidification: 1. Dehumidification equipment must be used to control the environment during surface preparation, rehabilitation, coating application and coating curing at no additional cost to the Owner, if acceptable environmental conditions cannot be met. If the Contractor cannot meet the required environmental conditions to apply the interior coating system per this Section and the coating manufacturer's written recommendations, Contractor will cease operations until approved dehumidification equipment has been provided and acceptable environmental conditions are achieved. If coating system is applied without dehumidification or in conditions not acceptable by this Section and by the coating manufacturer's written requirements, Contractor must fully remove coating system applied and replace per the Engineer's direction. 2. Contractor must furnish all labor, materials, equipment, fabrication and quality control inspections, and all other incidentals required to control and maintain the environment of the reservoir within the parameters stated in this Section and must incorporate these and any other expenses into its bid. 3. Owner reserves the rights, in the event the dehumidification equipment is not performing to the minimum requirements stated in this Section, to require the Contractor to modify and or add additional equipment to satisfy the conditions of this Section, at the sole cost to the Contractor. 4. It is the Contractor's responsibility to provide adequate dehumidification equipment to meet this specification and the coating manufacturer's requirements of this Section and coating manufacturer's requirements. The coating manufacturer's limits of surface temperature, tank inside air temperature and relative humidity requirements will govern, if more stringent than the requirements stated within this Section. F. Forced Ventilation: 1. Provide continuous forced fresh air ventilation when working inside of containment systems or enclosed areas that are not openly vented from the beginning of surface preparation through final coating operations and coating curing 2. Forced ventilation must be supplied per the recoat time required by the coating manufacturer and at least 48 hours after the final coat has been applied. 3. From the beginning of interior coating applications to until the coating system is cured, the Contractor must monitor the air for the lower explosion limit (LEL) as published in the coating manufacturer's product SDS. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 099600.0I-9 HIGH-PERFORIMANCE COATINGS Page 9 of 26 4. Contractor is responsible for supplying, installing and maintaining the torceu ventilation system. G. Containment System: 1. Contractor must provide containment methods, either full or partial, which allows for the containment of the environmentally sensitive waste, dust and paint over spray that will be generated during the abrasive blasting and painting operation. 2. Minimum Containment for Field Surface Preparation: a. Provide a minimum SSPC Guide 6 (CON) Class 3A.DLE3 containment system when dry abrasive blasting. b. Provide a minimum SSPC Guide 6 (CON) Class 2W containment system when wet abrasive blasting. All water must be contained and properly disposed of. c. Provide a minimum SSPC Guide 6 (CON) Class 2P.E3 containment system when power tool cleaning. 3. The ground surrounding the project area must be protected from all debris, emissions, dust, and other materials generated in the cleaning operations with a minimum of two layers of polyethylene covered with plywood or the same material used for the perimeter containment system. 4. Containment is not required when blasting on the interior of a completely enclosed area (i.e. roof is in place) as long as no visible emissions are created. 5. Contractor must ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind, escape to the atmosphere, or to adjacent buildings, private property, work sites, parking lots, etc. 6. Owner reserves the right to stop Work or require containment, additional containment or different containment methods if the Contractor's operations create a nuisance beyond the tank site property line in the sole opinion of the Owner, the Engineer, the Owner's representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system must be included by the Contractor in the Base Bid. 7. Contractor will be responsible for all materials that are used and for any apparatus used to contain dust emissions, debris, overspray, and coating droplets. The containment system attachments to existing or proposed structures must be designed by a professional engineer, licensed in the state where the Project is located, not to impose excessive loading on the structure. Contractor must submit the designed and sealed details of the containment system on the tank. 8. Any damage to the structure(s) as a direct or indirect result of the containment system must be repaired or sections replaced by the Contractor at no additional cost to the Owner. Neither the Owner, nor the Owner's Engineer, assumes any responsibility for the structural ability of the structure to support the containment system. 9, If tarps are used as part of the containment system, the tarps must be an impervious, solid, flame -resistant material, reinforced with a fiber mesh and must allow as much light as possible to pass through the material. F. Visible Emissions: 10. Contractor must control visible emissions and releases while dust producing activities are underway. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034 t 0-2 09 96 00.01 - 10 HIGH-PERFORMANCE COATINGS Page 10 of 26 11. Visible emissions more than SSPC Guide 6, Level 1 (1 percent of the workday or 5 minutes in an 8-hour shift) are unacceptable. Sustained emissions of more than 1 minute, regardless of the total time of emissions for the day is unacceptable. If unacceptable emissions are observed, Contractor :must shut down immediately and correct the situation and clean up any debris generated from the release to the satisfaction of the Engineer before continuing Work. 1.8 WORKING CONDITIONS A.Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination must be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. B.Temporary ladders and scaffolds must conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. 1.9 WARRANTY/GUARANTEE A.Protective coating must be guaranteed for a period of 1 year from the date of the Owner's acceptance of the Project. B. A warranty inspection must be conducted prior to the end of the warranty period. Any Defective Work discovered at this date must be corrected by the Contractor in accordance with the Contract Documents at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 GENERAL COATING REQUIREMENTS A.All coatings must be free of heavy metals such as arsenic, barium, chromium, selenium, silver, lead, mercury and cadmium. U.riil coatings in contact with potable water must be certified as per NSF 61. C. All coatings subimtterior used. on this Project must comply with the EPA's Clean Air Act for maximum VOC (volatile organic corrpouud) limits. D.Finish coatings must be from the same batch. 2.2 MATERIALS A.CoatiH,.Products are to be as follows, Type A - Alkyd-Pbonolic Univerrsal Primer antifee#urer Approved Cnafing Tnemee Series 37H Chem -Prime H.S. l Sherwin-Williams Kem Kromik Universal Akzo Nobel 1 Interlae 573 International Paint, LLC Devoe Coatings Devprime 1403 Carboline Carbocoat 150UP l PPG Multiprime 4360 CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 1 �4'Ia��uF$etl�r�r Tnemec Sherwin-Williams l Akzo Nobel 1 International Paint, LLC Devoe Coatings ' Carboline PPG 09 96 00.01 - 11 111C,H-PERFORMANCE COATINGS Page I I of 26 Type B-Epoxy-Pislyaanide Primer Approve] Cnating Series 66 Copoxy Primer Intergard 251; lntergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping Devran 201 V Seri -es 890 Amercoat 385 Type C - FcnetruIing Epoxy Pre -Primer Manufacturer Apprnved Coating Tnemec Sherwin-Williams 1 Akzo Nobel / International Paint, LLC Devoe Coatings Carboline PPG Approved Equal Macropoxy 920 Pre -Prime Interbond 600 Approved Equal Rustbond Penetrating Sealer Amerlock Sealer Typo D - inorganic Zinc Prima r (Mlnimum 80%'Line by We] ghf} Manufacturer Approved Coating Tnemec Series 90-98 Tneme-line Carboline Carbozinc 12 VOC Sherwin-Williams Zinc Clad II Plus PPG Dimetcote 9 VOC Approved Manufacturer Approved Equal Type -Er - 0rgslaic Zinc 1110mer (NDn1murn 800/6 T.,Ine by Weight) Manufactures' Approved Coating Tnemec Series 90-97 or 90G-1 K97 Tneme-Zinc Carboline Carbozinc 959 Sherwin-Williams Corothane I Galvapac PPG Amercoat 68HS Akzo Nobel 1 Interzinc 52 International Paint, LLC Approved Manufacturer Approved Equal CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMB BR. 103410-2 ,ate uf�eturer Tnemec Sherwin-Williams Akzo Nobel / International Paint, LLC Devoe Coatings Carboline PPG 11+11unnE�et�rer Tnemec Sherwin-Williams Akzo Nobel 1 International Paint, LLC Devoe Coatings Carboline PPG 09 96 00.01 - 12 HIGH-PERFORMANCE COATINGS Page 12 of 26 Type to - alkyd Enamel Approved Coating Series 2H Hi -Build Tneme-Gloss DTM Alkyd Enamel Interlac 665 Devlac 1431 Carbocoat 8225 Fast Dry 35 Type 6 - Epoxy-Poiyamide Coatings Approved Coating Series 66 Macropoxy 646 Epoxy Intergurd 475HS; Interseal 670HS for valves and gates, PVC pipe and conduit, submerged structural steel and misc. metals, and submerged piping Bar -Rust 235 Carboguard 60 Amerlock 385 Type H - Epoxy-Polyamlde Cos ings for Po[able Water Sr 61 Certified} Manufiteturer Approved Canting Tnemee Series 20 Pota-Pax or N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy Akzo Nobel / International Paint, LLC Devoe Coatings Carboline PPG F - MarluFucturer Tnemec Sherwin-Williams Akzo Nobel / International Paint, LLC Devoe Coatings Interline 850 or Interseal 670HS (NSF colors) Bar -Rust 233H Series Carboguard 61 Amerlock 2/400 Type 1= Aliphittle Polyurethane Er amw Approved Coating Series 1074 Endura-Shield II Hi -Solids Polyurethane Inlerthane 990 Series Devthane 379 Series CITY ON FORT WORTH Backup Power and I?lectrical Improvements at Hour Pump Stations CITY PROJECT N UMBER: 103410-2 0996OO.Ol-13 HiGH-PERFORMANCE COATINGS Page 13 of26 I Type I - AlIph2tie Pal yureIhane Enamel Manufacturer -- Approved Coating Carboline Carbothane 133HB (Satin) or Carbothane 134HG (High Gloss) PPG Pitthane Ultra Series Typed , Silicone Aluminum Cootingsi For Iiigh Temperature Manufacturer Approved (:opting 'I.nelmec Series. 39 Silicon: Alunai:nu n Sherwin-Williams Silver Brite Aluminum B59S8 Akzo Nobel / International Paint, LLC Devoe Coatings PPG 1 Carboline Manufaeturw Tnemee Sherwin-Williams Akzo Nobel / International Paint, LLC Devoe Coatings PPG Carboline intertherm 50 Series Intertherm 50 Series Hi -Temp 500 Carbozinc 11; Finish: Theimaline 4700 Series (up to 1000 deg 4 F); Thermaline 4900 (up to 450 deg F) Type K Epoxy Concrete Cnating Approved Conting Series 46H-413 Hi -Build Theme -Tar Tar Guard Epoxy Interzone 954 Devtar 5A Series Amercoat 78HB Coal Tar Epoxy Bitumastic 300M Type L - Nuwulac Vinyl EsLer/N ovolae Epoxy Concrete Crating - Hjgh Friction I Surface (IfFS) i1I;3111�r,1t{turcr Approved CDJ1Ih] ; Tnemec Series G436 Perma-Shield / Chembloc Series 252SC Sherwin Williams Dura-Plate 8200 Akzo Nobel / International Paint, LLC PPG Carboline Ceilcote 380 / 2420F Flakeline System SFT 675 / F1akeRez 8303 Carboguard 510 Series I Plasite 4500 Series CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Puntp Stations CITY PROJECTNUMBFR: 103410-2 09 96 00.01 - 14 HIGH-PERFORMANCE COATINGS Page 14 of 26 7'yPt, M - ifjgl1 oIids I1,;poxy Sllolane Manufactul<iw Approved Goering Carboline Carboxane 2000 l Sherwin-Williams Sher-Loxane 800 PPG PSX 700 Polysiloxane J Approved Manufacturer Approved Equal l Type N - Epoxy Mask - Manufacturer Approved Coming Carboline Carbomastic 15 Sherwin-Williams Epoxy Mastic II f PPG Amerlock 2/400 AL l Tnemec Chembuild Series 135 AkzoNobel/International Interseal 670HS Paint, LLC Type 0 - Elastom t:ric PnIyu rethane Hybrid k1snulacturer Approved Costing Carbotine Reactamine 760 Series Sherwin-Williams Poly -Cote 115 PPG Amerthane 490 Tnemec Elasto-Shield Series 406 AkzoNobel/International Polibrid 705E Elastomeric Paint, LLC Type P - Glass Flake Reinfinreed Epoxy — — Manufacturer Approved Coating Carboline Approved Equal Sherwin-Williams Sher -Glass FF PPG Amerlock 2/400 GF '1'netiie:> Tnemec Series G435 AkzoNobel/International Approved Equal Paint, LLC Type - 106 Percent Satkh Epoxy for Wntewater Manufacturer Approved Coating Carboline Plasite 4550-S Novolac Epoxy CITY OIL FORT WORTH 13ackup Power and Electrical Improvements at Four Pump stations CITE' PROJECT NUMBER: 103410-2 09 96 00.01 - 15 HIGH-PERFORb1ANCE COATINGS Page 15 of 26 Type Q - 100 Pereent SGlids Epoxy for Waste►varer F—MS1rt+kfscturer Approved Coating Sherwin-Williams Dura-Plate 6000 Amine Epoxy PPG Novaguard 890 or Novaguard 810 Novolac Epoxy Tnemec Perma-Glaze Series G435 or Series G436 Modified Polyamine Epoxy AkzoNobel/international Approved Equal Paint, LLC B.Petrolatum (Wax) Tape: 1. Petrolatum (wax) tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. 2. Approved Manufacturers: a. Trenton Corp. - Trenton Primer and #1 Wax -Tape. b. Denso North America, Inc. - Denso Paste and Densyl Tape. c. Approved equal. <_.Ptpc.`vWrap Tape System: l . System must be dcsigm-d to mechanically protect coated piping from corrosion and abrasion in above ground bel w growid and submerged conditions and be compatible with specified pipe coating system(s). 2. System must be UV resistant and may be constructed of HDPE, PVC, o~x tiberglass with an adhesive backing on one side for application to coated piping. 3. System must include a fiberglass reinforced outer shield for abrasion resistance and be able to be top coated for aesthetics. 4. Approved Manufacturers: a. SealFoxLife. b. Denso North America, Inc. c. Approved equal. 2.3 COLOR SELECTION A.The color chart must include the complete available range of colors, including tints and shades. Owner will select the colors during construction. B. Use a multi -color system coating for any surface receiving more than one coat. Each coat must be tinted differently from the preceding coat in a manner that will allow the various coats to be easily distinguished. Colors must generally be from light to dark shades, but the Contractor may have the option to select tint shades to insure coats will receive adequate coverage without bleeding or otherwise showing through the preceding coat. C.Piping and equipment must be color coded in accordance with the requirements of the TCEQ. PART 3 - EXECUTION 3.1 GENERAL H. All coatings must be applied in strict conformance with the coating manufacturer's published specifications, this Section, or as approved by the Engineer. CITY Ol, FORT WORTH Backup Power and Electrical Uuprovements at Four Pump Stations MY PROJECT NUMBER: 103410-2 099600.01-16 HIGH-PERFORMANCE COATINGS Page 16 of26 A. Surfaces which will be inaccessible after installation must be coated prior to installation or must be coated and approved in stages as the Work is installed. B. Engineer will approve surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer's approval will be stripped back to bare metal and repainted. C.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 sei vice. D.The number of coats called for in this Section are considered the minimum required. If more coats are required to provide the specified dry film thickness or for complete coverage and uniform appearance, they must be provided at no additional cost to the Owner. 3.2 STEEL SURFACE PREPARATION A.The adequacy of the preparation of steel surfaces will be determined by comparing the surface with SSPC VIS 1 "Pictorial Surface Preparation Standards for Painting Steel Surfaces" and SSPC VIS 3 "Guide and Reference Photographs for Steel Surfaces Prepared by Power and Hand Tool Cleaning." Prepare surfaces in accordance with the following requirements: 1. SSPC-SP I —Solvent CIcaning. 2. SSPC-SP 2 — Hand Tool Cleaning. 3. SSPC-SP 3 — Power Tool Cleaning. 4. SSPC-SP 5 / NACE 1-- White Metal Blast Cleaning. 5. SSPC-SP b / NACE 3 — Commercial Blast Cleaning. 6. SSPC-SP 7 / NACE 4 — Brush -Off Blast Cleaning, 7. SSPC-SP 10 / NACE 2 — Near -White Blast Cleaning. 8. SSPC-SP 11 — Power Tool Cleaning to Bare Metal. B. The resulting surface profile must be in accordance with the coating manufacturer's recommendations. C. "Solvent Cleaning" must be performed prior to rubscqu,.,La surface preparation, including abrasive blast cleaning. All sharp edges and welds must be ground smooth to a rounded contour and all weld splatter must be removed prior to abrasive blasting. Edges of metal to be coated must be rounded to a minimum of 1/16-inch radius of chamfered a minimum of 1/16 inch at an angle of 45 degrees. D.Welds and adjacent areas: Prepared such that there is: a. No undercutting or reverse ridges on the weld bead. b. No weld spatter on or adjacent to the weld or any other area to be painted. c. No sharp peaks or ridges along the weld bead. d. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 1.. Weld profiles must conform to NACE RP0178, Profile `D'. 3.3 DUCTILE IRON PIPE AND FITTINGS SURFACE PREPARATION A.Prepare surfaces in accordance with the following requirements: I . NAPF 500-03-01 — Solvent CIcaning. 2. NAPF 500-03-02 — Hand Tool Cleaning. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: I03410-2 09 96 00.Ot - t7 HIGH-PERFORMANCE COATINGS Page 17 of 26 3. NAPF 500-03-03 — Power Tool Cleaning. 4. NAPF 500-03-04 — Abrasive Blast Cleaning for Ductile Iron Pipe. 5. NAPF 500-03-05 — Abrasive Blast Cleaning for Cast Ductile Iron Fittings. B."Solvent Cleaning" must be performed prior to subsequent surface preparation as specified in NAPF 500-03. 3.4 PETROLATUM (WAX) TAPE A.Petrolatum (wax) tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. B.Tape must be installed on all buried flexible couplings and at locations indicated on the Drawings and as specified. 3.5 PIPE WRAP TAPE SYSTEM A.Tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. B. Tape must be installed on all piping at the transition between above grade and below grade. Coat piping a minimum of 2 feet vertically above and below the ground surface. C.Paint wrap to match adjacent piping. 3.6 CONCRETE SURFACE PREPARATION A.The adequacy of the preparation of concrete surfaces will be determined by comparing the surface with ICRI Surface Finish Comparators. Prepare surfaces in accordance with the following requirements and the coating manufacturer's recommendations: 1. SSPC-SP 13 / NACE 6 — Surface Preparation of Concrete. 2. [CBI CSP 3 — 5, or as required by the coating manufacturer. B.Allow a minirnurn of78 days curing time to elapse berme comings are applied. Conerfle surfaces which are scheduled to receive coatings must be in accordance with the coating manufacturer's moisture requirements. Contractor must provide any primers required by the coating manufacturer to address outgassing, as needed. C. Contractor must field verify that the pH of the concrete is suitable for application per the coating manufacturer's product requirements. D.Bug holes, air pockets, voids or imperfections in the concrete surface must be filled or patched with a cementitious resurfacing material approved by the coating manufacturer. E. All coating terminations points, including from concrete to metal are to include a 1/4-inch key cut. F. Concrete Surface Preparation Inspection: I. Adhesion Testing: a. Tensile testing of the surface preparation must be performed by the Contractor using a Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D7234 using 2-inch diameter dollies for concrete surface adhesion testing. Provide a minimum of three tests (dollies) per area and coating system. Engineer will select location of test dollies. b. Concrete surface or applied coating must be scored for concrete adhesion testing. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY FROJECTNUMBGR: 103410-2 09 96 00.01 - 18 HIGH-PERFORMANCE COATINGS Page 18 of 26 c. Adhesive failure greater than 50 percent of the dolly surface area indicate inadequate surface preparation. d. Cohesive failures which result in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. e. Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. 2. Concrete Soundness: Concrete soundness will be determined using the scratching or hammer impact methods as defined in SSPC-SP 13, 3, Moisture Content: Moisture must be tested as specified in SSPC-SP 13 and in accordance with ASTM D4263 and ASTM F 1869 (for conditioned spaces). Moisture content cannot exceed the moisture content recommended by the coating manufacturer. 3.7 SURFACE PREPARATION A.Clean and degrease surfaces prior to abrasive blasting by solvent cleaning as specified using solvents, detergent/water, emulsions, and steam. Proposed method must be documented in the coating plan. Contractor must contain and properly dispose of all runoff and debris from cleaning. B.If the following conditions exist or are prevalent, surface preparation and coating must be delayed or postponed until conditions are favorable. Each day's coating must be completed in time, to permit the film sufficient drying time prior to damage by atmospheric conditions or changes. No sarfacc pi epuration can negin or coating applied: When the surface, air or material is below or above the manufacturer's printed instructions, 3. When surfaces are wet or damp. 4. During weather conditions of rain, snow, fog or mist. 5. When the air and steel temperature is less than 5 deg F above the dew point temperature. 6. If the relative humidity is above 85 percent. 7. When it is expected that the dew point, air and/or surface temperature will be below or above the coating manufacturer's recommended temperatures within 4 hours after applications of coating, minimum. Coating manufacturer may require additional time between application and temperature and weather changes. J. Shop Surface Preparation: 1. Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints, Work is subject to the Engineer's approval before shipment to the jobs ite. 2. Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed and approved by the Engineer may he shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with the Specifications. 3. Prepare surfaces by abrasive blasting as specified and apply shop prime coat. Shop primed steel plates must not have primer extended within 4 inches along all edges to be welded. All primer within 4 inches of an area to be welded must be removed prior to welding. Welding of painted surfaces will not be allowed. C. All pre -assembled shop primed items must be prepared in accordance with these specifications and inspected by the Owner's representative before and after priming. CITY OF I,ORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 101410-2 09 96 00.01 - 19 HLGEI-PERFORMANCE COATINGS Page 19 of 26 D.Abrasive Blasting: 1. Prior to commencing abrasive blasting operations, the Contractor must perform a test blast to verify that the surface cleanliness and profile meet the requirements of this Section and meet the coating manufacturer's requirements for the coating to be applied. If the test section does not meet the requirements, the Contract must make changes to the abrasive materials and/or methods to provide suitable blast. 2. Abrasive blast only the amount of surface area which can be primed the same day or before any rust starts to form, whichever occurs first. Areas which are not painted the same day must be re -blasted on the day the prime coat is applied. 3. Shrouding or recovery of all blast material will be mandatory during all exterior blasting. 4. Contractor must contain all waste and process discharge in accordance with the accepted methods for the process and materials that are in abatement. 5. Where abrasive blast cleaning will not remove or properly prepare metal surfaces, hand and/or power tool cleaning must be used to remove such conditions as weld splatter, laminations and radius -sharp edges. Hand tool or power tool trust 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 not limited to the following: a. Noise reducing devices. b. Hose coupling safety devices. c. Electrical grounding devices. d. Moisture traps and filters. e. Fresh air hoods for all blasters. f. "Dead Man" switches on all blast hoses. g. Air dryers. K. Surface profile must be in accordance with manufacturer's printed requirements. E. The adequacy of the preparation of surfaces must be determined by comparing the surface with SSPC-VIS 1, SSPC-VIS 3, NACE RP0178 and ICRI Surface Finish Comparators. F. Adcgx4e surface preparation must be verified throughout surface preparation per SSPC-PA 17. Minimum testing requirements: 1. Test the surface profile within the first 15 mimitC$ and one additional time during each work shift or 12-hour period, whichever is shorter for each gun or blastin&apparatus used or at any time the process producing the acceptable profile indicated above is changed, as interpreted by the Engineer. 2. Select a minimum of three 6-inch square locations and take two readings. The average to the two readings is a "profile measurement." The group of three locations is the "location average." The location average must be within the specified profile range. 3. Contractor must report the location averages (lowest location average and highest location average, and the profile measurement for each surface preparation apparatus. 4. If the substrate has been previously coated, an existing profile may exist. Contactor must adjust blast media size to ensure that the resulting surface profile meets the profile required. G.Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they are understood to refer to the applicable specifications indicated. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 96 00.01 - 20 HIGH-PERFORMANCE COATINGS Page 20 of 26 H.Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacuum - blasting methods may be required. Coating manufacturer's recommendations for wet blast additives and first coat application will apply. 1. Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. 3.8 PREPARATION OF HOT -DIP GALVANIZED COATED STEEL, STAINLESS STEEL AND NON-FERROUS METALS A.For galvanized coated steel, remove all soluble and insoluble contaminants. Prepare hot -dipped galvanized coated iron and steel products in accordance with ASTM D6386. B. Abrasive blast per SSPC-SP 16 to achieve an angular anchor profile as regrrired by the Loadug mam+fant„-r- C. Contractor is responsible for coordinating with the coating manufacturer to verify compatibility of the specified coating system with the provided surface preparation. 3.9 PREPARATION OF EXISTING COATED OR SHOP PRIMED SURFACES A.General: 1. Factory -applied primers to equipment must be those specified or verified by the Contractor to be compatible with the specified coating systems. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field -applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this Section, remove the factory -applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. 2. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent corrective procedures must be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. 1. Check for compatibility when applying coatings over existing coatings. Apply a test patch of the recommended coating system, covering at least 2 to 3 square feet or as directed by the Engineer. Allow to cure 1 week before testing adhesion per ASTM D3359 in the presence of the Engineer. If adhesion does not meet the manufacturer's published data, consult with the Engineer. 3. Shop primed or coated surfaces must be reviewed with the Engineer to determine if'the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. 4. if a cured epoxy, polyurethane, or plural -component material is to be top coated provide brush-off blast as specified herein or as recommended by the coating manufacturer. 5. Surface preparation recommendations of coating manufacturer are subject to approval of the Engineer. B.To Be Recoated or Final Coated: 1. Solvent clean. 2. Perform touch-up repairs of existing coating. 3. Asphaltic coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. CITY OF FORT WORTH Backup Power and Electrical Improvcmcnts at Four Pump Stations CITY PROJI-CT NUMBER: 103410-2 09 96 00.01 - 21 Ii10EI-PERFORMANCE COATINGS Page 21 of 26 C.Touch-Up Repairs: 1. Clean. Loose, abraded, or damaged coatings to substrate by power tool to bare metal per SSPC-SP 11 and/or NAPF 500-03-03 "Power Tool Cleaning." 2. Feather surrounding intact coating. 3. Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. 4. Apply one fud finish coat of the specified primer or finish coat(s) overall. D.Application of a Cosmetic Coat: 1. The exact nature of shop -applied coatings is not known in all cases. 2. Check compatibility by application to a small area prior to starting the coating. 3. If lifting or other problems occur, request disposition from the Engineer. 3.10 APPLICATION A.Contractor and painting technicians are responsible for the application of the coating system and must have current applicator approvals from the coating manufacturer, as required. B.After abrasive blast cleaning, dust and spent abrasive must be removed from the surfaces by vacuum process or with clean, dry, oil -free compressed air. C.The prime coat must be applied as soon as possible after the blasting and surface cleaning is completed, inspected and approved by the Inspector. Blasted surfaces must be coated before rust forms on the surface. No prepared surface will be allowed to receive a coating if "rust bloom" or surface discoloration has oceurred. All blasted surfaces must be coated to within 6 inches of the edge of a blasted area. No visible rust must be coated under any circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed time between blasting and coating. Leave an uncoated strip of exposed metal to clearly identify where abrasive blasting was halted. D.Provide mist coat if recommended by the coating manufacturer. E. All weld scares, gaps, edges, bolts and difficult areas to coat must receive a stripe coat. Stripe coat must be a contrasting color. Stripe coat may be applied with intermediate or finish coating, but must be applied prior to the installation of the finish coat. F. Contractor must apply each coat at the rate and in the manner specified by the coating manufacturer, except as may be modified herein. If material has thickened or must be diluted for application, coating must be built up to achieve the it- 151—, thickness as specified for each coat of the complete system= L. Maximum and minimum DFT must be per the supplied coating manufacturer's printed requirements and as required by this Section. DFT will be measured per SSPC-PA 2, Level 2 with an allowable measurement of spot DFT of: 1, Minimum DFT, as specified. 2, 120 percent of maximum DFT specified. M. Contractor and painting technicians are responsible for the application of coating system and must have current applicator certifications from the coating manufacturer. Submit certifications with coating submittal. G.Coatings which have an expired shelf or pot life may not be used and must be removed from the j obsite. H.Coat-ing must be applied by skilled workmen and must be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. CITY OF FORT WORTH Backup Power and Flectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 96 00.0 t - 22 HIGH-PLRFORMANCE COATINGS Page 22 of 26 I. Sand between coats to remove over spray and dry fall. J. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats must not to be applied before notifying the Owner's field representative and obtaining approval. Each coat must be tested before the successive coat is applied. K The coating curing period must be adjusted to compensate for less than adequate weather conditions, as recommended by the coating manufacturer, for complete curing of the entire coating system. The full curing time recommended by the manufacturer must be provided. L. Coating must be continuous and must be accomplished in an orderly manner to facilitate proper inspection control. M. Where a roller or brush is used to apply the coating, additional coats may be necessary to achieve the recommended dry film thickness and/or to achieve total coverage of the underlying surface. Coated surfaces must be totally free of all roller nap, roller marks, brush bristles and brush marks. N.When using conventional coating spray equipment for coating operations, effective oil and water separators combined with after coolers or deliquescent dryers must be used in compressed air lines to remove detrimental oil and moisture from the air. Separators must be placed as far as practical from the compressor. Compressors must be tested periodically by the Contractor for oil and water contamination of compressed air. Testing must follow ASTM D4285 "Standard Test Method of Indicating Oil and Water in Compressed Air." All compressor units found to produce unacceptable amounts of oil and or water, as determined by results of ASTM D4285 test data must be replaced with a compressor that is acceptable. O.For porous surfaces, such as concrete or masonry, a prime coat may be thinned to provide maximum penetration and adhesion. The type and amount of thinning must be determined by the coating manufacturer and is dependent on surface density and type of coating. P. Concrete and Steel Floors and Walks, including Bulk Storage Areas: 1. Provide non-skid surface in walkway areas and on floors. 2. Contractor is to include nonskid additive such as aluminum oxide to coatings or may use 50 mesh dry wash silica sand broadcasted into the film and back rolled to encapsulate as recommended by the coating manufacturer. 3. Contractor is to provide a test area to confirm with Owner that the non-skid surface is adequate and consistent. Contractor must modify method or products used as required to provide an acceptable surface. 3.11 FIELD QUALITY CONTROL A.Ficld Tests: Make wet film tests during painting operations to assure proper thicknesses of coating are being 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 Paragraph 3.10.G. Apply additional coats until the specified thickness is reached or exceeded. B.Holiday Testing: 1, Holiday testing must be performed in accordance with NACE SPOI 88 or ASTM D5162 for steel substrates and ASTM D4787 for concrete substrates. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 099E00.01-23 HIGH-PERFORMANCE COATINGS Page 23 of 26 2. Test the entire surface of coated steel and piping in moderate or severe environments, as determined by the Engineer, with a holiday detector. For thickness between 10 and 20 mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the holiday detector manufacturer, must be added to the water prior to wetting the detector sponge. 3. Holiday detect coatings in excess of 20 mils with high voltage holiday testers as recommended by the coating manufacturer. 1. Mark and repair failures in accordance with the manufacturer's printed instructions, then retest failure areas. No failures or other irregularities will be permitted in the final coats. Areas containing holidays must be repaired until tests indicate no holidays. 3.12 PROTECTION OF SURFACES NOT TO BE PAINTED N. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. O. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. P. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Q. Mask openings in motors to prevent paint and other materials from entering the motors. 3.13 DAMAGED COATINGS, PINHOLES, AND HOLIDAYS A.Feather edges and repaired in accordance with the recommendations of the paint manufacturer- B. Repair fusion bonded c­a*ings to be as recommended by the original applicator. Applicator must provide liquid repair kits for this purpose as recommended by the coating manufacturer. C. Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. 3.14 UNSATISFACTORY APPLICATION A.If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. B.Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. C.Evidence of runs, bridges, shiners, laps, or other imperfections are cause for rejection. D.Repair defects in coating system per written recommendations of coating manufacturer. E. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.15 COATING INSPECTION R. General: 1. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 2. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 ;9 96 Oa.0 i - 24 iGH -PER FOILAriANCE COATINGS Page 24 of26 3. Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper millage in these areas. S. Coating Thickness Testing: 1. Owner's representative may conduct coating thickness testing as necessary and without limitation.. 2. Measure coating thickness specified in mils with an electronic type dry film thickness gauge. 3. Check each coat for the correct millage. 4. Tests for concrete coating thickness may be taken using a Tooke Gauge or gauge approved for testing coatings over concrete substrates. Contractor must repair coating after thickness testing, if required. T. Coating Continuity (Holiday) Testing: Owner's representative will witness holiday testing performed by the Contractor. 3.16 CLEANING AND ADJUSTING A.Promptly remove trash and debris resulting from painting operation from the Site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B.Remove paint containers and waste products. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. U. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Contractor. 3.17 SCHEDULE A.Protective coatings must be applied in accordance with the following paint schedule. If additional or alternate primers, etc. are recommended by the coating manufacturer for any of the coatings specified, they must be provided at no additional cost to the Owner to provide a complete and compatible coating system, as approved by the Engineer. C1TY OF FORT WORTH Backup Power and Electrical [mprovements at Pour Pump Stations CITY PROJECT NUMBLR; 103410-2 System No. 1 No. 2 PROTECTIVE COATINGS PAINT SCRED ULE Application Submerged.Vletal - Potable Water All metal surfaces new and existing below a plane 1 ft. above the maximum liquid surface, metal surfaces above the maximum liquid surface which are a part of the immersed equipment, concrete embedded surfaces of metallic items under submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access manholes, gate guides and thimbles, and structural steel. Not to be used for potable water storage tanks. All coatings must be NSF 61 certified. Above -Grade Interior/Exterior Steel and D.I. Piping Non-ImmersionlNon-Corrosive Environment All metal surfaces new and existing, such as inside pump station buildings, exterior piping and valves, exterior structural steel, etc. Application Notes: 1. Proposed piping and valves may be provided with factory applied prime coat(s), with fusion bonded epoxy or Type H epoxy. For damaged factory applied coatings spot prime with Epoxy Mastic. Provide application of Type C and Type M coatings in the field. 2_ Proposed Field Coated and Existing Previously Coated Piping and Valves: Prepare as indicated and provide full coat of Epoxy Mastic and continue with stripe, intermediate and top coat as indicated. Surface Prep SSPC-SP 1 SSPC-SP 10 NAPF 500-03-01 NAPF 500-03-04 NAPF 500-03-05 For New Piping and Valves: SSPC-SP 1 SSPC-SP 6 NAPF 500-03-01 NAPF 500-03-04 NAPF 500-03-05 For Previously Coated Piping and Valves: SSPC-SP 1 SSPC-SP 3 NAPF 500-03-01 NAPF 500-03-03 Electrical Equipment - Exterior No 4 All new and existing exterior electrical panels and equipment with SSPC-SP 1 factory coatings. Not for pumps and motors. SSPC-SP 2 CITY OF FORT WORTH Improvements at Four Pump Stations 09 96 00.01 - 25 HIGH-PERFORMANCE COATINGS Page 25 of 26 Product 'Type No. of DFVCast Coats (mils) TYPE H - Epoxy- Polyamide 1 4.0 TYPE H - Stripe Coat TYPE H - Epoxy- 2 4.0 Polyamide Total Minimum Dry Film Thickness 12.0 mils rYPE N - Epoxy Mastic TYPE C - Penetrating 1 SA 1 2.0 lspoxy Pre -Primer '1'`a'PE M - Stripe Coat Type M - HS Epoxy 1 5.0-7.0 S aoxane Total Minimum Dry- film Thickness 1.2.0 laffis TYPE A - Alkyd -Phenolic 1 2.0 Universal Primer TYPPE F - Stripe Coat T)'PE F - Alkyd Enamel 2 3.0 Total !Minimum Dry- Film Thickness 8.0 mils. Backup Power and Electrical CITY PROJECT NUMSER: 103410-2 09 96 00.01 - 26 HIGH-PERFORMANCE COATINGS Page 26 of 26 Symm Application Surface Prep Product Type No. of Coats DVVCoat mils) TYPE B - Epoxy- 1 3.0 No. 6 Above -Grade Interior and Exterior PVC Pipe SSPC-SP 1 Polyamide Primer Exterior surfaces PVC piping. Light Sanding TYPE I - Aliphatic 1 3.0 Pfl1 ethane Enamel Total Minimum Dry Film Thickness 6.0 mils END OF SECTION CITY OF FORT WOR-FH Bac,mp Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 97 16 Pipeline Coatings and Linings Page I of 15 09 97 16 PIPELINE COATINGS AND LININGS PARTI- GENERAL 1.1 WORK RESULTS A.This Section covers the Work necessary to apply external polyurethane coating on steel pipe, external mortar coatings on pipe, field coating of joints, ana field repair of coatings damage,. complete- B. Exposed steel pipe will be coated as specified in Section 09 96 00,01 "High -Performance Coatings" unless specifically specified otherwise. 1.2 SUBMITTAL REQUIREMENTS A.Contractor submittals shall be made in accordance with Section 01 33 00 "Document Management." B. Shop Drawings: Catalog cuts; material safety data sheets; manufacturer's recommendations and instructions on surface preparation, application and curing; product performance reports; and other information for all products proposed. Provide copy of approved coating system submittals to the coating applicator. A. Coatings Inspector: Submit certification from NACE Certified Coatings Inspector Level III indicating the pipeline was properly inspected and defective coatings detected were properly repaired. C.Quality Control Submittals: Furnish the following: 1. Applicator's Experience with list of references substantiating compliance. 2. Coating manufacturer's certification stating the applicator meets or exceeds their coating application requirements and recommendations. 3. Coating manufacturer shall provide a copy of the manufacturer's coating application quality assurance manual. 4. If the manufacturer of field -applied coating differs from that of the shop applied primer, provide written confirmation from both manufacturers' that the two coating materials are compatible. 1. Certified Test Reports for all coating and lining. 2. At the start of coating and/or lining operations, the manufacturer shall certify that the coatings are being applied in accordance with the Specifications. 3. Submit reports from monthly follow-up site visits from manufacturer stating that the shop -applied coatings are being applied in accordance with the Specifications based upon monthly visits. 1.3 QUALITY ASSURANCE A.Coating Applicator's Experience and Certification: 1. Coating Application Company and coating application supervisor (Certified Applicator) shall have a minimum of 5 years' experience applying the specified coating system. Coating application personnel, whom have direct coating application responsibility, shall have a minimum of 2 years' practical experience in application of the indicated coating system. Backup Power and Eleetrical Tmprovements at Four Pump Stations CITY PROJECT NUMBFW 103410-2 09 97 16 Pipeline Coatings and Linings Page 2 of 15 2. Coating applicator shall be certified by the coating manufacturer as an approved applicator. B. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating technical support when requested by the Engineer. C. Coating and/or lining manufacturer technical representative shall provide a written report to the Engineer for each visit. Report shall include copies of test data collected, descxiption of observations, and all recommended corrective actions. Report shall be submitted within 5 working days after the visit. When deemed necessary by the Engineer, Work will not be permitted to proceed until the recommended corrective actions have been implemented. After all corrective recommendations have been completed; the manufacturer representative shall return and certify that the application complies with the manufacturer's coating application recommendations. 1.4 ABBREVIATIONS A.The following abbreviations are used in this Section: Abbrevintiona ANSI American National Standards Institute ASTM ASTM International AWS American Welding Society AWWA American Water Works Association ISO International Organization of Standards MDFT Minimum Dry Film Thickness Mils Thousandths of an Inch NACE NACE International NSF NSF International OSHA Occupational Safety and Health Act SSPC Society for Protective Coatings 1.5 DEFINITIONS A.Manufacturer's Representative: Employee of coating manufacturer who is factory trained and knowledgeable in all technical aspects of their products and systems. Sales representatives are not acceptable as a technical representative unless written authorization from the coating manufacture is provided which states the sales representative has full authority to act on the behalf of the coating manufacturer. 1.6 REFERENCE STANDARDS A.The applicable provisions of the following standards shall apply as iFwritten here in their entirety: 1. American National Standards Institute (ANSI) / NSF International (NSF) Standards: ANSIINSF 60 Drinking Water Treatment Chemicals Health Effects ANSIINSF 61 Drinking Water System Components — Health Effects Backup Power and Electrical Improvements at Four Pump Stations CITY PROM CT NUMBM 103410-2 0997 16 Pipeline Coatings and Linings Page 3 of 15 2. ASTM international (ASTNO Standards: ASTM Standard Specification for Concrete Aggregates C33/C33M `ASTM Standard Specification for Portland Cement C 150/C 150M Standard Test Methods for Vulcanized Rubber and Thermoplastic 1 ASTM D412 Elastomers — Tension I ASTM Standard Test Methods for Mandrel Bend Test of Attached Organic D522/D522M Coatings ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D2240 Standard Test Method for Rubber Property — Durometer Hardness Standard Test Method for Abrasion Resistance of Organic Coatings ASTM D4060 by the Taber Abraser I Standard Test Method for Pull -Off Strength of Coatings Using ASTM D4541 Portable Adhesion Testers ASTM Standard Test Methods for Water Vapor Transmission of Materials E96/E96M Standard Test Method for Impact Resistance of Pipeline Coatings 1 ASTM G14 (Falling Weight Test) Standard Test Method for Cathodic Disbondment Test of Pipeline ASTM G95 Coatings (Attached Cell Method) 3. American Water Works Association (AWWA) Standards: C205- Cement -Mortar Protective Lining and Coating for Steel Water `AWWA 80 Pipe-4-inch and Larger- Shop Applied Cold Applied Tape Coatings for the Exterior for Steel Water Pipe, 1 AWWA C209 Special Sections, Connections, and Fittings Liquid -Epoxy Coatings and Linings for Steel Water Pipeline and AWWA C210 Fittings Heat -Shrinkable Cross -linked Polyolefin Coatings for Steel Water AWWA C216 Pipe and Fittings Microcrystalline Wax and Petrolatum Tape Coating Systems for AWWA C217 Steel Water Pipe and Fittings Polyurethane Coatings and Linings for Steel Water Pipe and AWWA C222 Fittings Cement -Mortar Lining of Water Pipelines in Place — 4-inch and AWWA C602 Larger 4. International Org-inization for Standardization (ISO) Standards: Preparation of Steel Substrates before Application of Paints and ISO 8502-3 Related Products — Part 3: Assessment of Dust on Steel Surfaces Prepared for Painting (Pressure Sensitive Tape Method) 4. National Association of Corrosion Engineers (NACE) Standards: NACE SP Discontinuity (Holiday) Testing of New Protective Coatings on 0188 Conductive Substrates NACE SP High Voltage Electrical Inspection of Pipeline Coatings 0274 NACE RP Field Measurement of Surface Profile of Abrasive Blast -Cleaning 0287 Steel Surfaces Using Replica Tape Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBFIL• 103410-2 0997 16 Pipeline Coatings and Linings Page 4 of 15 5. Steel Structures Painting Council (SSPC} Standards: SSPC-SP-1 Solvent Cleaning SSPC-SP-2 Hand Tool Cleaning SSPC-SP-3 Power Tool Cleaning SSPC-SP-5 White Metal Blast Cleaning SSPC-SP-6 Commercial Blast Cleaning SSPC-SP- Near -White Blast Cleaning 10 SSPC-SP- Bare Metal Power Tool Cleaning II 1.7 SPECIAL WARRANTY REQUIREMENTS A.The Contractor and coating applicator shall warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work, 1.8 OBSERVATION OF WORK A.The Contractor shall give the Owner's Technical Representative a minimum of 14 days advance notice of the start of any Work to allow scheduling for shop or field observation. Provide Owner Representative a minimum 3 days' notice for actual start of surface preparation and coating application Work. B.Provisions shall be made to allow Owner Technical Representative full access to facilities and appropriate documentation regarding coating application. C. Observation by the Owner Technical Representative or the waiver of observation of any portion of the Work shall not be construed to relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. D.Materials shall be subject to testing for conformance with the Contract Documents as the Owner Technical Representative may determine, prior to or during incorporation into the Work. PART 2 - MATERIALS 2.1 GENERAL A.Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with referenced standards, written directions of the coating or lining manufacturer's, and this Section, whichever is more stringent. B.Coatings and linings will be stored, handled, and applied per manufacturer's written directions. C.Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions during the Project will not be permitted. 2.2 CONTRACTOR FURNISHED TEST EQUIPMENT B. Contractor shall provide the following coating test equipment for field testing of pipc for holidays: 1. IIoliday Test Equipment: a. Elcomder Model D236, 0 to 30 kV high voltage tester. Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 97 16 Pipeline Coatings and Linings Page 5 of 15 b. External pipe rolling spring probe, sized for the Project pipe diameter. c. Right-angle wire brush probe, 20-inches or larger. d. Telescopic probed extension handle, 2 to 4-foot length range. 2.3 EXTERIOR SHOP -APPLIED COATINGS A. General: 1. Steel pipe shall be mortar coated in accordance with AWWA C205, except as modified herein. The outside mortar coating shall be shop applied, and shall be in accordance with AWWA C205. Mortar coating reinforcing shall be electrically continuous with the steel cylinder; I -inch minimum thickness; cut back coating from joint ends no more than 2 inches to facilitate joining and welding of pipe. 2. Pipe that is atmospherically exposed shall be shop primed as specified herein and in Section 09 96 00.01 "High -Performance Coatings." 3. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall be coated for a minimum of 2 inches beyond the interior wall or floor surface. B.Exterior Coating for Exposed Steel Pipe: All atmospherically exposed or vault piping shall be shop primed with the coating system as specified in Section 09 96 00.01 "High -Performance Coatings." 2.4 INTERIOR SHOP -APPLIED LININGS A.Cement Mortar Lining: 1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205. 2. Cement: Conform to ASTM C 150, Type II. 3. Shop applied cement mortar lining shall be uniform in thickness over the full length of the pipe joint. Curing of the linings shall conform to the requirements of AWWA C205. 4. Aggregate shall be silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. 5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. B.Liquid Applied Epoxy Coating: 1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating joints for a minimum of two pipe diameters on each side of the insulated joint. 2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in accordance with ANSI/NSF Standards 60 and 61. 3. Epoxy shall be applied over the cement mortar lining where specified for the pipeline lining material. 4. Prepare the cement mortar lining by abrasive blasting to remove all laitance and provide a surface profile. 5. Cement mortar shall be allowed to cure for a minimum of 15 days prior to surface preparation and coating application or 7 days with steam curing. 6. Mortar lining shall be dty when epoxy lining is applied. Backup Power and Electrical Improvements at Four Pmnp Stations CITY PROJEICT NUMBER: 1034t0-2 0997 16 Pipeline Coatings and Linings Page 6 of 15 2.5 SPECIALS, FITTINGS, AND CONNECTIONS A.Coating and lining application for special sections, connections, and fittings for steel or ductile iron pipe shall conform to coating system and application requirements as specified in this Section. B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals; manholes; mitered angles or elbows; and pipes which require special fabrication that prevents mechanical production application of the specified coating system from end to end of pipe joint. C. In addition to the items listed as specials, the following items shall also be considered as specials: Pipe joints with pass through holes. D.Hand applied tape coatings will not be permitted on any specials, fittings, connections, and elbow fittings. E. Specials, fittings, and connections shall be externally coated with polyurethane coating system applied from end to end of pipe joint on all specials, fittings, and connections. 2.6 EXTERIOR FIELD JOINT COATING A.Pipe joints shall be field coated after pipe assembly with joint wrapper and mortar unless noted otherwise. B.Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape meeting AW WA C217 and encased in flowable fill. C. Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix interior joint mortar with as little water as possible until very stiff, but workable. Mix exterior joint mortar with water until it has consistency of thick cream. Mix cement grout to specific gravity of 19 lb/gallon or greater as measured by grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and at request of Owner's Representative. Add additional cement grout or water to mixed cement grout to bring mix to proper moisture content or specific gravity. Discard cement grout that has been mixed more than 20 minutes and is not at proper specific gravity or moisture content. 1. Portland Cement: ASTM C 150, Type H. Provide one type of cement for entire project. 2. Sand: a. Interior joints: ASTM C 35 fine graded plaster sand. b. Exterior joints: ASTM C 33, natural sand with 100 percent passing No. 16 sieve. 3. Water: Potable water with total dissolved solids less than 1,000 mg/l; ASTM D 512 chloride ions less than 100 mg/1 for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates. D.Provide approved Nonshrink Grout for Special Applications, Patches, and Repairs. Conform to requirements of ASTM C 1107, Nonshrink Grout, 2. Pre -blended factory -packaged material manufactured under rigid quality control, suitable for use in joints of prestressed concrete cylinder pipe. 3. Contain non-metallic natural aggregate and be nonstaining and noncorrosive. 4. Meeting NSF 61 Standard suitable For use in contact with potable water supply. 5. Exterior: Highly Plowable to fill joint wrapper without leaving voids or trapped air. Interior capable of being placed with plastic consistency. Backup Power and EAcctrical Improvements at Four Pump Stations CITY PROJEC'r NUMBER: 103410-2 0997 16 Pipeline Coatings and Linings Page 7 of 15 6. Compressive strength: ASTM C 1107 2,500 psi minimum 7-day unconfined; 5,000 psi minimum 28-day unconfined. 7. Non bleeding and non -segregating at fluid consistency. 8. Contain no chlorides or additives which -may contribute to corrosion of steel pipe. 9. Free of gas -producing, gas -releasing agents. 10. Resist attack by oil or water. I l . Mix, place, and cure in accordance with manufacturer's instructions and recommendations. Upon 72 hours notice, provide services of qualified representative of nonshrink grout manufacturer to aid in assuring proper use of product under job conditions. Representative to be on site when product is first used. 12. Mix cement grout to specific gravity of 17.7 lb/gallon or greater as measured by groutlslurry balance. Use balance manufactured grout/slurry by Baxoid or approved equal. Perform test in presence of and at request of Owner's Representative. Add additional cement grout to mixed cement grout or water to bring mix to proper moisture content or specific gravity. Discard cement grout that has been mixed more than 20 minutes and is not at proper specific gravity or moisture content. 13. Compressive strength: ASTM C 1107 2,500 psi minimum 7-day 'unconfined; 5,000 psi minimum 28-day unconfined. E.Finished surface of lining and interior joint to be comparable to surface rubbed with No. 16 Carborundum stone. Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat, and uniform -appearing finish. F. Joint Wrapper: Minimum width of 9 inches for 33-inch diameter and smaller; minimum width of 12 inches for diameters greater than 33-inch hemmed at edge to allow threading with minimum f- inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized, positioned, and sewn such that two circumferential edges of Ethafoam are V/a-inches from outer edge of wrapper. G.Field joint coating shall be compatible with the shop -applied coating system and provided by the same manufacturer or a manufacturer approved by the pipe coating manufacturer. H.Field joint coating materials shall be as follows or an approved equal. 1. Wax Tape Coating: a. Apply coating in accordance with AWWA C217, except as modified herein. b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint rods and brackets, and on joints, fittings, or irregular shapes or complex configurations that are not suited for the use of heat shrink coating system. c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping and appurtenances, or where subject to UV exposures. d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting or voids remain under the applied wax tape. e. Use sand backfill to protect wax coating from damage. f. Coating System: I) Surface Preparation: SP 11 Power Tool to Bare Metal. 2) Primer: Petroleum or petrolatum wax. 3) Filler Material: Filled Petroleum or petrolatum wax. 4) Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width maximurn, 40 mils thick. 5) Outer Wrap: PVC or tape suitable for application to inner tape. Backup Power and E.lectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 0997 16 Pipeline Coatings and Linings Page 8 of 15 6) Wax tape coating system shall be as manufactured by: a) Denso North American Inc., Houston, TX. b) Trenton Corporation, Ann Arbor, MI. c) Or approved equal. 2.7 FLELD-APPLIED INTERIOR JOLNT LINING A.Mortar Lining: 1. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C602. 2. Field -applied j oint lining shall be compatible with the shop -applied lining system and provided by the same manufacturer or a manufacturer approved by the shop -applied lining manufacturer. 3. After the backfill has been completed to final grade, the interior joint recess shall be filled with grout. The grout shall be tightly packed into the joint recess and troweled flush with the interior surface. Excess shall be removed. 4. At no point shall there be an indentation or projection of the mortar exceeding 1/16 inch. 5. With pipe smaller than 24 inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with grout. The joint shall be completed and excess mortar on the inside of the joint shall be swabbed out. 2.8 REPAIR OF COATINGS .AND LININGS A.Gencral: 1. Coating or lining repair materials shall be compatible with the shop -applied coating or lining system and shall be approved by the coating or lining manufacturer. 2. On mortar coated pipe, have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005 inch (a hairline) by using an approved method. If, in the opinion of the OPT, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 3. Remove, replace or reject any disbonded coating, Apply bonding agent to patch area. Excessive field -patching of coating shall not be permitted. Patching will not be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12 inches. In general, there shall not be more than one patch on either the lining or coating on any one joint of pipe. A patch larger than 100 square inches or 12 inches in greatest dimension shall not be accepted. Adequately cure patches. 4. Minor coating repairs for polyurethane coated or exposed pipe shall be as specified herein. B.Exposed Pipe Coating System: Touch-up repair all damage to the primer and/or intermediate coats with the specified coating system prior to final coating of the pipeline in accordance with Section 09 96 00.01 "High -Performance Coatings." Backup Power and Electrical improvements at Four Pump stations CITY PROIIiCT NUMBER: 103410-2 0997 16 Pipeline Coatings and Linings Page 9 of 15 PART 3 - EXECUTION 3,1 ENVIRONMENTAL LIMITATIONS A.General: 1. Products shall comply with federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposure. 2. Comply with applicable federal, state, and local, air pollution and environmental control regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, and coating application. 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees above the dew point of the ambient air. 4. Do not apply coatings when: a. Surface and ambient temperatures exceed the maximum or minimum temperatures recommended by the coating manufacturer or the Specifications. b. In dust or smoke -laden atmosphere, blowing dust or debris, damp or humid weather, or under conditions that could cause icing on the metal surface. c. For epoxy coatings or linings when it is expected that surface temperatures would drop below 5 degrees above dew point within 4 hours after application of coating. d. Whenever relative humidity exceeds 85 percent for polyurethane coating application. 5. Where weather conditions or Project requirements dictate, Contractor shall provide and operate heaters and/or dehumidification equipment to allow pipe surfaces to be abrasive blasted and coated as specified and in accordance with the manufacturer's coating application recommendations. 6. Work activities can be restricted by the Engineer until adequate temperature and humidity controls are in place and functioning within the environmental limits specified. 7. Coating applicator shall provide a monitoring system approved by the coating manufacturer that constantly records pipe and coating conditions during coating application. Recorded monitoring parameters shall include pipe temperature, line speed, surface preparation, holiday test and other parameters applicable to the type of coating. B. Temperature Control: 1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature between 45 and 90 degrees or 5 degrees above dew point, whichever is greater. 2. When temperatures are above or below the coating manufacturer's recommended application temperatures, the Contractor will provide temperature controls as necessary to permit Work to precede within the manufacturer's temperature limitations. 3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and control heating or cooling effectiveness. 4. Heating shall be with indirect fired heaters that do not increase humidity levels within the work area. Heaters shall be sized for the area to be heated. C.Dehumidification and Ventilation: 1. Contractor shall provide dehumidification equipment when necessary for shop or field environmental control during surface preparation and/or coating application. Dehumidification equipment shall be properly sized to maintain dew point temperature 5 degrees or more below surface temperature of metal surfaces to be cleaned and coated. Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 09 97 t6 Pipeline Coatings and Linings Page 10 of 15 2. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration, condensation or icing shall be prevented throughout surface preparation and coating application. 3. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on Project requirements and anticipated weather conditions. 4. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. 5. Contractor to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment Supplier. 6. Daily environmental condition monitoring and maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. 7. Reblasting of flash rusted metal surfaces or removal of damaged coatings, because of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Contractor, 2. If the required environmental conditions cannot be maintained throughout the coating process, the Installation Contractor shall provide the following: a. Desiccant dehumidification equipment to maintain environmental conditions 24 hours a day during abrasive blasting, coating application and cure. Liquid, granular or loose lithium chloride drying systems will not be acceptable. b. Ventilation within the environmentally controlled areas shall meet the following requirements: 1). Two air exchanges per hour, minimum. 2). Maintenance of lower explosive limits (LEL) to less than 50 percent of the most volatile solvent used in the performance of the Work. 3). Maintenance of personnel exposure limits (PEL) at 50 percent of OSHA PEL limits for all chemicals used in the performance of the Work. 3.2 SURFACE PREPARATION A. General: 1. Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of coating manufacturer whose product is to be applied. 2. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning. 3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. 4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting. 5. Priming and coating of pipe shall be completed the same day as surface preparation. B. Weld Surface Preparation: 1. Requirements: Spray applied coating systems do not require weld grinding. C. Steel Surface Preparation: Backup Poorer and Electrical Improvements at Four Pump Stations CITY PROTECT NUMBER; 103410-2 099716 Pipeline Coatings and. Linings Page l l of 15 l . Surface preparation of steel pipe shall be in accordance with SSPC surface preparation standards utilizing the degree of cleanliness specified for the coating system to be applied or as specified herein, whichever is more stringent. 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree of cleanliness and coating adhesion specified. 3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 4. Polyurethane coating system shall have a sharp angular surface profile of the minimum depth specified. 5. Work shall be performed in a manner that does not permit the cleaned metal surface to rust back or flash rust. 6. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to the metal surface cleanliness prior to rust back or flash rusting. Determination of the equivalent surface cleanliness shall be at the Engineer's sole discretion. 3.3 SHOP -APPLIED COATING SYSTEMS A. Steel pipe shall be coated in accordance with AWWA C205. 3.4 EXTERIOR COATING HOLDBACK A.Coating holdbacks shall be straight and cut through the full thickness of the coating. B. Cutbacks shall be completed in a manner that permits field coating of joints in accordance with the manufacturer's recommendations and as specified herein. C.Holdbacks shall be as required for proper jointing of pipe, considering joint welding requirements, and be as follows: Holdbacks Push -on joint, spigot 1 inch before centerline gasket Push -on, bell Flush with bell end Welded, spigot 3 inches, minimum Welded, Bell 4-inches, minimum D.Dielectric Coating Holdback Corrosion Protection: I , Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible with the specified joint coating system and weld after backfiil requirements, when applicable. 2. Approved holdback primers are: a. Tnemec Omnithane: Suitable for all joints, except joints subject to weld after backfill. b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc -Rich Primer: Suitable for all joints, including weld after backfilling joints. c. ICI Devoe Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints including weld after backfilling joints. d. Polyken or Other Tape Primers: Not allowed. 3. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld after backfilling operations. 4. Application and thickness of holding primer shall be in accordance with the coating manufacturer's recommendations but shall not impair the clearances required for proper joint installation. Backup Power and Electrical Improvements at hour Pump Stations CITY PROJECT NUMB H It: 103410-2 0997 16 Pipeline Coatings and Linings Page 12 of 15 Primer application on spigot end of field welded pipe shall be held back 1 to 2 inches from the end of the spigot or as necessary to prevent toxic fumes during field welding. Any corrosion within the holdback areas shall be abrasively blasted to near white metal in accordance with SSPC-SP10 or power tool cleaned to bare metal in accordance with SSPC- SP1 I prior to applying joint coating. 3.5 PIPE LINING APPLICATION A. Shop-appli ed Cement Mortar Lining: 1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-by- 4-inch No. 13 gage welded steel wire mesh. 3. Brace and support pipe during lining application to minimize pipe distortion or vibration. Bracing and supports shall not damage the pipe, coating, or lining, 4. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of thickness and strength to resist shipping, handling, and storage stresses. 5. Damage to the cement mortar lining, including disbondment, cracking, or blistering, caused by improper curing, shipping, handling, or installation shall be repaired in accordance with AVJWA specifications and to the satisfaction of the Engineer. 6. Other requirements of mortar lining materials and processes: As specified in AWWA C205. B.Liquid Epoxy Lining: 1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where specified with two coats of epoxy coating, 2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating joint for a minimum of one pipe diameter. If only one side of the joint can be coated the coating shall be applied for a minimum of two pipe diameters. 3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior to surface preparation of the mortar and epoxy coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer's requirements for application on cement or concrete, whichever is greater. 4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable anchor profile. 5. Epoxy coating shall be applied in two coats minimum, at a total coating thickness of 16 mils dry film thickness. Coating applied over cement mortar lining shall be applied in a manner that will minimize gassing and pinholes in the completed lining, 6. Mortar lining shall be dry during epoxy lining application. 3.6 FIELD COATING JOINTS A.Gencral; 1. Remove all oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SPI, Solvent cleaning. Backup PoweT and Electrical improvements at Four Pump Stations CITY PI2Q.1KTNUMBER: 103410-2 0997 16 Pipeline Coatings and Linings Page 13 of 15 2. Clean pipe surface and adjacent coating of all mud, corrosion, and other foreign contaminates in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal or abrasive blast joints in accordance with SSPC-SP10, near white metal blast, that exhibit any surface corrosion or staining. When required, clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating, 3. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 4. Complete joint bonding of pipe joints before application of joint coating. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5. Contractor to electrically test completed joint coating for holidays with high voltage spark tester. B.Exterior Joint Protection for Mortar Coated Steel Pipe: Make the exterior joint by placing a joint wrapper -around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3.7 REPAIR OF COATING AND LININGS A.General: I . All areas where holidays are detected or coating is visually damaged, such as blisters, tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas where no holidays are detected but are visually damaged shall also be repaired. 2, Mortar coating or lining repair materials shall be compatible with the shop -applied coating or lining system and shall be approved by the coating or lining manufacturer. 3.8 INSPECTION AND TESTING A.General: 1. Applicator shall inspect and, test the coating system in accordance with referenced standards and this Section, whichever is more stringent. 2. The frequency of the testing skull be determined by the applicator but shall not be less than the requirements of this Section. B. Adhesion Testing: General: a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped without adhesion testing will be field-tested. Pipe rejected in the field will be returned to the shop for repair at the sole expense of the Contractor. b. A minimum of two pipes will be tested for adhesion from each lot of pipe coated up to 3000 square feet of pipe. An additional adhesion test will be conducted on every increment up to 2000 square feet of pipe coated in excess of the first 3000 square feet of pipe. (i.e. if one workday of production is 6000 square feet of pipe, four adhesion tests will be conducted on the pipe lot.) Adhesion testing shall be conducted on not less than 50 percent of each pipe produced within a lot. Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT N U MBER: 103410-2 0997 16 Pipeline Coatings and Linings Page 14 of 15 c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a work shift, but not to exceed 12 hours. d. The pipe coating applicator shalt repair all coating damage from shop adhesion testing. Contractor shall be responsible for coating repairs for all field adhesion testing. e. Adhesion tests will be performed not less than 24 hours after coating application. Tests conducted prior to 24 hours will be acceptable only if the test meets or exceeds the adhesion criteria specified and the test was requested by the pipe fabricator. f. Pipe will be randomly selected for adhesion testing. g. Owner or the Owner's representative has the right to conduct additional adhesion testing as deemed necessary to assure the pipe meets or exceeds the requirements of this Section at any time and location. 2. Rejection of Coating: a. If any pipe within a lot fails to meet the test criteria specified for the coating type, that pipe shall be rejected along with all other pipes within the lot. Each pipe within the rejected pipe lot will then be individually tested and rejected on a pipe -by -pipe basis in conformance with the test procedures and criteria specific for the coating type. b. All rejected pipe shall have all coating removed from the Kill -length pipe and the pipe abrasive blasted and recoated. C.Holiday Testing: I . Holiday tests on polyurethane coatings, linings or heat -shrink sleeves will be conducted on the completed coating or lining after cure or 24 hours, whichever is less, using a high voltage spark test in accordance with NACE Standard SP0274 and the Specifications. 2. Coating thickness used for holiday testing shall be the minimum specified coating thickness. D.Dry Film Thickness Testing: 1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull off or eddy current equipment. 2. Coating thickness measurements shall be conducted as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. 3.9 HANDLING, TRANSPORTATION, AND STORAGE A.Pipe shall be handled in such a manner as to protect the pipe and coating from damage. B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and cure. C.During coating application, storage, loading, transportation, unloading, laying and installation, every precaution shall be taken to protect and prevent damage to pipe, lining, and coating. Forklift equipment shall have all bearing surfaces padded with suitable padding material. Lift pipe with web slings a minimum of 12 inches wide and of a type that will not damage the coating. Metal chains, cable, tongs, forklifts or other equipment likely to damage the coating will not be permitted. Dragging or skidding of pipe on grade or in the trench will not be permitted. D.Provide transportation vehicles with padded bolsters between each layer of pipe and heavy padding under load ties. Bolsters shall be curved to fit the outside of the pipe and 12 inches wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of the outer tape wrap material (adhesive side against the carpet) during shipment to the Site and from the storage yard to the point of installation. Backup Power and U.1cetrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 099716 Pipeline Coatings and linings Page 15 of 15 E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the coating. Provide padded 12-inch wide skids and chucks, sandbags, select loamy or sand berms, or suspended from cutback ends, where possible, to minimize coating damage. Pipe shall not be laid on asphalt without suitable padding at all contact points. F. Pipe shall be inspected by the Contractor at the Site for damage. Any damage to the pipe, lining, or coating shall be repaired as directed if, in the opinion of the Engineer, a satisfactory repair can be made; otherwise, the damaged section shall be replaced at the sole expense to the Contractor. G.No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen shall not be permitted to walk on the coating except when absolutely necessary and approved by the Engineer. When permitted, shoes with rubber or composition soles and heels or other suitable footwear that will not damage coating shall be used. H.Long-term Exposure: Pipe shall either be provided with UV inhibitor for lengthy above grade exposure or covered to prevent UV degradation of outer wrap. Amount of UV stabilizers required will depend on the Project location, laying schedule, anticipated length of exposure, and type of outer wrap. Manufacturer shall be consulted for recommended UV inhibitors requirements or pipe shall be stored under a protective cover, Protective covering can be colored plastic sheeting, canvas, or other UV blocking material. Clear plastic sheets are not acceptable. Areas of coating that display UV degradation shall be removed and repaired at sole cost of the Contractor. 1. End Caps: Pipe ends of mortar lined pipe and fittings shall be tightly closed with a plastic wrap to aid in curing and to minimize drying out of and contamination of the lining. Plastic end cap shall consist of a minimum of one 10-mil sheet of polyethylene or other suitable material. End caps shall be substantial enough to resist shipment, handling, and storage loads and firmly attached in place. The plastic end cap shall remain intact and in place until pipe installation. Damaged or missing plastic end caps shall be repaired or replaced. Bracing: I . The steel pipe manufacturer shall furnish and install adequate bracing or strutting to keep the pipe from becoming deformed, or damage from occurring to the coating or linings. Strut -type bracing shall be installed as soon as possible after application of lining. Struts shall remain in place during handling, storage, transportation and installation of pipe and fittings until after the pipe zone material is compacted. 2. The struts shall be installed with pads and wedges in such a manner that the pipe lining will not be damaged and the struts will not be dislodged during shipping and handling of the pipe. ff struts are welded, they shall be installed and removed in such a manner to prevent damage to the steel cylinder, lining or coatings. All damage shall be repaired to the satisfaction of the Engineer. END OF SECTION Backup Power and Flectrical Improvements at Four Pump stations CITY PROJECT NUNAB R: 103410-2 DIVISION 23 H VAC 23 81 13-1 PACKAGED WALL -MOUNT AIR CONDITIONING UNITS Page l of 5 SECTION 23 8113 PACKAGED WALL -MOUNT AIR-CONDITIONING UNITS PART1- GENERAL 1.1 WORK INCLUDED A.This Section includes packaged wall mount air conditioning units and their accessories and controls, in the following configurations: 1. Vertical Wall Mount. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the item "Packaged DX A/C Wall -packs". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Packaged DX A/C Wall -packs" and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A.Product Options: Information on Drawings and in Specifications establishes requirements for system's aesthctic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. Performance characteristics are indicated by criteria subject to verification by one or more methods including preconstruction testing, field testing, and in-service performance. II.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.4 SUBAUTTALS A.Product Data: Include rated capacities, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Show installation details for wall penetrations. C. Wiring Diagrams: Power, signal, and control wiring. D.Operation and Maintenance Data: Include emergency, operation, and maintenance manuals. E. Warranties: Special warranties specified in this Section. 1.5 COORDINATION A.Coordinate layout and installation of packaged wall -mount air conditioning units and wall construction with other construction that penetrates walls or is supported by them. 1.6 WARRANTY A.Special Warranty: Manufacturer agrees to repair or replace components of packaged, terminal air conditioners that fail in materials or workmanship within specified warranty period. 1. Warranty Period for Sealed Refi-igeration System: Manufacturer's standard, but not less than five years from date of Substantial Completion, including components and labor. CITY OF WORT WORTH Backup Powcr and Electrical Improvements at 1^ow- Pump Stations CITY PROJECT NUMBER: 103410-2 2381 L3-2 PACKAGED WALL -MOUNT Ali{ CONDITIONING UNIT Page 2 of 5 2. Warranty Period for Non -sealed System Parts: Manufacturer's standard, but not less than five years from date of Substantial Completion, including only components and excluding labor. 3. Warranty Period for Heat Exchangers: Manufacturer's standard, but not less than five years from date of Substantial Completion. 4. Warranty Period for Energy Recovery Ventilator: Manufacturer's standard, but not less than five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Industrial Climate Engineering - Airxcel 2. Specific Systems 3. Bard 4. Marvair 2.2 MANUFACTURED UNITS A.Description: 12.5-nominal ton; factory -assembled and tested, self-contained, packaged wall - mount air conditioning units with electric refrigeration system and temperature controls; fully charged with refrigerant and filled with oil. B, Cabinet: Sloped top, 0.052-inch (1.32-mm) thick, galvanized steel. 1. Mounting: Wall with wall brackets. 2. Finish: Baked enamel. 3. Access Door: Hinged door in cabinet for access to controls. 4. Wall Sleeves: Factory -furnished double -wall galvanized steel with integral insulation. C.Refrigeration Systeln: Direct -expansion coils with capillary restrictor, hermetically sealed scroll compressor with internal spring isolation, external isolation, permanent -split -capacitor motor, and overload protection. Dual -circuit cooling coil and dual compressors for two stages of cooling, D.Indoor Fan: 7,200 CFM centrifugal fan, with two -speed permanent -split -capacitor motor. E. Filters: 2" MERV-8 Pleated and filter rack to access filter from return grille. F. Condensate Drain Piping: 1. Copper Tubing: For 4-inch diameter and less, (ASTM B88), Type L, hard drawn. 2. Fittings: ANSI/ASME B 16.18, cast brass, or ANSUASME B 16.22, wrought copper. 3. Joints: (ANSUASTM B32), solder, (Grade 95TA) or Copper Pipe 2 through 6 inches may be installed using mechanical type couplings on roll -grooved pipe; coupling housing, ductile iron (ASTM A536) grade 65-45-12, with factory coat copper alkyd enamel paint. Gaskets, flanges, shall be rated for the system by the manufacturer. 4. Provide coated galvanized -steel drain pan and wet p-trap. Direct condensate to the pea - gravel sump pit or a grassy area. Refer to drawing H-3 for details. 5. Insulation: %" thick closed -cell flexible elastomeric foam. B. Outdoor Fan: Propeller type with separate pennanent-split-capacitor motor. CITY OF Fo1ZT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJFiCT NUMBER: 103410-2 23 81 13 - 3 PACKAGED WALL -MOUNT AIR CONDITIONING UNITS Page 3 of 5 C. Unit shall be provided in reverse airflow configuration. D. 10 kW factory -furnished electric heat strip. E. Factory -furnished dry-bulb controlled economizer to provide 100% outside air cooling per IECC 2015 requirements. F. Factory -furnished duct collars and supply and return grilles. 2.3 CONTROLS A.Control Module: Factory CommStat 6 lead/lag controller for redundant controls in NEMA 1 (indoors) or NEMA 4 (outdoors) enclosure. Controller shall be powered from the air conditioning unit. B.Control Panel Door: Lockable with key. C.Low Ambient Control: Allows cooling -cycle operation to 20 F, outdoor -air temperature. D.Fan-Cycle Switch: Allows fan operating mode to be either continuous or cycled on and off by thermostat. E. Compressor Override: Manual switch prevents compressor operation. F. Programmable Thermostat; Microcomputer based with adjustable setpoints. G.Economizer Operation: Provide factory -furnished dry-bulb controlled economizer system inclusive of dampers, air intake, and barometric relief. 2A EQUIPMENT SIGNS A.ASTM. D709, Type 1, cellulose, paper -base, phenolic -resin -laminate engraving stock; Grade ES- 2, black surface, black phenolic core, with white melamine sub -core, unless otherwise indicated. Fabricate in sizes required for message. Provide holes for mechanical fastening. l . Data: Instructions for operation of equipment and for safety procedures. 2, Engraving: Manufacturer's standard letter style, of sizes and with terms to match equipment identification. 3. Thickness: 1/16 inch (1.6 mm) for units up to 20 sq. in. (130 sq. cm) or 8 inches (200 mn) in length, and 1/8 inch (3.2 mm) for larger units. 4. Fasteners: Self -tapping, stainless -steel screws or contact -type, permanent adhesive. 2.5 WARNING TAGS A.Preprinted or partially preprinted, accident -prevention tags; of plasticized card stock with matte finish suitable for writing. 1. Size: Approximately 4 by 7 inches (100 by 178 min). 2. Fasteners: Brass grommet and wire. 3. Nomenclature: Large -size primary caption such as DANGER, CAUTION, or DO NOT OPERATE. 4. Color: Yellow background with black lettering. CITY OF TORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2381 13 - 4 PACKAGED WALL -MOUNT AIR CONDITIONING UNITS Page if_S PART 3 - EXECUTION 3.1 INSTALLATION A. Install units level and plumb, maintaining manufacturer's recommended clearances and tolerances. B. install duct collar in finished wall assembly; seal and weatherproof. 3.2 CONNECTIONS A.EIectrical System Connections: Comply with applicable requirements in Division 26 Sections for power wiring, switches, and motor controls. B. Ground equipment according to Division 26. C.Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.3 FIELD QUALITY CONTROL A.Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust field -assembled components and equipment installation, including connections, and to assist in field testing. Report results in writing. B. Remove malfunctioning units, replace with new units, and retest as specified above. 3.4 STARTUP SERVICE A.Engage a factory -authorized service representative to perform startup service. B. After installation, verify the following: 1. Unit is level on base and is flashed in exterior wall. 2. Casing, compressors, coils, fans, and controls have no visible damage. 3. Labels are clearly visible. 4. Controls are connected and operable. 5. Shipping bolts, blocks, and tie -down straps are removed. 6. Filters are installed and clean. 7. Drain pan and drain line are installed correctly. C. Verify that electrical wiring installation complies with manufacturer's submittal and installation requirements in Division 26 Sections. D.Complete installation and startup checks according to manufacturer's written instructions, including the following: 1. Lubricate bearings on fans. 2. Check fan -wheel rotation for correct direction without vibration and binding. E. After startup service and performance test, change filters, 3.5 ADJUSTING A.Adjust initial temperature set points. B. Set field -adjustable switches and circuit -breaker trip ranges as indicated. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 2381 13 - 5 PACKAGED WALL -MOUNT AIR CONDITIONING UNITS Pagc 5 of 5 C.Occupancy Adjustments: When requested within 12 months of date of Substantial Completion; provide on -site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to site outside normal occupancy hours for this purpose, without additional cost. 3.6 DEMONSTRATION A.Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged wall -mount air conditioning units. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT IVUM13ER: 10341 U-2 DIVISION ELECTRICAL 26 00 00 - 1 ELECTRICAL GENERAL PROVISIONS Page 1 of ELECTRICAL - GENERAL PROVISIONS PART1- GENERAL 1.1 SCOPE OF WORK A.Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B.All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C.The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. D.The work shall include furnishing and installing the following: 1. ONCOR Utility service from the Power Company. The Contractor shall be responsible for coordinating all work inside the ONCOR's right of way with ONCOR. The Contractor shall be responsible for including all costs for ONCOR held time, coordination and all other ONCOR costs in the base bid. The contractor shall be responsible for coordinating all requirements with ONCOR. 2. The Contractor shall coordinate with ONCOR for the purchase of the underground line from, the tie in point located on the plans. The Contractor shall coordinate the disconnecting and removing of the existing underground electrical and tie in of the primary electrical service for the City of Fort Worth. The Contractor shall provide new transformers as required by ONCOR on concrete foundations. 3. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. The Contractor shall coordinate his construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions. 4. Conduit, wiring and terminations for all field -mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators, and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions. 5. A complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions. Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers' installation instructions. Review the raceway layout, prior to installation, with the Process Control System supplier and the cable manufacturer for raceway compatibility with the systems and materials being furnished. Where redundant cables are furnished, install the cables in separate raceways. 6. Furnish and install precast electrical and instrumentation manholes and hndholes . 7. Coordinate the sequence of demolition with the sequence of construction to maintain plant operation in each area. Remove and demolish materials in such a sequence that the existing and proposed plant will function properly with no disruption of treatment. 8. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy themselves as to any question that they might have, relating to existing equipment, condition or construction. CITY OF FORT WORTH Back -Lip Power and Eiectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260000-2 ELECTRICAL GENERAL PROV1S10NS Page 2 of 9 E. Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment. 1.2 RELATED WORK A.Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall Provide such information or work as may be required in those references, and include such information or work as may be specified. B.All raceways, power and control wiring related to Mechanical Division equipment that is shown on the Electrical Drawings, shall be provided under Division 26. C.All electrical work provided under any Division of the Specifications shalt fully comply with the requirements of Division 26. 1.3 SUBMITTALS A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, materials and all other items furnished under each Section of Division 26, except where specifically stated otherwise. An individually packaged submittal shall be made for each Section and shall contain all of the information required by the Section. Partial submittals will not be accepted and will be returned unreviewed. B. Submittals will not be accepted for Section 26 00 00 "Electrical — General Provisions". C.Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted, will be returned unreviewed. D.The Contractor shall check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section shall be made per transmittal. E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or "NOT APPROVED". F. At the time of,jobsite delivery of the equipment, the Contractor shall have an approved shop drawing in his possession for the Owner's Inspector and Owner's Engineer, for verification. G.Up-to-date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved. 1.4 REFERENCE CODES AND STANDARDS A.Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) Occupational Safety and Health Administration (OSHA) National Fire Protection Association (NFPA) CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CrFY PROJECT NUMBER: 103410-2 260000-3 ELECTRICAL GENERAL PROVISIONS, 'age of 9 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7. Instrument Society of America (ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) 10. City of Fort Worth Electrical Code B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. C.AII material and equipment, for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed. D.If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations, the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, the Contractor's responsibility to comply with all Laws and Regulations at all times. 1.5 SERVICE AND METERING A.Altamesa and Edwards Ranch - The power company serving this project is 480V, 3 Phase, 60 Hz. One electric meter is required for each site. B.The Contractor shall be responsible for the following work: 1. Obtain an estimate from the power company for the work described in this SERVICE AND METERING paragraph and include the cost of the power company work in the Bid Price. 2. Furnishing and installing all 480V and secondary conduits and cables. 3. Furnishing and installing a power company approved metering current transformer enclosure with concrete foundation as required by ONCOR. 4. Coordinate the connection to the underground lines, and installation of 480V cables and conduits with the Power Company. 5. The Contractor shall coordinate with ONCOR for the purchase of the underground Iine from the tic in point located on the plans. The Contractor shall coordinate the disconnecting and removing of the existing overhead electrical and tic in of the primary electrical service for City of Fort Worth. C.Eastside and Como The power company serving these locations are existing to remain. 1.6 CODES, INSPECTION AND FEES A.Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B.Obtain all necessary permits and pay all fees required for permits and inspections. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBM 1034I0-2 26 00 00 - 4 ELECTRICAL GENERAL PROVISIONS Page 4 of 9 1.7 SIZE OF EQUIPMENT A.Investigate each space in the structure through which equipment must pass to reach its final location, Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B.The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment in a manner, that tilting does not impair the functional integrity of the equipment. 1.8 RECORD DRAWINGS A. Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings which shall be available at each monthly pay application. B.As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. C.The Record Drawings shall be reviewed in a meeting with the Owner/Engineer on a monthly basis. Keep the Record Drawings on the Work Site. D.Record Drawings shall accurately show the installed condition of the following items: I . One -line Diagram(s). 2. Manholes locations. 3. Conductor sizes. 4. Duct bank routing. 5. Plan view, sizes and locations of switchgear, transformers. 6. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. a. Record Drawings shall include the location of all pull boxes, junction boxes, concrete pull boxes, manholes and hand holes that were provided under this contract and those existing boxes that were modified under this project (by either the addition or removal of cable/conduits). 1) The Contractor shall also include on the drawings a Iabel next to each pull box, junction box, concrete pull box, manhole and handhole to reflect the nameplate label installed (existing or new) at each device. 7. Upon completion of the Work, or at such other time as may be determined by the ENGINEER, submit the Record Drawings and copies to the OWNER's Representative in accordance with the OWNER'S Requirements.. S. Provide revised final shop drawings in AutoCAD format noting any changes made to equipment during start-up. 1.9 EQUIPMENT INTERCONNECTIONS A.Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B.Furnish and install all equipment interconnections. CITY OF FORT WORTH Backup Power and Nectrical Improvements at Four Pump Stations CITY PROJECT NUMB ER: 103410-2 260000-5 ELECTRICAL GENERAL PROVISIONS Page S of 1.10 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re -used. B.The Contractor shall not bring onsite, material or equipment from a manufacturer, not submitted and approved for this project. Use of any such material or equipment, will be rejected, removed and replaced by the Contractor, with the approved material and equipment at his own expense. C. Material and equipment shall be UL fisted, where such listing exists. D.The Contractor shall be responsible for all material, product, equipment and workmanship being furnished by him for the duration of the project. He shall replace the equipment if it does not meet the requirements of the Contract Documents. 1.11 JOBSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted., B. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.12 WARRANTIES A. Manufacturer's warranties shall be as specified in each of the Specification Sections. 1.13 EQUIPMENT IDENTIFICATION A.Identify equipment (disconnect switches, separately mounted motor starters, control stations, etc) furnished under Division 26 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc, shall have nameplate designations as shown on the Drawings. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 INTERPRETATION OF DRAWINGS A.The Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B.Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings. C.Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. D.Where circuits are shown as "home -runs" all necessary fittings and boxes shall be provided for a complete raceway installation. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. CITY OF FORT WORTH Back -Lip Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034LO-2 26 00 00 - 6 ELECTRICAL GENERAL PROVISIONS Page 6 oi9 F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all Iabor and materials necessary to complete the work in an approved manner. G.Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H.Redesign of electrical or mechanical work, which is required due to the Contractor's use of a pre -approved alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. No additional compensation will be provided for changes in the work, either his/her own or others, caused by such redesign. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. J. The Contractor shall run all conduit and wire to the HSQ RTIU termination cabinets, where designated on the Drawings. The conduit and wire as shown on the interface drawings may not necessarily be shown on the floor plan. K.Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120 volt control conductors. L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats, the HVAC equipment and the motor starters for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26, Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. M. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.2 EQUIPMENT PADS AND SUPPORTS A.Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. B.No electrical equipment or raceways, shall be attached to or supported from, sheet metal walls. CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260000-7 ELECTRICAL GENERAL PROVISIONS Page 7 of 9 3.3 SLEEVES AND FORMS FOR OPENINGS A.Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B.Exact locations are required for stubbing -up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation shall be submitted in writing. No additional compensation for such change will be allowed. D.Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33 "Raceways, Boxes, and Fittings for Electrical Systems". 3.4 CUTTING AND PATCHING A.Coordinate with Divisions 2 and 3 for cutting and patching, B. Core drill holes in concrete floors and walls as required. The Contractor shall obtain written permission from the Owner/Engineer before core drilling any holes larger than 2 inches, C. Install work at such time, as to require the minimum amount of cutting and patching. D.Do not cut joists, beams, girders, columns or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. G.The completed patching work shall restore the surface to its original appearance or better. H.Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material. 3.5 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No extra compensation will be allowed for making these changes. B.All dimensions shall be field verified at the job site and coordinated with the work of all other trades. C. EIectrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not install electrical equipment in its permanent location until structures are weather -tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer, or shall be replaced at no additional cost, at the Owner/Engineer's discretion. D.Equipment, that has been damaged, shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Punip Stations CITY PROJECT NUMBER: 103410-2 260000-9 ELECTRICAL GENERAL. PROVISIONS Page 8 of 9 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged, the entire panel or section shall be replaced, at no additional cost to the Owner. 3.6 PHASE BALANCING A.The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 26 05 19 "Low Voltage Electrical Conductors and Cables". 3.7 MANUFACTURER'S SERVICE A.Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. Monitoring and protective relay settings, including those settings required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer prior to energizing of the equipment. B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. 3.8 TESTS AND SETTINGS A.Test systems and equipment furnished under Division 26 and repair or replace all defective work. Make adjustments to the systems as specified and/or required. B.Prior to energizing electrical equipment, make all tests as required by the individual specification Sections. Submit a sample test form or procedure and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. D.Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequenced motor when connected to "A", "B" and "C" phases. G.Mechanical inspection, testing and setting of circuit breakers, disconnect switches, motor starters, control equipment, etc for proper operation. H.Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. J. Refer to the individual equipment sections for additional specific testing requirements. K.Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. CITY OF FORT WORTH Backup Power and Electrical Lnprovements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260000-9 ELECTRICAL GENERAL PROVISIONS Page 9 of 3.9 TRAINING A.The Contractor shall provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at hour Pump Stations CITY PROTECT NUMBER: 103410-2 SECTION 26 0126 ELECTRICAL TESTING PART1- GENERAL 1.1 SUMMARY 2601 26 - 1 ELECTRICAL TESTING Pagel of8 A.This section provides the guidelines for testing of electrical equipment, cable, protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for the site interior and exterior electrical distribution system. This specification does not release the Contractor or vendor from any further testing required for safe commissioning of the equipment. All tests shall be completely recorded on forms provided at the end of this section. Tests shall be submitted to Engineer/Owner for approval. B. Contractor will provide and pay the cost of electrical testing by an independent NETA Certified testing firm. Testing firm shall have a minimum of five years of experience in providing acceptance testing for pumping stations. Testing shall be performed per the latest International Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Bid. C,The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. 1.2 QUALITY ASSURANCE A.Independent testing agency shall follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. B.Acceptable Testing Agencies: 1. National Field Services 2. Real Power Technologies 3. Shermco Industries 4. No others shall be accepted 1.3 SUBMITTALS A.Submittals shall include: 1. ELECTRICAL QUALIFICATIONS & LIST OF TEST SUBMITTAL a. 60 days prior to any testing taking place, Contractor shall submit to the Owner/Engincer the name of the testing agency; a list of all tests to be conducted shall also be submitted at this same time. No testing shall take place. until this has been submitted and approved by the Engineer. 2. ELECTRICAL TESTING PLAN a. A minimum of two (2) weeks before testing is to take place, Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval. 3. ELECTRICAL TESTING REPORT a. A written report shall be submitted by the testing agency performing installation checks, operation and testing of the medium and low voltage equipment. This report shall certify that 1) The equipment has been properly installed, 2) Is in accurate alignment, and CITY OF FORT WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 01 26 - 2 ELECTRICAL TESTING Page 2 of 8 3) Meets the acceptance testing specifications of NETA and the equipment manufacturer. Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. b. Electrical Testing Report shall be submitted to the ENGINEER for approval at least 4 weeks before start-up and training and no later than one week after testing has been conducted. 1.4 RELATED SECTIONS A.The WORK of the following Sections applies to the WORK of this Section. Other Sections of the specifications, not referenced below, shall also apply to the extent required for proper performance of this WORD. I. Section 26 00 00 "Electrical General Provisions" 2. Section 26 05 13 "Medium Voltage Cables" 3. Section 26 05 19 "Low Voltage Electrical Conductors and Cables" 4. Section 26 05 26 "Grounding & Bonding for Electrical Systems" 5. Section 26 12 19 "Pad -mounted Transformers" 6. Section 26 20 00.02 "PS Large Induction Motors" 7. Section 26 22 13 "Low Voltage Distribution Transformers" S. Section 26 24 13 "600 Volt Switchboards" 9. Section 26 24 16 "Panelboards" 10. Section 26 27 13 "Power Metering and Protective Relays" 11. Section 26 28 16 "Low Voltage Enclosed Switches and Circuit Breakers" 12. Section 26 29 13.16 "Standalone Low voltage Solid State Starters" 13. Section 26 32 13 "Engine Generators" 14. Section 26 36 23 "Low Voltage Enclosed Automatic Transfer Switches (ATS) 15. Section 26 41 13 "Lightning Protection for Structures" 16. Section 26 43 13 "Low Voltage AC Surge Protective Devices (SPD)" 1.5 REFERENCE STANDARDS A.Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: ] . International Electrical Testing Association Standards (NETA) for acceptance testing of Electrical Distribution Apparatus, Publication 2.001, and IEEE Publication No.141, are hereby made a part of this section, unless otherwise modified herein 2. Related equipment specification in all section of Division 26. NETA Maintenance Testing Specifications for electrical power distribution equipment and system (latest edition). B.Make inspections and tests in accordance with the following codes and standards: 1, International Electrical Testing Association - NETA ATS Current edition, Acceptance Testing Specifications (ANSI). NETA ATS forms apart of this specification to the extent referenced. 2. National Fire Protection Association — NFPA a. NTPA 70: National Electrical Code (ANSI) (NEC) CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260126-3 ELECTRICAL TESTING Page 3 of 8 b. NFPA 70B: Recommended Practice for Electrical Equipment Maintenance (ANSI) c. NFPA 70E: Standard for Electrical Safety in the Workplace (ANSI). Institute of Electrical and Electronics Engineers - IEEE a. IEEE Std 242: IEEE Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems b. IEEE Std 399: IEEE Recommended Practice for Industrial and Commercial Power Systems Analysis c. IEEE Std 1584: IEEE Guide for Performing Arc -Flash Hazard Calculations d. AP-341-502 Management Level Determination: 1.6 SEQUENCE AND SCHEDULING A.Electrical testing including functional testing of power and controls shall be completed before commencement of the 7-day test. 1.7 SHOP DRAWINGS AND SAMPLES A.The following shall be submitted: 1. Report of testing of electrical WORD. PART 2 - PRODUCTS 2.1 TEST EQUIPMENT AND MATERIALS A.Test instruments shall be calibrated to references traceable to the National Bureau of Standards and shall have a current sticker showing date of calibration, deviation from standard, name of calibration laboratory and technician, and date recalibration is required. PART 3 - EXECUTION 3.1 TESTING A.In addition to indicated testing requirements and acceptance criteria, testing shall include the following: 1, Power Instrumentation: Demonstration that voltmeter and ammeter switches are functional and that meters, including kilowatt meters, are installed within catalog accuracy, 2. Demonstration of mechanical and electrical interlocking by attempting to subvert the indicated sequence. 3. Activation of ground fault tripping by operating test Matures provided with ground current protective systems and by injecting a known, and reasonable, current in the ground current sensor circuit. Where not otherwise indicated, ground Fault tripping shall occur at a ground current equivalent to 20 percent of phase current. Current injection is not required of circuit 400 amperes or less. CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260126-4 ELECTRICAL TESTING Page 4 of S 4. Cable Testing: 480-volt circuits shall be tested for insulation resistance with a 1000-volt megohm meter. Testing shall be done after the 480-volt equipment is terminated. Phase -to -phase A-B, B-C, A-C and phase -to -ground insulation resistance tests shall be performed on cacti 5 kv, 15 kv, and 25 kv cable prior to termination at equipment but subsequent to stress cone makeup. Test results shall be submitted for review 30 days prior to plant operation and any system testing. Equipment which may be damaged during this test shall be disconnected. Tests shall be performed with other equipment connected to the circuit. The cable must withstand the test high voltage without breakdown and shall exhibit steady or decreasing leakage current during the high potential test and have satisfactory comparable megger readings in each megger test. Test results shall identify equipment used and time of test. Cable operating at more than 2,000 volts shall be tested in accordance with ICEA publications S-68-61, S-61-402, S-19-81, and S-68- 516. a. Cable testing and reporting shall be performed by an organization recommended by the Manufacturer of the cable to be tested. The testing organization shall have a record of at least one prior successful project of comparable size and complexity. b. Testing shall verify the quality of cable terminations. Test results for medium and high voltage cable shall be submitted to OWNER 30 days prior to the time schedule for equipment energization. 5. Cable - Medium Voltage; a. Perform all tests as specified in Section 26 05 13 "Medium Voltage Cables", b. Perform inspections and tests per NETA ATS 7.3.3. c. Non-destructive partial discharge test: 1) After energization, perform a partial discharge test for baseline data for future partial discharge maintenance testing. 2) Perform the work while the medium voltage circuits and equipment are energized. a) The cables shall not be disconnected or de -energized and the testing shall not expose the cables to voltages that exceed normal operating voltage. 3) Use a frequency domain detection process incorporating a spectrum analyzer with radio frequency current transformer (RF CT) sensors. a) The detection system, including spectrum analyzer, RF CT's and interconnecting cable, shall have a partial discharge detection range that at least covers the frequency range of 10 kHz to 300 MHz. b) Testing shall be performed in a manner that complies with the requirements of IEEE 400 and IEEE 400.3 Medium Voltage Circuit Breakers: a. Perform inspections and tests per NETA ATS 7.6.2. b. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS. c. Perform the following optional tests per NETA ATS; I) Control wiring insulation resistance. 2) Minimum trip and close voltage. 3) Overpotential. 4) Circuit breaker timing test. 5) Power factor. d. Perform the following additional tests: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECr NUMBLR: 103410-2 260126-5 ELECTRICAL TESTING Page 5 of 8 1) High -potential vacuum integrity test per manufacturer's recommendations 7. Low Voltage Power Circuit Breakers: a. Perform inspections and tests per NETA ATS 7.6.1.2. 1) Tests shall include primary current injection testing of all breakers at final settings. 2) Where short -time or instantaneous settings on large frame breakers are beyond the current capability of field testing, primary injection tests at reduced currents shall be permitted if combined with secondary injection calibration test of trip unit at final settings. b. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS. c. Perform the following additional tests: 1) Shunt trip devices minimum tripping voltage. d. Record as -left settings 8. Low Voltage Molded Case Circuit Breakers: a. Perform inspections and tests per NETA ATS 7.6.1.1. b. Components: 1) Test all components per applicable paragraphs of this Specification Section and NETA ATS. 2) Thermal magnetic breakers: Visual and mechanical inspection per NETA ATS only. 3) Solid state trip type: Visual and mechanical inspection and electrical tests per NETA ATS. c. Record as -left settings 9. Panelboards: a. Perform all tests as specified in Section 26 24 16 "Panelboards". 14. Safety Switches/Disconnects: a. Perform all tests as specified in Sections 26 28 16 "Low Voltage Enclosed Switches and Circuit Breakers". b. Perform inspections and tests per NETA ATS 7.5.1.1. 11. Protective Relays: a. Perform inspections and tests per NETA ATS 7.9. 1) Tests to be performed using secondary injection of 3 PH current and potential at final settings. 2) Test at manufacturer's recommended test points and critical timing points identified on relay setting sheet. b. Perform all tests identified as optional per NETA ATS. c. Perform the following additional tests; 1) Verification of direct trip of associated lockout relay or circuit breaker(S) by using relay test function or shorting trip contact at relay case. 2) Microprocessor -based relays: a) Complete commissioning procedure per manufacturer's instructions, followed by tests of each relay element at Final settings. b) Verification of all internally -programmed logic. 3) Verification of all auxiliary input and output signals. 4) Verification of power supply/self-diagnostic alarm contact and remote annunciation. d. Record as -left settings 12. Instrument Transformers: CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 01 26 - 6 ELECTRICAL TESTING Page 6 of 8 a. Perform inspections and tests per NETA ATS 7.10. b. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS, c. Perform the following optional tests per NETA ATS: 1) Dielectric withstand test on potential transformers 13. Metering: a. Perform inspections and tests per NETA ATS 7.11. b. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS 14. Transformers - Liquid Filled a. Perform all tests as specified in Sections 26 12 13 "Liquid-Fillcd, Secondary Substation Transformers" b. Perform inspections and tests per NETA ATS 7.2.2. Except the following: 1) Bushing power factor. 2) Core insulation resistance. 3) DissoIved gas analysis. c. Components: Test all components per applicable paragraphs of this Specification Section and META ATS. d. Perform the following additional tests: 1) Record phase -to -phase, phase -to -neutral, and neutral -to -ground voltages at no load after energizing, and at operating load after start-up. e. Adjust tap changer setting as required to provide secondary voltage within 2-1/2 percent of nominal under normal load after approval of Owner's Representative. f. Record as -left tap changer setting 15. Motors: a. Perform inspections and tests per NETA ATS 7.15, 16. 600V Switchboard a. Perform all tests as specified in Section 26 24 13 "600 Volt Switchboards". b. Perform inspections and tests per NETA ATS 7.1 Perform all tests as specified in NETA Acceptance Testing Specifications. c. Components: Test all components per applicable paragraphs of this Specification Section and META ATS. 17. Surge Arresters a. Doble Test 18. Differential and Phase CT's a. Doble Test b. Ratio Test 19. Power system testing: a. CONTRACTOR shall test the operation of the power distribution system, i.e. transformers, automatic transfer switches, 480V Switchgear auto throw -over controller, etc., for the various possible system configurations under load conditions. b. Testing shall include, but not be limited to the following: 1) Oncor Electrical System a) Normal power from Utility with Tic Circuit Breaker opened b) Power from the City of Fort Worth Utility with tie circuit breaker closed CITY OF FORT WORTH Backup Power and ]electrical Improvements at Four Pump stations CITY PROJECT NIJl ABER: 103410-2 26 0126 - 7 ELECTRICAL TESTING Page 7 of 8 c) Emergency power from the standby Generator with Tic Circuit Breaker opened. Note the tie circuit breaker shall not be allowed to be closed in this scenario. 2) City of Fort Worth Electrical System a) Normal power from Utility with Tie Circuit Breaker opened b) Emergency power from the City of Fort Worth standby on -site Generator with Tie Circuit Breaker opened. Note the tie circuit breaker shall not be allowed to be closed in this scenario 3) CONTRACTOR shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval 20. System Functional Test: a. Perform test upon completion of equipment acceptance tests. b. The test is to prove the correct interaction of all sensing, processing and action devices. c. Develop a test plan and parameters for the purpose of evaluating the performance of the system. d. Perform the following tests: 1) Verify the correct operation of all interlock safety devices for fail-safe functions in addition to design function. e. Verify the correct operation of all sensing devices, alarms and indicating devices 21. Test ground fault interrupter (GFI) receptacles and circuit breakers for proper operation by methods recommended by the receptacle Manufacturer. 22. Functional test and testing of electrical components shall be performed prior to subsystem testing and commissioning. Compartments and equipment shall be cleaned before commencement of functional testing. Functional testing shall include: a. Visual and physical check of cables, buss work, circuit breakers, transformers, and connections associated with new and modified equipment. Setting of protective relays in conformance with results of the Short Circuit Study and testing of relays to assure that relays will trip at the current value and time required by the Study. Circuit breakers which are specified with adjustable time or pick-up settings for ground current, instantaneous over -current, short -time over -current, or longtime overcurrent, shall be field adjusted by a representative of the circuit breaker Manufacturer. Time and pickup setting shall correspond to the recommendations of the Short Circuit Study. Setting shall be tabulated and proven for each circuit breaker in its installed position; test results shall be certified and three [3] copies shall be submitted to OWNER. 23. Complete ground testing of all grounding electrodes prior to operating the equipment [utilizing a three-point ground test]. B. Subsystem testing shall occur after the proper operation of alarm and status contacts has been demonstrated to the OWNER and after process control devices have been adjusted. The WORK of this Section includes adjusting limit switches and level switches prior to testing and setting pressure switches, flow switches, and tuning relays. C.After initial settings have been completed, each subsystem shall be operated in the manual mode. Once the manual mode of operation has been proven, automatic operation shall be demonstrated to verify proper start and stop sequence of pumps, proper operation of valves, proper speed control, and similar parameters. CITY OF FORT WORTII Backup Power and h1ectrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260126-8 ELECTRICAL TESTING Page 8 of 8 D.Motor operated valves shall be tested after having been phased and tested for correct motor rotation and after travel and torque limit switches have been adjusted by a representative of the valve manufacturer. Tests shall verify status indication, proper valve travel, and correct command control from local and remote devices. E. Ground resistance tests shall be conducted in the presence of the OWNERS representative, utilizing ground resistance megger "Earth" tester with a maximum of 0-50 scale. Tests shall be conducted utilizing the full of potential method or the three terminal methods as described. by Biddle or Neta. F. Subsystems, in the context discussed here, mean individual and groups of pumps, conveyor systems, chemical feeders, air conditioning units, ventilation fans, air compressors, and similar equipment. 3.2 COMMISSIONING A.Commissioning during the 7-day test shall not be attempted until all subsystems have been found to operate satisfactorily; commissioning shall only be attempted as a function of normal plant operation in which plant process flows and levels are routine and equipment operates automatically in response to flow and level parameters or computer command, as applicable. Simulation of process parameters shall be considered only upon receipt of written request by the CONTRACTOR. END Or SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four hump Stations CITY PROJECT NUMBER: 103410-2 n 26 04 10 PRE -FABRICATED ELECTRICAL BUILDINGS (EDG) 1.00 GENERAL 1.01 SCOPE OF WORK 260410-1 ARE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 1 of It A. The Contractor shall furnish and install Pre -fabricated Electrical Buildings for assemblies of electrical equipment to house and protect electrical equipment from the elements in NEMA 313 construction. B. Structural grid base and floor system shall be designed for applicable floor loading for allowing the EBG to be lifted and transported with the interior equipment installed and interconnected. C. Buildings shall be as specified herein and as shown on the Drawing for the Como Pump Station. D. The specifications provided for Guidance only, the design and specifying material, construction, etc. of Pre -fabricated Electrical Building shall be the responsibility of Structural Engineer, registered in State of Texas to comply with current codes. 1.02 RELATED WORK A. Section 26 00 00 Electrical — General Provisions B. Section 26 05 29 Electrical Support Hardware 1.03 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. B. Submittals shall be made in accordance with the requirements of Division 1, Section 16000 26 00 00 and as specified herein. C. Submittals for each Equipment Building shall be made by the electrical manufacturer of the associated electrical equipment. D. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. E. Structural, electrical and mechanical drawings shall be submitted for approval. City of Foil Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 260410-2 PRE -FABRICATED ELECTRICAL BUILDINGS (ESGi Page 2 of 11 F. Structural, electrical and mechanical drawings shall be submitted as "Certified as -built" upon completion, initially via electronic mail modem transmission (e-mail), then followed by mail on 3.5" discs in Auto CAD R13 format and (1) hard copy on 11" x 17" or larger medium. G. Complete HVAC calculations shall be submitted with approval drawings for review. 1.04 REFERENCE CODES AND STANDARDS A. Design and construction shall conform to the applicable sections of the latest standards as issued by the following agencies, as a minimum: 1. Uniform Building Code (UBC) — (Default Structural loading criteria shall be per the UBC) 2. American National Standards Institute/American Society of Civil Engineers (ANSI/ASCE) 3. Metal Building Manufacturers Association (MBMA) 4. American Society for Testing and Material (ASTM) 5. American Society of Heating, Refrigeration, and Air conditioning Engineers (ASHRAE) 6. National Electric Manufacturers Association NEMA 250 7. National Electric Manufacturers Association NEMA ICS6 8. UL 50 Enclosures for Electrical Equipment, Non -Environmental Considerations (Type 1) 9. UL SOE Enclosures for Electrical Equipment, Environmental Considerations (Remaining Types) 10. UL 508A Industrial Control Panels 11. UL 1773 Termination Boxes 12. National Electric Code (NEC), including local amendments, with NRTL Certification. 13 Project Local Building Codes. 14. Occupational Safety and Health Administration (OSHA) 15. The EBG shall be designed and constructed to withstand external loading conditions as prescribed by the Uniform Building Code. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period often (10) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. City of Fort Worth Four Pump Stations Backup Power City Project dumber: 103410-2 Addendum 42 260410-3 PRE -FABRICATED ELECTRICAL BUILDINGS (ESG) Page 3 of 11 B. All drawings and structural calculations shall bear the seal of a currently licensed Professional Engineer in the State of Texas. D. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. E. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. F. All welding shall be performed by AWS qualified personnel. G. For the equipment specified herein, the manufacturer shall be ISO 90012000 certified. H. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Jobsite delivery storage and handling, shall be handled in accordance with the associated electrical equipment specification. C. At shipping splits (when required due to transportation restrictions), each open area shall be sealed with 2" thick wooden framing and a complete plywood cover for temporary protection during transportation and setting. Seams in plywood shall be liberally caulked at the exterior. D. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. E. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. F. Equipment shall be equipped to be handled by crane. Where cranes are not available, equipment shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. City or fart Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 260410-4 PRE -FABRICATED ELECTRICAL BUILDINGS {EBG) Page 4 of 11 G. Equipment shall be installed in its permanent finished location shown on the Drawings within seven (7) calendar days of arriving onsite. If the equipment cannot be installed within seven (7) calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. H. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during jobsite storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for the same warranty period as specified for the associated mechanical equipment, but not less than 5 years from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable; 1. M & M Costal MFG 2. Lectrus Corp B. The listing of specific manufacturers aboce does not imply acceptance of their products that do not meet the specified ratings, features and fuunctions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.02 GENERAL A. Area classification- General purpose. / Non -hazardous area. B. The EBG shall be designed for use in a 40'C ambient, C. THE EBG shall be built for the seismic zone of the area in which it is to be installed. D, Structural components of the EBG shall be designed to withstand external loading as prescribed by the applicable codes above (as a minimum), with co -lateral considerations as follows: City of Fort Worth lour Pump SlaCions Backup Power City Project Number: 103410-2 Addendum #2 260410-5 PRE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 5 of 11 1. Base and floor system shall be designed to withstand all dead and live loads as applicable, or, a minimum of 250 Ibs/ft2 over the entire floor area, while supported at lift points only. 2. Maximum deflection of all base members shall not exceed L/240 at time of lift, and following final installation, with all applicable dead and live loads applied, or, a minimum of 250 Ibs/ft2 over the entire floor area. 3. Roof loading- Per Uniform Building Code (40 Ibs/ft2 minimum). 4. Wind loading- Per Uniform Building Code - Exposure C minimum (90 mph minimum). 5. Each shipping piece shall be designed for lifting by lugs located along the base perimeter members at 15'-0" approximate intervals 6. All lifting lugs shall be removable, without sacrificing the structural integrity of the building. The ceiling shall be capable of withstanding a single continuous load of 100 lbs. per linear foot located at mid span of the ceiling panels, and running the entire length of the EBG. The ceiling panels shall act alone, structurally, and not depend on the roof or the interior equipment for support. 8. All shipping splits and other penetrations shall have adequate structural reinforcement via rigid frames or other means to minimize distortion during handling and transportation. 2.03 MATERIALS AND CONSTRUCTION A. All permanent components shall consist of materials that do not freely support combustion. Use of wood or any other materials that freely support combustion will not be allowed as permanent components. B. Base and Floor 1. Base members shall be ASTM A36 wide flange, channel, angle and tube shapes forming a self supporting grid. All members shall be continuously welded to adjoining members. Structural members shall be located to coordinate with the enclosed equipment, to support it, while allowing maximum access to equipment floor openings for cable penetration. 2. Floor shall be 1/4" (minimum) thickness flat steel plate, welded to all longitudinal and transverse base members. Floor plate seams shall be continuously welded at all joints, and ground smooth to minimize visibility of seams. Welding of floor plate shall be staged to produce a flat and ripple free surface. 4. The installed enclosure shall be capable of supporting a floor loading of 250 pounds per square foot. City of rort Worth Pour Puntp Stations Backup Power City Project Number: [03410-2 Addendum #2 260410-6 PRE -FABRICATED ELECTRICAL BUILDINGS {EBG) Page 6of11 C. Floor Openings 1. Each equipment area shown on the Drawings shall have a 14 ga plate bolted to the floor opening for conduit entry. size and location of the opening shall be provided by the Contractor. D. Enclosure Walls 1. Exterior walls shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design. Interlocking panel ribs shall repeat at a maximum of 16". 2. Interior walls shall be 18 ga (minimum) hat -dipped galvanized sheet steel firmly attached to interlocking ribs of exterior wall panels utilizing ASTM shear and pull out rated self tapping screws on 24" maximum centers. Each interior wall panel shall be formed to receive adjacent panels at overlaps. 3. Walls shall be insulated with 3 inches (R-11) of fiberglass insulation inserted between the inner and outer walls. 4. Walls shall be able to withstand a wind loading of 90 miles per hour. The wall panels shall be assembled using self drilling and tapping #14 TEK screws installed at each interlocking joint. The maximum TEK screwspacing shall be 16" on center. 6. Following assembly (and coating) of all interlocking wall and roof panels each exterior seam shall be neatly caulked using a high modulus silicone base product. The use of copolymer tape and / or neoprene gasketing is unacceptable between any exterior seams of the EBG. E. Ceiling and Roof Structure 1. Ceiling panels shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design with vertical standing ribs. 2. Roof material shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design with vertical standing ribs. 3. Following assembly (and coating) of all interlocking wall and roof panels each exterior seam shall be neatly caulked using a high modulus silicone base product, The use of copolymer tape and / or neoprene gasketing is unacceptable between any exterior seams of the EBG. 4, The entire roof perimeter shall be trimmed with a fascia that aesthetically hides the standing rib roof edges, prevents high velocity rain water run-off, and prevents built-up ice from sliding off the roof in large sheets. 5. The roof shall be able to withstand, at a minimum, alive load of 40 pounds per square foot. City of Port Worth Four Pump Stations Backup Power City Prgiect Number: 103410-2 Addendum 42 260410-7 PRE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 7 of 11 6. Roof panels shall be caulked along all mating surfaces before assembly and each roof panel shall be attached to its adjacent panels using gasketed #14 stainless aluminum self drilling and tapping TEK screws on 16" centers. F. Insulation levels; 1. Ceiling- 3" fiberglass batt (1311) 2. Walls- 3" fiberglass batt (R11) 3. Floor-1" urethane board or urethane spray (R7.2) 4. Equipment access doors-1" urethane board (R7.2) 5. Personnel doors- (R2.4) 6. Floor insulation shall be R7,2 Celotex or equal urethane board, secured tightly below the floor with welded metal straps (glue pins are not acceptable), or sprayed urethane foam. G. Doors 1. General a. Equipment and personnel doors shall be provided as shown on the Drawings b. One equipment door shall be provided to allow for equipment entry and removal. d. Equipment and personnel access doors shall be hinged and have the ability to be padlocked for restricted entry. e. One personnel door shall be provided in addition to the equipment door to allow for personnel entry and panic hardware for exits. f. Additional doors shall be provided if required for equipment access or by Code. 2. Construction a. #4080 Single leaf, double wall, honeycomb reinforced personnel door, hot -dipped galvanized, #gaga, 1" thick required equipped as follows: 1) Panic hardware- thumb -latch w/ keyed cylinder lock 2) Closer w/ stopping arm (Yale series #50) 3) Wind safety chain 4) Drip shield 5) Threshold- Aluminum City of Port Worth hour Pump Stations Backup Power City Project Number: 103410-2 Addendum 92 260410-B PRE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 8 of 11 6) Factory frame 7) Caps in top 8) Weather stripping 9) Stainless steel hinges 10) R2,4 thermal resistance rating 11) Fire resistant insulation 12) Removable transom to allow 108" overall clearance through doorway b. #3070 Single leaf, double wall, honeycomb reinforced personnel door, hot -dipped galvanized, #20ga, 1" thick required equipped as follows: 1) Panic hardware- thumb -latch w/ keyed cylinder lock 2) Closer w/ stopping arm (Yale series #50) 3) Wind safety chain 4) Drip shield 5) Threshold -Aluminum 6) Factory frame 7) Caps in top 8) Weather stripping 9) Stainless steel hinges 10) R2.4 thermal resistance rating 11) Fire resistant insulation (1.5 hour minimum rating) H. Coatings 1. All exterior and interior surfaces shall be thoroughly cleaned prior to coating application per the coating manufacturer's recommended practice, 2. Exterior surfaces- Walls, Roof & Fascia Substrate: a. Primer - high solids epoxy primer, 1.5 Mils DFT b. Finish - high solids polyurethane enamel, 1.5 Mils DFT c. Color- ANSI #61 Light Gray City of Port North f our Pump Stations Backup Power City Project Number: 103410-2 Addendum 42 260410-9 PRE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 9 of 11 d. Touch-up paint - (1) quart 3. Interior -Substrate: a. Primer - high solids epoxy primer, 1.5 Mils DFT b. Finish -high solids polyurethane enamel, 1.5 Mils DFT c. Color - white d. Touch-up paint- (1) quart 4. Floor- (Top Area) a. Primer- high solids epoxy primer, 3.0 Mils DFT b. Finish -high solids polyurethane enamel, 1.5 Mils DFT with nonskid additive c. Color- ANSI #61 Light Gray, anti-skid d. Touch-up paint - (1) quart 5. Base & Floor Underside a. Primer - high solid epoxy mastic, 2.0 Mils DFT b. Undercoat -high solid Coal Tar Epoxy, 4.0 Mils DFT 6. All coatings shall be applied inside an environmentally controlled (air quality, temperature and humidity) paint booth with ventilation and filtration provisions in full compliance with EPA and in accordance with the manufacturer's coating requirements. Coating applications performed in outside ambient air conditions will NOT be acceptable. I. Grounding 1. Two external ground pads shall be welded to the structural base, for connection to a grounding grid. Grounding components shall be as specified in Section 16660 Grounding and Bonding. 2.04 ELECTRICAL UTILITIES A. All utilities shall be UL listed and recognized devices. B. All utilities shall be functionally tested prior to completion C. Interior lights- General Electric or equal, LED fixtures 48" - (qty. required for 50 foot candles interior illumination at floor level). D. Exterior lights- LED fixtures City or Fort Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 260410-10 PRE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 10 of 11 1. One each door 2. Single control circuit with one master photocell. E. Emergency Lights— Dual-Lite Sempra Cast Aluminum Emergency Light Model SCSRWE, or equal. 1. One each door F. Light switch 3-way- General Electric specification grade, or equal, 20A 125V ivory, 2 required G. Duplex receptacles- 20A 125V ivory GFCI duplex receptacle, 2 required, as specified in Section 26 27 26. H. Ground lugs welded to base- Burndy #QA28-2N1-4/0, or equal, 2 required. 2.05 INSTALLATION OF EQUIPMENT A. All Equipment, as specified herein, shall be factory installed inside the EBG, and shall meet the installation requirements as specified in PART 3 of this specification Section. 2.06 HVAC SYSTEM A. HVAC System 1. Redundancy a. The HVAC System shall consist of two (2) independent systems, each capable of providing 100% of the total HVAC requirements specified herein. 2. Exterior design temperatures - a. Summer (PerASHRAE 2.5% design temperature) b. Winter (Per ASH RAE 973 design temperature) 3. Interior design temperatures a. Summer 85 oF b. Winter 55 of 4. HVAC system shall maintain the maximum interior temperature above with consideration to ambient conditions and the specified internal equipment total heat loss calculated at 100% of the full load rating of each piece of electrical equipment installed in the EBG. City of Part Worth Four Pump Stations Backup Pawer City Project Number: 103410-2 Addendum #2 26 0410 - 11 PRE -FABRICATED ELECTRICAL BUILDINGS (EBG) Page 11 of 11 5. HVAC unit — as required to maintain interior design temperatures) - Industrial quality, vertical, self contained, wall mounted with aluminum fin, riffle tube copper coils and adjustable fresh air damper to 40%: a. Cooling capacity as required. b. Heating capacity as required. c. Return air grill d. Supply air grill e. Thermostat- Automatic -Change -Over f. High Pressure Switch g. Low Pressure Switch h. Top flashing 6. Complete HVAC calculations shall be submitted with approval drawings for review 7. HVAC units shall be painted to match exterior color. 2.07 ACCESSORIES A. Removable lift lugs- As required along base length at approximate 15'-0" centers (per shipping piece) 3.00 EXECUTION 3.01 INSTALLATION A. Installation of the building shall be in accordance with the building manufacturer's instructions. B. Spreader bars, cables, shackles, and other lifting / rigging equipment shall be provided by the Contractor, unless specifically noted otherwise. C. When handling EBG all lift lugs should be used. D. The EBG shall be supported at all times during handling, transportation and setting at all removable lift lug locations, as a minimum. END OF SECTION! City of hurt W011h Four Pump 5lauons Backup Power City Project Number: 103410-2 Addendum #F2 200500-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 6 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PARTI- GENERAL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B.This Section, as well as Division 1, concerns all other Sections in Division 26 shall be considered a part of each of those Sections as if written in their entirety. C.Temporary utilities may need to include generator power for outages, depending on the Contractors' means and methods of connecting to existing power equipment. Contractor shall provide electrical testing and inspection services for temporary connections to existing MCC. Fusing for temporary equipment shall be coordinated with upstream devices to assure the fuses will terminate before interrupting electrical service to plant process equipment. D.Electrical outages must be coordinated with Owner, as well as the Electrical, Instrumentation and Inspections Divisions. Below is a list of outages, but may not indicate all the outages required. 1. Known electrical shut downs include (but not limited to): a. Shut down sequencing shall be coordinated by the Contractor and if a generator is required to power equipment to maintain the station service, Contractor shall be responsible to provide the generator, fuel, and conductors required to keep the plant operational. b. Refer to Section 01 35 13 "Special Project Procedures" for known critical processes that must remain operational the entire length of construction. 1.2 QUALITY ASSURANCE A.ELECTRICAL CONTRACTORS' QUALIFICATIONS 1. Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. 2. The CONTRACTOR shall provide a monthly report to the OWNER/ENGINEER for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the date and time the Master Electrician was on site. The monthly report shall be submitted at the same time as the monthly pay request. The report shall also include a minimum of two full page photos documenting the progress of the electrical work at the site. 3. Submit copy of Master Electrician's license and each Journeyman's license that will be working on the project. Workers must be licensed to work in the City where the project is located. 4. Contractor must have experience with performing electrical work within water pump station. B. WORKMANSHIP 1. Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 6 2. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. 1.3 ,SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, "Submittals" and shall include: 1. Submittals shall be submitted separated by specification section. Combined submittals will not be reviewed. Submittal will be marked not approved, revise and resubmit. 2. Incomplete submittals will not be reviewed and will be marked revise and resubmit. 3. Resubmittals shall be marked with a red strike through for the items removed from the submittal and clouded with the items added to the submittal. 4. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 5. Component drawings showing dimensions, mounting, and external connection details in AutoCAD format. 6. Operation and maintenance manuals shall contain the shop drawings, submittals, spare part Lists, schematics, project specific final wiring diagrams with any changes made during start- up and maintenance procedures. 7. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified b. Make and motor type c. Brake horsepower of the motor d. Locked rotor current at full load c. Motor efficiency at full load (3-phase motors only) f. Starting torque g. Method of insulating and impregnating motor coils (3-phase only) h. Speed of the motor at full torque i. Full load current j. Service factor k. Motor temperature rise measured by resistance over 40 degrees C ambient 8. The Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the date and time the Master Electrician was on site. The monthly report shall be submitted at the same time as the monthly pay request. 9. The Contractor shall: a. Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings. b. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. c. Keep the Record Drawings on the Work Site; d. Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner's Representative in accordance with the Owner's Requirements. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 6 e. Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems. All interferences shall be brought to the Engineer's attention. f. Provide revised drawings in AutoCAD and Revit noting any changes made to equipment during start-up. 10. The Contractor shall provide an I Ix17 wall mounted copy of the one -line diagram in the Electrical Building at each site and panel mounted at each site and as follows: a. The copy shall be in AutoCAD format, black and white and shall include all changes to the sheet from addenda, field orders and change orders. The one -line diagram shall include a color copy of the I lx17 finalized one -line diagram as specified in section 26 05 73.1 " Electrical Power System Studies". b. The copy shall be framed with plexiglass. The copy of the sheet shall lay flat against the glass without any wrinkles and other material necessary for the copy to lay flat shall be provided within the picture frame. 1.4 STANDARDS A.Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters Laboratories (ITL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local utility companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) International Electrical Testing Association (NETA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) Texas Commission on Environmental Quality (TCEQ) Environmental Protection Agency (EPA) International Electrotechnical Commission (fEC) 1.5 DELIVERY AND STORAGE A.Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. B. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. C.Major electrical equipment shall be stored indoors and space heaters energized where applicable. Space heaters shall be energized to eliminate the build-up of condensation in the equipment. D.Coordinate with equipment manufacturer for storage requirements. CITY OF FORT NORTH .Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER- 103410-2 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 6 E. Damaged equipment shall not be acceptable. F. Upon installation, protect the materials until the work is completed and accepted by the Owner. 1.6 JOB CONDITIONS A.Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B.The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed better than the general arrangement of work on the plans, the Contractor shall prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D.Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the Contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no additional cost to the Owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 12 for indoor air conditioned areas. NEMA 4X 304 stainless steel enclosures for indoor non -ventilated areas. NEMA 4X, 316 stainless steel for exterior applications and all other locations. F. Contractor is required to abide by the Owner's Construction Safety and Health Program. G.Clearances indicated in the National Electrical Code must be maintained around equipment. PART 2- PRODUCTS 2.1 MATERIALS A.Suppiemental or alternative materials supplied and installed by the Contractor shall be approved prior to installation. B.Materials installed without pre -approval, through the submittals process, shall be removed from the job site and replaced at no additional cost to the Owner. No exceptions. C.Discrepancies between the plans and specifications shall be addressed prior to bidding the project, otherwise the most expensive of the two options shall be assumed. PART 3 - EXECUTION 3.1 INSTALLATION A.Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B.Install steel reinforced concrete foundations below floor mounted switchboards, panelboards, motor control centers, transformers, and other floor mounted electrical equipment. Concrete foundations shall not be less than 4" high. Neatly chamfer top edges. Concrete foundations shall be 4" wider and 4" longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimurn of 6" x 6" #6 welded wire mesh. C.Routc all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams, CITY DF FORT WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260500-5 COMMON WORKRESULTS FORELECTRICAL Page 5 of D.Raceways penetrating an air conditioned space shall be sealed to prevent outside moisture from passing into enclosures or into air conditioned space. E. Enclosures located outside shall not be penetrated from the top. NEMA 3R or NEMA 4X enclosures shall not be penetrated from the top. F. Details indicated on the drawings and identified in the specifications may not be identified on the drawings in all required locations. Contractor shall request clarification where uncertain. 3.2 CUTTING AND PATCHING A.Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. 3.3 PAINTING A.Painting shall be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 3.4 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A.Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B.Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness, Barriers and tape shall be properly maintained at all times. C.Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D.All construction areas shall be finally graded as indicated on the contract documents, or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro -mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, Contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping. E. Determine i f irrigation systems exist prior to trenching and excavation. Obtain record or as -built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBLR: 103410-2 260500-6 COMMON WORK RESULTS FOR ELECTRICAL Page 6 of 6 F. In cases where high voltage duct banks may exist, Contractor shall employ safe drilling/excavating techniques such as vacuum excavation, etc. 3.5 LOCKING OF ELECTRICAL FACILITIES A.Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two (2) keys per lock up to a quantity of 10 keys. Furnish Iocks to match the Owner's locking system. 3.6 CLEAN AND ADJUST A.Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. END Or SECTION CITY OF FORT WORTH Backup Power and E[ectrical Improvements at Four Pump Stations CITY PROILCT NUMBER: 103410-2 SECTION 26 05 00 ELECTRICAL DEMOLITION 1.00 GENERAL 1.01 GENERAL 2G0500-I ELECTRICAL DEMOLITION Page 1 of4 A. The work of this section includes furnishing of all labor, tools, materials, and equipment necessary to complete all the demolition required for the project as specified herein and shown on the drawings. B. Cooperation with the Company is required, and the work described herein and shown on the drawings shall be coordinated as required to fulfill the intent of the contract. C. Contractor shall refer to the following document(s) for additional information: 1. Section 01 35 00 "Special Project Procedures". 1.02 INTENT A. It is the intent of this specification and accompanying drawings to describe and indicate the demolition work to be performed. It is not intended that the specifications and drawings describe and indicate every piece of equipment required to be removed for where items are intended to be removed or as required for the satisfactory completion of the project or is considered to be the accepted practice of the trade, they shall be considered to be specified and indicated. B. The contractor shall disconnect and remove all conduit, wire and related electrical items as indicated on the drawings, or as required by the project. This includes all abandoned low voltage signal and communication cables. C. The contractor shall seal floor, wall and ceiling openings with thermo setting Fire resistive compound and non -shrink grout after removal of conduits. 1.03 SCOPE OF WORK A. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. 1.04 SCHEDULES A. Schedule with the Company/Engineer for required shutdowns to accommodate system demolition and installation of temporary facilities. 1.05 STANDARDS A. Temporary wiring of systems to maintain operation of facilities while undergoing modifications and demolition shall be provided in accordance with: 1. American National Standards Institute / National Fire Protection Association (ANSI/NFPA), No. 70 — National Electrical Code (NEC), Article No. 590 — Temporary Wiring. 1.06 QUALITY ASSURANCE CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Putnp stations CITY PROJECTNUMBER: R: 103410-2 2605 00 - 2 ELECTRICAL DEMOLITION Paget of A. Verify field measurements and circuiting arrangements are as shown on the Drawings. B. Properly locate and mark all underground cable and conduit both inside and outside the substation area. C. Verify that abandoned wiring and equipment serve only abandoned facilities. D. Demolition drawings are based on casual field observation and existing record documents. Discrepancies shall be reported to the Company/Engineer before disturbing the existing installation. E. By beginning demolition, the Contractor accepts the existing conditions and warrants that he will maintain service to equipment and items not scheduled or indicated for removal. 2.00 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual Sections. 2.02 DESIGN AND CONSTRUCTION A. If temporary electrical wiring and facilities are required, the Contractor shall provide such wiring and facilities to comply with the NEC and the requirements of the Company. 3.00 EXECUTION 3.01 PREPARATION A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. B. Coordinate utility service outages with the Utility Company to provide continuous service to operating equipment. C. Provide temporary wiring and connections to maintain existing systems in service during construction. When work, must be performed on energized equipment or circuits, use personnel experienced in such operations. D. Existing Electrical Service: Maintain existing system in service at all times. Disable system only to make switchovers and connections. Obtain permission from the Company/Engincer at least two weeks in advance, before partially or completely disabling system. 3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Prior to start of demolition, check to determine that power, communication services, etc., such as electricity and telephone, have been disconnected at the source of supply. B. Demolition shall be performed in such a manner as to avoid hazards to persons and property. Work shall be performed in strict accordance with all Municipal, State and Federal Rules, Regulations, Codes, and Laws which may govern and apply to this work C. Remove, relocate and extend existing installations to accommodate new construction. D. Remove abandoned wiring to source of supply, CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 10341 d-2 260500-3 ELECTRICAL DEMOLITION Page 3 of 4 E. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, patch surfaces and paint to match existing. F. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit serving them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. G. Disconnect and remove abandoned panelboards and distribution equipment. H. Disconnect and remove electrical devices and equipment that has been removed. I. Repair adjacent construction and finishes damaged during demolition and extension work. J. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. K. Where the demolition or revision of any portion of a raceway or box in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or specification requirements of the area, the Contractor shall provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with Specifications. L. Extend existing installations using materials and methods as specified for new work. M. Carly out the work in an orderly and careful manner. Hold noise, dust, and vibration to a minimum and conduct the Work so as to avoid any damage to the surroundings. Remove all items and parts as shown and noted on the Drawings and as otherwise may be required to be removed to carry out the Work. N. Salvaged Equipment and Materials 1. The contractor shall be responsible for all damage to existing materials not affected by the demolition work. The contractor shall repair or replace damaged material or equipment as directed at no additional cost to the Company. Repairing, patching and painting of areas shall be done by the respective trade involved with the demolition, utilizing workmen skilled in the trade involved with the repair or replacement of the material in question. 2. All equipment, removed during demolition shall remain on the site, unless otherwise noted. The Company reserves all rights to claiming material removed during demolition. The contractor is responsible to remove from the site all material not claimed by the Company. In addition, the contractor is responsible to deliver to the Company's storage facilities, equipment claimed by the Company. 3. The Company shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 4. Prior to starting demolition, the Contractor and Company/Engineer shall jointly visit the areas of demolition and the Company/Engineer will designate those items that are to remain the property of the Company. 5. Equipment and material designated by the Company, as remaining the property of the Company, shall be removed from the structure and hauled to a designated location on the site and stored for the Company's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering and tie securely or store inside Company furnished storage as directed by the Company/Engineer. CITY OF FORT WORTH Backup Power and Electrical Improvements A Four Pump 5lalions CITY PROJECT NUMBER; 103410-2 26 05 00 - 4 ELhCTRICAL DEMOLITION Page 4 of 4 6. Take necessary precautions in removing Company designated property to prevent damage during the demolition process. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. Do not use a cutting torch to separate the Company's equipment or material unless approved by the Company/Engineer. 7. Generally, items to be salvaged, shall be removed in one piece or in a manner that does not impact their reuse. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units may be handled separately. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. O. Material removed from the construction site during demolition, and any equipment not otherwise designated to remain the property of the Company in accordance with the pre - demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site and properly disposed of. P. The Contractor shall refurbish and replace any existing facility to be left in place which is damaged by the demolition operations at no additional expense to the Company. The repair of such damage shall leave the pants in a condition at least equal to that found at the start of the Work. 3.03 CLEANING AND REPAIR A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards: CIean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. END OF SECTION CITY OF PORT WORTH Backup Power and G:lectdcal lmprovetnents ai Pour Pump Stations CITY PROJECT NUMBER: 103410--2 260513-1 MEDIUM VOLTAGE CABLES Page 1 of 12 2 2 260513 MEDIUM VOLTAGE CABLES 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test the medium voltage cables and accessories as shown on the Drawings and as specified herein. B. This Section shall apply to all temporary and permanent feeders used on the project. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Shop Drawings Submit catalog data of all wire and cable and accessories specified under this Section with all selections, options and exceptions clearly indicated. The date of manufacture for each reel of cable shall be submitted. Cable manufactured 12 months or more prior to the date of this Contract will not be acceptable. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. 2. The wire and cable lugs submittal shall include the type of crimping tool required for use on each size and type of lug, including instructions for use of the tool. City of Port Worth Pour Pump Stations Backup Prnver City Project Number: 103410-2 Addendum #2 260513-2 MEDIUM VOLTAGE CABLES Puge Z of 17 3. Submit layouts to confirm the routing of conductors and all termination points, as shown on the Drawings, including pulling lengths, pulling directions, and any requested splice points. 4. Submit the manufacturer's field services engineering cable pulling tension calculations for each pull calculated in each direction to the Engineer/Owner. Copies shall be available in the field for reference prior to each pull being done. B. Certified Tests 1. Submit certified test reports of manufacturer's standard production testing and inspection as specified. 2. Submit independent testing firm reports as specified. C. Cable Splicing and Termination Certifications Submit a training certification for each electrician who will do cable splicing and termination, showing that the electrician has received cable splicing training, within the last five years, by one of the specified cable splice manufacturers listed herein. As an alternate, the Contractor may submit evidence that the electrician has successfully completed, within the last five years, a National Joint Apprenticeship Committee (NJATC) course on cable splicing. D. Operation and Maintenance Manuals 1. Refer to 0179 23 for 0&M Manuals requirements. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits. E Letter of Compliance with manufacturer's installation standards. 1.04 REFERENCE STANDARDS A. Medium voltage cables shall meet or exceed the specifications and requirements of the latest Insulated Cable Engineers Association (ILEA) and the Association of Edison Illuminating Companies (AEIC) publications, except as modified by this Section. B, Ethylene -propylene rubber (EPR) insulated cable shall meet or exceed ICEA S-93-639 (NEMA WC-74). C. Cables shall comply with Underwriters Laboratories (UL) Standard 1072, IEEE 383 and 1202, #1/0 AWG and larger. D. Field testing and commissioning shall be done in accordance with the cable manufacturer's recommendations, unless otherwise modified by this Section. E. NFPA 70— National Electrical Code (NEC) City of Port W orth Four Pump Stations Backup Power• City Prqject Number., 10341 U-2 Addendum it2 260513-3 MEDIUM VOLTAGE CABLES Page 3of12 F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The general construction of the cable and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least five years and successfully operating in the field in substantial quantities. B. Upon request, the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. C. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded, thus enabling the "traceability" of the completed cable. All steps in the manufacturing process, from receipt of raw material to the final tests, are to be included. Where multiple records are used, the method for cross-referencing shall be noted. D. Cable shall be UL listed as Type MV-105, and for cable tray use. E. Cable with a manufacture date of greater than 12 months previous will not be acceptable. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Reels not completely restrained, with interlocking flanges or broken flanges, damaged reel covering or any other indication of damaged, will be rejected. C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the cable. D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. E. Seal cable ends with heat shrinkable end caps. Do not remove end caps until cables are ready to be terminated. 1.07 WARRANTY City of ForL Worlh Four Pump Stations Backup Prover City Project Number: 103410-2 Addendum #2 26OS13-4 MEDIUM VOLTAGE CABLES Page 4 of 12 A. The Contractor shall warrant the cable against failures of cables from product failure or installation damage for a period of two years from date of project acceptance, and shall remove and replace the cables at his own expense during the two-year warranty period. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. The Contractor shall also furnish a manufacturer's extended written warranty for a period of five years from the end of the original two-year warranty, covering product replacement due to product failure. _% PRODUCTS 2.01 GENERAL A. The manufacturer's name, the voltage class, type of insulation, thickrress!ar Insulation, conductor size, UL listing and date of manufacture shall be printed on the jacket. B. Cables shall be suitable for use in partially submerged wet locations, in non-metallic or metallic conduits, underground duct systems and direct buried installation. C. Cables shall be furnished in reel lengths, each long enough to reach from connection point to connection point without splice, utilizing the manufacturer's published maximum reel length capability for each type and size to be used on this Project, If any length capability is insufficient to provide without splice, the Shop Drawing submittal shall clearly describe the insufficiency, and explain the location required for such a splice. Such exception must be described in detail, and approved by the Owner/Engineer before the cable is ordered. Installation of such splices without such approval, will require removal of such cable and replacement with another manufacturer's cable meeting the requirements of the location, all at no expense to the Owner/Engineer. D. Cables shall be able to operate continuously at 105°C conductor temperature, with an emergency rating of 140°C and a short circuit rating of 250°C. Emergency overloads shall be possible for periods of up to 100 hours. Five 100-hour emergency overload operations within the life time of the cable shall be possible. E. Medium voltage cable shall be tape shielded unless specifically shown otherwise on the Drawings. F. Acceptable manufacturers: 1. Okonite Company, Inc. 2, General Cable 3. Southwire 4. Kerite City arFort Worth Four Pump Stations Backup Pmver City Project Number: 103410-2 Addendum N2 26 0513 - 5 MEDIUM VOLTAGE CABLES Page 5 of 12 G. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.02 CABLE RATINGS AND TYPE A. 5 kV Cable 1, Cable type: Single conductor. 2. Insulation level: 5 kV —133% / 8 kV. —100%. 2.03 CABLE CONSTRUCTION A. Medium voltage cables shall be UL Listed MV-105 in accordance with UL 1072, UL CT Cable Tray Listed, meet UL vertical and horizontal flame tests, IEEE 383 and UL 70,000 BTU/HR Ribbon Burner Flame Test, IEEE 1202 flame test, ICEA T-29-520 210,000 BTU/HR Ribbon Burner Flame Test and shall have the following physical characteristics in accordance with ICEA, AEIC and UL standards: 1. Conductor: Annealed copper, Class B concentric stranded per ASTM B-8. 2. Strand Screen: Extruded semiconducting EPR strand screen meeting or exceeding the electrical and physical requirements of ICEA S-93-639/NEMA WC74 & S-97-682 and AEIC S8 and UL 1072. 3. Insulation: Ethylene propylene rubber (EPR) 133% insulation level for the voltage required or specified meeting or exceeding the electrical and physical requirements of ICEA 5-93-639/NEMA WC74 & S-97-682 and AEIC 58 and UL 1072, Cross linked polyethylene (XLPE), tree -retardant cross linked polyethylene (TRXLPE) or insulations other than EPR are not acceptable. The insulation thickness shall be as follows: a. 5 kV--0,115 inches b. 15 kV — 0,220 inches c. 25 kV — 0.345 inches d. 35 kV-0.420 inches 4. Insulation Screen: Extruded semiconducting EPR insulation screen, 6 mils thick, applied directly over the insulation meeting or exceeding the electrical and physical requirements of ICEA S-93-639/NEMA WC74 & S-97-682 and AEIC 58 and UL 1072. Overlaying with an extruded insulation shield of thermoset semi -conducting polymeric layer, free stripping. XLPE or TR-XLPE are not acceptable City of Fol Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 260513-6 MEDIUM VOLTAGE CABLES Page 6 of U Metallic Shield: 5 mils annealed copper tape helically applied with a minimum overlap of 25%. round wire or flat ribbon wire shields longitudinally or helically applied or corrugated copper tapes are not acceptable. 6. Jacket: Moisture abrasion and flame resistant Chlorosulphonated Polyethylene (CSPE). Meets or exceeds electrical and physical requirements of ICEA S93-639\NEMA WC74, AEIC S8 and UL 1072 for polyvinyl chloride jackets. UL Listed as MV-105 and sunlight resistant per UL 1072. 2.04 CABLE ACCESSORIES A. General 1. Cable termination and splicing material shall be as manufactured by Raychem; 3M Corp.; Elastimold or equal. All material used in terminating and splicing medium voltage cables shall be as recommended by the cable manufacturer. Cables shall be terminated and spliced in accordance with the kit supplier's drawings. 2. Cable terminations shall meet or exceed IEEE Standard 48, Class I requirements. 3. EP insulated cable splices shall meet or exceed the requirements of ANSI C119,1 and IEEE 404. 4. Cable accessories t-hall be by one manufacturer to assure adequate installer training and application assistance. 5. The manufacturer shall be able to document a minimum of five years successful field experience as well as demonstrating technical life assessment as requested. The manufacturer shall establish and document a Quality Assurance Program implementing suitable procedures and controls for all activities affecting quality. The program shall provide documentation that verifies the quality of production joint kits and traceability back to inspection records, raw material and the original designs and design proof tested joints. B. Indoor/Outdoor Cable Termination (5 to 35 kV) 1. Single conductor shielded cable terminations for indoor or applications shall be cold - applied, pre -stretched body with molded skirts, solder -blocked ground braid and solderless ground clamp. 2. Termination shall have a current rating equal to, or greater than the cable ampacity. 3. Termination shall accommodate any form of cable shielding or construction without the need for special adapters. 4. Acceptable products: a. 3M Corp. 7600 Series City or Fort Worth Four Pump Slations Backup Power City Project Number: 703410-2 Addendum H2 260513-7 MEDIUM VOLTAGE CABLES ?age i u I, + b. Raychem TFT-XXXE-SG W/Sheds Series. c. No Approved Equal. C. Tape Shielded Cable splice 1. Single conductor shielded cable terminations for indoor, outdoor and buried applications shall be cold -applied, pre -stretched body, shielding mesh, with spring clamp. 2. Splice all shielded cables rated 35,000 volts or less with conductor sizes ranging from #4 AWG to 1,D00 kcmil in accordance with the instructions provided with the splice. 3. Shielded cable splices shall be capable of normal continuous operations at the rated voltage and current on the cable it is to be used on (35 kV maximum). The splice kit shall contain all of the necessary materials required to make three splices including cold - applied, pre -stretched body, shielding mesh, with spring clamp. A comprehensive step- by-step instruction sheet shall be included with each kit. 4. Acceptable products: a. 3M Corp. QSIII b. Raychem CAS-XXM-X Series c. No Approved equal D. Heat Shrinkable Bus Connection Kits 1. Bus kits shall be capable of insulating bus bars two inches to six inches wide and for connection of one to four cables. Kits shall electrically insulate and environmentally seal the connection and be easily re -enterable. 2 Cable -to -bus bar connection kits shall be rated up to 35 kV class and tested in accordance with ANSI C37.20c, Section 5.2.1.4 Test for Bus Bar Insulation and Section 5.2.9 Flame -Retardant Test for Applied Insulation. 3. Manufacturers a. Raychem Corp., Type BBIT b. No Approved equal E. Lugs and Connectors City of Fort Worth Fnur Pun2p Stadons Backup Power City Project NumGer: 703470-2 Addendum 112 260513-8 MEDIUM VOLTAGE CABLES Page 8 of 12 Copper lugs and connectors shall be long barrel type, crimped with standard industry tooling, and made electrically and mechanically secure. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75°C. Lugs larger than #8 AWG shall be long barrel two - hole lugs with NEMA spacing. The lugs and connectors shall be rated for operation through 35 kV. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. F. Electrical Grounding Braid 1. Conducting metal braid shall be copper, woven from 240 strands of#30 AWG copper wires and be capable of carrying fault current comparable to that of #6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal. G. Cable Marking Systems A 7-mil, flame retardant, cold and weather -resistant vinyl plastic electrical tape shall be used for phase identification, 3M Corp.; Scotch 35 Tape or equal. Cable tags shall be heat stamped nylon secured by polypropylene cable ties, Thomas & Betts No. TC228-9 or equal. 2.05 PULLING COMPOUNDS A. Pulling compound shall be nontoxic, nonflammable, noncombustible and noncorrosive. The material shall be UL listed and compatible with the cable insulation and jacket. B. Manufacturers 1. Ideal Company 2. Polywater, Inc. 3. Cable Grip Co. 4. No Approved equal. 2.06 SHOP rES-11W3, A. Perform manufacturers' standard production testing ano inspection in accordance with Section 9ofthe referenced ICEA standards. The manufacturer shafrsubrnitcetiifiedproof of compliance with ICEA design and test standards. B. Provide certified test reports indicating that the cable has passed the following tests: 1. Partial Corona Discharge Test in accordance with ICEA S-93-639 Section 9.8.2. 2. Vertical tray flame test in accordance with IEEE 1202. City of Fort Worth four Pump Stations Backup Power City Project ftm6er: 103410-2 Addendum #2 260513-9 MEDIUM VOLTAGE CABLES Page 9 of 12 3.00 EXECUTION 3.01 GENERAL A. Determine the cutting lengths, reel arrangements ana toiai lengths of cable required and shall furnish this data to the cable manufacturer as soon as possibile to -assure un time delivery of cable. B. The Contractor shall employ the services of the field engineering services available from the cable manufacturer for installation, termination and splicing training. The Contractor shall obtain pulling tension calculations for all pulls as specified below. C. The Contractor shall provide a Certificate of Training issued within the last two years. 3.02 I NSTALLATI O N A. Cable Installation 1. Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed directly from the manufacturer's reel, with tension -monitoring equipment. Where conductors are found to have been installed without tension —monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be installed, tagged and raceways resealed, all at no increase in Contract Price or Contract Time, 2. When temperature is below 201, cable reels shall be stored at 707 for at least 24 hours before installation. 3. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii. The Contractor shall furnish such information to the Owner/Engineer, and the information shall be available at the project site. 4. Where the cable pulling direction is selectable, pull cables from the direction that requires the least tension, and fewer bends in the last 25% of pull. 5. Feed cables into raceway with zero tension and without cable crossover at raceway entrance. 6. The Contractor shall use only approves means of pulling the cable. Cable shall not be pulled using a vehicle or crane. 7. The Contractor shall provide the services of the cable manufacturer certify the installation of all sections of the cable. The manufacturer shall provide a report to the Owner at the conclusion of the installation, that to his knowledge, the installation method complied with the recommended installation procedures recommended by the manufacturer. City of Fait Worlb Emir Pump Stations Backup Power Cily Prgjeci Number: 103410-2 Addendum #2 260513-10 MEDIUM VOLTAGE CA3LE5 Page 10 of 12 The Contractor shall provide pulling tension calculations for every pull regardless of length. The cable manufacturer's field services engineering shall provide the all pulling tensions for each pull. The calculations shall be done from both directions to determine the least amount of tension required. All pulling tension calculations shall be submitted to the Engineer prior to installation and copies of the calculations shall be available in the field for reference during each pull, B. Splicing and Terminating 1, Cables shall be installed with no splices unless approved by the Engineer/owner on a case -by -case basis. Proposed splice locations shall be submitted to the Owner/Engineer for approval prior to the start of installation. Cables installed fully or partially which require splices without approval will be rejected and shall be removed and replaced without a change in Contract Price or Time. 2, The work area shall be kept warm, dry and ventilated during splicing and terminating of the cables. 3. Splicing (if previously approved) and terminating shall be performed by electricians having formal training and a minimum of five years' field experience in this type of splicing work with 5 kV and 25 kV cable, as specified herein. 4. Prepare cables in accordance with splice or termination kit manufacturers installation details. 5. Maintain shield continuity around splices. Bond cable shields at each terminal or splice location. 6. Install a neoprene tape wraparound each splice and bonding jumper to provide a watertight environmental seal. 7. Insulate and seal each cable -to -bus termination with heat shrinkable bus connector kits. 8. The Contractor shall provide the services of the manufacturer to inspect the splicing and provide a letter to document his findings, Any deficiencies shall be corrected by the Contractor to the satisfaction of the manufacturer. 9. Cables shall not be bent sharper than the minimum bending radius allowed by the cable manufacturer. Care shall be taken during installation and training the cables to termination points such that the cables are not bent less than the minimum allowed radius at any time for any reason. Straightening a cable bent too sharply is not an acceptable solution. Cables bent with a bending radius less than permitted at any time are rejected and shall be removed and replaced immediately with no increase in Contract Price or Contract Time allowed. City of Port Worth 1-our Pump Sladons Backup Pmver Cif; ^,ujecrNumbar: 105410-1 Addendum #2 260513-11 MEDIUM VOLTAGE CABLES Page 11 of 12 10. Pulling wheels used in a cable pull where a change in the direction of the cable pull is required (such as the entry or exit point or through a man hole) shall have a diameter twice the minimum bending radius of the cable. Minimum bending radius of cables shall be at least 12 times the outside diameter of the cable or larger if required by the manufacturer. For example, a one -inch diameter cable shall have a minimum bending radius of 12 inches. Pulling wheels for this example shall be 24-inches in diameter, minimum. C. Electric Arc and Fire Proofing 1. in manholes, cable trays and exposed locations, wrap medium voltage cables with one half -lapped layer of Scotch Brand 77 Electric Arc and Fireproofing Tape. Tape shall be secured with a two -layer band of Scotch Brand 69 Glass Electrical Tape over the last wrap. LCY. Marking and-Iderrtificattorr Plastic nameplates shall be installed in each manhole, pull box gnat atspiice and terminating points. These nameplates shall show the phase and feeder designations and the date when the cable was installed or splice or termination was made. The feeder designation shall be as indicated on the Drawings. Nameplates shall be tied to each cable with self-locking nylon tie. 3.03 FIELD TESTING A. Notify the Owner/Engineer at least two weeks prior to scheduling any testing. All testing raw data shall be recorded by hand on paper even if the testing technician is using an electronic means to record the data. All raw data shall be submitted to the Engineer / Owner for their records. No testing will be allowed without either the Engineer's or Owner's representative / inspector being present during all testing procedures. The witness will sign the raw data forms on which he / she has witnessed being filled in. Any testing done which is not witnessed and the raw data documentation signed by the witness will not be accepted and shall be re -done with the witness present. No increase in Contract Price nor Contract Time will be allowed for retesting. B. Equipment testing and inspection for all new cables shall be performed in accordance with the manufacturer's recommendations on a generic form, and shall include the following: 1. Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. 4. Very Low Frequency (VLF) dielectric test (tan delta) in accordance with IEEE 400.2 C. Equipment testing and inspection for existing cables shall be performed in accordance with the manufacturer's recommendations, and shall include the following: City of Port Worth Four Pump Staiionx Backup Power City Project Nermher: 103410-2 Addendum 1t2 260513-12 MEDIUM VOLTAGE CABLES Page 12 of 12 1, Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. D. When new cables are shown on the drawings or approved by the Engineer to be spliced into existing cables, Tests 1, 2 and 3 above shall be performed. After test results are approved and the splice is completed, an insulation resistance test and a shield continuity test shall be performed on the length of new and existing cable including the splice. E. Submit certified copies of the test results and leakage plots to the Owner/Engineer in accordance with Division 1 within five days of completion the of the tests. F. Immediately notify the Owner/Engineer and do not energize the cables if any of the following conditions occur: I. Cable damage. 2. Improper installation or grounding. 3. Shield discontinuity or high resistance. 4. Dielectric absorption ratio and polarization index below 1.5. 5, Abnormal plot of leakage current versus voltage. G. Defective or Damaged Cables 1. The Owner/Engineer shall make sole determination of the acceptability of the cables based on the submitted test reports. Do not energize cables until the test reports have been reviewed and approved by the Owner/Engineer. 2. If, in the opinion of the Owner/Engineer, the cables, terminations or splices are determined to be damaged or defective, provide the following remedial actions at no additional cost to the Owner: a. Remove splices and terminations as directed by the Engineer and completely re -test the cables to determine whether the cables are damaged or defective. b. Remove and replace damaged or defective cables as directed by the Owner/Engineer. c. Remake terminations and splices with new kits. d. Completely re -test cable, splices and terminations as previously tested above. END OF SECTION City of Port Worth !'our Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 260519-1 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page I of 15 SECTION 26 05 19 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install and test 600 volt wires and cables. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE: TESTING A. Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. Megger tests shall be performed by a testing company with a minimum of 10 years' experience. All low voltage cables shall be verified by use of telephone communications. 1.03 SUBMITTAL PROCEDURES A. Submittal Procedures shall be in accordance with Section 0130 00, "Submittals" and shall include: 1. Shop Drawings: a. Low voltage wire b. Tray Rated Cable c. G-' TO— 1Id Wire d. Shielded cable e. Multimode optical -fiber cabling. f. KS-232 g. UTP cabling. h. Control -circuit conductors. i. Terminations and Connections 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA S-19-81/NEMA WC-3 Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy ICEA S-61-4021NEMA WC-5 Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NFPA 70 National Electrical Code CITY OF FORT WORTH Backap Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 ANSI/TIA/EIA 606A UL 83 UL 1063 ASTM B3 ASTM 138 1.05 DELIVERY AND STORAGE 2605 19 - 2 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 2 of 15 Standard for Telecommunications Infrastructure Thermoplastic Insulated Wires and Cables Machine Tool Wires and Cables Soft or Annealed Copper Wires Concentric -Lay -Stranded Copper Conductors, Hard, Medium, Hard, Soft A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. B. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. C. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. D. Do not drop reels from any height. E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. G. Provide moisture protection by using manufacturer's standard procedure or heat shrinkable self -healing end caps applied to both ends of cable. Do not remove end caps until cables are ready to be terminated. 2.00 PRODUCTS 2.01 GENERAL A. Wires and cables shall he soft -drawn, annealed copper with a conductivity of not less than that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 Celsius in dry locations and in wet locations B. Conductors #8 or larger shall be stranded and conductors #14 shaIl be stranded. Utilize single conductors. C. Except for control, signal and instrumentation circuits and as specifically indicated on the plans the minimum conductor permitted is #12. 2.02 WIRE MARKING A. Wire marking shall be in accordance with the National Electrical Code Article 310 and shall be printed on the wire insulation at 2 foot intervals. The printing method used shall be permanent and the color shall sharply contrast with the jacket color. UTY OF FORT WORTFr Backup Power and Ekctiical Improvements at four Punip Stations CrrY PROJECT NUMBER: 103410-2 2605 19 - 3 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 3 of 15 B. Wire marking shall include the U,L, label and necessary identification, including the Manufacturer, the number of conductors, size, conductor insulation type, sun -resistance, and other pertinent information. 2,03 CONDUCTORS AND CABLES A. SINGLE CONDUCTOR CABLES: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XH14W-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Conductors #8 or larger and conductors #14 shall be stranded. Wire shall be manufactured by Southwire, Okonite, Encore, General Cable, or Houston Wire & Cable. B. MULTI -CONDUCTOR CABLES: Type TC; multi -conductor cable specifically approved for the installation of cable trays, in accordance with NEC Article 340. Each cable conductor shall be insulated with XHHW-2 type insulation rated at 600 volts. The individual conductors shall be twisted together and jacketed with a PVC outer covering. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet location. Multi -conductor cables will be equipped with integral ground conductors sized in accordance with the National electrical Code, Cable shall be as manufactured by Southwire, Okonite Okoseal-N, GeneraI Cable or Houston Wire & Cable. C. GROUND WIRE: Ground wire shall be Class B stranded tin-plated conductor without insulation in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulator as specified for low voltage wire. D. PAIRED SHIELDED CABLE: Individually and overall shielded 18 gauge, 7/29 stranded, tinned copper conductors with .021" extruded PVC; .004" nylon insulation twisted into pairs, stranded into a core and enclosed by a non. -hygroscopic core tape, 100% coverage, helically wound, aluminum foil shield, drain wire, and .050" minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet location and cable tray rated. Cables shall be manufactured by Alpha, Okonite, General Cable, Southwire, Belden, or Houston Wire & Cable. E. TRIAD SHIELDED CABLE (RTD CABLE): RTD cable shall have the following characteristics: 1. (8) or as indicated on the plans, with three (3) 18 AWG conductors. 2, Triads shall each have individual shield and overall shield. 3. Each conductor insulated for 600V and entire cable rated for 90 Celsius in dry locations and 75 Celsius in wet Iocations. a, Primary Insulation: 15 mils nominal; PVC; 4 mils nylon b. Number of Conductors: 3 c. Color Code: Black and white and red d. Group Identification: Each triad numbered CITY OF FORT WORTH Backup Power and Electrical impruvements a[ your Pump Stations CITY PROJECT NUMBER: I03410-2 2605 19-4 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 4 of 15 e. Pair Shield: 100% coverage; .35 mil aluminum x .5 mil Mylar tape and 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. f. Cable Shield: 100% coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. g. Jacket: Black 90 Celsius FR PVC 4. RTD cable shall be as manufactured by Houston Wire & Cable, General Cable, Okonite or Belden. 2.04 WIRE CONNECTIONS AND DEVICES A. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy, Thomas & Betts, or Ideal Industries; of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors shall be long -barrel type, no exceptions. B. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company (3M), No. 35. C. WIRENUTS: Silicone -based pre -filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL 486D for Scaled Wire Connector Systems and shall be manufactured by Ideal Industries, Inc model 63, or as manufactured by ITT or Panduit. Wirenut shall be spring insulated, properly sized and resistant to vibration may be used for No. l2 though No.10 solid gauge conductor for lighting and branch circuits only. D. SPLIT BOLTS: Kearney, Burndy, or Ilsco; shall be usable for connecting conductors which are both copper, both aluminum or one copper and one aluminum. Split bolts shall have a spacer between the two conductors, which it connects. E. MECHANICAL SET SCREW CONNECTOR: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or llsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. F. RUBBER TAPE: Scotch 2210. G. VINYL TAPE: Scotch 88. H. ARC PROOFING TAPE: 3M "Scotch 77 Fire and Electric Are Proofing Tape". Fireproofing shall be done with a half -tapped layer of arc proofing tape, anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Electrical Tape". I. INSULATING RESIN: Scotch 3576, 3577, or 3578. J. POWER DISTRIBUTION BLOCKS: Mersen, or llsco; rated for 600 VAC and tennination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 2.05 OPTICAL -FIBER CABLE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1 _ 3M. CITY OF FORT WORTH Backup Power and Electrical Improvernents at Foi3r Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 19 - 5 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 5 of 15 2. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 3. Belden CDT Networking Division/NORDX. 4. Belden Inc, 5. Berk-Tek; a Nexans company. 6. CommScope, Inc. 7. Corning Cable Systems. 8. Emerson Connectivity Solutions. 9. General Cable; General Cable Corporation. 10. Mohawk; a division of Belden Networking, Inc. 11. Nexans. 12. Optical Connectivity Solutions Division. 13. Siemon. 14. Siemon Co. (The). 15. Superior Essex Inc. 16. SYSTIMAX Solutions; a CommScope Inc. brand. 17. Tyco Electronics Corporation; a TE Connectivity Ltd. company. B. Description: Multimode, 62.5/125-micrometer, 6-fiber, nonconductive, tight -buffer, optical - fiber cable; fiber category OMl 1. Comply with ICEA S-83-596 for mechanical properties. 2. Comply with TIA-568-C.3 for performance specifications. 3. Comply with TIA-492AAAB-A for detailed specifications. 4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 444, UL 1651, and NFPA 70 for the following types: a. Plenum Rated, Nonconductive: Type OFNP in listed plenum communications raceway. C. Jacket: 1. Jacket Color: Orange for 62.5/125-micrometer cable. 2, Cable cordage jacket, fiber, unit, and group color shall be according to TIA-598-C. 3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not to exceed 40 inches. 2.06 OPTICAL -FIBER CABLE HARDWARE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ADC. 2. American Technology Systems Industries, Inc. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260519-6 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 6 of 15 3. Belden CDT Networking Division/NORDX. 4. Belden Inc. 5. Berk-Tek; a Nexans company. 6. Corning Cable Systems. 7. Dynacom Corporation. 8. Hubbell Premise Wiring. 9. Molex Premise Networks, 10. Optical Connectivity Solutions Division. 11, Panduit Corp. 12. Siemon Co. (The). B. Cross -Connects and Patch Panels: Modular panels housing multiple -numbered, duplex cable connectors. C. Number of Connectors per Field: One for each fiber of cable or cables assigned to field, plus spares and blank positions adequate to suit specified expansion criteria. D. Patch Cords: Factory -made, dual -fiber cables in 36-inch lengths. E. Cable Connecting Hardware: 1. Comply with Optical -Fiber Connector Intermateability Standards (FOCIS) specifications of TIA-604-2-B, TIA-604-3-B, and TIA/EIA-604-12. Comply with TIA-568-C.3. 2. Quick -connect, simplex and duplex, Type SC or Type ST connectors. Insertion loss of not more than 0.75 dB. 3. Type SFF connectors maybe used in termination racks, panels, and equipment packages. 2.07 UTP CABLE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. 3M. 2. ADC. 3. Alpha Wire Company. 4. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 5. Belden CDT Networking Division/NORDX. 6. Berk-Tek; a Nexans company, 7. CommScope, Inc. 8. Draka USA. 9. General Cable; General Cable Corporation. 10. Genesis Cable Products; Honeywell International, Inc. 11. KRONE Incorporated. CITY OF FORT WORTH Backup Power and Iilectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260519-7 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 7 of 15 12. Mohawk; a division of Belden Networking, Inc. 13. Nexans. 14. Siemon. 15. Siemon Co. (The). 16. Superior Essex Inc. 17. SYSTIMAX Solutions; a CornmScope Inc. brand. B. Description: 100-ohm, four -pair UTP , 25-pair UTP covered with a thermoplastic jacket. 1. Comply with ICEA S-90-661 for mechanical properties of Category 5e cables. 2. Comply with ICEA S-102-700 for mechanical properties of Category 6 cables. 3. Comply with TIA-568-C.1 for performance specifications. 4. Comply with TIA-568-C.2, Category 6. 5. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with NEMA WC 66, UL 444 and NFPA 70 for the following types: a. Communications, Plenum Rated: Type CMP complying with UL 1685 or Type CMP in listed plenum communications raceway. 2.08 UTP CABLE HARDWARE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ADC. 2. American Technology Systems Industries, Inc. 3. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 4. Belden CDT Networking Division/NORDX. 5, Belden Inc. 6. Corning Cable Systems. 7. Dynacom Corporation. 8. Hubbell Incorporated; Wiring Device-Kellems. 9. Hubbell Premise Wiring. 10. KRONE Incorporated. 11. Leviton Manufacturing Co., Inc. 12. Molex Premise Networks. 13, Panduit Corp. 14. Siemon Co. (The). B. General Requirements for Cable Connecting Hardware: Comply with TIAIEIA-568-C.2, tDC type, with modules designed for punch -down caps or tools. Cables shall be terminated with connecting hardware of same category or higher. CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260519-8 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 8 of 15 C. Connecting Blocks 110-style 1DC for Category 6. Provide blocks for the number of cables terminated on the block, plus 25 percent spare. Integral with connector bodies, including plugs and jacks where indicated. D. Cross -Connect: Modular array of connecting blocks arranged to terminate building cables and permit interconnection between cables. l . Number of Terminals per Field: One for each conductor in assigned cables. E. Patch Panel: Modular panels housing multiple -numbered jack units with IDC-type connectors at each jack for permanent termination, of pair groups of installed cables. F. Patch Cords: Factory -made, four -pair cables in 36-inch lengths; terminated with eight - position modular plug at each end. 1. Patch cords shall have bend -relief -compliant boots and color -coded icons to ensure Category 6 performance. Patch cords shall have latch guards to protect against snagging. 2. Patch cords shall have color -coded boots for circuit identification. G. Faceplates: 1. Plastic Faceplate: High -impact plastic. Coordinate color with Section 26 27 26 "Wiring Devices." 2. Metal Faceplate: Stainless steel, complying with requirements in Section 26 27 26 "Wiring Devices." 3. For use with snap -in jacks accommodating any combination ofUTP, optical -fiber, and coaxial work area cords. a. Flush -mounted jacks, positioning the cord at a 45-degree angle. H. Legend: 1. Engraving for stainless steel faceplates. 2.09 CONTROL -CIRCUIT CONDUCTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Cable; General Cable Corporation. 2. Southwire Company. 3. Alpha. 4. Okonite. 5. Belden, 6. Houston Wire and Cable. B. General: 1. Wires and cables shall be soft -drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper, UL 83 and UL 1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 degrees Celsius in dry locations and in wet locations. CITY OF FORT WORTH Backup Power and Electrical Tmprovements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260519-9 LOW VOLTAGE ELECTRICAL, CONDUCTORS AND CABLES Page 9 of 15 2. Control, signal and instrumentation circuits and as specifically indicated on the Drawings the minimum conductor permitted is #12. C. Single Conductor Cables: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XI-MW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. D. Class 1 Control Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 83. E. Class 2 Control Circuits: Stranded copper, Type XI*HW-2, in raceway, complying with UL 83. F. Class 3 Remote -Control and Signal Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 83. 2.10 RS-232 CABLE A. Provide PRODUCTS by one of the following: 1. Allied Wire & Cable Inc. 2. Belden Inc. 3. General Cable; Prysmian Group North America 4. Genesis Cable Products; Honeywell International, Inc. 5. Southwire Company. B. PVC -Jacketed, TIA 232-F: 1. Three No. 22 AWG stranded (700) tinned copper conductors. 2. Polypropylene insulation. 3. AIuminum foil -polyester tape shield with 100 percent shield coverage. 4. PVC jacket. 5. Conductors are cabled on common axis with No. 24 AWG, stranded (702) tinned copper drain wire. 6. NFPA 70 Type: Type CM. 7. Flame Resistance: Comply with UL 1581. 2.1I SOURCE QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to evaluate cables. B. Factory test UTP cables according to TIA-568-C.2. C. Factory test optical -fiber cables according to TIA-568-C.3. D. Cable will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. 3.00 EXECUTION 3.01 PREPARATION CITY OF FORT wORT1T Backup Power and Electrical improvements at Four Pump Stations CITY PROJECTNUMBER! 103410-2 2605 19 - 10 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 10 of 15 A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 INSTALLATION A. GENERAL 1. Install raceway first as a complete system without conductors. Do not install p-all wires and conductors until the raceway system is in place in accordance with the NEC and these specifications. Exception: Only flexible connections to motors shall be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors shall be limited to exposure to damage for a maximum of one (1) week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i,e. not installed in raceway) longer than one (1) week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables shall be removed, discarded, replaced, reinstalled and retermination at the Contractor's expense. 2. Installed unapproved wire shall be removed and replaced at the Contractor's expense. 3. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. 4. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. 5. Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed with tension -monitoring equipment. Where conductors are found to have been installed without tension -monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at the Contractor's expense. 6. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. 7. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 8. Where single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as are and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 4 inches on center. 9. Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. 10. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bundle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein and in specification Section 26 05 53, "Identification For Electrical Systems." 11. Cap spare conductors and conductors not terminated, with the UL listed end caps. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2605 19-11 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page l l of 15 12. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. 13. For conductors that will be connected by others, provide at least 6 feet spare conductors in free standing panels and at least 2 feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. 14. Each circuit shall include a ground wire. Sharing grounds or neutrals is not allowed. B. Fiber Optic and UTP Cabling I . Comply with TIA-569-B for pull -box sizing and length of conduit and number of bends between pull points. 2. Comply with TIA-568-C Series of standards. 3. Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." 4. Terminate all conductors and optical fibers; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross -connect and patch panels. 5. Cables may not be spliced. 6. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals. 7. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." Install lacing bars and distribution spools. 8. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable. 9. Cold -Weather Installation: Bring cable to room temperature before de -reeling. Do not use heat lamps for heating. 10. Pulling Casale: Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." Monitor cable pull tensions. 11. Support: Do not allow cables to lay on removable ceiling tiles. 12. Secure: Fasten securely in place with hardware specifically designed and installed so as to not damage cables. 13. Separation from EMI Sources: a. Comply with BICSI TDMM and TIA-569-B recommendations for separating unshielded copper voice and data communications cable from potential EMI sources including electrical power lines and equipment. b. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment shall be as follows: CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2605 19 - 12 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 12 of 15 1). Electrical Equipment or Circuit Rating Less Than 2 WA: A minimum of 5 inches. 2). Electrical Equipment or Circuit Rating Between 2 and 5 WA: A minimum of 12 inches. 3). Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 24 inches. c. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows: 1). Electrical Equipment or Circuit Rating Less Than 2 WA: A minimum of 2-1/2 inches. 2). Electrical Equipment or Circuit Rating Between 2 and 5 WA: A minimum of 6 inches. 3). Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 12 inches. d. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows: 1). Electrical Equipment or Circuit Rating Less Than 2 WA: No requirement. 2). Electrical Equipment or Circuit Rating Between 2 and 5 WA: A minimum of 3 inches. 3). Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 6 inches. e. Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or 5 HP and Larger: A minimum of 48 inches. f. Separation between Communications Cables and Fluorescent Fixtures: A minimum of 5 inches. C. SPLICES I. Power Conductors: Splice in junction boxes or at outlets only for lighting and receptacle branch circuits. Splices for all other circuits shall be disallowed. All splices are subject to the Engineer's approval. Obtain approval from Engineer before installing any splices. a. For existing installations, splices of 120V circuits shall use twist -on wire nuts. b. For splices of existing 480V circuits, the Contractor shall terminate the existing and now conductors using power distribution blocks mounted in a junction box. 2. Control and Instrumentation Conductors: No splicing of control and instrumentation conductors shall be permitted between terminal points except as specifically indicated on the plans. 3. No splicing of conductors shall be performed in any below ground structure. 4. Condulet type fittings shall not contain splices. Under no condition shall conductors of a different color be spliced together. CITY OF FORT WORTH Backup Power and DuUrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260519-13 LOW VOLTAGE FLECTRICAL CONDUCTORS AND CABLES Page 13 of IS 5. For No. 10 and smaller, connect conductors with a twist -on spring wirenut. if a splice or tap is below 3' above the final grade, fill the spring connectors with an electrical insulating resin so that the resin encapsulates conductor and spring materials. Conductor splices and taps inside the, VFDs, panels, etc. shall be on the terminal strips or power distribution blocks. 6. For No. 8 and larger, connect conductors with a split bolt type of connector or a mechanical, set screw type connector. Wrap splices and taps with a single halt -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3' above the finished grade, the tape or splice shall have a final outer coating or insulating resin. D. TERMINATIONS 1. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 2. Furnish and install power distribution blocks as required for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. 3. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch -pound requirements of the NEC and UL. 4. Use crimp connectors on all stranded conductors. 5. Soldered mechanical joints insulated with tape will not be acceptable. 6. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make connections to equipment without straining. Light switches and receptacles shall be, connected with pig- tails and crimp -on connectors. 7. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded and triad shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables and digital control cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. Each conductor and shield shall be landed on its own terminal. Sharing of shield shall not be allowed. NW40TIf11LD11►C+r 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. All connections to ground rods shall be of the fused type utilizing an exothermic welding process. CITY OF FORT WORT[ I Backup Power and Electrical improvements at Four Pump Stations CITY PKOJECrNUMBER: 103410-2 26 05 L9 - 14 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES Page 14 of 15 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor, which it houses. Clean the metal surface under the grounding lug to bright metal. Grounding connections to motors shall be to the grounding stud, which shall be threaded into the stationary frame- Use Burndy KC Servit, or approved equal. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tin plated copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulation as specified for low voltage wire. Provide and size bonding conductors in accordance with the National Electrical Code. 4. Provide a bare uninsuiated ground wire to run the entire length of all cable trays. The contractor shall bond to each section and to every enclosure served by conductors routed through the cable tray system F. TESTING Testing: All testing required shall be per Specification Section 26 0126, "Testing of Electrical Systems". 2. Perform tests and inspections and prepare test reports and submit to the Owner/Engineer prior to final inspection. Test reports shall be submitted as required by Specification Section 26 0126, "Testing of Electrical Systems". All test reports shall be submitted in one binder under Specification Section 26 0126, "Testing of Electrical Systems". 3. Tests and Inspections: a. After installing conductors and cables and before electrical circuitry has been energized, test for compliance with requirements. b. Perform each visual and mechanical inspection and electrical tests stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. c. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No.3 AWG and larger. Remove box and equipment covers so terminations are accessible to portable scanner. 1). Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each termination 1 I months after date of Substantial Completion. 2). instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3). Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action talren, and observations alter rernedial action.. 4. Test cables on receipt at the Site. a. Note to Specifier: Retain one or both of the first two subparagraphs below. CITY OF FORT WORTH Backup PnWCr and Eloctrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2605 19 - 15 LOW VOLTAGE. ELECTRICAL CONDUCTORS AND CABLES Page 15 of 15 b. Test optical -fiber cable to determine the continuity of the strand end to end. Use optical -fiber flashlight. c. Test optical -fiber cable on reels. Use an optical time domain reflectometer to verify the cable length and locate cable defects, splices, and connector; include the loss value of each. Retain test data and include the record in maintenance data. d. Test each pair of UTP cable for open and short circuits. 5. Test Reports: Prepare a written report to record the following: 1). Test procedures used 2). Test results that comply with requirements. 3). Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. b. Remove and replace malfunctioning units and retest as specified above. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Purnp Stations CITY PROJECT NUMBER: 103410-2 260526-1 GROUNDING AND BONDING SYSTEM Page I of 5 SECTION 26 05 26 GROUNDING AND BONDING SYSTEM PART1- GENERAL 1.1 SCOPE OF WORK A.Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. 1.2 RELATED WORK A.Section 26 00 00 "Electrical — General Provisions" B. Section 26 05 33 "Raceways, Boxes and Fittings for Electrical Systems" C. Section 26 05 29 "Hangers and Supports for Electrical Systems" D.Section 26 05 19 "Low Voltage Electrical Conductors and Cables" E. Section 26 05 13 "Medium Voltage Cable" 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Division Oland Section 26 00 00 "Electrical — General Provisions", shop drawings and product data, for the following: 1. Ground rods. 2. Grounding conduit hubs. 3. Water pipe ground clamps. 4. Buried grounding connections. 5, Compression lugs. 6. Exothermic bonding system. 7. Field quality -control grounding test reports. 1.4 REFERENCE CODES AND STANDARDS A.All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to the latest revision of the following standards (unless otherwise noted); 1. NFPA 70 —National Electrical Code (NEC) 2. UL 467-2007 — Grounding and Bonding Equipment 3. NFPA 70E Standard for Electrical Safety in the Workplace B.All equipment components and completed assemblies specified in this Scction of the Specifications shall bear the appropriate label of Undet-writers Laboratories. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pomp Stations CITY PROJECT NUMBER: 103410-2 260526-2 GROUNDING AND BONDING SYSTEM Page 2 of 5 1.5 QUALITY ASSURANCE A.The manufacturer of these materials shall have produced similar electrical Materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engincer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.7 WARRANTY A.The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for I year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment, or materials, shall be performed by the Contractor at no expense to the Owner. PART 2- PRODUCTS 2.1 RACEWAYS A.Conduit shall be as specified under Section 26 05 33 "Raceways, Boxes, and Fittings for Electrical Systems". B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be No. 12 AWG. 2.2 CONDUCTORS A.Wire shall be as specified under Section 26 05 19 "Low Voltage Electrical Conductors and Cables". B. Ground wire shall be uuinsulated tinned copper sized as shown on the Drawings, in all cases i h.erc a singlc ground wire is indicated to bo installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate the ground wire with green insulation as specified for low voltage wire. 2.3 GROUNDING ELECTRODES A. Ground rods shall be 3/4- inch by 10 ft 316 stainless steel and constructed in accordance with UL 467. Ground rods shall be as manufactured by ERICO, Copperweld or approved equal. 2.4 CONNECTORS AND CONNECTIONS A. Water pipe ground clamps shall be cast bronze, Thomas & Betts (T&B) Co. Cat. JPT, similar by Burndy; O.Z. Gedney Co. or equal, and of the correct size for the pipe, B.Buried grounding connections shall be by an exothermic weld process, T&B Furseweld SCRI, or equal. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103414-2 260526-3 GROUNDING AND BONDING SYSTEM Page 3 of 5 C. Where the process cannot be used because of the Owner's operations, a,Burndy Hyground Irreversible Compression System, or equal, shall be used. 2.5 GROUND ROD BOXES A.Precast Box with cast iron lid. Lid shall read "ground rod" on lid. Brooks Precast Model. "3- RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHTO HS-20 rating. 2.6 PROCESSES A.AII grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. B.Any concealed connection (buried, encased in concrete or otherwise sealed) shall be done only with exothermic welds. C.All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.7 GROUNDING SYSTEM A.Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. PART 3 - EXECUTION 3.1 INSTALLATION A, Ground electrical work in accordance with NEC Article 250 and local codes B.Install ground cables continuously between connections, Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs. buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non-metallic materials C. Run grounding electrode conductors in rigid conduits. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, disassemble them and remake them with new fittings. D.Install equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. E. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 30" below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. If ground cables are exposed, run in conduits For added protection F. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in rigid conduit. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROTECT NUMBER: 103410-2 260526-4 GROUNDING AND BONDING SYSTEM Page 4 of 5 G.Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus, as shown on the Drawings. Ground wire connections to structural steel columns shall be made with long barrel type one hole heavy duty copper compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. H.Where the grounding loop rises to bond to a column, an insulated jumper shall be installed as shown on the Drawings. An insulated ground jumper shall be used. The jumper shall be shall be bonded to the grounding loop, rise up above the ground and make connection to the building column Steel. Alt connections to the ground ring and the building steel shall be of the exothermic type as specified equal to the Cadweld process. I. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum No. 12 AWG shall be used, J. Liquid tight flexible metal conduit in sizes 1-1/2" and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tic wraps. K.Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250.66, L. Drive grounding electrodes where shown on the Drawings. All grounding electrodes shall be a minimum of 20 feet apart. M. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. N.Seal exposed connections between different metals with no -oxide paint, Grade A or equal. O.Lay all underground grounding conductors slack and, where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are icon piper or other .magnetic material, etec'rrically connect conductors to 4oth ends of the guard. Make connections as specified herein. I'. Care shall be taken to ensure good ground continuity, in particular, between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. Q.All grounding type receptacles shall be grounded to the outlet boxes with a minimum, #12 XHHW green conductor, connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. R.Bonding Straps and Jumpers; Install in locations accessible for inspection and maintenance, except where routed through shoal lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic -welded connectors for outdoor locations, but if a disconnect -type connection is required, use a bolted clamp. CITY OF t ORT WORTII Backup Power And Electrical Improvements at Four Pump Stations CITY PROJECT NUMBF,R: 1034t0-2 260526-5 GROUNDING AND BONDING SYSTEM Page 5 of 5 S. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 4/0 AWG bare, tin- plated, copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape or heat -shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, nonshrink grout. T. Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each vault, manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn bare tin-plated copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Ground all metallic cable racks, supports, and ladders by #4/0 bare tin-plated copper ground loop exposed on the inside walls of the manhole. Connect the copper loop to the grounding cable that is run above the duct bank and through the manhole. U.Provide a ground pad in all concrete foundations for connection to equipment and to grounding system. The ground pad shall be ER1CO CADWELD B164-2Q or equal. No pigtails allowed. 3.2 INSPECTION AND TESTING A.Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B.Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fail -of -potential method. C.All test equipment shall be provided under this Section and approved by the Owner/Engineer. D.Resistance to ground testing shall be preceded by no precipitation for a minimum of 28 days. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G.Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. Ground resistance measurement shall not exceed 5 ohms. Add ground rods as required to bring resistance to 5 ohms and connect to grounding system. H.Submit reports of all tests to the Owner/Engineer. END OF SECTION CITY OF FORT WORTH Backup Power and Eleetricat Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260529-1 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page I of 5 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SCOPE OF WORK A.Furnish and install electrical support hardware, as shown on the Drawings and as specified herein. B.Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.2 RELATED WORK A.Division 26 Specifications 1.3 SUBMITTALS A.Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. B.The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. 5. Cure and gel time tables 6. Temperature ranges (storage, installation and in-service). 1.4 REFERENCE CODES AND STANDARDS A.All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard For Electrical Safety in the Workplace .1 A5f lVl E 4$8-96 (7_003); Standard Test Method for Strengih of Anchors in Concrete and Masonry Elements, ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive - Bonded Anchors, ASTM International 5. AC308; Acceptance Criteria for Post -Installed Anchors in Concrete Elements, Latest revision. 6. SAE 304 Stainless Steel Grades B.Ali equipment components and completed assemblies specified in this Section of the Specifications, having a UL standard, shall bear the appropriate label of Underwriters Laboratories. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260529-2 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 2 of 1.5 QUALITY ASSURANCE A.The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B.Materials shall be handled and stored in accordance with manufacturer's instructions. C.Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing. storage - time at job -site. 3. More materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (temperature range) and expiration date must be supplied with product D.Metal Framing Systems 1, Material shall be new and unused, with no signs of damage from handling. 1.7 WARRANTY A.The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. PART 2 - PRODUCTS 2.1 ADHESIVE ANCHORING SYSTEMS A.Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HAS-R 304 SS with IIIT-HY 150 MAX. b. No equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and Functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B.Product Description CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260529-3 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 3 of 5 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. 2. All parts shall be manufactured of 304 stainless steel conforming to SAE 304. 2.2 STRUT SUPPORT SYSTEMS A.Acceptable Manufacturers I . Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tyco Unistrut b. Cooper B-Line c. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B.Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13116" through 3-114" 4. Components shall be assembled by means of flat plate fittings, 90 degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing -fittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 304 stainless steel conforming to SAE 304. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. 8. Provide protective end caps for all strut support ends. PART 3 - EXECUTION 3.1 GENERAL A.The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. C.No electrical equipment or raceways, shall be attached to or supported from, sheet metal walls. D.install required safety labels. 3.2 FIELD QUALITY CONTROL A.lnspect installed equipment ror anchoring, alignment, grounding and physical damage. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 29 - 4 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 4 of 5 B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.3 POST INSTALLED ANCHOR SYSTEMS A.Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.4 CLEANING A.Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.5 APPLICATION A.Comply with NECA 1 and-NE-C—A 101 for application of hangers• and supports for electrical equipment and systems except if requirements in this Section are stricter. B.Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for RIGID METAL CONDUIT as required by NFPA 70. Minimum rod size shall be 1/2 inch in diameter. C.Multiple Raceways or Cables: Install trapeze -type supports fabricated with stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single -bolt conduit clamps using spring friction action for retention in support channel. 3.6 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B.Raceway Support Methods: In addition to methods described in NECA 1, RIGID METAL CONDUIT may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. D.Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 6. To Light Steel: Sheet metal screws. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1 D3410-2 26 05 29 - 5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 5 of 5 Items Mounted on Hollow Walls and Nonstructural Building Surfaces; Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.7 CONCRETE BASES A.Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B.Use 4000-psi, 28-day compressive -strength concrete. C.Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's written instructions. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260533-1 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page I of 10 SECTION 2.6 05 33 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SCOPE OF WORK A.Furnish and install complete raceway systems as shown on the Drawings and as specified herein. A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to, conduit, device bodies, conduit bodies, raceway boxes, and related materials. 1.2 RELATED WORK A.Section 26 00 00 "Electrical General Provisions" B.Section 26 05 29 "Hangers and Supports for Electrical Systems" C. Section 26 05 19 "Low Voltage Electrical Conductors and Cables" D.Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems" E. Section 26 05 13 "Medium Voltage Cable" 1.3 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 01, the manufacturers' names and product designation or catalog numbers of all materials specified. B. Submit to the Owner/Engineer, certification that the electricians installing the PVC coated conduit have five (5) year minimum experience in the installation of the product. 1.4 REFERENCE CODES AND STANDARDS A.All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) 2. NFPA 70E — Standard For Electrical Safety in the Workplace 3. UL 6A — Electrical Rigid Metal Conduit 4. ANSI C80.5 — Electrical Rigid Aluminum Conduit 5. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 6. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing 7. UL 514B — Outlet Bodies B.All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A.The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 33 - 2 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page 2 of 10 B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. C. The Contractor's installer of materials specified herein, shall have a minimum of five (5) years' experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B.Materials shall be handled and stored in accordance with manufacturer's instructions. C.Materials shall not be stored exposcd to sunlight. Such materials shall be completely covered. D.Materials showing signs of, previous or jobsite, exposure will be rejected. 1.7 WARRANTY A.The Manufacturer shall warrant the equipment to be free from: defects in material and workmanship for one (1) year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. PART 2- PRODUCTS 2.1 GENERAL A.Raceways and fittings shall be as shown on the Drawings, with a minimum 3/4" trade size. B. W here Equipment or Instrumentation device entries are less than 3/4 inch, provide an REAI2SA, Cooper Crouse Hinds or equal, for alurnintun raceways and ADAPT ADU302930, REDAPT or equal, for 304 stainless applications. 2.2 CONDUIT RACEWAY A.PVC Coated Rigid Aluminum Conduit (CRMC) 1. PVC coated rigid aluminum conduit shall have a minimum. 0.040-in thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc., T&B Ocal, or approved equal. The ends of all couplings, fittings, etc. shall have a minimum of one (1) pipe diameter in length of PVC overlap. PVC coated conduit and fittings shalt be as manufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal. 2. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Liqui dtight Aluminum Flexible Metal Conduit (LFMC) CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260533-3 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page 3 of 10 1, Liquidtight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 800C meeting NEC Article 351, as manufactured by Ultratite AEF by Southwire, the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co.; ALFLEX or equal. 2. Fittings used with liquidtight flexible aluminum conduit shall be copper -free aluminum and shall conform to FEDSPEC AA50552, and UL-51413. C. Rigid Aluminum Conduit (RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T- 1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. Rigid aluminum conduit and fittings shall be as manufactured by Wheatland Tube Company, Allied, or approved equal. D.Rigid PVC Schedule 40 Conduit (RNC) Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as desczihed -i -the NEC, resistant to suriNghtY The. conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC 1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carton, Kraloy, or approved equal. 2.3 WIREWAYS A.All wireways shall be constructed of NEMA 4X 304 stainless steel, with gasketed hinged covers and stainless steel latches. Wireway shall have two Breather/Drains for each 10 ft. of Wireway. Breather/Drain shall be located in the bottom, near the ends of the wireway. Wireway shall be as manufactured by industrial Enclosure Corporation, Cooper B-Line, or approved equal. Breather/Drains shall be Cooper Crouse -Hinds Type ECD18-304 stainless steel, or approved equal 2.4 RACEWAY BOXES A.Boxes specified herein, including terminal boxes, junction boxes and pull boxes, are for use with raceway systems only, but include switch, receptacle and lighting housings. Boxes used for housing electrical and instrumentation equipment, other than terminal boxes, shall be as described elsewhere in these Specifications. All raceway boxes shall be provided with a common ground point. B. Where shown on the Drawings, NEMA 12 Terminal boxes, junction boxes, pull boxes, etc., shall be NEMA Type 12 aluminum, with mounting lugs suitable for wall mounting. Box bodies shall not have any factory -installed holes or knockouts and shall not be less than .080 in. thick, gauge. All boxes shall have continuous hinged, foam -in -place gasketed doors with quarter turn latches. Boxes shall be Comline Series as manufactured by Koffman Engineering Co. or equal. C.Provide NEMA 4X 304L stainless steel enclosures for all other locations. Boxes shall be NEMA Type 4X of 304L stainless steel with mounting lugs or brackets made on the box, suitable for wall mounting, or have mounting feet where self -standing. Boxes manufactured with holes intended for mounting will not be acceptable. Boxes shall not have factory holes or knockouts. All boxes shall have continuously welded seams ground smooth, and shall have continuous hinged, foam -in -place gasketed doors. Box bodies shall not be less than 16 gauge. Boxes shall have quarter -turn type latches as manufactured by Hoffman Engineering Co. or equal. D.NEMA 1 or NEMA IA boxes shall not be used. CITY OF FORT WORTH Backup Power and Electricat Improvements at Four PUMP Stations CITY PROJECT NUMBER: 103410-2 2605 33 -4 RACEWAYS, BOXES AND FITTINGS FOR. ELECTRICAL SYSTEMS image 4 of 10 E.Malleable iron boxes shall not be used. 2.5 DEVICE BOXES A.Device boxes, switch, receptacle etc., shall be of copper free cast aluminum, and shall have tapered, threaded, hubs, with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD, Cooper Crouse -Hinds, Appleton or approved equal. 2.6 CONDUIT OUTLET BODIES A.For conduits up to and including 2-112", conduit outlet bodies and covers shall be copper -free aluminum, with captive screw -clamp cover, neoprene gasket and stainless steel screws and clamps, Cooper Crouse -Hinds Form 7 with Mark 7 wedge -nut cover, Appleton, or approved equal. For conduits larger than 2-1/2", junction boxes shall be used. 2.7 CONDUIT HUBS A.Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum., insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or approved equal. 2.8 GROUNDING BUSHINGS A. Grounding bushings shall be insulated lay -in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap. The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application. Bushings shall be O-Z/Gedney Type ABLG, or approved equal. 29 RACEWAY SEALANT A.For cable bundles of up to 7 cables, in a duct entering a building, use Tyco IWSS Duct Sealing Product. For cable bundles of more than 7 cables, in a duct entering a building, use 3M IOOONS Watertight Sealant, 2.10 CONDUIT PENETRATION SEALS A.Conduit wall and floor seals shall be series CSM as manufactured by the O.Z./Gedney Co., or equal. 1. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. 2. Type CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2.11 EXPANSION -DEFLECTION FITTINGS A.Combination expansion -deflection fittings with 4" movement shall be copper -free aluminum, with exterior bonding jumper of tinned copper braid and 304 stainless grounding straps, Cooper Crouse -Hinds Model XJGD SA as manufactured by the Crouse -Hinds Co., or equal. Nylon tie wraps are not acceptable. B. Expansion -deflection coupling shall be concrete embedded, minimum thirty degrees movement, constant I.D., watertight, neoprene outer jacket, tinned copper flexible grounding strap, with stainless steel jacket clamp, Type XD, as manufactured by Crouse Hinds, or equal. Nylon tic wraps are not acceptable. CITY OF FORT WORTH Backup Power and Electrical Jmprovcmcnts at Four Pump Stations CITY PROJECT NUMBER: I03410-2 260533-5 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL, SYSTEMS Page 5 of 10 2.12 EXPANSION FITTINGS A.Expansion fittings with 8" movement shall be copper -free aluminum, with exterior bonding jumper of tinned copper braid and 304 stainless grounding straps, Type XJGSA as manufactured by Crouse -Hinds Co., or approved equal, with internal grounding. Nylon tie wraps are not acceptable. 2.13 KELLEMS GRIPS A.Kellems grips to support cables shall be of number 304 stainless steel. 2.14 CONDUIT MOUNTING EQUIPMENT A.All pull and junction box supports spacers, conduit support cads, clamps, hangers, channel, nut, bolts, washers, etc. and shall be made of 304 stainless steel. 2.15 CONDUIT IDENTIFICATION TAGGING A.The Contractor shall tag all underground conduits at all locations existing and proposed manholes and entering from underground, including manholes and handholes. Where modifications or additions are made to existing equipment, the Contractor shall replace existing tags with new modified tags. B. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. C.Identification plates shall be as manufactured by the Panduit Corp. or equal. PART 3 - EXECUTION 3.1 RACEWAY APPLICATIONS A.Unless exact locations are shown on the Drawings, the Contractor shall coordinate the placement of conduit and related components with other trades and existing installations. B.Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes, or raceway boxes containing less than twelve (12) inches of bend radius. C,Unless shown on the Drawings or specified otherwise, the raceway type installed with respect to the location shall be as follows, including all materials: Raceway System Location 1. Rigid Galvanized (RSC) Type Not acceptable for use on this Project. 2. PVC Coated Aluminum (CRMC) Type All embedded raceway bends, underground duct bank 3. Liquidtight Flexible Aluminum (LFMC)Type 4. Rigid Nan -metallic, Schedule 80 PVC (RNC) Type 6. Aluminum Rigid Metal (RNC) Type bends of more than 20 degrees, all raceway stub -ups to a minimum of 6" above finished floor or grade. and as shown on the Drawings in all areas. Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. Shall only be used to equipment in non -hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6' -0" maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the Flex jacket. Underground encased in red dyed reinforced concrete. All above grade areas, except for concrete embedded and those areas described in Locations 2 through 4 above. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260533-6 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page 6 of 10 D.All conduit of a given type shall be the product of one manufacturer. 3.2 BOX APPLICATIONS A.All raceway junctions pull and terminal boxes shall have NEMA ratings for the location in which they are installed, and as specified herein. B.For all raceway boxes, the distance between each raceway entry inside the box and the opposite wall of the box shall not be less than eight (8) times the metric designator (trade size) of the largest raceway in a row. This distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. Each row shall be calculated individually, and the single row that provides the maximum distance shall be used. C.Exposed switch, receptacle and lighting outlet boxes and conduit fittings shall be cast aluminum. D.All boxes shall be provided with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited, and if so installed, shall be removed and replaced, with no increase in the Contract Price or Construction Schedule. E. No penetrations shall be made in the top of boxes in wet locations. 3.3 DEVICE BOX APPLICATIONS A.Device boxes shall be used for mounting wiring devices such as receptacles, switches, thermostats, lighting and other permanently mounted devices. 3.4 CONDUIT OUTLET BODIES APPLICATIONS A.Conduit outlet bodies may be used on conduits up to and including 2-1/2", except where junction boxes are shown or otherwise specified- For conduits larger than 2-1/2", junction boxes shall be used. 3.5 CONDUIT HUB APPLICATIONS A.Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. B. When conduits contain equipment grounding conductors the wire shall be grounded to the hub(s) associated with that grounding conductor. 3.6 INSULATED GROUNDING BUSHING APPLICATIONS A.Insulated grounding bushings shall be used to terminate raceways where the raceways enter pad -mounted electrical equipment or switchgear from the bottom, where there is no wall or floor pan on which to anchor or terminate the raceway. B.Alt other raceways shall terminate on enclosures with a conduit hub, except for NEMA 7 or NEMA 8 areas. C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. 3.7 CONDUIT FITTINGS APPLICATIONS A.Combination expansion -deflection fittings shall be installed where conduits Cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion -deflection fittings does not exceed one hundred fifty (150) feet of conduit run. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 33 - 7 RACEWAYS, BOXES AND Frff[NGS FOR ELECTRICAL SYSTEMS Page 7 of 10 B. Where combination expansion -deflection fittings with exposed non-metallic sections, are used on the exterior, an aluminum wrap shall be installed loosely over the non-metallic portion, extending at least 2" beyond the ends. The wrap shall be loosely secured, to permit movement, with at least two 304 SS fasteners. Nylon tie -wraps are not acceptable. C.On exposed conduit transitions from underground to above ground, where the earth has been disturbed to a depth of mare, than. ten (10) feet, an expansion fitting in, combination with an expansion -deflection fitting, as specified, shall be installed on the exposed side of the transition. 3.8 CONDUIT PENETRATION SEALS APPLICATIONS A.Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B.Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.9 EXPLOSION -PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS A.Fittings consisting of sealing fittings, breathers, drains, with sealing compound and fiber, as specified herein, shall be used as required to meet all the requirements of the National Electrical Code. 3.10 CONDUIT TAG APPLICATIONS A. All conduits shall be tagged within 1 ft. of the entry of equipment, and wall and floor penetrations. B.The Contractor shall tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and hndholes. 3.11 RACEWAY SEALING A.Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be of the hub type and scaled with Raceway Sealant, as specified herein. B.This requirement shall be strictly adhered to for all raceways in the conduit system. 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS A.Where a transition is made from PVC raceway to PVC coated aluminum raceway, the PVC raceway shall terminate in a female adapter. PVC coated aluminum male threaded end, or fitted with a PVC coated aluminum male adapter, shall be threaded into the PVC raceway. After tightening securely, the transition shall be double layered with 2 in. vinyl electrical tape, for a distance of 2 inches each side of the threaded joint. 3.13 RACEWAY INSTALLATION A.Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points, junction points or splicing points, until raceway sections are complete, and raceway covers installed for protection of conductors from damage or exposure to the elements. The occurrence of wire installed in an incomplete installation shall require the removal of such conductors from the project site and completion and inspection of such raceway sections before new conductors are installed. CITY OF FORT WORTIT Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBFR: 103410-2 260533-8 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page 8 of 10 B. No conduit smaller than 3/4-in electrical trade size shall be used, nor shall any have more than the equivalent of three 90 degree bends in any one run. Pull boxes shall be provided as necessary. C.All raceways installed underground shall be installed in accordance with Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems", and be a minimum size of 2"C. D.Where raceways enter or leave the raceway system, where the raceway origin or termination could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using Watertight Sealant, at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the Owner. Cleaning or drying of such damaged equipment will not be acceptable. E. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft or less, as required to obtain rigid construction. F. Single conduits shall be supported by means of one -hole pipe clamps in combination with one -screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not less than 3/8-in diameter. Surface -mounted panel boxes, junction boxes, conduit, etc. shall be supported by strut to provide a minimum of 1/2-in clearance between wall and equipment. G.Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete anchors shall be as specified in Section 26 05 29 Hangers and Supports for Electrical Systems. H.No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. 1. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduit shall be run perfectly straight and true. J. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquidtight or rigid conduits are required. The use of short seal -tight elbow fittings for such terminations will not be permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. K. Conduits shall be installed using threaded fittings. Running threads will not be permitted. L. All conduit fittings on PVC conduit shall be of the glued type. M. Liquidtight flexible aluminum conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. Liquidtight flexible aluminum conduit shall have a maximum length not greater than that of a factory manufactured long radius elbow of the conduit size being used. The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". BX or AC type prefabricated cables will not be permitted. N.Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke. CITY DE FORT WORTH Backup Power and Electucal improvernents at Your Pump Stations CITY PROJECT NLMBFR: 103410-2 260533-9 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page 9 of 10 0.Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. P. Raceways terminating in Control Panels, or enclosures containing electrical equipment outdoors, shall not enter from the top of the panel or enclosure, and the raceway shall be sealed with a Watertight Sealant as specified herein. Q.All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer -designated area, directly below the vertical section in which the conductors are to be terminated. Conduits entering from cable tray shall be stubbed into the upper section. R.Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or classified areas, and all building penetrations as specified. S. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. T. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits 2-in in diameter and larger prior to installing conductors. U.3I16-in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. V.A l conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc., shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits at the point of attachment to the equipment. W. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. X.The use of running threads is prohibited. Where such threads are necessary, a 3-piece union shall be used. Y.Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with Watertight Sealant as specified herein. Z. Conduits shall be located a minimum of 3-in from steam or hot water piping. Where crossings are unavoidable, the conduit shall be kept at least 1-in fiom the covering of the pipe crossed. AA. Conduits terminating at a cable tray shall be supported independently from the cable tray. Provide a conduit support within 1-ft of the cable tray. The weight of the conduit shall not bear on the cable tray. BB.All changes of direction on PVC coated aluminum conduit greater than 20 degrees shall be accomplished using long radius bends. Any Field bends shall be made using equipment designed to prevent damage to the PVC coating. END OF SECTION CITY OF FORT WORTFI Backup Power and EICCLrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260533 - 10 RACEWAYS, BOXES AND FITTINGS FOR ELECTRICAL SYSTEMS Page 10 of 10 THIS FACE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTI I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 26 05 33.03 OUTLET BOXES 1.00 GENERAL 1.01 WORK INCLUDED 26 05 33.03 -1 OUTLET BOXES Page I or4 A. Furnish labor, materials, equipment and incidentals necessary to install outlet boxes. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Cooper Crouse -Hinds; Div. of Cooper Industries, Inc. B. EGS/Appleton Electric. C. Erickson Electrical Equipment Company. D. Hoffman. E. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. F. O-Z/Gedney; a unit of General Signal. 1.03 SUBMITTALS A. No submittals required for Section 26 05 33.03, "Outlet Boxes". 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSUNEMA OS 1 Sheet steel outlet boxes, device boxes, covers and box supports. ANSI/NEMA OS 2 Non-metallic outlet boxes, device boxes, covers and box supports. 2.00 PRODUCTS 2.01 MATERIALS A. GENERAL: Furnish boxes with proper covers and device plates B. CAST BOXES: Cast aluminum metal, deep type, gasketed cover, threaded hubs and integral mounting lugs. Use cast boxes for all installation. Boxes shall be manufactured by Crouse - Hinds, Appleton or approved equal. Provide integral mounting lugs and provide integral conduit hubs on all boxes. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 260533.03-2 OUTLET BOXES Page 2 Df 4 3.00 EXECUTION 3.01 PREPARATION; COORDINATION OF BOX LOCATIONS A. Provide electrical boxes in the locations shown on the Plans, and as required for splices, taps, wire pulling, equipment connections, and code compliance. B. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. Verify locations of boxes and outlets prior to rough -in. Outlet locations may be modified to accommodate changes in door swings, space changes or to clear other interferences that arise or from job modifications. Make such modifications at no cost to the OWNER as a matter of job coordination. Coordinate job conditions and notify the ENGINEER of discrepancies before proceeding with the installation of the work. Set wall boxes in advance of wall construction blocked in place, and secured. Install extension sleeves as required to extend boxes to finished surfaces. C. Provide 114" spacer behind all boxes. D. Never drill through the back of boxes for mounting. Drilled boxes will be rejected and shall be replaced at the Contractor's expense. E. Unless otherwise noted, location of outlet boxes shall be as follows: Eauinment or Outlets Elevation *(A.F.F.) Toggle switches 410" Receptacles 116" Eauinment or Outlets Flow/Level Transmitters Circular Chart Recorder Motor starters Control stations Manual starters Thermostats in office areas Telephone outlets Circuit protective devices * Above Finished Floor. Elevation *(A.F.F.) 5'511 5'5" 51011 4'0" 51011 41011 1'6" 66" to top of enclosure F. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of required access doors in accordance with other sections of the specifications. 3.02 INSTALLATION A. Locate boxes in masonry walls to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat openings for boxes. B. Provide plugs for unused openings. C. Use multiple -gang boxes where more than one (1) device is installed together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems, D. Install boxes in walls without damaging wall insulation. E. Align wall -mounted outlet boxes Cor switches, thermostats and similar devices. CITY OF FORT WORTH Backup PoWer and Flectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 33,03 - 3 OUTLET BOXES Page 3 oi4 Mount all boxes using only the integral lugs. Drilling through the box to mount is prohibited. Any box mounted by drilling through the box will be rejected and shall be replaced at the Contractor's expense. G. All boxes shall be installed with spacers so that at least 1/4" air space is maintained between the back of the box and the wall. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 33.03 - 4 OUTLET BOXES Pagc 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 26 05 36- l CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 1 of4 SECTION 26 05 36 CABLE TRAYS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment and incidentals necessary to install a complete cable tray. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". B.The CONTRACTOR shall provide splice plates as required to join the cable tray. 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A.Products shall comply with the specifications and the following Manufacturers will be acceptable: 1. MP Husky 2. B-Line 3. Cope 4. PW 1.3 SUBMITTALS A.Submittals shall be in accordance with Section 0133 00, "Submittal" and shall include: 1. Cable tray, cable tray routing in AutoCAD format, fittings and hangers. 2. NOTE: CONTRACTOR, prior to installation of cable tray, shall provide AutoCAD drawing showing cable tray routing and provide detailed layout of how cable tray will be physically arranged in the pump room and electrical room. Provide scaled drawing showing separation of cable tray, distances from cable tray to walls. Drawing shall show locations of cable. CONTRACTOR shall not use ENGINEER's drawings as base plan for the AutoCAD drawing. Calculations shall be provided for loading and deflections as part of the submittal. Calculations shall be submitted in a format that is verifiable by hand -calculation by the ENGINEER. Cable tray installed without meeting the above requirements will be rejected. The information required above shall be provided with the cable trays initial submittal. No exceptions. 1.4 STANDARDS A.NEMA VEl Metal Cable Tray Systems B.NEMA VE2 Cable Tray Installation Guidelines PART2- PRODUCTS 2.1 MATERIALS A.CABLE TRAY: aluminum, conforming to the requirements of NEMA VE 1, Class 16C. Support spacing for cable tray shall be per NEMA and the manufacturer's requirements to maintain specified NEMA class designation. The cable tray shall comply to the following: 1. Inside Depth: 18" Loading depth, Outside 6". 2. lnside Width: as indicated. 3. Straight Section Rung Spacing: 9". CITY OF FORT WORTH Backap Power and Electlical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 36- 2 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 2 of 4. Inside Radius of Fittings: minimum 24" or as required by cable manufacturer and minimum bending radii of the conductors in the cable tray. 2.2 CABLE TRAY ACCESSORIES A.Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, of same materials and finishes as cable tray. $. Covers: Solid type made of same materials and with same finishes as cable tray. C.Barrier Strips: Same materials and finishes as for cable tray. D.Cable tray supports and connectors, including bonding jumpers, as recommended by cable tray manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION A.Install cable trays according to NEMA VE 2. B.Install cable trays as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, tees, crosses, cable dropouts, adapters, covers, and bonding. C.Install cable trays so that the tray is accessible for cable installation and all splices are accessible for inspection and adjustment. D.Join aluminum cable tray with splice plates; use four square -neck carriage bolts and locknuts. E. Install the cable tray according to the Manufacturer's printed instructions. Support the cable tray on trapeze type hangers, 1-5/8" x 1-5/8" channel or 1/2" diameter, threaded, rod hangers. All supporting devices shall be 304L stainless steel including nuts and washers. Maximum spacing shall be 10'-0". Coordinate with structural reinforcement. F. Connect sections of the cable tray together with edges free from burrs and sharp projections. Use expansion connectors where indicated by NEMA VE1. G.Provide bonding continuity between cable tray sections and fittings according to the Manufacturer's instructions. H.Install a bare ground conductor the full length of all cable tray runs and bond each section to all drop conduits and to the ground of every enclosure fed by the tray system. I. Provide a grounding jumper between each cable tray section and ground cable tray per the National Electrical Code. J. Provide aluminum ladder drop -out at end of tray runs to prevent damage to cable insulation. K.Cable tray shall be anchored to prevent both horizontal and vertical movement, L. Fasten cables an horizontal runs with cable clamps or cable ties according to NEMA VE 2. Tighten clamps only enough to secure the cable, without indenting the cable jacket. Install cable ties with a tool that includes an automatic pressure -limiting device. M. Fasten cables on vertical runs to cable trays every 18" minimum. N.Fasten and support cables that pass from one cable tray to another or drop from cable trays to equipment enclosures. Fasten cables to the cable tray at the point of exit and support cables independent of the enclosure. The cable length between cable trays or between cable tray and enclosure shall be no more than 72". CITY OF FOWI' WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 36- 3 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 3 of 4 O.Locate and install supports according to NEMA VE 2. Do not install more than one cable tray splice between supports. P. Make connections to equipment with flanged fittings fastened to cable trays and to equipment. Support cable trays independent of fittings. Do not carry weight of cable trays on equipment enclosure. Q.Install expansion connectors where cable trays cross building expansion joints and in cable tray runs that exceed dimensions recommended in NEMA VE 2. Space connectors and set gaps according to applicable standard. R. Make changes in direction and elevation using manufacturer's recommmended fittings. S. Make cable tray connections using manufacturer's recommended fittings. T. Install cable trays with enough workspace to permit access for installing cables. U.Install barriers to separate cables of different systems, such as power, communications, and data processing, or of different insulation levels, such as 600, 5000, and 15 000 V. V.Install permanent cover on all vertical runs after installing cable. Install cover clamps according to NEMA VE 2. W. Clamp covers on cable trays installed outdoors with heavy-duty clamps. 3.2 CABLE TRAY GROUNDING A.Ground cable trays according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 26 05 26 "Grounding & Bonding for Electrical Systems". B.Cable trays with electrical conductors shall be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers C. Provide #4/0 bare cooper ground conductor the full length of the cable tray, bonded to each section and to all enclosures in accordance with the National Electrical Code and Section 26 05 26 " Grounding & Bonding for Electrical Systems ". D.Bond cable trays to power source for cables contained within with bonding conductors sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors." 3.3 FIELD QUALITY CONTROL A.Perform the following tests and inspections: l . After installing cable trays and after electrical circuitry has been energized, survey for compliance with requirements. 2. Visually inspect cable insulation for damage. Correct sharp corners, protuberances in cable trays, vibrations, and thermal expansion and contraction conditions, which may cause or have caused damage. 3. Verify that the number, size, and voltage of cables in cable trays do not exceed that permitted by NFPA 70. Verify that communications or data-processing circuits are separated from power circuits by barriers or are installed in separate cable trays. 4. Verify that there are no intruding items such as pipes, hangers, or other equipment in the cable tray. 5. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 36- 4 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 4 of b. Visually inspect each cable tray joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 7. Check for improperly sized or installed bonding jumpers. 8. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, replace with specified hardware. 9. Perform visual and mechanical checks for adequacy of cable tray grounding; verify that all takeoff raceways are bonded to cable trays. Test entire cable tray system for continuity. Maximum allowable resistance is 1 ohm. END OF SECTION CITY OF FORT WORTH Backup Power and Mcctrical Improvements at Four Pump stations CITY PROJECT NUMBER; 103410-2 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 9 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SCOPE OF WORK A.Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B.Raceways for use in structural concrete is specified in Section 26 05 33 "Raceways, Boxes and Fittings". 1.2 RELATED WORK A.Section 26 00 00 "Electrical — General Provisions" B. Section 26 05 29 "Hangers and Supports for Electrical Systems" C. Section 26 05 33 "Raceways, Boxes and Fittings for Electrical Systems" D.Section 26 05 19 "Low Voltage Electrical Conductors and Cables" E. Section 26 05 13 "Medium Voltage Cable" 1.3 SUBMITTALS A.Submit to the Engineer, in accordance with Division 01 and Section 26 00 00 "Electrical --- General Provisions", shop drawings and product data, for the following: I. Manholes, handholes and associated hardware. 2. Plastic duct spacers. B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. C. Submittals shall include: 1. Manholes and pull boxes 2. CONTRACTOR shall provide detailed conduit layout showing number, size, and location of conduits entering the manholes. Cables routed in conduits shall be clearly identified. Details shall also show elevation of conduits entering manholes. Manhole details shall be submitted to the ENGINEER for approval prior to the duct bank/manhole system being installed. 3. Manhole and Concrete Pull Box Calculations: Detailed calculations shall be submitted to the ENGINEER with the Manhole and Pull Box initial submittal. Submittals submitted without sizing calculations shall not be accepted. 1.4 REFERENCE CODES AND STANDARDS A.AII products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) 2. NFPA 70E — Standard For Electrical Safety in the Workplace CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 26 05 4.1 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 9 3. ASTM A615/A615M-06a — Standard Specification for Deformed and Plain Carbon -,Steel Bars for concrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 - Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ ASTM A48 — Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850- Specifications for underground precast concrete utility structures 8. AASHO H-20- Standard Specifications for Highway Bridges 9. ANSI/ASTM A-15- Zinc Coating (Hot Dipped) on Iron and Steel Hardware 10. ANSI/ASTM A-569- Steel, Sheet and Strip, Carbon (0.15% Maximum), Hot Rolled, Commercial Quality 11. ASTM A-123- Ziric (Hot Galvanized) Coatings on Products fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strips B.All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwisc noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 2. American Society for Testing and Materials (ASTM) a. ASTM D 698a — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories, 1.5 QUALITY ASSURANCE A.The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimurn period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B.Materials shall be handled and stored in accordance with manufacturer's instructions. C.Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D.Materials showing signs of previous or jobsite exposure will be rejected. CITY Ok IURT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROTECT NUMBER: 103410-2 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 9 1.7 WARRANTY A.The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one (1) year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment, or materials shall be performed by the Contractor at no expense to the Owner. PAK'1' 2 - PRODUCTS 2.1 MATERIALS A.Raceway System 1, Raceway system shall be Schedule 40 PVC Rigid Nonmetallic Conduit (RNC), designed for use aboveground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Minimum raceway size shall be 2-inch. fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and tL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal. 2. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc. or equal. The ends of all couplings, fittings, etc, shall have a minimum of one (1) pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal. Any field bends shall be made using equipment designed to prevent damage to the PVC coating, 3. All underground raceways of the underground system, terminating in manholes or handholes shall use terminators of the same size and type as the raceway 4. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM- BLA-XXDXXXCR, with rubber gasket, or approved equal. 5. Duct spacers shall be as manufactured by Carlon or equal. 6. Where raceways terminate into existing and new manholes, handholes or structures, the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti RE500 epoxy anchoring system. The termination of the duct bank steel shall utilize a minimum 24-inch length of reinforcing bar anchored not less than 4-inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. 7. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pef with compressive strength, a minimum of 3000 psi, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of/4-inch, a minimum cementitious content of 564 Ibs/cu yd, a slump of 4-6 inches and flow freely without the use of vibrators. Install red dye into concrete mix to adequately dye the concrete throughout. 8. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. B.Manholes and Handholes 1. General CITY OF FORT WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 9 a. Manholes and handholes shall be of the precast concrete type, designed for a Class AAHHTO HS-20 load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast, Mansfield, TX, or approved equal. 2. Construction a. Concrete for manholes and handholes shall have a 28-day compressive strength of 5,000 PSI. Cement shall be Type I or III. Reinforcing steel shall be Grade 60 with yield strength of 60,000 P.S. Design loadings shall be H-20-44 w/impact. b. The top of all manholes shall be field removable and have stainless steel lifting eyes. c. Duct bank entries into the manhole or handhole shall be centered on the entering wall, and shall contain the appropriate number and size of duct terminators to match the corresponding duct bank. d. Each manhole and handhole shall have a minimum size of 18" x 18" x 12" deep concrete sump in the middle of the floor of the manhole or handhole, or as shown on the Drawings. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36 in. machined gray iron, and AASHTO M306-04/ ASTM A48 CL35B Min., 40,000-pound proof load value (Class H2O X 2.5) "True Traffic" load covers, complete with frame, and "Electric" or "Communication" raised lettering recessed flush, as required, on the cover. Covers shall be V-1600-5, with drop handles as manufactured by East Jordan Iron Works, Ardmore, OK. b. All castings shall be made In the USA, cast with the foundry's name, part number, "Made in USA", and production date (example: mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shall be true to pattern in form and dimension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended. Angles shall be filleted, and rises shall be sharp and true. 4. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8", 14" and 20", each supporting a load of not Iess than 250 lbs. at the outer end. Racks shall be molded in one piece of UL listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall be secured to the manhole and walls by drilled, Hilti RE500 epoxy anchoring system, with Hilti 304 stainless steel bolts. Arms for racks shall be vertically spaced not greater than 24" on centers, b. Pulling irons shall be of copolymer polypropylene coated %" dia. cable, with a rated pulling strength of 7,5001bs and a polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland, OR. c. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18-inch rung width with 12-inch rung spacings, Safi -ail as manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two (2) ladders, each of a length 4 ft. greater than the deepest manhole in the underground system. CITY OF FORT WORTH Backup Power and Electitieal Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 9 5. Damp-proof exterior surfaces of manholes, including joints and interruptions after concrete has cured for a minimum of 28 days. Dampproofing shall be cold -applied, emulsified -asphalt damp -proofing, Apply two brush or spray coats of Dampproofng at not less than 1.5 gal./I00 sq. ft. (0.6 L/sq, m) for first coat and l gal./100 sq. ft. (0.4 L/sq. m) for second coat. a. The joints and interruptions shall receive a filed applied coat of damp proofing. C.Polyethylene Warning Tape 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Brady Detectable Identoline b. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 3. Warning tape shall be red polyethylene film, 2-inch minimum width, with embedded metallic wire for location tracing. PART 3 - EXECUTION 3.1 GENERAL A.The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. B.All changes of direction., less than 20 degrees, shall be made using a hotbox, strictly in conformance with the conduit manufacturer's instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. Minimum raceway size between manholes or handholes shall be 2-inch, C.The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. D.Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 inches per 100 feet. E. Reinforce raceway banks as shown on the Drawings. F. A #4/0 stranded unsheathed tinned copper ground conductor shall be installed along the top of the rebar cage, as shown on the Drawings, for the full length of each duct nin between manholes and handholes, and bonded to a ground rod in the vicinity of each manhole and handhole. G.Lay raceway lines in trenches on compacted earth, as specified herein. H.Use plastic spacers located not more than 4 ft. apart to hold raceways in place. Spacers shall provide not less than 2-inch clearance between raceways. CITY OF FORT WORTH Backup Power and Eiectrica€ Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034 €0-2 200543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 9 I. The minimum cover for raceway banks shall be 24-inches unless otherwise permitted by the Owner/Engineer. J. Raceway terminations at all manholes, existing and new, shall be with terminator for PVC conduit. K.Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes, and all entrances and exits to the underground system. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly seated at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be sealed with 3M 100ONS Watertight Sealant, or approved equal. M. No wire shall be pulled until the duct system has been completed in every detail. N.Swab all raceways clean before installing cable. O.Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. P. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. Q.The Contractor shall tag all underground conduits at all locations, exiting and entering from underground, including manholes and handholes. 3.2 TRENCH EXCAVATION A.Thc excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B.Furnish and place all sheeting, bracing and supports. C.Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D.The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents, F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width with the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Enginecr. Trench width shall be a practical minimum, but not less than 6 inches greater on each side than the total duct section arrangement, including reinforcing steel. CITY OF FORT WORTH Backup Power and Eiectlical Improvements at Four Pump Stations CITY PROJECT NUMBER: I034 [ 0-2 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Rage 7 of 9 G.Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill, of aggregate as specified herein, as required by the Owner/Engineer at the Contractor's expense. 3.3 EXCAVATION BELOW GRADE AND REFILL A.Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B.If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose shall be aggregate, as specified that is :5 1/2 the minimum clear spacing between electrical ducts, and a maximum coarse aggregate size of 3/4-inch. 3.4 BACKFILLING A.Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B.Backfilling shall not commence until approved by Owner's authorized representative. C. Where the duct banks are laid in the yard, the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non -porous material, in layers not to exceed 8-inches in loose measure and compacted to 90% standard Proctor density at optimum moisture content of ± 4%. The backfrll shall be mounded 6-inch above the existing grade, or as directed by the Owner/Engineer. Where a grass, loans or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas, it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D.Where the duct banks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed 8-inches loose measure and compacted at optimum moisture content± 3% to 95 % standard Proctor density. E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 9-inch loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. F. Bituminous paving shall not be placed in backfill. G.Water jetting will not be accepted as a means of consolidating or compacting backfiIl. H.All road surfaces shall be broomed and hose -cleaned immediately after backfilling. Dust control measures shall be employed at all times. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260543-8 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 8 of 9 3.5 RESTORING TRENCH AND ADJACENT SURFACES A.In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B.In sections where the duct bank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.6 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, hndholes and structures, using brushes, vacuum cleaner, or clean rags. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 26 05 43 - 9 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL, SYSTEMS Page 9 of 9 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 53 - l IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 1 of 6 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 WORK INCLUDED A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: I . Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.2 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, "Submittal" and shall include Record Data: Product Data to include cut sheets for each electrical identification product to be used on the project. Provide example of labeling for Ownerl'Engineer approval prior to be -ginning any work. 1.3 QUALITY ASSURANCE A. Comply with ANSI A13.1. B.Comply with NFPA 70. C.Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D.Comply with ANSI Z535A for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. PART 2 - PRODUCTS 2.1 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A.AII markings to labels, schedules, tags or nameplates shall be machine printed only. Hand printing is prohibited. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: 1. Tags relying on adhesives or tapes -on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. CITY OF FORT WORTH Backup Power and Electrical Improvetncots at Fom Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 53 - 2 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 2 of 6 3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with stainless steel wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. 'Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.2 CONDUCTOR IDENTIFICATION MATERIALS A.Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide 2.3 UNDERGROUND -LINE WARNING TAPE A.Tape: I. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex -posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE 2.4 WARNING LABELS AND SIGNS A.Comply with NFPA 70 and 29 CFR 1910.145. B.Self-Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive la -bets, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C.Baked-Enamel Warning Signs: 1. Preprinted aluminum signs punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. Nominal size, 7 by 10 inches. D.Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSI IA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 53 -3 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 3 of 6 2.5 EQUIPMENT IDENTIFICATION LABELS A.Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. Attach plates to equipment with stainless steel screws. Provide an 0-ring for screws on NEMA 4X enclosures, 0-rings shall maintain the integrity and NEMA 4X rating for enclosures. & NAMEPLATES: 1. For indoor applications with Air Conditioning: Plastic, black 1" letters on white back- ground, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 2. All other applications: Plastic, black 1" letters on white background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 3. Attach nameplates with a stainless steel screw and nut at each end of the nameplate. Adhesive backed nameplates shall not be installed. 4. Label that includes tag designation shown on Drawings for the transformer, switch -gear, panelboards or other electrical equipment. 5. Equipment to Be Labeled: a. Panclboards b. Enclosures and electrical cabinets. c. Switchgear. d. Switchboards. e. Transformers f Motor -control centers g. Combination Motor Starters and Disconnects. h. Enclosed switches. i. Enclosed circuit breakers. j. Enclosed controllers. k. Push-button stations. 1. Contactors m. Wireways n. SSRVS CITY OF FORT WORT11 Backup Power and Electrical Improvements at Four Pump Stations CITY PROJCCT NUMBER: 1033410-2 260553-4 WENTIrICATION FOR ELECTRICAL SYSTEMS Page 4 of 6 2.6 CONDUIT IDENTIFICATION PLATE A.A conduit identification plate shall be installed on all power, control and instrumentation conduits at the end of each run and at the conduit ends inside intermediate junction and pull boxes, manholes, handholes, etc. Conduit plates shall be installed before conductors are pulled into the conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time on installation. The conduit identification tags shall identify the cable numbers as shown on the FNI plans and the "to" and "from" information. Coordinate with Owner for exact requirements for plate material and type. Provide an ex -ample to Owner/Engineer as a formal submittal for approval prior to the installation. Attach conduit identification plate with stainless steel tie wraps or stainless steel wire. 2.7 POWER OUTLETS, SWITCHES AND PILOT DEVICES A.Mark power/receptacle outlets with voltage, phase, panel name and circuit number. B.Identify all wall switches, disconnect switches, etc. with nametags, circuit served and panel origin, nametags shall be approved by the ENGINEER/OWNER'S REPRESENTATIVE. Receptacle and light switch cover plates (304 stainless steel) shall be Pass & Seymour, or approved equal, custom laser engraved C.Identify all push-button stations with their function and equipment served. 2.8 MANHOLE, PULL BOX AND JUNCTION BOXES A. Provide nameplates for all manholes, pull boxes, and junction boxes, including all existing manholes, pull boxes and junction boxes that the contractor uses for the pulling/terminating B.Identify all manholes, pull boxes, and junction boxes with an engraved 304 stainless steel nameplate. The name plate shall identify the manholes, pull boxes, and junction boxes by identifying name shown on plans, black l" letters. If the plans do not identify the manholes, pull boxes, and junction boxes, coordinate naming with the Owner. C.Fasten nameplate to exterior of manhole with stainless steel rivets on the main leaf of the manhole access hatch. Do not penetrate NEMA 4X enclosures, for NEMA 4X enclosure use enclosure manufacturer approved adhesive. PART 3 - EXECUTION 3.1 INSTALLATION A.Verify identity of each item before installing identification products. B.Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C.Apply identification devices to surfaces that require finish after completing finish work. D.Self Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. R. Underground -Line Warning Tape: During backlilling of trenches install continuous under- ground --line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260553-5 IDENTIFICATION FOR ELECTRICAL. SYSTEMS Page 5 of 6 G.Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A.Power-Circuit Conductor Identification, 4160 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. 1. Color -Coding for Phase Identification, 4160 V or Less: Use colors listed below for un- grounded service, feeder, and branch -circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 120/240V Circuits: 1) Phase A: Black 2) Phase B: Red 3) Neutral: White 4) Equipment Grounding Conductor: Green c. Colors for 208/120-V or 240V/120V, 3-phase Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White 5) Equipment Grounding Conductor: Green d. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. 4) Equipment Grounding Conductor: Green a. Colors for 4,160/2400-V Circuits: 1), Phase A: Brown with a purple stripe. 2). Phase B: Orange with a purple stripe. 3). Phase C: Yellow with a purple stripe. 4). Equipment Grounding Conductor: Green. c. Field -Applied, Color -Coding Conductor Tape: Apply in half -tapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible un-winding. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground -line wartdng tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground -line warning tape to direct -buried cables. 2. Install underground -line warning tape for both direct -buried cables and cables in race -way. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. CITY OF FORT WORTI I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 53 - 6 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 6 of 6 D.Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. E. Equipment Identification Labels: On each unit of equipment, install unique designation la-bel that is consistent with wiring diagrams, schedules, and. the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated nameplates. Unless otherwise indicated, provide a single line of text with 112-inch high Ietters on 1- 1/2-inch high label; where two lines of text are required, use la-bels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Fasten labels with appropriate mechanical fasteners and gaskets that do not change the NEMA or NRTL rating of the enclosure and void the U.L. listing of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panel -board manufacturer. Panelboard identification shall be laminated acrylic or melamine label and placed in a clear plastic sleeve. b. Enclosures and electrical cabinets. c. Switchboards. d. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. c. Enclosed switches. f. Enclosed circuit breakers. g. Enclosed controllers. h. Push-button stations. i. Contactors. j . Monitoring and control equipment. k. UPS equipment. 1. Conduits END Or SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at [sour Putup Stations CITY PRO.11,CT NUMBER- 103410-2 260573.01-I ELECTRICAL GENERAL PROVISIONS Page 1 of 9 SECTION 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES PART 1- GENERAL 1.1 DESCRIPTION General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, load flow and motor starting study, and an are flash hazard analysis for the electrical power system as shown on the plans for the each complete electrical system at Edwards Ranch Pump Station, AItamesa Pump Station, Como Pump Station, and East Side Pump Station. Short Circuit and Protective Device Coordination Study. Are Flash Analysis, and Load Flow Study, and Motor Starting Study The studies shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR The Studies shall include settings for all protective relays and circuit breakers, including breakers mounted in generator, power meters and electric system monitoring for both devices provided under this contract and for the existing devices. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, various suppliers, and from conducting his own field investigations. A.Scope: I . The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Protective Device Coordination Study, Load Flow and Motor Starting Study, and Arc Flash Analysis. All cable and raceway data, data from all new Switchgear, Switchboards, VFD's, SSRVS's, transformers, generator, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings, The CONTRACTOR shall be responsible for obtaining all existing motor data. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Electric Utility. The use of infinite bus fault current calculation is not acceptable. 1 The Contractor shall redo the Power System Studies if any changes are made during the Feld -testing checkout and/or start-up and shall re -submit the updated study for engineer approval. 4. Provide a complete short circuit study. Include three phase and phase -to -ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in -maximum fault conditions shall be thoroughly addressed in the study. a. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. b. Electrical equipment bus impedance shall be assumed zero. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations MY PROJECT NUMBER: 103410-2 26 05 73.01 - 2 ELECTRICAL GENERAL PROVISIONS Page 2 of 9 c. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. d. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility and Generator manufacturer. An assumption of infinite bus for the purposes of the Study is not acceptable. e. Study shall use actual motor X/R and sub transient reactance data obtained from equipment suppliers. 5. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up -stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, generator damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, , starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground -fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment (such as soft starters, switchgear) shall be in included. Include the last protective device in the Electric Utility's system feeding each facility being considered. 6. Provide Time -Current Curves on 1 lxl7 log -log paper, Do not put more than one branch of protective devices on any one coordination curve. Include a one -line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time -current curves (l lx.l7log-log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 7. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the pan.elboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 8. Provide are flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 9. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the State of Texas. 10. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEEWs attention. 11. Use industry standard short circuit software, SKM CAPTOR and DAPPER or all equal approved by the ENGINEER. 12. The report shall include a comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 13. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and sub transient reactance data, etc. 14. Provide and program all settings for all power meters, motor protection relays, feeder protection relays, etc. CITY OF FORT WORTI I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 73.01 - 3 ELECTRICAL GENERAL PROVISIONS Page 3 of 9 15. The CONTRACTOR shall coordinate with the Utility for electrical data required for the studies. 1.2 REFERENCES A.This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc -Flash Hazard Calculations NEC National Electrical Code 1.3 SCHEDULE A.The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. B.Provide a preliminary short circuit and motor starting study 30 days prior to first submittal being provided by the contractor. 1.4 SUBMITTAL PROCEDURES Submittals shall be in accordance with this section, the General Requirements, and shall include the following minimum information: A. Shop Drawings: I . Short Circuit and Protective Device Coordination Study. Time current curves shall be on 1 lxl7 log -log type paper. The 11x17 paper with the TCC shall also include a one -line diagram for the branch that the TCC on that sheet corresponds with. The CONTRACTOR can provide time current curves on 8 'f2 x 11 log -log type paper as a supplement but not as a replacement. 2. Provide a list of all recommended settings for all power meters, motor protection relays, feeder protection relays, etc. 3. Load Flow Study 4. Motor Starting Study 5. Contractor shall coordinate with the starter manufacturers for all data required to perform the motor starting analysis. The preliminary starting analysis shall determine the maximum inrush allowed when starting the motor to not drop out the loads under the worst operating conditions. 6. Are Flash Hazard Analysis a. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, SSRVS, transfer switches, including all existing electrical equipment — switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one -line diagram color -coded to show the incident ranges at each bus. The one -line shall be on I I x17 paper. 1) The one -line shall also include the information specified in section 2.03 below. CITY OF FORT WORTU Backup Power and Llectrical Improvements at Pour Pump Stations CITY PROJECT NWABER- 103410-2 260573.01-4 ELECTRICAL GENERAL. PROVISIONS Page 4 of 9 8. After the report and one -line has been approved, provide a color copy in PDF format of the finalized 11x17 one -line diagram to the Contractor for the Contractor's use to frame in the electrical room as specified in section 26 05 00, "Common Work Results for Electrical". The one -line shall reflect all changes made including but not limited to changes made during construction C. The Contractor shall redo the Power System Studies if any changes are made during the field- testing checkout and/or start-up. The Contractor shall re -submit the Power System Studies for Engineer Approval. The Studies shall include an updated copy of the color copy Arc Flash Labels. D.As part of studies, the contractor shall include in Appendix a copy of all existing data that was utilized in conducting each power system study. E. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies Submittal Procedures. 1. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance, if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. PART 2 - EXECUTION 2.1 GENERAL A.Provide a short-circuit and protective device coordination study load flow and motor starting study, and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. 2.2 QUALIFICATIONS A.The studies shall be performed by a consultant who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall sea] and sign the studies. The Professional Engineer shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional Engineer's seal will not be reviewed and returned Not Approved, Revise & Resubmit. EQUIPMENT MANUFACTURERS SHALL NOT BE ALLOWED TO PERFORM THE STUDIES, NO EXCEPTIONS. CITY OF FORT WORTLI Backup Power and lilectrical Improvements at Four Pump Swinns CITY PROJECT NUMBF-R: 103410-2 26 05 73.01 - 5 ELECTRICAL GENERAL PROVISIONS Page 5 of 9 B.Acceptable Power System Study Providers: 1. Strategic Engineering — Jeff Wilbanks, P.E. (214) 679-0092 2. Coordinated Power Systems, Inc. — Robert Stockinger, P.E. (414) 425-5993 All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal no later than one week after bid advertisement date. Any submittals after this time period shall not be evaluated. Qualifications shall include Power Systems Studies providers who have had at least 5 years of successful experience in the performing studies of similar projects with a generator and pump station configurations. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. 2.3 OPERATING SCENARIOS A.The following Operating Scenarios shall be included in the study: 1. NORMAL OPERATING CONDITIONS: All connected loads running. 2. GENERATOR OPERATING CONDITIONS: All connected loads running. 2.4 SHORT CIRCUIT STUDY A.The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: 1. One -Line Diagram: a. Location and function of each protective device in the system, such as relays, direct - acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (i.e.. Impedance, VR, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their sub transient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1) Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time -current setting of existing adjustable relays and direct -acting trips, if applicable. i. One -Line showing available fault current at each bus all the way down to the 120/240V and 20SY/120V panelboards. CITY OF PORT WORTII Backup Power and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 26 n5 73.o l - 6 ELECTRICAL GENERAL PROVISIONS Page 6 of 9 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances, e. Cable impedances. f Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. 3. Calculations: a, Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line -to -ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.5 PROTECTIVE DEVICE COORDINATION STUDY A.As a minimum, the coordination study for the power distribution system shall include the following on 5-cyc1c, log -log graph paper: 1. The time -current coordination analysis shall be performed with aid of a digital computer. a. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 2. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 3. Time -current curves and points for cable and equipment damage. 4, Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.6 ARC FLASH HAZARD ANALYSIS A.The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. B.The CONTRACTOR shall adjust all adjustable time -current devices such that the trip settings lower the are flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time -current devices to avoid nuisance tripping. C.The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. CITY OF FORT WORTH Backup Power and Electrical Improvements at hour Pump Stations CITY PROJECT NUMBER: 103410-2 2G057101-7 ELECTRICAL GENERAL PROVISIONS Page 7 of D.The CONTRACTOR shall provide project specific arc -flash labeling. The arc -flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount are -flash labels a maximum of 6'- 6" AFF, include the housekeeping pad in the mounting height_ The CONTRACTOR shall provide are -flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added, or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. l . Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Are Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40cal/cm2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G.The arc -flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc -flash software program shall be used to calculate the available arcing fault at each bus in the system, the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances, H.The report shall include the following information: Arc -flash evaluation table, arc -flash and shock hazard label defmitions, arc -flash evaluation information, arc -flash and shock hazard labels and definitions of terms used in the arc -flash hazard analysis. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 05 73.01 - 8 ELECTRICAL GENERAL PROVISIONS Page 8 of 9 I. Arc Flash labels shall be similar to the following example: ,j& WARNING Are dash and Shod[ Hazard Appro riate PPE Required 13 f nel- Fos Fazard Boundary 0.67 callCrri2 Flash Hazard at 18 inches 3 PPE Category 460 VAG Shock Hazard wher, cover is rerrnmed @ Giove Class 42 imiit Limited Approach 12 imclh Restr~�!ed Approach -90.692 kA Calculated Available Fault Current Equip. ID, Panel LN Protected By: 125A CB: TX1 (480V MCC4) Study Date: lay 4, 2016 ,l ostraarn Protective Device-. Panel HPI Circuit 1.3.5 2.7 LOAD FLOW STUDY A.SCOPE: Determine the active and reactive power, voltage, current, and power factor throughout the electrical system. Provide an analysis of all possible operating scenarios. B.PROCEDURE: The load flow study shall be performed in accordance with the recommended practices and procedures set forth in IEEE 399. C.STUDY REPORT: Results of the load flow study shall be summarized in a final report containing the following items: 1. Basis, description, purpose, and scope of the study. 2. Tabulation of data used to model the system components and a corresponding one -line diagram. 3. Description of scenarios evaluated and the basis of each. 4. Tabulation of power and current flow versus equipment ratings. The tabulation shall identify percentage of rated load and the scenario for which the percentage is based. Overloaded equipment shall be clearly noted. 5. Tabulation of system voltage versus equipment ratings. The tabulation shall identify percentage of rated voltage and the scenario for which the percentage is based. Voltage levels outside the ranges recommended by equipment manufacturers, IEEE C84.1 or other appropriate standards shall be clearly noted. b. Tabulation of system real and reactive power losses with area of concern clearly noted, 7. Provide One -line showing voltage at major busses down to the 120/240V and 208Y/120V panelboards. 8. Conclusions and recommendations. CITY OF FORT WORT11 Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260573.01-9 ELECTRICAL GENERAL PROVISIONS Page 9 of 2.8 MOTOR STARTING STUDY A.The motor starting study shall provide an evaluation of the electrical power system when starting the motors for all operating scenarios indicated below. The motor starting study shall evaluate all different possible operating scenarios under the worst -case starting conditions. The CONTRACTOR shall coordinate with the electrical equipment manufacturers and obtain all information required to perform the motor starting analysis. The preliminary starting analysis shall determine the maximum inrush allowed when starting the motors to not drop out the site loads under the worst operating conditions. B.Scope: 1. CONTRACTOR shall provide a motor starting/load flow study for the work performed at the site, The study shall evaluate all possible operating scenarios. a. Operating Scenarios that shall be included in the study are listed in paragraph 2.3. b. See electrical plans for detailed one -line diagram of the electrical distribution system. The CONTRACTOR shall coordinate with the Local Utility and OWNER for all voltage flicker requirements and is responsible for obtaining all pertinent data from the Local Utility/OWNER and other equipment manufacturers to perform the study. 2. CONTRACTOR shall obtain any information required for the motor starting/load flow study including utility available fault current, utility system impedance, motor data (i.e., sub transient reactance, etc.), transformer data (i.e. impedance, X/R, etc.), cable data, etc. 3. The study shall be submitted to the ENGINEER and approved prior to final approval of the electrical equipment shop drawings and release of any electrical equipment for manufacturing. 4. The study shall include as a minimum the following: a. Single line diagram showing voltage at all major busses down to the 120/240V panelboards. b. Bus Voltage and power flow c. Information on the computer program used for the study and also shall include a general discussion of the procedure, items, and data considered in preparing the study. d. Description and analysis of all results. e. Suggested changes to the equipment selection that will result in improved system performance. 5, The study shall be performed, scaled and signed by a Registered Professional Engineer licensed in the state where the electric equipment is to be installed. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at lour Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 26 09 23 LIGHTING CONTROL DEVICES PART 1- GENERAL 1.1 SCOPE 26 09 23 - 1 LIGHTING CONTROL DEVICES Page 1 of 7 A.Provide lighting controls as required by the drawings and specifications. 1.2 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.3 SUMMARY A.This Section includes the following lighting control devices: 1. Outdoor and indoor photoelectric switches. 2. Indoor occupancy (vacancy) sensors. 3. Lighting contactors. B.Related Sections include the following: 1. Division 26 Section "Wiring Devices" for manual light switches. 1.4 DEFINITIONS A.LED: Light -emitting diode. B.PIR: Passive infrared. 1.5 SUBMITTALS A.Product Data: For each type of product indicated. B. Shop Drawings: 1. Product cut sheets. C.Field quality -control test reports. D.Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. 1.6 QUALITY ASSURANCE A.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.7 COORDINATION A. Coordinate layout and installation of ceiling -mounted devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, fire alarm devices, fire -suppression system, cable trays, and partition assemblies. B. Coordinate lighting control components to form an integrated interconnection of compatible components. C. The installing contractor shall be responsible for a complete and functional system in accordance with all applicable local and national codes. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 260923-2 LIGHTING CONTROL DEVICES Page 2 of 7 PART2- PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following: 1. Hubbell Lighting. 2. Lithonia Lighting; Acuity Lighting Group, Inc. 3. RAB Lighting, Inc. 4. Approved Equal B. General Description: Ceiling -mounting, solid-state units with a separate relay unit. 1. Operation: Unless otherwise indicated, turn lights on when covered area is occupied and off when unoccupied; with a time delay for turning lights off, adjustable over a minimum range of 1 to 15 minutes. 2. Sensor Output: Contacts rated to operate the connected relay, complying with UL 773A. Sensor shall be powered from the relay unit. 3. Relay Unit: Dry contacts rated for 20-A ballast load at 120- and 277-V ac, and for 1 hp at 120-V ac. Power supply to sensor shall be 24-V de, 150-mA, Class 2 power source as defined by NFPA 70. 4. Mounting: a. Sensor: Suitable for mounting in any position on a standard outlet box. b. Relay: Externally mounted through a 1/2-inch knockout in a standard electrical en- closure. c. Time -Delay and Sensitivity Adjustments: Recessed and concealed behind hinged door. 5. Indicator: LED, to show when motion is being detected during testing and normal operation of the sensor. 6. Bypass Switch: Override the on function in case of sensor failure. C.Dual-Technology Type: Ceiling mounting; detect occupancy by using a combination of PIR and ultrasonic detection methods in area of coverage. Particular technology or combination of technologies that controls on -off functions shall be selectable in the field by operating controls on unit. 1. Sensitivity Adjustment: Separate for each sensing technology. 2. Detector Sensitivity: Detect occurrences of 6-inch- minimum movement of any portion of a human body that presents a target of not less than 36 sq. in., and detect a person of average size and weight moving not less than 12 inches in either a horizontal or a vertical manner at an approximate speed of 12 inches/s. 3. Detection Coverage (Standard Room): Detect occupancy anywhere within a circular area of 1000 sq. ft. when mounted on a 96-inch-high ceiling., with 360 degree coverage. 2.2 LIGHTING CONTACTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Allen-Bradley/Rockwell Automation. 2. Eaton Electrical Inc.; Cutler -Hammer Products. 3. GE Industrial Systems; Total Lighting Control. 4. Hubbell Lighting. CITY OF FORT WORTI I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 09 23 -3 LIGHTING CONTROL DEVICES Page 3 of 7 5. Lithonia Lighting; Acuity Lighting Group, Inc. 6. Square D; Schneider Electric. 7. TORK. 8. Watt Stopper (The). B.Description: Electrically operated and mechanically held, combination type with fusible switch, complying with NEMA ICS 2 and UL 508, 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high -inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Fault Current Withstand Rating: Equal to or exceeding the available fault current at the point of installation. 3. Coil voltage: as shown on plans/details 4. Contact rating: As shown on plans/details 5. Enclosure: Comply with NEMA 250. a. Indoor: NEMA 4X 304 stainless steel. 6. Provide with control and pilot devices as indicated on Drawings, matching the NEMA type specified for the enclosure. 2.3 CONDUCTORS AND CABLES A.Power Wiring to Supply Side of Remote -Control Power Sources: Not smaller than No. 12 AWG. Comply with requirements in Division 26 Section "Low -Voltage Electrical Power Con-ductors and Cables." B. Classes 2 and 3 Control Cable: Multi conductor cable with stranded -copper conductors not smaller than No. 18 AWG. Comply with requirements in Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." C. Class 1 Control Cable: Multi conductor cable with stranded -copper conductors not smaller than No. 14 AWG. Comply with requirements in Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." PART 3 - EXECUTION 3.1 INSTALLATION A.Provide all system components that have been manufactured, assembled, and installed to maintain performance criteria stated by manufacturer without defects, damage, or failure. B.Install equipment in accordance with manufacturer's installation instructions. C.Provide complete installation of system in accordance with the submittals and layouts submitted as a part of this specification. D.Provide equipment at locations and in quantities indicated on the submittals and layouts submitted as a part of this specification. Provide any additional equipment required to provide control intent. E. Ensure that daylight sensor placement minimizes sensors view of electric light sources; ceiling mounted and fixture -mounted daylight sensors shall not have direct view of luminaires. F. Provide all interconnection wiring between sensors, fixtures and other devices as required for a complete and operational system. CITY OF FORT WORTIT Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: t03410-2 26 09 23 - 4 LIGHTING CONTROL DEVICES Page 4 of 7 3.2. SENSOR INSTALLATION A.InstalI and aim sensors in locations to achieve not less than 90 percent coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions. 3.3 WIRING INSTALLATION A.Wiring Method: Comply with Division 26 Section "Low -Voltage Electrical Conductors and Cables." Minimum conduit size shall be 3/4 inch. B. Wiring within Enclosures: Comply with NECA 1. Separate power -limited and nonpower-limited conductors according to conductor manufacturer's written instructions. C.Size conductors according to lighting control device manufacturer's written instructions, unless otherwise indicated. D.Splices, Taps, and Terminations: Make connections only on numbered terminal strips injunction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. 3.4 IDENTIFICATION A.Identify components and power and control wiring according to Division 26 Section "Identification for Electrical Systems." 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaries controlled by photoelectric and occupancy sensors at each sensor. 3.5 FIELD QUALITY CONTROL A.Pet form the following field tests and inspections and prepare test reports: 1. After installing sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements. 2. Operational Test: Verify operation of each lighting control device, and adjust time delays. B.Ligliting control devices that fail tests and inspections are defective work. 3.6 COMMISSIONING A.General Requirements i. Three site visits shall be required for proper commissioning. The first site shall ensure that the contractor is trained to install the system correctly. The second, the factory engineer will start up the system,, ensure that it is operating according to specification, and perfonrl initial programming. The third visit shall be for the purposes of refining the programming and training the owner/end user on the system. B.Provide factory -certified field service engineer to ensure proper system installation and operation under following parameters. 1. Certified by the equipment manufacturer on the system installed. 2. At least three site visits to accomplish the following tasks: a. Prior to wiring 1) Review and provide installer with instructions to correct any errors in the following areas: a) Low voltage wiring requirements CITY OF FORT WORT] l Backup Power and Electrical Improvements at Four Pump Stations CrfY PROJECT NUM13ER: t03410-2 260923-5 LIGHTING CONTROL DEVICES Page 5 of 7 b) Separation of high and low voltage wiring runs c) Wire labeling d) Load schedule information e) Switching panel locations and installation f) Physical locations and network addresses of controls g) Analog phone line requirement h) Computer -to -network connections i) Load circuit wiring j)Connections to other systems and equipment 2) After system installation 3) Check and approve or provide correction instructions on the following: a) Connections of power feeds and load circuits b) Connections and locations of controls c) Connections of low voltage inputs 4) Turn on system control processor and download any pre-programmed system configuration 5) Verify panel address(es) 6) Check load currents and remove bypass jumpers 7) Verify that each system control is operating to specification 8) Verify that each system circuit is operational according to specification 9) Have an owner's representative sign off on the above -listed system functions b. Before project completion and hand-off c. Demonstrate system capabilities and functions to owner's representative d. Train owner's representative on the proper operation and maintenance of the system C. Documentation requirements 1. A third -party commissioning authority, who is not involved in the design or construction, is required to verify that the lighting controls are adjusted, programmed, and functioning in accordance with the design and the manufacturer's installation instructions. The commissioning authority also must submit documentation certifying that the lighting systems are in compliance with or exceed the performance requirements. The certification needs to be specific enough to verify conformance to the authority having jurisdiction. 2. Functional testing for automatic lighting controls will be performed. The building owner will be given, within 90 days from the date of receipt of certificate of occupancy, written certification that the lighting controls meet documented performance criteria. a. Occupancy sensors: At least 10% will be tested for each unique combination of sensor type and space geometry. if 30% or more fail the acceptance criteria, all remaining identical combinations must be tested. The below information needs to be verified: 1) Proper location and aiming. CITY OF FORT WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 09 23 - 6 LIGHTING CONTROL DEVICES Page 6 of 7 2) Correction operation where the sensors include status indicators. 3) The lights turn ON to the pear -fitted level when the space becomes occupied (if auto -ON). 4) The lights turn ON only when manually activated (if manual -ON). 5) False -ON triggering does not occur by movement in adjacent areas or from HVAC operation. 3.7 ADJUSTING A.Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on -site assistance in adjusting sensors to suit occupied conditions. Provide up to two visits to Project during other -than -normal occupancy hours for this purpose. 3.8 DEMONSTRATION A.Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. 3.9 WARRANTY A.Manufacturer's Warranty: All equipment shall be warranted free of defects in materials and workmanship. 1. Warranty Period: All system components shall be warranted for at least five (5) years from date of system commissioning. 3.10 SENSOR INSTALLATION A.Sensors: Install and aim sensors in locations to achieve not less than 90 percent 360-degree coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions. Refer to manufacturer's instruction manual for installation details. B. Contactors: Mount electrically held lighting contactors with clastomeric isolator pads, to eliminate structure -borne vibration, unless contactors are installed in an enclosure with factory - installed vibration isolators. 3.11 CONTACTOR INSTALLATION A.Mount electrically held lighting contactors with elastomeric isolator pads, to eliminate structure - borne vibration, unless contactors are installed in an enclosure with factory -installed vibration isolators. 3.12 WIRING INSTALLATION A.Wiring Method: Comply with Division 26 Section "Low -Voltage Electrical Power Conductors and Cables and Division 26 "Low -Voltage Electrical Control Conductors and Cables." Minimum conduit size shall be 3/4 inch. B.Wiring within Enclosures: Comply with NECA 1. Separate power -limited and non -power - limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions, tin -less otherwise indicated. D.Splices, Taps, and Terminations: Make connections only on numbered terminal strips injunction, pull, and outlet boxes; terminal cabincts; and equipment enclosures. Wire nuts, butt splicing, and soldering are not allowed. CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECTNUMBER: 103410-2 2609234 LIGHTING CONTROL DEVICES Page 7 of 7 3.13 IDENTIFICATION A.Identify components and power and control wiring according to Division 26 Section "Identification for Electrical Systems." 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaries controlled by photoelectric and occupancy sensors at each sensor. B.Label contactors with a unique designation. 3.14 FIELD QUALITY CONTROL A.Perform the following field tests and inspections and prepare test reports: 1. After installing time switches and sensors, and after electrical circuitry has been, adjust and test for compliance with requirements. 2. Operational Test: Verify operation of each lighting control device and adjust time delays. B.Lighting control devices that fail tests and inspections are defective work. 3.15 ADJUSTING A.Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on -site assistance in adjusting sensors to suit occupied conditions. Provide up to two visits to Project during other -than -normal occupancy hours for this purpose. 3.16 DEMONSTRATION A.Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. END OF SECTION CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump stations CITY PROJFCT NUMBER: 103410-2 26 12 19 PAD -MOUNTED TRANSFORMERS Pagel of8 261219 PAD -MOUNTED TRANSFORMERS PARTI- GENERAL 1.1 SCOPE OF WORK A.Furnish and install pad -mounted transformer(s) as specified herein and as shown on the Drawings. B. The provisions of this Section shall apply to all pad -mounted transformers, except as indicated otherwise. 1.2 RELATED WORK A.No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B.Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A.Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein, B.Provide systems engineering with coordination curves, to demonstrate coordination between new proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals for equipment and materials, fu mished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study. Submittals made prior to such approval will be returned without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. D.Submittals shall also contain information on related equipment to be furnished under this Specification. incomplete submittals not containing the required information on the related equipment will also be returned without review. E. Shop Drawings and Product Data. For each transformer specified under this Section, submit the following information: City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2612 19 PAD -MOUNTED TRANSFORMERS Page 2 of 1. Master drawing index 2. Front view elevation or outline drawing and weight 3. Floor plan with recommended pad dimensions 4. Schematic diagram 5. Nameplate diagram 6. Component list with detailed component information, including original manufacturer's part number. 7. Insulating fluid data, including environmental details 8. Conduit entry/exit locations 9. Ratings including: a. kVA b. Primary and secondary voltage c. Taps d. Primary and secondary continuous current e. Basic Impulse / Insulation level (BIL) £ Impedance g. Insulation class and temperature rise h. Sound level 10. Cable terminal sizes or dead front elbow information. It. Specified accessories F. Operation and Maintenance Manuals. 1. Refer to 0178 23 for O&M Manuals requirements. 2. Operation and Maintenance Manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Drawings and information required by the Submittals part of this Section. e. Project record drawings clearly indicating operating features and including as -built shop drawings, outline drawings, and schematic and wiring diagrams. f. Volume of fluid. 1.4 REFERENCE STANDARDS A.The pad -mounted transformer(s) and all components shall be designed, manufactured and tested in accordance with the latest applicable NEMA and ANSI standards as follows; 1. ANSI C57. 12.26, Pad -Mounted, Compartmental- Type, Self -Cooled, Three -Phase Distribution Transformers for Use with Separable Insulated High Voltage Connectors, High Voltage, 34 500 GrdGrounded Y/19 920 Volts and Below; 2500 KVA and Smaller, Requirements 2. ANSI C57. 12.70, Terminal Markings and Connections for Distribution and Power Transformers 3. ANSI Cl 19.2, Separable Insulated Connectors 4. ANSIIIEEE C57.12.00 - 2000, General Requirements for Liquid -Immersed, Distribution, Power, and Regulating Transformers, 5. ANSI/IEEE C57.12.80, Terminology for Power and Distribution Transformers City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 12 19 PAD -MOUNTED TRANSFORMERS Page 3 of 9 6. ANSWEEE C57.12.90, Test Code for Liquid -Immersed Distribution, Power and Regulating Transformers and Guide for Short -Circuit Testing of Distribution and Power Transformers 1.5 QUALITY ASSURANCE A.The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D.Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. G.Transformers manufactured more than 24 months prior to the date of this Contract will not be acceptable. 1.6 JORSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B.Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking and moving using rolling equipment to place the equipment, bolt torqucing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D.Equipinent shall be equipped to be handled by crane. Where cranes are not available, equipment shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. E. Equipment shall be installed in its permanent finished location shown on the Drawings within 14 calendar days of arriving offite. If the equipment cannot be installed within 14 calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready For permanent installation of the equipment. F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during jobsite storage, and after equipment is installed in permanent location, until equipment is placed in service. City of Fort Worth Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 4 03410-2 26 12 19 PAD -MOUNTED TRANSFORMERS Page 4 of 8 1.7 WARRANTY A.The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2- PRODUCTS 2.1 MANUFACTURERS A.Manufacturers 1. ABB 2. Eaton 3. Square D 4. Virginia Transformer B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.2 RATINGS A.The ratings of the transformer shall be as follows: 1. kVA Rating: 3. Impedance: 5. HV: T HV BIL 9. HV de -energized Taps: 11. LV: 13. LV BIL 2.3 CONSTRUCTION 2. As shown on the Drawings. 4. 5.75% (ANSI Standard Tolerance) 6. As shown on the Drawings. 8. 60 kV BILfor 5KV 10. +/- 2 - 2-1/2% full capacity 12. As shown on the Drawings. 14. 30KV for 480 V A. Insulating Fluid 1. Vegetable oil 2. In accordance with the latest edition of the NEC 3. High fire point fluids shall be Factory Mutual and UL approved. 4. Manufacturers a. Cargill FR3 b. Approved or equal 5. The transformer manufacturer shall certify that the transformer is non -PCB containing no detectable PCBs. 6. Do not provide nonflammable transformer liquids including askarel and insulating liquids containing tetrachloroethylene, perchloroethylene, chlorine compounds, or halogenated compounds City of Fort Worth Backup Power and Eleetrical Improvements at Four Pump Stations CITY PROJECT NUMB F,R: l 034 l0-2 26 12 19 PAD MOUNTED TRANSFORMERS Page 5 of B,The transformer shall carry its continuous rating with average winding temperature rise by resistance that shall not exceed 55°C, based on average ambient of 30°C over 24 hours, with a maximum of 40°C. The insulation system shall allow an additional 12% kVA output at 65°C average winding temperature rise by resistance, on a continuous basis, without any decrease in normal transformer life. C. The transformer shall be designed to meet the sound level standards for liquid transformers as defined in NEMA and ANSI. D.High-voltage and low -voltage windings shall be copper. E. The main transformer tank and attached components shall be designed to withstand pressures greater than the required operating design value without permanent deformation. Construction shall consist of carbon steel plate reinforced with external sidewall braces. All scams and joints shall be continuously welded. F. Each radiator assembly shall be individually welded and receive a quality control pressurized check for leaks. The entire tank assembly shall receive a similar leak test before tanking. A final six -hour leak test shall be performed. G.The transformers shall be compartmental -type, self -cooled and tamper -resistant for mounting on a pad. The unit shall restrict the entry of water (other than flood water) into the compartments so as not to impair its operation. There shall be no exposed screws, bolts or other fastening devices which are externally removable. H.The transformers shall consist of a transformer tank, and full -height bolt -on high- and low - voltage cable terminating compartments located side -by -side separated by a rigid metal barrier. Each compartment shall have separate doors, designed to provide access to the high -voltage compartment only after the low -voltage has been opened. There shall be at least one additional fastening device accessible only after the low -voltage door has been opened, which shall be removed to open the high -voltage door. Doors shall be mounted flush with the cabinet frame. The low -voltage door shall have a handle -operated, three-point latching mechanism designed to be secured with a single padlock. A hex -head bolt shall be incorporated into the low -voltage door latching mechanism. Both high and low -voltage doors shall be incorporated into the low -voltage door latching mechanists. Both high and low -voltage doors shall be equipped with lift-off type stainless steel hinges and door stops to secure them in the open position. I. Compartment sills, doors and covers shall be removable to facilitate cable pulling and installation. The high -voltage door shall be on the left with the low -voltage door on the right. Compartments shall be designed for cable entry from below. J. Transformers shall be supplied with a bolted main tank cover and be of a sealed -tank construction designed to withstand a pressure of 7 psig without permanent distortion. The tank cover shall be domed to shed water and be supplied with a tamper -resistant access handhole sized to allow access to internal bushing and switch connections. Transformers supplied with "less flammable" fluids, (high -molecular -weight hydrocarbon or silicone), shall be manufactured to withstand 12 psig without rupture. The transformer shall remain effectively sealed for a top -oil temperature of - 5°C to 105°C. When necessary to meet the temperature rise rating specified above, flat cooling panels of the common header type shall be provided. K.When high -voltage taps are specified above, full -capacity taps shall be provided with a tap changing mechanism designed for de -energized operation. The lap changer operator shall be located within one of the compartments. City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2612 19 PAD -MOUNTED TRANSFORMERS Page 6 of 8 L. The coil windings shall be of the two winding type, designed to reduce losses and manufactured with the conductor material as specified above. All insulating materials shall be rated for 120°C class. M, The core material shall be high-grade, grain -oriented, non -aging silicon core steel with high magnetic permeability, low hysteresis and eddy current losses. Magnetic flux densities are to be kept well below saturation to allow for a minimum of 10% overvoltage excitation. The cores shall be properly annealed to reduce stresses induced during the manufacturing processes and reduce core losses. N.The core frame shall be designed to provide maximum support of the core and coil assembly. The core frame shall be welded or bolted to ensure maximum short-circuit strength. O.The core and coil assembly shall be designed and manufactured to meet the short-circuit requirements of ANSI C57.12.90. The core and coil assembly shall be baked in an oven, prior to tanking, to "set" the epoxy coating on the Kraft paper and remove moisture from the insulation prior to vacuum filling. P. Transformer shall be vacuum -filled with the appropriate fluid as indicated above. The process shall be of sufficient vacuum and duration to ensure that the core and coil assembly is free of moisture prior to filling the tank. Provide a description of the process and location to take oil samples to avoid shutdown. 2.4 FINISH A.Transformer units shall include suitable outdoor paint finish. The paint shall be applied using an electrostatically deposited dry powder system to a minimum of three (3) miLs average thickness. Units shall be painted padmount green, Munsell No.7GY3.29/1.5, 2.5 ACCESSORIES A.Dial-type thermometer B.Liquid level gauge C.Pressure-vacuum gauge D.One-inch drain valve with sample valve E. Pressure relief valve F. Non-PC13 label G.One-inch upper fill/filter press connection. H.Alarm contacts 2.6 PREMARY CONNECTIONS A.Transformer primary connections shall be dead front wells, inserts, cable parking supports, and elbows for cable sizes shown on the drawings. 2.7 LIGHTNING ARRESTORS A.Provide distribution class lightning arrestors in the primary compartment. Lightning arrestors shall be elbow connected. City of Fort Worth Backup Power and E]ectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 12 19 PAD -MOUNTED TRANSFORMERS Page 7 of 8 2.8 PRIMARY AND SECONDARY TERMINAL COMPARTMENTS A.A ground bus shall be provided in each of the Primary and Secondary Terminal Compartments, sufficient in size to terminate all incoming and outgoing cable grounding conductors, neutrals and metallic raceways. Where a wye secondary is provided, the neutral of the secondary shall be bonded to the secondary ground bus. Ground bus shall be tinned. 2.9 FACTORY TESTING A.The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest applicable ANSI and NEMA standards. 1. Resistance measurements of all windings on the rated voltage connection of each unit and at the tap extremes of one unit only of a given rating on this project 2. Ratio tests on the rated voltage connection and on all tap connections 3. Polarity and phase -relation tests on the rated voltage connections 4. No-load loss at rated voltage on the rated voltage connection S. Exciting current at rated voltage on the rated voltage connection 6. Impedance and load loss at rated current on the rated voltage connection of each unit and on the tap extremes of one unit only of a given rating on this project 7. Applied potential test 8. Induced potential tests B.The manufacturer shall provide three certified copies of factory test reports. PART 3 - EXECUTION 3.1 INSTALLATION A.The Contractors shall install all equipment per the manufacturer's recommendations, NEC and the Contract Drawings. 3.2 FIELD QUALITY CONTROL A.Provide the services of a qualified factory -trained manufacturer's representative to assist the Contractor in installation and start-up of the equipment specified under this Section for a period of two working days. The manufacturer's representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. B.The Contractor shall provide three copies of the manufacturer's field start-up report. 3.3 FIELD TESTING A.Measure primary and secondary voltages for proper tap settings. B. Megger primary and secondary windings C. Liquid transformers 1. Test oil for dielectric strength and dissolved gasses 2. The Contractor shall provide three copies of the laboratory report for the liquid City of Fort Worth Backup Power and Electrical improvements at Four Pump stations CPrY PROJECT NUMBFR: 103410-2 26 12 19 PAD -MOUNTED TRANSFORMERS Page 8 of 8 3.4 FIELD ADJUSTING A.Adjust taps to deliver appropriate secondary voltage B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.5 MANUFACTURER'S CERTIFICATION A.A qualified factory -trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three copies of the manufacturer's representative's certification. 3.6 TRAINING A.Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The training shall be for a period of not less than two eight -hour days. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D.Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the transformers auxiliary devices, protective devices and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION City of Fort Worth Back -Lip Power and Electrical Tmprovenients at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 26 20 00.02 PS LARGE INDUCTION MOTORS 1.1 SCOPE OF WORK 26 20 00.02 - I PS LARGE INDUCTION MOTORS Page I of 13 A.This section specifies the requirements for custom-built, premium electric horizontal motors as specified. Unless otherwise shown or specified, the motors shall be suitable for starting using a solid state reduced voltage starter (SSRVS) or Variable Frequency Drive. Refer to one -line for HP size per site. B. The motor manufacturer will be responsible for coordinating shaft dimensions, coupling connections and all other necessary information to connect the motor to the existing pump prior to ordering the motor. The motor will couple with an existing pump and the motor manufacturer will be responsible for obtaining aft necessary information. The motor manufacturer will include all travel and lodging cost to field verify all information. 1.2 REFERENCES A.Motors shall be designed, built, and tested in accordance with the latest revision of the following standards: 1. National Electrical Manufacturers Association Inc. (NEMA) a. NEMA MG 1 Part 20 — Large Machines. b. NEMA MG2 - Safety Standard for Construction and Guide for Selection, Installation and Use of Electric Motors and Generators. c. NEMA MG3 - Sound Level Prediction for Installed Rotating Electrical Machines. 2. National Fire Protection Association (NFPA) a. NFPA-70 - National Electrical Code. 3. Underwriters Laboratories, Inc. (UL) 4. Institute of Electrical and Electronics Engineers, Inc. (IEEE) a. IEEE Std 1 - General Principles for Temperature Limits in the Rating of Electric Equipment. b. IEEE Std 43 - Recommended Practice for Testing Insulation Resistance of Rotating Machinery. c. IEEE Std 85 - Test Procedures for Airborne Sound Measurements on Rotating Electric Machinery. d. IEEE Std 112 -- Standard Test Procedure for Polyphase Induction Motors and Generators. e. IEEE Std 275 - Recommended Practice for Thermal Evaluation of Insulation Systems for AC Electric Machinery Employing Form -wound Pre -insulated Stator Coils, Machines Rated 6,900 V and Below. f IEEE Std 429 - Standard Test Procedure for the Evaluation of Sealed Insulation Systems for AC Electric Machinery Employing Form -wound Stator Coils. 5. Anti -Friction Bearing Manufacturer's Association Inc. (AFBMA): B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.3 SUBMITTALS A.Submittals shall be made in accordance with the requirements of Division 1, Division 26 and as specified herein. CITY OF FORT NORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 20 00.02 - 2 P5 LARGE INDUCTION MOTORS Page 2 of 13 1.4 ACTION SUBMITTALS/ INFORMATIONAL SUBMITTALS A. Shop Drawings and Product Data. For each motor specified under this Section, submit the following information: 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 4. Number of phases. 5. Frequency in hertz. 6. Full Ioad amperes (FLA). 7. No load amperes. 8. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 9. Synchronous speed (rpm). 10. NEMA insulation system classification and description of manufacturer's method of application. 11. Temperature rise at rated full load, by resistance temperature detector. 12. Maximum ambient temperature for which motor is designed. 13. Service factor. 14. Frame size, outline dimensions, net weight and weight of rotating element. Include surge protection dimensions and weight. 15. NEMA machine type WPH. 16. Bearing size and calculation, based on L 10 life. 17. Lubrication (compatible with blower manufacturer). 18. Safe stall time. 19. Maximum acceleration time with NEMA standard Wk2 value, at rated voltage and at 80% of rated voltage. 20. Number of safe starts in succession when starting from a 50 degree Celsius ambient, intermediate waiting periods and other conditions for driving equipment with a NEMA standard w1c2 value. 21. Efficiency at ``/4, '/2, 3/a , full load, and service factor. 22. Power factor at %4, %2, 3/4 and full load. 23. Space heater voltage and wattage. 24. Surge protection information, including mounting details. 25. Platinum resistance temperature detector (RTD) literature with wiring diagram. 26. Motor Dalnage Curve and safe stall time at 100% and 80% of motor rated ten-ninal voltage. 27. Data to be included on nameplate. 28. Dimensions and internal arrangements of terminal boxes. 29. Locations and sizes of lubrication connections, vents, drains, etc. 30. Speed -torque curve at 100% and 80% of rated voltage. 31. Speed -current curve at 100% and 80% of rated voltage. 32. Acceleration time at 100% and 80% of rated voltage. 33. Locked rotor withstand time. 34. Schematic and interconnection diagrams, CITY OF }FORT wORTFT Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262000.02-3 PS LARGE INDUCTION MOTORS Page 3 of 13 35. Instruction manual. 36. Maximum sound power per NBMA MG-1. 37. Motor weights 38. Alarm and shutdown values for temperatures of the winding and bearing RTDs. 39. Motor insulation voltage rating. 40. Detailed conduit layout for motor. 41. Dimensions and layouts of terminal box and accessories boxes. 42. Maximum WAR allowed for power factor correction without overexciting the motor. Maximum kVAR shall be included one motor nameplate as well. 43. Bill of Material with manufacturer's cut sheets for all major equipment — RTDs, bearings, terminal blocks, etc. Clearly identify on cut sheets the exact model number of equipment being provided. 44. Updated speed -torque curves and acceleration time curves at 100% and 80% of rated voltage after motor test has been completed. 45. Measured locked rotor current and torque, and locked rotor power factor. 46. Motor no load data (i.e. amps, power factor, etc.) 47. Data Sheet: Fill out and submit with Shop Drawing submittal the information requested on the Motor Submittal Data Sheet (included in the proposal). 1.5 CLOSEOUT SUBMITTALS A.Factory Tests. Submittals shall be made for factory tests specified herein. B. Field Test Reports. Submittals shall be made for field tests specified herein. 1.6 SUBMITTALS A.Operation and Maintenance Manuals. l . Manufacturer's contact address and telephone number for parts and service. 2. Project record drawings clearly indicating operating features and including as -built shop drawings, outline drawings, and schematic and wiring diagrams. 3. Instructions for erection, alignment (including tolerances), and preparation for use. 4. Complete description of safety equipment, safety procedures, and safety precautions. 5. Normal starting, running and shutdown procedures, as well as emergency shutdown procedures. 6. Recommended number of starts in any 24-hour period. 7. Normal maintenance, inspection and lubrication procedures. 8. Recommended spare parts list. 9. Recommended renewal parts list 10. Record Documents for the information required by the submittals above. 1.7 QUALITY ASSURANCE A.Unit Responsibility. The electric motor shall be furnished guaranteed by the driven equipment manufacturer, to assure single unit responsibility. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 1034t0-2 26 20 00.02 - 4 PS LARGE INDUCTION MOTORS Page 4 of 13 B. When motors are furnished with driven equipment, the driven equipment supplier shall be responsible for mounting the motor and driven equipment as a complete unit, correctly aligned and coupled with the coupling or sheave specified on the driven equipment data sheet, and for designing vibration, special, or unbalanced forces resulting from equipment operation. C. The Contractor, at no additional cost to the Owner, shall make structural, mechanical and electrical changes that are necessitated because the Contractor selects equipment with dimensional, power or mechanical differences from that shown on the Drawings. All engineering costs associated with revisions shall also be borne by the Contractor. D.Motor Compatibility. The Motor manufacturer and driven equipment manufacturer shall guarantee that the motor included with the driven equipment is compatible with driven equipment and complies with these Specifications. In the event that the motors described in these Specifications cannot be applied to the application or equipment offered, the Contractor may submit an exception, stating clearly the deviations and the reasons for such deviations. The acceptance or rejection of such deviations shall be at the sole discretion of the Owner/Engineer. E. Motors manufactured prior to the date of this Contract will not be acceptable. 1.8 DELIVERY, STORAGE AND HANDLING A.Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. B.Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. C. Equipment shall not be stored onsite without written approval of the Owner/Engineer. Equipment must be installed in its permanent location shown on the Drawings within seven (7) calendar days of arriving onsitc. If the equipment cannot be installed within seven (7) calendar days, the equipment shall not be delivered to the site, but stored offsite, in an air conditioned, bonded, warehouse of the Contractor's choice and at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. D.Where space heaters are provided in motors, provide temporary electrical power and operate space heaters, during jobsite storage and after motors are installed in permanent location, until equipment is placed in service. E.The motor shaft shall be rotated on a monthly basis, if such is recommended or required by the motor manufacturer, the date recorded, and copies of the record provided to the Owner/Engineer and the manufacturer. The manufacturer shall confirm receipt of the rotation record, 1.9 FIELD OR SITE CONDITIONS — NOT USED 1.10 WARRANTY A.Thc Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of Substantial Completion. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: CITY OF FORT WOR71I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECTNUMBER: 103410-2 26 20 00.02 - 5 PS LARGE INDUCTION MOTORS Page 5 of 13 1. General Electric 2. US Motors 3. TECO — Westinghouse B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.2 GENERAL REQUIREMENTS A.Motors specified herein are three-phase, squirrel cage induction type, except as specifically specified elsewhere in these Specifications. B.Each motor provided shall have an Identification Tag Number, conforming to the numbering system and equipment name shown on the Drawings. C. Specific motor data such as HP, RPM, enclosure type, ete., is specified under the detailed specification for the mechanical equipment with which the motor is supplied. D.The motor manufacturer's nameplates shall be engraved or embossed on stainless steel and fastened to the motor frame with stainless steel screws or drive pins. Nameplates shall indicate clearly all of the items of information enumerated in NEMA Standard MGI, as applicable, including but not limited to the following information: 1. Main Nameplate a. Horsepower (output). b. RPM at full load. c. Time rating. d. Frequency. c. Number of phases. f Model number. g. Rated voltage. h. Service factor. i. Full load amps. j. Insulation class. k. NEMA code letter. 1, Temperature Rise. in. Manufacturer's Frame size. n. Date of manufacture. o. Direction of rotation (if uni-directional). p. Thermal protection. 2. Heater Nameplate, a. Voltage and wattage. b. UL Listing 3. RTD Nameplate a. UL Listing 4. Bearings Nameplate. a. Bearing manufacturer's name, identification, and recommended lubricant. 5. Dynamic Balance Nameplate. a. Furnish and mounted on motor. E. Where frequent starting occurs, the design for frequent starting duty shall be equal to the duty service required by the driven equipment. CITY OF FORT wORT11 Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 20 00.02 - 6 PS LARGE INDUCTION MOTORS Page 6 of 13 F. Altitude: Under 3300 FT. For applications above 3300 FT, motors shall be specifically designed and certified for operation at the specific altitude. G.Motors shall have sufficient horsepower and torque capacity to drive the equipment without overloading under all conditions, without exceeding the nameplate rating of the motor and without use of the service factor. H.Motors shall have an oversized, gasketed, steel conduit box, field adjustable in 90-degree increments unless the box contains equipment, diagonally split with tapped NPT threaded conduit entrance hole, and shall exceed the minimum volumes defined in IEEE 841-2001. Neoprene conduit box cover gasket and neoprene lead seal gasket with flexible nipples to ensure the seal is maintained as the leads are moved shall be furnished. Provision for grounding shall be provided in the conduit box utilizing a mounted clamp -type lug. I. Provide separate accessory lead conduit boxes. Minimum size entrance hub shall be 2" NPT. Resistance temperature detector leads shall not occupy the same box with any other type of power or monitoring leads. J. Provide lifting lugs on the motor frame. K.Motors shall be NEMA Design B standard, unless otherwise specified. L. Service factor shall be 1.15 for all motors unless otherwise noted. 1. VFD applications allow for 1.0 service factor. M. All motors shall be continuous time rated suitable for operation in a 50 degrees C ambient, unless specified otherwise. 2.3 RATING A.Temperature Rise. The motor shall have Class F insulation and shall be rated at the following temperature rises. I. For motors 1500 horsepower and less, the motor windings shall be capable of operating continually, at 100% of nameplate horsepower, with rated voltage and frequency applied and with a temperature rise by embedded detector not exceeding 80 C over a 50 C ambient temperature. 2. The ambient air temperature shall be defined as air immediately surrounding the motor. B.Description. Unless otherwise specified, the motors shall be induction motors, single speed. The driven equipment manufacturer shall determine the speeds. C. Voltage: Motor voltage, phase and frequency shall be as shown on the Drawings and as specified with the driven equipment. D.Power Factor: Minimum Uncorrected Power Factor at Full Load shall be greater than 0.85. The motor manufacturer shall not utilize correction capacitors to achieve this power factor. E. Service Factor: 1. 15 times motor full load rating. 1. VFD applications allow for 1.0 service factor. F. Efficiency: Motor efficiency shall be evaluated and determined by the blower manufacturer to achieve and guarantee the overall wire -to -air efficiency of the blower unit. All motors shall have the efficiency evaluated with blower. Motor efficiency shall not be less than 95% and power factor not Iess than 85% when operating at maximum speed, full load and rated voltage and frequency. G.Slip: The full load RPM shall match or exceed the driven equipment design RPM. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 20 00.02 - 7 PS LARGE INDUCTION MOTORS Page 7 of 13 R.Starting Voltage: Each motor shall be capable of producing the required starting torque, as required by the driven equipment manufacturer, utilizing the starting voltage as shown on the Drawings and as specified for the associated motor controller. Motors shall be capable of bringing the driven equipment up to speed, without motor overload, under the conditions specified in the driven equipment specification. 1. Locked Rotor Current: The locked rotor current of the motor shall be limited in accordance with the National Electrical Code and NEMA MG-1 standards, to a maximum of Code Letter F, (5.59 kVA per horsepower). The code letter shall be clearly shown on the nameplate. J. Acceleration Time: Provide calculated acceleration time of the combined motor and driven load and rated voltage and at 80% of rated voltage, as specified in the Submittal paragraphs. K.Safe Stall Time: Safe stall time shall not be less than 4 seconds more than the acceleration time when hot, unless approved by the Owner/Engineer. The motor manufacturer shall coordinate with the supplier of the driven equipment to obtain inertia data, and shall calculate the acceleration times when starting across the line. Include calculations with 100 % of the rated name plate motor voltage, (I.E. 4000 volts for a motor on a 4160 volt system), 90% and 80% present at the motor terminals. The Contractor shall submit acceleration curves plotting time vs speed, and calculations to the Owner/Engineer for approval, as specified in the Submittal paragraphs. L. Noise Measurement: The noise level as measured by IEEE Standard 85, shall be coordinated with blower manufacturer, and submitted for approval. 2.4 STATOR A.The stator core shall be built up with high grade, non -aging laminated silicon steel. C5 or better. Each lamination core shall be plated to minimize eddy current losses. The laminations shall be adequately secured to the stator frame and securely held in place at each end. There shall be no perceptible buzzing of laminations during operation. Provide slot wedges for rigidity. B. The motor stator winding shall be provided with premium grade full Class F insulation or better. Silicone rubber insulation is not acceptable 1. A VPI insulation system shall be used to provide high resistance to moisture and other contaminates. 2. All windings shall be copper; assembled using form wound coils of the same size and shape. Random wound coils are not acceptable. 3. The form wound coils shall be constructed with copper wire. The stator construction method shall accommodate VIP treatment. The coils shall be covered with strand insulation consisting of Dacron polyester glass fiber film or other high temperature insulating film. 4. Provide full length slot liners rated 5000 volts minimum which extend beyond the stator core iron to reduce the possibility of tracking to ground. 5. Coil insulation shall be tightly applied to eliminate all air voids. 6. Coils shall be tightly inserted into the stator slots without darnage. Coils shall be secured to surge ring or treated rope and securely laced to one another as necessary to prevent distortion and expansion. 7. The end turns shall be blocked top, sides and bottom. The surge ring shall be designed and installed to prevent movement during starting and short circuit conditions. 8. The entire stator shall be oven cured to provide a completely sealed insulation system. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Puirtp Stations CITY PROJECT NUMBER: 103410.2 26 20 00.02 - S PS LARGE INDUCTION MOTORS Page 8 of 13 2.5 ROTOR A.The shaft shall be steel, accurately machined, smoothly finished, with sufficient strength to withstand all stresses resulting from normal operation at any speed up to and including a 25% over -speed condition. Provide shaft end details coordinated with blower and shafting as specified. B. The core shall be built up with high-grade non -aging silicon steel, each single piece lamination core plated to minimize eddy current losses. Core mechanical integrity shall not rely on any electrically active component C.Rotor bars and end ring shall be copper or copper alloy with uniform resistance characteristics so as to equalize thermal stresses. The bars shaII be rectangular or shaped to meet motor starting and running torque requirements. Each copper rotor bar shall be mechanically locked or secured in the rotor pole slots to minimize movement and vibration. Rotor end rings shall be free of circumferential joints and shall be 100% swaged to the rotor bars by an induction or torch brazing process. D.Rotors shall be statically and dynamically balanced prior to assembly. Balancing shall be checked after assembly with the motor running at rated speed. Run out on the shaft shall be checked and in no case shall they exceed 0.001 inch measured with a precision indicator with the reading taken at the end of the shaft. E. The cage bars shall be copper or a copper alloy with uniform resistance characteristics so as to equalize thermal stresses. ALUMINUM ROTOR BARS ARE NOT ACCEPTABLE. Rotor bar shall be in tension at all times and shall be brazed at the end ring connections. Fabricated aluminum rotors are unacceptable. 2.6 BEARINGS A.Horizontal Motors 1. Motor bearings shall be designed for the maximum load imposed by the driven equipment and motor, and shall be selected for a L10 life of 100,000 hours, Bearings shall be insulated to prevent shaft -bearing -frame current. Insulating means shall also be provided for any oil - supply connections and monitoring equipment to prevent electrical bypassing of the bearing insulation. 2. No cast -in bearings will be allowed, so that a spare rotating assembly could be easily installed. Bearings oil baths shall have a constant level oiler and a sight or bullseye level. Bearing oil bath shall be designed for adequate lubrication at maximum forward and reverse speeds. Oil sample tap for bearing chamber shall be from the bottom of the bearing housing. Provide flood hole on bearings for water to exit instead of flooding the bearings. Provide Slinger ring with view ports on bearing housing. 2.7 LEADS A.Motor Leads. Use ASTM B 173, Class G, stranded copper. B.Provide permanent identification numbers on leads according to NEMA MG 1-2.02. Provide each lead with additional identification within six inches oFthe stator frame. Use crimp -on, solderless copper terminals on leads and place heat -shrink insulation sleeves or covers between leads and terminals. C. The motor leads shall have the same class of insulation as the motor stator windings. Leads shall be numbered For clockwise rotation when facing the opposite the shaft end. CITY OF FORT WORTH Backup Power and Electrical Improvements at Foie Pump Stations CITY PROJECT NUMBER: 103410-2 262000.02-9 PS LARGE INDUCTION MOTORS Page 9 of 13 2.8 ENCLOSURE A.Unless otherwise specified, motor enclosure shall be WPII as specified herein and be in compliance with NEMA MG-1. 13. The manufacturer shall arrange the intake and discharge air outlets such as to minimize the intake of air from the discharge of an adjacent motor. C. Air inlets and outlets shall be protected by vermin -proof, corrosion resistant louvers. The air inlets shall be located on end or side as required by the application. 2.9 HARDWARE A.Use structural bolts, washers, nuts, pins, and similar items manufactured of high -strength 304 stainless steel. Use only hexagon -head bolts and hexagon nuts. All hardware shall be 304 stainless steel. 2.10 TERMINAL BOXES A.Description. Provide custom built, gasketed, oversized conduit boxes and terminal housing cabinets for all wiring connections to motor. The cable entrance to the boxes shall be from the bottom side. Unless otherwise shown on the Drawings, Verify exact location of cable entry, before design, from the Contract Drawings. All motors shall have a NEMA mounting arrangement Assembly F-2. Refer to plans for exact location. All boxes shall be bottom entry and have a minimum NEMA 4 rating. Accessories terminal boxes shall have terminal blocks that are 600V rated, NEMA type. B. Main Terminal Housing. The main terminal box shall be custom designed to accommodate all conductors and specified accessories located in the Terminal Housing. 1. Provide NEMA multiple -hole pads with standoff insulators, as defined in NEMA MG 1 Table 20.3 to terminate the incoming motor leads. Lugs shall be suitable for terminating two -hole long barrel compression lugs. 2. The motor terminal box shall be sized to accommodate prefabricated shrink -on cable terminators as manufactured by 3-M or Raychem. 3. Motor leads shall be marked for permanent identification. 4. Provide grounding lug in box for incoming equipment grounding conductor(s). The main terminal box shall be installed integral with the motor. S. Provide a minimum of 28" from the bottom of the terminal box to the termination lugs. C. Space Heater Terminal Box. Provide a separate terminal box on the motor for terminations of wires on strap screw or tubular clamp terminal blocks. Terminal blocks shall be 600V, NEMA rated. D.RTD Terminal Box: Provide a separate terminal box on the motor for termination of motor, bearing and ambient RTD leads for termination of wires on tubular screw clamp terminal blocks. Terminal blocks shall be 600V, NEMA rated. E. Signal leads using low voltage or current shall not be housed in the same connection box as leads carrying 120 volts or currents in excess of/Z ampere. F. Leads shall be suitably marked and identi [ied with heat shrink markers. G.Accessories boxes shall have stainless steel nameplates, attached with stainless steel screws. The nameplates shall say "SPACE HEATER", BEARING RTD's", "WINDING RTD's", etc. H.Accessories boxes shall be bottom entry. CtTY OF FORT WORTH Backup Power and Elcctrical Improvements at Four Pump Stations CITY PIROJEcT NUMBER: 103410-2 26 20 00.02 - 10 PS LARGE INDUCTION MOTORS Page 10 of 13 I. Use only corrosion -resistant materials. J. Permanently identify all leads and terminals. K.AII wires and electrical connections shall be copper. L. All wiring penetrating the motor frame shall be protected against chaffing with grommets, 2.11 GROUNDING MEANS ',..provide a grounding lug threaded into the motor frame within the motor terminal box and other motor coritta t foxes. Lug shall be similar and equal to Bumdy KC Servit. Provide two NEMA t- hole ground pads located near the base of the motor mounted 1800 apart. Lugs shall be suitable for terminating #4/0 conductor. 2.12 SPACE HEATERS A.Type. Electric resistance, 120 volts, silicon rubber clad or rubber epoxy or equivalent non - oxidizing exterior, with maximum surface temperature of 130 degrees C (266 degrees F). B, Alternatively, provide two stainless -steel -sheathed conventional space heaters, each with rated watts at the specified voltage equal to twice the required value, and connect in series, C. Space heaters shall maintain the internal temperature above dew point when motor is not operating. D.Heaters shall not be located directly in access opening where they may pose a danger of burn or shock to servicemen. E. Space heater wiring shall be routed to prevent wire being between the frame and space heater. 2.13 RESISTANCE TEMPERATURE DETECTORS (RTD'S) A.Type: Platinum, 100 OHM at 0 degrees C B. Quantity. 1. Total of Six: Two per phase for the motor windings. 2. Two: One for each Motor Bearing. 3. One: Ambient RTD, adjacent to, or in the inlet air path, for WPII motors. 214 SPARE PARTS A. Manufacturer's standard shop paints for prime and finish coats are acceptable. Include one pint of finish paint for each motor. If environmental regulations prohibit paint shipment, the Contractor may supply the same paint type and color from a local source. 2.15 SPECIAL TOOLS A.Furnish with the equipment, one (1) set of any special tools or devices required for the assembly, operation, and maintenance of all equipment Furnished. 2.16 LUBRICANT A.Furnish with the equipment, oil of the recommended type and grade, in sufficient quantity for initial filling and for operation during acceptance tests and installation. B.The Manufacturer shall provide a list of lubricants available sources. In addition, provide the Owner with a sufficient quantity of lubricant for required service during the first 12 months after start-up. CITY OF FORT WORTH Backup Power and Electrical Tmprovements at Four Pump Stations CITY PROIEcT NUMBER: 103410-2 26 20 00.02 - 11 PS LARGE INDUCTION MOTORS Page 11 of 13 2.17 FACTORY TESTS A.Perform Routine Factory Tests for Polyphase Medium Induction Motors and the tests specified herein: The method of testing shall be in accordance with IEEE Std 112, and shall be in accordance with MGI-12.55. The following routine tests shall be done at the factory on the motors provided, and certified test reports shall be submitted. 1. Measurement of winding resistance. 2. No-load readings of current and speed at normal voltage and frequency. 3. Current input at rated frequency and voltage, with rotor at standstill for squirrel -cage motors. 4. High -potential test per MG 1-20.18 and IEEE Std 43. B.In addition, the motors shall receive a complete test in accordance with IEEE 112, and certified copies of the test data recorded on appropriate forms of IEEE 112, together with a certified statement of compliance with minimum specified power factor and efficiencies shall be furnished to the Owner/Engineer. The recorded data on the forms shall be in sufficient clarity and detail to permit third -party longhand validation and verification of any computer generated results. C.Tests to be performed on each motor shall include, but not be limited to the following: 1. Reference Resistance per IEEE Std. 112, latest version. 2. Reference Ambient of 25 degrees centigrade. 3. Efficiency per either of the following: 4. Efficiency at rated voltage and frequency, by dynamometer (IEE Method B), 6 points minimum. Dynamometer correction shall be applied or Efficiency using an equivalent circuit F with direct measurement of stray load loss per IEEE Method F. 5. Bearing Loss Stabilization. 6. Locked Rotor Test (two line method). 7. Core Losses and Friction and Windage Losses. 8. Power Factor 9. Load test at rated temperature rise (Stable to to C within 30 minutes). W. Speed-Torquc and Speed Current Curves. 11. Stator Temperature Rise Measurements by embedded detector and resistance at rated load per IEEE Std. 112, latest version. 12. High Potential Tests per NEMA MG-1 Part 20.18 and IEEE Std 43. 13. Winding Resistance Measurements. 14. Bearing Insulation Tests. 15. Noise Measurements per IEEE Std. 85, latest version (4 positions). 16. Vibration Measurements. 17. No load amps. 18. Perform an impact test on each motor. Bolt the motor to a large mass and strike the motor to measure the first and second natural frequency. Furnish a report that compares the measured natural frequencies with the frequencies predicted during the submittal process. If the first natural frequency is not within 10% of the submitted natural frequency, the blower manufacturer shall produce a revised lateral frequency analysis to show how the total unit natural frequency has varied From that predicted during the submittal process. 19. Measure actual weight. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 20 00.02 - 12 PS LARGE INDUCTION MOTORS Page 12 of 13 D.Substitutions for or waivers of the tests and methods listed above will not be permitted. E. Following completion of factory tests, the Vendor shall furnish to the Owner/Engineer for review and approval four (4) certified copies of all test data and test curves for each motor. The Owner/Engineer shall promptly review test data and, upon determining that the motor meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval of test data by the Owner/Engineer, except at the risk of the Vendor. PART 3- EXECUTION 3.1 INSTALLATION 3.2 MOTOR MANUFACTURER SERVICE ENGINEER: FIELD TESTING A.The motor manufacturer shall furnish the services of a competent service engineer, who shall have had a minimum of five years' experience in the installation, adjustment, and operation of the equipment that is being furnished under this contract. This service is to ensure proper installation and adjustment of the motor, instruct personnel in proper operation, maintenance, and care of the equipment, for making operation tests of equipment, and recommendations for obtaining the most efficient use thereof. B.The service engineer shall arrive at the site after the motor installation but prior to testing and staff -up. He shall verify the proper installation, alignment, wiring, lubrication, and connection of all appurtenances prior to start-up. He shall be present during testing, and start-up and shall certify to the Owner in writing that the motors have been properly installed and operate satisfactorily. C. The rnmitnunn ti.me_required to be on -site, not including travel time, is as follows: 1. Check motor instaliatio 4 days (2 trips minimum) 2. Start-up and testing 8 days (2 trips mini;rnam) 3. Troubleshooting 4 days (3 trips minimum) 4. Personnel training 2 days (2 trip minimum) D.1~ ield-Testing: The following tests shall be performed on the motors after installation in the field. 1. Polarization Index Test: Measure and record the motor's insulation resistance polarization index (10 minute 1 1 minute ratio), at 2500 VDC, per IEEE Standard 43. Minimum acceptable polarization index ration shall be greater than 2.0 (>2.0). 2. Motors shall have a 1-hour run-in while uncoupled from the driven Ioad. The motor temperatures shall be monitored and recorded, every 5 minutes from just before start to the end of the hour test. Record operating amps, voltage, and vibration levels. 3. Monitor motors during startup and commissioning to record operating amps, voltage and operating vibration levels. 4. Submit test report and all recorded field data, Submit copies of the raw data recorded in the field, signed by the person recording the data, and typewritten reports certified by the Contractor. The motors will not be accepted until the reports are submitted and approved. E. Inspect For unusual mechanical or electrical noise or signs of overheating during initial test run. 3.3 EQUIPMENT PROTECTION AND RESTORATION A.Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to Factory specification, the surface shall be replaced. a. For concrete surfaces to receive plaster, stucco or wainscoting: Class B, 1/4 inch. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 20 00,02 - 13 PS LARGE INDUCTION MOTORS Page 13 of 13 3.4 MANUFACTURER'S CERTIFICATION A.A qualified factory -trained manufacturer's engineer shall certify in writing that the equipment has been installed., adjusted and tested in accordance with the manufacturer's recommendations. B.The Contractor shall provide three (3) copies of the manufacturer's service engineer's certification. 3.5 TRAINING A.Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The Contractor shall provide (2) training session for the Owner's representatives for 8 hours at the jobsite or other office location chosen by the Owner. The one day, eight -hour training session shall be broken up into two segments each of 4-hours with a 15 minute break every two hours. Lunch break will be one hour. Training session shall be scheduled and coordinated with the Owner. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the equipment being supplied. D.Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. F. The Owner shall have the right to videotape the training for the Owner's use. END OF SECTION CITE' OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262213-1 LOW VOLTAGE DISTRIBUTION TRANSFORMERS Page I of SECTIOIN z6 22.13 LOW VOLTAGE DISTRIBUTION TRANSFORMS'RS PART 1- GENERAL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment and incidentals necessary to install transformers. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.2 QUALITY ASSURANCE A.Transformers shall comply with the specifications and shall be produced by the following Manufacturers: 1. Eaton 2. GE by ABB 3, Square D B.All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal no later than one week after bid advertisement date. Any submittals after this time period shall not be evaluated. Qualifications shall include equipment manufacturer who have had at least 10 years of successful experience in providing equipment for similar projects with a generator and pump station configurations. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. 1.3 SUBMITTALS A.Submittals shall be in accordance with Section 0133 00, "Submittal" and shall include: 1. Bill of Material 2. Equipment Data Sheets showing impedance weights, dimensions, etc. for each transformer. 3. Product data on specified product documenting the following: a. Dimensions b. Weight c. KVA d. Voltage e. % Impedance f. Taps g. Insulation Class It. Sound Level i. Wiring Diagram i. Installation Instructions 1.4 STANDARDS A.The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI/IEEE C57.96 Distribution and Power Transformers, Guide for Loading Dry -Type appendix to ANSI C57. l2 standards ANSWEEE C89.2 Dry Type Transformers for General Anplications IEEE C57.12.01 General Requirements for Dry -Type Distribution and Power Transformers Including Those with Solid Cast and / or Resin - Encapsulated Windings f IEEE C57.12.91 1. Test Code for Dry -Type Distribution and Power Transformers CITY Of FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: I03410-2 262213-2 LOW VOLTAGE DISTRIBUTION TRANSFORMERS Page 2 of 4 UL 506, Specialty Transformers NEMA/ANSI ST20 Dry type transformers for General Applications IEEE Institute of Electrical and Electronic Engineers NEMA TR1 Transformers, Regulators and Reactors NEMA TP-1 2002 Guide for Determining Energy Efficiency for Distribution Transformers PART 2 - PRODUCTS A.DRY TYPE TRANSFORMERS 1. Provide dry type, 3-phase, delta wye connected transformers with KVA rating as required. 2. Transformers shall be suitable for indoor or outdoor installation as indicated on the plans, or as required by conditions. Transformers 75 KVA and less shall be suitable for floor, wall or trapeze mounting. Transformers larger than 75 KVA shall be suitable for floor or trapeze mounting. 3. Transformer shall be enclosed in a steel enclosure with covers secured with captive type hardware. Transformer shall be cooled by natural convection of air. The transformer enclosure shall be degreased, cleaned, phosphatized, primed and finished with a gray baked on enamel. 4. The average audible sound level shall not exceed 50 DB for transformers rated at 75 KVA and below, nor 60 DB for transformers rated above 75 KVA, when measured in accordance with NEMA Standard TRl. 5. The percent impedance for transformers shall not exceed 4.6 for up to 112 1/2 KVA 6 for 150 KVA to 750 KVA. 6. The transformers shot] have. the following characteristics: a. Class H insulation b. 150 degree Centigrade temperature rise rating at 40 degrees C ambient at full rated load. c. Compartment for primary and secondary connections. d. Transformer coils shall be of continuous copper wound construction with terminations brazed or welded. Coils shall be impregnated with non -hygroscopic, thermosetting varnish. e. The maximum temperature of top of the enclosure shall not exceed 50 degrees C rise above a 40 degrees C ambient. f. The core of the transformer shall be visibly grounded to the enclosure by means of a flexible copper grounding conductor sized in accordance with applicable NEMA, IEEE, or ANSI standards. g. Transformers shall have two (2) 2-1/2% full ampacity taps below and two (2) 2-1/2% taps above rated voltage in primary. h. The basic impulse level shall be 10 KV for transformers less than 30 KVA, 30 KV for transformers 300 KVA and larger. i. Transformer primary and secondary windings shall be copper. Aluminum windings shall not be permitted. j. Transformers shall have efficiencies in accordance with NEMA TP-1. Provide written documentation as part of submittal process stating this and showing actual transformer efficiencies. 7. Three-phase transformer efficiency, total losses, shall not exceed losses @a 35% and 75°C per the NEMA Premium program tested per 10 C.F.R. Part 431 ("Test Procedures for Distribution Transformers"), CITY OF FORTWORTH Backup Power and Clectiical Improvements at Four Pump Stations CITY PROJECT NUMBFR; I03410-2 262213-3 LOW VOLTAGE DISTRIBUTION TRANSFORMERS Page 3 of 4 PART 3 - EXECUTION 3.1 LOCATION A.Electrical Contractor to verify proper location for the unit. B. The transformer shall be installed in a location where the sides with ventilated openings are a minimum distance of six inches from noncombustible structures or equipment to ensure adequate air circulation 3.2 INSTALLATION A. Set the transformer plumb and level. Provide soIderless lug bonding connection on the inside of the transformer enclosure in accordance with the NEC. Make primary and secondary connections with liquid tight flexible metal conduit to isolate transformer noise from the building structure or conduit system. B. When final connection has been made, check secondary voltage at dry transformers and make tap adjustments required to obtain correct voltage. C. Perform the following isolation procedures in addition to those provided by the transformer Manufacturer. erovide pad -type vibration isolators or waffle pads sized to load 50 pounds per square inch. Install one (1 ) at each. corner of the transformer at floor mount or trapeze installations. Locate pads between hanger and wall Cor wall hung installations 1. For critical installations, spring type isolation maybe required by the Englliteel- consisting of steel, spring -type isolators, sized for 112" deflection based on the weight of the transformer. Install at each corner or in hanger rods so that vibration is not transmitted to the building structure. D.Secure transformer to concrete base according to manufacturer's written instructions. E. Secure covers to enclosure and tighten all bolts to manufacturer -recommended torques to reduce noise generation. 3.3 CONNECTIONS A.Ground equipment according to Section 26 05 26 "Grounding & Bonding for Electrical Systems". B. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. C.Provide flexible connections at all conduit and conductor terminations and supports to eliminate sound and vibration transmission to the building structure. 3.4 FIELD QUALITY CONTROL A.Inspect installed dry type transformers for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible mechanical and electrical connections with calibrated torque wrench. Minimum acceptable values are specified in manufacturer's instructions. 3.5 CLEANING A.Repaint scratched or marred exterior surfaces to match original finish. 3.6 TESTING A.Testing: All testing required shall be per Specification 26 01 26 "Testing of Electrical Systems". B.Transformers furnished to this specification shall receive the following production tests: CITY Or PORT WORTH Backup Power and blectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 25 22 13 - 4 LOW VOLTAGE DISTRIBUTION TRANSFORMERS Page 4 of l . Perform each visual and mechanical inspection and electrical test stated in NFTA ATS for dry -type, air-cooled, low -voltage transformers. Certify compliance with test parameters. 2. Applied Potential; 3. Induced Potential; 4. No Load Losses; 5. Voltage Ratio; 6. Polarity; 7. Continuity C.Manufacturer shall perform the following additional tests on units identical to the design type being supplied to this specification. Manufacturer shall provide on request test data sheets to prove performance of these tests. 1. Sound Levels 2. Temperature Rise Tests 3. Full -Load Losses 4. Regulation 5. Impedance 3.7 ADJUSTING A.Record transformer secondary voltage at each unit for at least 48 hours of typical occupancy period. Adjust transformer taps to provide optimum voltage conditions at secondary terminals. Optimum is defined as not exceeding nameplate voltage plus 5 percent and not being lower than nameplate voltage minus 3 percent at maximum load conditions. Submit recording and tap settings as test results. B.Output Settings Report: Prepare a written report recording output voltages and tap settings. END OF SECTION CITY OF FORT WORTH Backup Power and Elecuical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262413-1 600 vour sw1TCHBOARDs Page 1 of 13 ASECTION 26 24 13 600 VOLT SWITCHBOARDS PART1- GENERAL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment and incidentals necessary to install a complete 600-volt switchboard. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.2 QUALITY ASSURANCE A.Acceptable Manufacturers: Products shall comply with the specifications and shall be by the following Manufacturers: 1. GE by ABB 2. Eaton 3. Square D 4. No Approved Equal B.The manufacturer shall provide the services of factory field engineers for startup, field tests, troubleshooting, Owner training and the supervision of storage and installation. The manufacturer field services shall include a minimum of the following: 1. Start up 2 day 2. Field Tests 1 day 3. Troubleshooting l day 4. Owner Training 2 day 5. These times do not include travel time and include a minimum of 8 working hours per day. 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include shop drawings with the following minimum information: A. Pre -and- Post -Submittal Meeting. 1. Supplier shall include in his bid the cost of attending a one -day pre -submittal meeting and a one -day post -submittal meeting in the City of Fort Worth offices or Freese and Nichols' Fort Worth office — exact location to be determined later. A pre -submittal meeting shall be held before any shop drawings are submitted. A post -submittal meeting shall be held after the Engineer's shop drawing review comments have been submitted. Vendor shall determine the exact number of people attending the meeting per the specification requirements and cover each person's cost. 2. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. The Switchboard Supplier shall bring with them a detailed list of the items their submittal will include for review by the Engineer or a draft copy of the actual submittal. 3. As a minimum the following shall attend the meeting: a. General Contractor, b. Electrical Contractor, CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262413-2 600 VOLT SWITCHBOARDS Page 2 of 13 c. Switchboard Supplier and Engineer. Representatives from the Switchboard Supplier shall include: d. The Project Manager who will be responsible for putting together the submittal and who will be responsible for the project at the factory, no exceptions. e. The Project Engineer at the factory who has technical knowledge of the equipment, no exceptions. f. A salesperson may attend, but not as a substitute for the Project Manager and/or Project Engineer. B. Shop Drawings: For each switchboard, overcurrent protective device, surge protection device, ground -fault protector, accessory, and component related equipment. I . Shop Drawings a. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. b. Complete rating c. Short circuit withstand ability of bus and lowest rated device d. Overall outline dimensions including the space available for conduit e. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed bottom view showing how conduits penetrate the bottom of the switchboard. Coordinate with the Electrical Contractor on this prior to submitting information to the Engineer. f. Overall weight of line-up and each shipping split g. Complete bill of materials with cut sheets on all major equipment clearly identifying exact model numbers of each component. h. Circuit schedule indicating the circuit number i. Device description j. One -Line diagram to be submitted with initial submittal, No Exceptions. k. Product Data Sheets for Switchboard, Automatic Load Transfer Controls, UPS, Meter, znd. Circuit Breakers, miscellaneous electrical equipment, etc. 1. Provide a drawing of the front view elevation with designation of equipment and devices on doors, and clearly indicating the maximum mounting height of devices on doors, in. Project Specific Wiring Diagram.: Detail wiring diagram and differentiate between manufacturer -installed and field -installed customer wiring. Show both power and control wiring. Show terminal strip information identifying all customer field terminations. Provide project specific wiring diagrams. Generic wiring diagrams are not acceptable. n. Provide Project Specific Wiring Diagram for power meter clearly indicating where it is connected in relation to the circuit breaker and the sizes of the CT's, etc. o. Description of transfer operating sequence, both automatic and manual. p. Terminal strip layout showing customer field connections. The terminal strip layout shall also include a label next to each connection indicating signal description. q. Bill of Material r. Nameplate Schedule s. Warranty Information t. Main breaker ground fault test data per National Electrical Code requirements u. UPS battery sizing calculations v. Provide sample screens of ATO. w. Note: All documentation listed above shall be supplied with the Switchboard's initial submittal. Incomplete submittals will be returned "NOT APPROVED, REVISE AND RESUBMIT", CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 24 13 - 3 600 VOLT SWUCHBOARD5 Page 3 of 13 x. Prior to Shipment: The manufacturer shall provide detailed addresses (memory map) for the software T/O points that are communicated over Ethernet, RS485, etc. that are applicable to this project— this would include but not be limited to the data highways associated with the switchboard. Coordinate with OWNER/ENGINEER for the list of 1/0 that will be transmitted over the data highways, the manufacturer shall verify with the Owner if any changes have been made to the lists prior to submitting the memory map. 2. Field Test Data — Equipment Installation Report: a. Field test data shall include summary of all tests performed in the field specifically identified in this specification and other factory standard tests. b. Test ground fault systems on service entrance main breakers per NFPA 70. Document all tests and finish to Engineer as formal submittal. 3. NETA Acceptance Testing Specification (ATS) field tests and inspections tests report. 4. Supplier shall submit a training outline for Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. 5. Operation & Maintenance Manual Data: a. Include all features and operating sequences, both automatic and manual. List all factory setting relay and provide relay -setting and calibration instructions, including software, where applicable. b. Operation and maintenance manuals shall contain the shop drawings, submittals, list of manufacturers recommended spare parts, schematics, equipment installation report, and maintenance procedures. O&M manuals shall include all field changes made during startup and testing. c. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as contact information for service. dr Manuals -shall be prepared by the EquiniYr klunufacwrer and shall also incorporate appropriate final certified shop drawings. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. c. Submit preliminary manuals for review prior to start-up of equipment. C. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Potential Transformer Fuses: Equal to 10 percent of quantity installed for each size and type but no fewer than two of each size and type. 2. Control -Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Fuses and Fusible Devices for Fused Circuit Breakers: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. 4. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. 5. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. 6. Indicating Lights: Equal to 10 percent of quantity installed for each size and type but no less than one of each size and type. 1.4 STANDARDS A.The applicable provisions of the following standard shall apply as if written here in its entirety: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pninp Stations CITY PROJECT NUMBER: 103410-2 26 2413 - 4 600 VOLT SWITCHBOARDS Page 4 of 13 B.NEMA Std. PB-2 Dead front Distribution Switchboards C.N1 MA Std. AB-1 Molded Case Circuit Breakers and Molded Case Switches D.NEMA Std. KS-1 Enclosed Switches E. U.L. 489 Molded Circuit Breakers F. U.L. 891 Switchboards G.U.L. 1008 Automatic Transfer Switches H.NFPA 70 National Electrical Code 1.5 DELIVERY AND STORAGE A.The manufacturer shall be responsible for delivery of the equipment, and accessories, f.o.b. to the job site or to such storage site as may be designated by the Owner or the Contractor, in good condition and undamaged. B. Unloading and storage of the equipment shall be the responsibility of the Contractor who shall inspect the equipment the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the equipment manufacturer. C. Handling and shipment of the equipment shall be in such a manner to prevent internal component damage, breakage, and denting and scoring of the enclosure finish. D.Equipment must be delivered and stored in accordance with the manufacturer's recommendation at all times. Equipment shall be stored indoors in a clean, dry, climate controlled heated and air conditioned environment that is free from dust, No Exceptions. Store equipment indoors in a dry space with uniform temperature to prevent condensation. Protect equipment from exposure to dirt, fumes, water, corrosive substances and physical damage. E. 100 watt incandescent lamps shall be placed in the switchboard enclosure sections as required and Suit rgize to prevent the- buildup of condensation during extended storage-verioda. F. Deliver in sections or lengths that can be moved past obstructions in delivery path. 1.6 COORDINATION A.Contractor shall coordinate layout and installation of switchboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Contractor shall coordinate sizes and locations of equipment bases with actual equipment provided. Cast anchor -bolt inserts into bases. PART 2 - PRODUCTS L01 SWITCHBOARD A.The switchboard shall be freestanding front access only and consist of the required number of vertical sections bolted together to form one (1) metal, enclosed, rigid switchboard. The switchboard shall conform to U.L. Standard ##UL891 and NEMA Standard PB-2. The U.L. label shall appear on all switchboard sections which contain U.L. devices. The switchboard shall be U.L. listed for service entrance equipment. B. Enclosure Type 1 General Purpose CTTY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 2624I3-5 600 VOLT SWITCHBOARDS Page 5 of 13 1. Sections shall be completely front and rear aligned. Staggered arrangements are not acceptable. 2. The Switchboard shall be of dead -front construction and require front access only, 3. The switchboard frame shall be of formed steel rigidly bolted together to support all cover plates, bussings, and component devices during shipping and installation. The sides, top and rear shall be covered with single tool removable screw -on, code gauge, steel plates. Include all protective devices and equipment, including necessary interconnections. 4. Each switchboard enclosure shall have an open bottom and individually removable top plate for installation and termination of conduit. 5. The switchboard enclosure shall be painted on all exterior surfaces. The paint finish shall be ANSI 61 Light gray or approved equal, applied by electro-deposition process over an iron phosphate pre-treatment. 6. Top and bottom conduit areas shall be clearly indicated on shop drawings. 7. The maximum dimensions for the switchboard shall be as indicated below, No Exceptions. Edwards RanCh Maximum Dimensions of IE 4plpment Flame Switchboard (no exceptions) SW B-1 185" W x 40" D x 90" H AI tameso Equlprnerlt Name Maximum D Imenslans of Switchboard (no nxreptions) SWB-1 185" W x 40" D x 90" H 8. Enclosure shall be bottom entry and top exit. See plans for additional information. CAI1 feedor device line and load connection straps shall be rated to carry current rating of device frame. D.The main incoming bus bars shall be rated for the protective frame size or main incoming conductors. E. A tin-plated copper bus shall be of the amperage scheduled on the plans. Tin-plating shall be applied continuously to all bus work. Neutral shall be full capacity. F. Bus bars shall be mounted on supports of high impact, non -tracking, insulation material which is braced to withstand mechanical forces exerted during 65,000 amp RMS symmetrical short circuit conditions. G.Secure a tin-plated copper ground bus to each vertical section of the structure and extend it the entire length of the switchboard. H.Bus arrangement shall be A-B-C type, left -to -right, top -to -bottom and front -to -rear. The switchboard, cables and bus connections shall be entirely accessible fi-om the front, unless specifically indicated otherwise. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NRJMBER: 103410-2 262413-6 600 VOLT SWITCHBOARDS Page 6 of 13 Furnish ground fault protection on each main device which is rated 1000 amps or larger. Device shall be a U.L. listed, ground sensor relay system equal to GE by ABB GSR. Provide ground break components for each system with coordinated ground sensor (CR) and integral test winding. A solid state relay shall operate the shunt trip circuit on the switch and monitor panel. Use a time relay -type relay with a continuously adjustable current pick-up setting of 100 to 1600 amperes and continuously adjustable time delay setting from instantaneous (.03 seconds) to one (1) second. The relay shall also have a memory function which recognizes and initiates tripping on intenrlittent ground faults. Install a panel which indicates relay operations, provides a means for testing the system with or without the interruption of electrical service, and does not permit the ground fault system to be inadvertently Ieft in an inactive or "off"' state. Use aground sensor for zero sequence arrangement on the main service entrance devices. J. Provide differential ground fault protection system for multiple source system as required. K.Power Meter displays, indication lights, switches, etc. shall be mounted no higher than 5'-6" AFF, which shall include the height of the 4" housekeeping pad. Front panel layout showing exact mounting heights shall be submitted to the Engineer for approval. L. Incoming Main Sections and Feeder Devices 1. Main devices and feeder devices 800 amps and above shall be individually mounted circuit breakers (100% rated) 2. Feeder devices shall be group mounted molded case circuit breakers, unless noted otherwise. 3. All circuit protective devices shall have the following minimum symmetrical current interrupting capacity: 65kA. 4. Series rated feeder devices shall not be acceptable. 5. All breakers shall be capable of being locked in the OFF position. M. Molded Case Circuit Breakers 1. Molded case circuit breakers shall be provided with the following symmetrical current interrupting capacity: 65kA. 2. Group mounted breakers shall be connected to the vertical bus by bolted connection. 3. Individually mounted breakers shall be stationary mounted. 4. Circuit breaker frames shall be constructed of a high -strength, molded, glass -reinforced polyester case and cover. Breakers shall have an over center, toggle handle -operated, trip free mechanism with quick make, quick break action independent of the speed of the toggle handle operation. 5. Breakers shall have ON and OFF position clearly marked on escutcheon. Breakers shall include a trip -to -test means on the escutcheon for manually tripping the breaker and exercising the mechanism and trip latch. 6. Breakers larger than 150 amps shall use digital true RMS sensing trip units and a rating plug to determine the breaker trip rating. N.Main Breaker, Generator Breaker and Feeder Breakers 800 Amps and Above 1. Breakers shall be manually operated, fixed mounted, with the capability of being electrically operated. 2. Breakers shall have solid-state adjustable trip settings with Long time, Short time, Instantaneous and Ground settings (LSIG). 3. Breakers shall have trip indication of Overload, Short Circuit, and Ground Fault trip. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262413-7 600 VOLT SWITCHBOARDS Page 7 of 13 4. Breaker sections shall be suitable for terminating copper conductors using compression type lugs. See electrical one -line diagram for size and number of conductors required per phase for breakers. 5. Switchboard manufacturer shall coordinate with generator manufacturer on size of incoming breaker to provide. 6. The generator main breaker shall have shunt trip capabilities. The shunt trip circuit breaker shall have a response time not to exceed 50ms. 7. The manufacturer shall make accommodations in the main and generator incoming termination sections for the quantity and size of incoming conductors as indicated on contract drawings. O.METERING 1. MeteT-ing devies os rravn uvooming by2altw cn haIl be Mien .­TArar,63l { onitc Nnn nvo--" T ueh 1plcry nrtipprevcMosadxhave ±to 2omr:►uMito ux bus TC°4PER-t—herneet. Pr-ayidc all hwilvara wA flj ftwa o ., requiredfor r theF e Corn-.4nm1ioation signals sh 11 L..... i fe etit to 1-eFmi al b.loek s that .,re 2. Metering device on main incoming breaker and generator breaker section shall be PQMII or approved equal. Meter shall have capability to communicate using Modbus TCPIIP Ethernet. Provide all hardware and software as required for Ethernet 44t communications. Communication signals shalt be wired out to terminal blocks that are readily accessible. 3, The metering device shall incorporate the following functions and features: a. The power meter shall measure and report the following quantities at a minimum: 1) A, V, VA, W, var, KWH, KVARH, PIT, Hz 2) W, var, A VA Demand 3) A, V, Unbalance 4) Total Harmonic Distortion (THD) of each current and voltage 5) Waveform Capture 6) Data Logging 7) Communications - Modbus TCP/IP Ethernet b. The power meter shall provide the following accuracies at a minimum: 1). Power meter shall comply with ANSI C12.20.5 class for revenue meters. 8) Phase Currents, Each Phase: f0.05 percent. 9) Phase -to -Phase Voltages, Three Phase: f0.05 percent. 10) Phase -to -Neutral Voltages, Three Phase: ±0.05 percent. It) Kilowatts: ±0.1 percent. 12) Kilovars: f0,1 percent. 13) Power Factor: :0.1 percent. 14) Frequency: �=0.02 Hz. 15) Accumulated Energy, Kilowatt Hours: +0.1 percent; accumulated values unaffected by power outages up to 72 hours. c. The digital meter shall have the following user interfaces: 1). Integrated keypad/touch screen to access actual values and setpa"nts 16) Relay output shall be through alarm, auxiliary and pulse output functions. 17) The meter shall provide a user configurable pulse output base on KWH, KVARH, or KVAH. 18) The meter shall provide a pulse input for demand synchronization. CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262413-8 600 VOLT SWITCfMOARDS Page S of 13 19) The meter shall include a simulation mode capability for testing the functionality and meter response to programmed conditions without the need for external inputs. P. INSTRUMENT CURRENT TRANSFORMERS: Capable of carrying continuously its rated primary amperes under conditions of accidental open secondary circuit without damage to the primary insulation. Burden capacity shall be adequate to supply the connected relays, meters and accessories. Q.INSTRUMENT POTENTIAL TRANSFORMERS: Substantial and well built, insulation meeting the requirements of the standards of ANSI. At normal ratings under usual service conditions, no part of the transformer shall exceed the heating limits specified in the standards of ANSI when serving its connected load. Where the Plans indicate a switchboard to have voltage metering, two (2) instrument potential transformers shall be furnished at the switchboard metering point. R.INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm), Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and shall be Square D SK or approved equal. S. SURGE PROTECTION DEVICES 1. Surge Protection Device Description: IEEE C62.41-compliant, integrally mounted, wired - in, solid-state, parallel -connected, modular (with field -replaceable modules) type, with sine - wave tracking suppression and filtering modules, UL 1449, third edition Type 2, short- circuit current rating matching or exceeding the switchboard short-circuit rating, and with the following features and accessories: a. Fuses, rated at 200-kA interrupting capacity. b. Fabrication using bolted compression lugs for internal wiring. c. Redundant suppression circuits. d. Redundant replaceable modules. c. Arrangement with wire connections to phase buses, neutral bus, and ground bus. f. LED indicator lights for power and protection status. g. Audible alarm, with silencing switch, to indicate when protection has failed. h. Form-C contacts rated at 5 A and 250-V ac, one normally open and one normally closed, for remote monitoring of system operation, No Exception. Contacts shall reverse position on failure of any surge diversion module or on opening of any current -limiting device. Coordinate with building power monitoring and control system. i. Four -digit, transient -event counter set to totalize transient surges. 2. Peak Single -Impulse Surge Current Rating: 200kA per mode. 3. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-mic.sec. surges with less than 5 percent change in clamping voltage. 4. Protection modes and UL 1449 3rd edition VPR for grounded wye circuits with 480Y/277V, three-phase, four -wire circuits shall be as follows: a. Line to Neutral: 1200 V for 480Y/277V. b. Line to Ground: 1200 V for 480YI277V. c. Neutral to Ground: 1200 V for 480Y/277V. T. AUTOMATIC LOAD TRANSFER CONTROLS CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410 -2 262413-9 600 VOLT SWITCHBOARDS Page 9 of 13 1. PROGRAMMABLE LOGIC L/_ R (*W—'): Tk,-- L9 fame u-uitchb%w4 bfeaker ce nil Anil ba Alen Wadley With URit . 42FOgfaffl .,a Fact y v,-O ff a ;r�, NOixaa. EXCEPT4011,19. T'.cc O•intay ha 1'Tf' 1.4fough the 4 Graphic User I«.te«& e (Q rI) � ,ithua,t_ any fbAher- lieeases, eeCn paowwxAs -r�G shall a .,te . .:th the nw.,e«'0 nr ✓xsiag Me.7bus err PAP ht e,:,et. '111 alwnnz, 8�zjr'z Pi G.—T-Feiidu ak' har4waf e and se fi .,,«e as f «ea 2. PROGRAMMABLE LOGIC CONTROLLER (PLC)-. The PLC for the switchboard breaker controls shall be Modicon M340 or approved equal. The Owner shall have access to the programming in the PLC through the Graphic User Interface (GUI) 4) without any further licenses, fees or passwords. The PLC shall communicate with the Owner's PLC using Modbus TCP/IP Ethernet. All alarms, breaker open/close status, run status, etc. shall be communicated via Ethernet to the Owner's PLC. Provide all hardware and software as required. 3. The automatic load transfer controls shall be able to be connected to two different sources (Source 1-Normal Utility Power and Source 2- Stand -By Generator Power), with an open transition operation. The automatic load transfer controls shall be suitable for an ambient temperature of 50 Celsius, 4. Automatic open transfer of the load from normal source to generator source when the normal source "fails" and automatic open re -transfer back to normal source when the source is restored shall include the following: a. Automatic Open Transfer to generator source when the normal source fails. b. Automatic Open re -transfer back to Normal Source when the source is restored. c. Bypass ofRetransfer delay if alternate source fails, a "GENERATOR FAIL" light shall illuminate if alternate source fails, and a pair of normally open dry 5A contacts shall close (for customers use). d. Time Delay on transfer to Generator source shall be 5 seconds. e. Time Delay for Retransfer to Normal source shall be adjustable from 0 to 30 minutes; factory set for 10 minutes. Provide automatic defeat on loss of voltage or sustained under voltage of emergency source, provided normal supply has been restored. f. Two (2) normally open dry 5A contacts shall be provided for customer's use. The contacts shall close when the normal source is in use. g. Two (2) normally open dry 5A contacts shall be provided for customer's use. The contacts shall close when the generator source is in use. h. Two (2) normally open dry 5A contacts shall be provided for customer's use. The contacts shall close when there is a transfer failure. i. Under Voltage Sensing for Each Phase of both Normal and Generator Sources: Senses low phase -to -ground voltage an each phase. Pickup voltage is adjustable from 85 to 100 percent of nominal, and dropout voltage adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. j. Voltage/Frequency Lockout Relay: Prevents premature transfer to generator set. Pickup voltage is adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency is adjustable from 90 to 100 percent of nominal. Factory set at 95 percent. k. Test Switch: Simulates normal -source failure. 1. Load Transfer Position Pilot Lights (push -to -test): Indicate source to which load is connected. m. Source -Available Indicating Lights: Supervise sources via switchboard, normal and generator source sensing circuits. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJCCT1Vi MBER- 103410-2 262413-10 600 VOLT SWITCHBOARDS Page 10 of 13 n. Normal Power Supervision: Green light (push -to -test) with nameplate engraved "Normal Source Available" o. Generator Power Supervision: Red light (push -to -test) with nameplate engraved "Emergency Source Available" p. Unassigned Auxiliary Contacts: Four normally open single -pole, double -throw contacts for each switch position, rated 10A at 120VAC. q. Transfer Override Switch: Overrides automatic retransfer control so automatic load transfer controls will remain connected to emergency source regardless of condition of normal source. Pilot light (push -to -test) indicates override status. r. Engine Starting Contacts: One isolated, normally closed and one isolated normally open rated at I OA. Initiates startup at remote engine -generator controls. s. Engine Shutdown Contacts: Time delay adjustable from 0 to 5 minutes; factory set for five minutes. Initiates shutdown at remote engine -generator controls after retransfer of load to normal source. t. Engine -Generator Exerciser: Solid-state, programmable -time switch starts engine - generator set and transfers load to it from normal source for a preset time, then retransfer and shuts down engine after a preset cool -down period. Initiates exercise cycle at preset intervals adjustable from 7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7-day exercise cycle, 30 minute running period, and 5- minute cool -down period. Exerciser features include the following: 1) Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer. 2) Push-button programming control with digital display of settings. 3) Integral battery operation of time switch when normal control power is not available u. All transfer controls shall have the ability to be operated in the manual mode — switch between utility power and generator power manually. v. The Automatic Throw Over Controls shall include dry contacts to send the following signals to SCADA: 1) Utility Power Mode 2) Utility Available 3) Transfer Failure 4) Generator Power Mode 5) Generator Available w. Uninterruptible Power Supply: 1) The Manufacturer shall provide an Uninterruptible Power Supply (UPS) for the Automatic Load Transfer Controls and its associated equipment. The Manufacturer shall size the UPS for the connected load plus 100% spare capacity. UPS shall also be provided at each Switchboard with Automatic Load Transfer Controls. Utilize Gel - cell type batteries housed in their own enclosure inside the Switchboard enclosure. The UPS shall be equal to Liebert, Topaz, APC, MGE or approved equal, and shall have capacity to supply power for a period not less than two hours continuously for the Automatic Load Transfer Controls. UPS supplier shall provide battery sizing calculations verifying two hour capacity. 5. Automatic Load Transfer Controls Control Panel and Display: a. The control panel shall perform the operational and display functions of the transfer switch. The display functions of the control panel shall include load transfer position and source availability. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 10341022 2624 13 - 11 600 VOLT SWITCHBOARDS Page 11 of 13 b. The display shall be accessible without opening the inner enclosure door and shall be provided with a LCD display screen with touch pad function and display menus. The programming functions shall be pass code protected. c. The control panel shall be provided with menu driven display screens for load transfer control monitoring, control and field changeable functions and settings. d. Sequence of Automatic Operation: 1) If the Utility sources "fails", the corresponding Main Circuit Breaker shall open, the generator shall run under this condition and the generator circuit breaker shall close. 2) Once the Utility source is restored for 30 minutes (operator adjustable with password protection) the generator circuit breaker shall open and the Main Circuit Breaker shall close. 6. Switchboard manufacturer shall field verify control wiring requirements for existing generator to ensure a complete and operational system. Switchboard manufacturer shall provide all required terminations for control wiring for generator. U.GRAPHIC USER INTERFACE TOUCH SCREEN 1. Touch screen shall be a minimum of 3.5-inch LCD terminals with full touch screen capabilities as manufactured by GE or approved equal. Each unit will be programmed as required to provide control displays to monitor and control the functions assigned to the PLC's. Automatic and local control interfaces shall be provided. Coordinate with Owner for exact information to be read on touch screen. 2. One copy of the manufacturers touch screen development software will be included under this specification. The license for the software shall be registered to the Owner. 3. Touch screen shall be mounted to the Switchboard at a maximum elevation of 5'-0" AFF to top of screen, include the housekeeping pad in the mounting height. 4. The Contractor shall provide all programming and all required interconnection cables for a complete and operational system. V. INDUSTRIAL ETHERNET SWITCH Ethernet switch shall be (4) 10/100 POE+ ports, (2) 10/100 ports, and (2) 100FX/1000Base- X SFP ports by Extreme Networks, no approved equal. a. Performance 1) Full Wire Speed Layer 2 Switching 2) All PoE ports IEEE 802.3af and 802.3at compliant and support up to 30W concurrently 3) Dual DC power input and reverse power protection 4) -40°C to +75°C operating temperature b. Form Factor 1) DIN Rail or Wall Mountable 2) Rugged IP30 Enclosure W. Provide switchboard with adequate lifting means, capable of being rolled or moved into installation position and bolted directly to the floor without the use of floor sills. X.N alneplates 1. Equipment nameplates and designations shall be 2 in. by 5 in. minimum, not less than 1/16 in, thick, engraved laminated plastic fastened with stainless steel screws. Nameplates shall be 1 in. white lettering on black background, and shall indicate equipment designations as shown on the drawings. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pttmp Stations CITY PROJECT NUMBER: 103410-2 2624 13 - 12 600 VOLT SWITCHBOARDS Page 12 of 13 2. Provide legend plates or 1 in. by 3 in. engraved nameplates with 'Ain. lettering for identification of all pilot devices and meters. Legend nameplates shall be secured with stainless steel screws. 3. Provide permanent warning signs as follows: d. "DANGER —LOW VOLTAGE —KEEP OUT" on al L enclosure doors. e. "WARNING — HAZARD OF ELECTRIC SHOCK—DISCONNECTPOWER BEFORE OPENING OR WORKING ON THIS UNIT" 4. Provide arc flash labeling in accordance with the National ElectricaL Code Article 110 and per the Are Flash Hazard Analysis (performed by others). See Section 26 05 73.01, "Electrical Power System Studies" for more information. PART 3 - EXECUTION 3.1 INSTALLATION A.Install the distribution switchboards on concrete foundations as indicated. Terminate service and feeder conduits only in the switchboard section containing the lugs or device to which they are to be connected. 3.2 FIELD QUALITY CONTROL A.Inspect completed installation for physical damage, proper alignment, anchorage, and grounding. B.Measure, using a Megger, the insulation resistance of each bus section phase -to -phase and phase - to -ground for one minute each, at minimum test voltage of 1000 VDC; minimum acceptable value for insulation resistance is I megohms. C. Check tightness of accessible bolted bus j oints using calibrated torque wrench per manufacturer's recommended torque values. D.Test ground fault systems on service entrance main breakers per the National Electrical Code. Document all tests and furnish to Engineer as forinal submittal. 3.3 ADJUSTING A.Adjust all operating mechanisms for free mechanical movement per manufacturer's specifications. B. Tighten bolted bus connections in accordance with manufacturer's instructions. C.Adjust circuit breaker trip and tinne delay settings according to Short Circuit and Relay Coordination Study and program power meter as required. 3.4 CLEANING A.Touch up scratched or marred surfaces to match original finish. Provide one quart of touch -tip paint. 3.5 WARRANTY A.Manufacturer shall warrant equipment to be free of defects in materials and workmanship for eighteen (18) months from date of shipment. 3.6 ADJUSTING A.Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. CITY OF FORT WORTH Rackup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBLR: 103410-2 26 24 L3 - 13 600 VOLT SWITCHBOARDS Page 13 of 13 B. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73.01, "Electrical Power System Studies". 3.7 TRAINING A.The Contractor shall provide a training session for the Owner's representatives for (2) 8 hours sesions at the jobsite or other office location chosen by the Owner. B.The training session shall be conducted by amanufacturer's qualified representative. C. The training program shall consist of the following: 1. Review of the switchboard one -line drawings and schedules. 2. Review of the factory record shop drawings and placement of the various cells. 3. Review of each type of cell, components within, control, and power wiring. 4. Discuss the maintenance timetable and procedures to be followed in an ongoing maintenance program. 5. Provide three-ring binders to participants complete with copies of drawings and other course material covered. 6. Training shall include theory of operation, application and troubleshooting. A training outline and manual of training course material shall be provided to the Owner two weeks in advance of the course. Training shall be for four members of the Owner's staff. Training session shall be coordinated and scheduled with Owner. 7. All costs (travel expenses, testing equipment, etc.) required for the start-up, testing and training shall be the responsibility of the equipment manufacturer/Contractor. END OF SECTION CITY OF FORT WORT[I Backup Power and 1leetrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262416-1 PANELBOARDS Page 1 of 6 SECTION 26 24 16 PANELBOARDS PART1- GENERAL 1.1 WORK INCLUDED A.Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch -circuit panelboards, 1.2 DEFINITIONS A.SVR: Suppressed voltage rating. B. SPD: Surge Protection Device 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00,"Submittals" and shall include: A. Shop drawing A.Product Data: For each type of panelboard, switching and overcurrent protective device, surge protection device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. Clearly identify equipment to be used on the project. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 12, 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 6. Include wiring diagrams for power, signal, and control wiring. 7. Include time -current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. C.Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section O1 33 04 "Operation and Maintenance Data", include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 1.4 QUALITY ASSURANCE A.Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262416-2 PANBLBOARDS Page 2 of 6 B.Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Comply with NEMA PB 1. D.Comply with NFPA 70. 1.5 DELIVERY, STORAGE, AND HANDLING A.Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard) to prevent condensation. B.Handle and prepare panelboards for installation according to NEMA PB 1. 1.6 PROJECT CONDITIONS A.Envir•onmental Limitations: L Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg F to plus 110 deg F. b. Altitude: Not exceeding 1000 feet. 1.7 WARRANTY A. Special Warranty: Manufacturrer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 1.8 EXTRA MATERIALS A.Furnisb extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Keys: Two spares for each type of panelboard cabinet lock. PART 2 - PRODUCTS 2.01 GENERAL REQ=MENTS FOR PANELBOARDS A.Enclosures: Surface mounted cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 12, steel. b. Other Wet or Damp Indoor Locations: NEMA 250, Type 4X 304 stainless steel. 2. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, match box dimensions; for flush -mounted fronts, overlap box. 3. Skirt for Surface -Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 4. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 5. Finishes: a. Panels and Trim (that are not stainless steel): Steel factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROH'cT NUMBER: 103410-2 262416-3 PAN>LBOARI7S Page 3 of 6, Directory Card: Inside panelboard door, mounted in metal frame with transparent protective cover. B.Incoming Mains Location: Bottom. C.Phase, Neutral, and Ground Buses: 1. Material: Hard -drawn tin platted copper, 98 percent conductivity tin platted. 2. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment grounding conductors; bonded to box. 3. Split Bus: Vertical buses divided into individual vertical sections. D.Conductor Connectors: Suitable for use with conductor material and sizes. E, Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. F. Panelboard Short -Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. G.Circuit breakers shall be equipped with individually insulated, braced and protected connectors to the main bus. The front surface of all circuit breakers shall be flush with each other. Permanent, individual circuit numbers shall be affixed to each breaker in a common position. Tripped indication shall be clearly indicated by the breaker handle between the "ON" and "OFF" position. Space positions indicated on the plans shall be so that the additional connectors or bus will not be required to add breakers. H.Each panelboard shall have a short circuit current rating equal to or greater than the fault current available at each panel on contract documents. Series rating of breakers shall not be permitted. Panelboards shall be marked with their maximum short circuit current rating at the supply voltage and bear the applicable U.L. label. 2,2 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A.Basis-of-Design Product: Subject to compliance with requirements, provide product by one of the following: 1. Eaton, 2. GE by ABB. 3. Square D. 4. No others approved B. Panelboards: NEMA PB 1, lighting and appliance branch -circuit type. C.Mains: Circuit breaker. D.Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. F. Full size Neutral bus bar. G.Grounding bus bar. 2.3 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A.Basis-of-Design Product: Subject to compliance with requirements, provide product by one oC the following: 1. Eaton. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 262416-4 PANELBOARI35 Page 4 of 6 2. GE by ABB. 3. Square D, 4. No others approved. B. Molded -Case Circuit Breaker (MCCB): Comply with UL 499, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: inverse time -current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. 2. GFCI Circuit Breakers: Single and two -pole configurations with Class A ground -fault protection (6-mA trip). 3. Molded -Case Circuit -Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. c. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high -intensity discharge (HID) lighting circuits. d. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test feature, and ground -fault indicator. 2.4 PANELBOARD SUPPRESSORS A.Basis- of -Design Product: Subject to compliance with requirements, provide product by one of the following: 1. Current Technology; a subsidiary of Danahar Corporation, 2. Eaton. 3. GE by ABB. 4. Liebert Corporation. 5. Square D. 6. No others approved. B. Surge Protection Device: IEEE C62.41-compliant, integrally mounted, wired -in, solidstate, parallel -connected, modular (with held -replaceable modules type, with sine -wave tracking suppression and filtering modules, UL 1449, second edition, short-circuit current rating matching or exceeding the panelboard short-circuit rating, and with the following features and accessories: 1. Accessories: a. Fabrication using bolted mechanical lugs for internal wiring. 2.5 ACCESSORY COMPONENTS AND FEATURES A.Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. PART 3 - EXECUTION 3.1 EXAMINATION A.Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panclboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. (CITY OF FORT WORTII Backup Power and Electrical Imp rovcments at Four Pump stations CITY PROJECT NUMBER: 103410-2 262416-5 PANELBOARDS Page 5 of 6 C.Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A.Install panelboards and accessories according to NEMA PB 1.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C.Mount top of trim no higher than 90 inches above finished floor unless otherwise indicated. D.Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish and mating with back box. E. Install overcurrent protective devices and controllers not already factory installed. 1. Set field -adjustable, circuit -breaker trip ranges. F. Install filler plates in unused spaces. G.Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. KComply with NECA 1. 3.3 IDENTIFICATION A.Create a directory to indicate installed circuit loads after balancing panelboard loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. B.PaneIboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." C.Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." 3.4 FIELD QUALITY CONTROL A.Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B.Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. C.Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. D.Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. CTTY OF FORT WORTH Backup Power and }electrical Improvements at Four Pump Stations CITY PROJECT NUM13LR: t03410-2 262416-6 PANELBOARDS Page 6 of 6 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. E. Panelboards will be considered defective if they do not pass tests and inspections. F. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 ADJUSTING A.Adjust moving parts and operable component to function smoothly and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73 "Overcurrent Protective Device Coordination Study." C. Load Balancing After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. 1. Measure as directed during period of normal system loading. 2. Perform load -balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal Ioad period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. 3.6 PROTECTION A.Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION C17Y OF FORT WORTH Backup Power and Flectrical Improvements at Four Pump Stations CITY PROJECT NUMBER! 103410-2 2624 19 - 1 MOTOR -CONTROL CENTERS Page 1 of 13 26 24 19 MOTOR -CONTROL CENTERS PART1- GENERAL 1.1 WORK INCLUDED A.Fumish labor, materials, equipment and incidentals necessary to install low -voltage motor control centers as specified herein and as shown on the Drawings. B. Work includes removing two existing sections from an existing Siemens MCC to allow for the connection of three new Siemens MCC sections. Provide three new motor control sections to modify an existing Siemens motor controls center. The UL listing of the MCC shall be retained following the modifications. The work includes the following: 1. Two new main circuit breaker sections that contain 1200AF electrically operated insulated case breakers, power quality meters, current transformers and potential transformers as shown on the drawings. The power quality meters shall include protocol converters if necessary to communicate with the plant SCADA system. 2. A controls section that contains a Siemens PLC/ATO, fused control power transformers and a UPS to power the PLC/ATO. PLC/ATO programming to control the electrically operated breakers to provide automatic transfer between the incoming utility feed and a 900kW generator. Provide interface between the PLC/ATO to start and stop the generator upon power failure. All internal control wiring between the PLCIATO and the electrically operated insulated case circuit breakers shall be included to provide an automatic transfer from utility power to generator power and back. 3. The three new sections shall comprise a complete factory assembled, wired and tested automatic transfer package. C. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.2 QUALITY ASSURANCE A.Source Limitations: Obtain MCCs and controllers of a single type from single source from single manufacturer. B.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NFPA 70. 1. No others approved. 2. The manufacturer shall provide the services of factory field engineers for startup, field tests, troubleshooting, Owner training and the supervision of storage and installation. The manufacturer field services shall include a minimum of the following: Service Mtn. Time.. Supervision of storage and installation 1 day Startup 2 days ` Field Tests/startup 2 days Troubleshooting/startup 1 day Owner Training 2 days 3. These times do not include travel time and include a minimum of S working hours per day. City of Fort Worth Backup Power and Electrical Tmprovements at hour Pump Stations City Project Number: 103410-2 262419-2 MOTOR -CONTROL CENTERS Page 2 of 13 1.3 SUMMARY A, Section includes MCCs for use with ac circuits rated 600 V and less and having the following factory -installed components: 1. Incoming main lugs and electrically operated insulated case main breakers. 2. SPD. 3. Instrumentation. 4. Auxiliary devices. 1.4 DEFINITIONS A.When used in this Section, the terms and abbreviations listed below will be defined as follows: I . CPT: Control power transformer, 2. DDC: Direct digital control. 3. EMI: Electromagnetic interference. 4. GFCI: Ground fault circuit interrupting. 5. IGBT: Insulated -gate bipolar transistor. 6. LAN: Local area network. 7. LED: Light -emitting diode. 8. MCC: Motor control center. 9. MCCB: Molded -case circuit breaker. 10. NC: Normally closed. 11. NO: Norrnally open. 12. NRTL: Nationally Recognized Testing Laboratory, as defined by OSHA in 29 CFR 1910.7 13, OCPD: Overcurrent protective device. 14. PCC: Point of common coupling. 15. PID: Control action, proportional plus integral plus derivative, 16. PT: Potential transformer. 17. RFI: Radio -frequency interference. 18. SCR: Silicon -controlled rectifier. 1.5 SUBMITTALS A.Submittals shall be organized by MCC, and each sheet shall be labeled with the MCC name. Each MCC shall have a notebook divider with its name clearly printed. MCC submittals shall be Project specific. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall include: 1. Shop Drawings: a. Any deviations from the Specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. b. Size, type, and rating of all system components. c. Internal component layout diagrams. d. For each MCC, manufacturer's approval and production drawings as defined in UL 845. In addition to requirements specified in UL 845, include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. Drawings shall show: 1) Equipment dimensions, City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 262419-3 MOTOR -CONTROL CENTERS Page 3 of 13 2) Stub -up locations and conduit entry and exit locations. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed bottom and top view showing how conduits penetrate the top and bottom of the starter. 3) Shipping splits, 4) Shipping weights, 5) Ventilation details, 6) Equipment heat loss information (in watts for starting and running), 7) Cable terminal sizes, S) Provide a drawing of the front view elevation with designation of equipment and devices on doors, and clearly indicating the maximum mounting height of devices on doors. 9) Project specific control schematics and wiring diagrams. Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to equipment tags/labels indicated on the Drawings. Include a label above each timing relays indicating the range and setpoint for that timing relay, Show both power and control wiring. 10) Provide a drawing showing the Terminal strip layout showing customer field connections. The terminal strip layout shall also include a label next to each connection indicating signal description. 11) One --Line diagram and Three -Line diagram to be submitted with initial submittal, No Exceptions. 12) Show tabulations of installed devices, equipment features, and ratings. Include the following: a) Each installed unit's type and details. b) Factory -installed devices. c) Enclosure types and details. d) Nameplate legends. e) Short-circuit current (withstand) rating of complete MCC, and for bus structure and each unit. f) Features, characteristics, ratings, and factory settings of each installed controller and feeder device, and installed devices. g) Specified optional features and accessories. h) Siemens PLC/ATO controller i)UPS j)CTs, PTs and CPTs k) Power quality meters 13) Vertical and horizontal bus capacities. c. Device description. f. Complete bill of material with model numbers listed for individual components. g. Catalog cut sheets of major components, power equipment, Automatic Load Controls, UPS, SPD, Meter, Circuit Breakers, etc. h. Data sheets of miscellaneous electrical equipment. i. Spare parts list. j. Warranty information. k. Note: All documentation listed above shall be supplied with the MCC's initial submittal. Incomplete submittals will be returned "NOT APPROVED, REVISE AND RESUBMIT". 2. Factory Test Data: City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 262419-4 MOTOR -CONTROL CENTERS Page 4 of 13 a. Factory test data shall include a summary of all tests performed at the factory, both those specifically identified in this Section and other factory standard tests. Factory test data shall be submitted for approval prior to the drives being released for shipment. Field Test Data - Equipment Installation Report: Field test data shall include summary of all tests performed in the field specifically identified in this Section and other factory standard tests. 4. NETA Acceptance Testing ,Specification (ATS) field tests and inspections tests report. 5. Supplier shall submit a training outline for the Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. 6. Operation And Maintenance Manuals: a. Operation and maintenance manuals shall be prepared by the equipment manufacturer and shall contain the final certified approved Shop Drawings, submittals, spare parts lists, schematics, final wiring diagrams with any changes made during startup, equipment installation report, maintenance procedures and test data, and: 1) Main breaker ground fault test data per National Electrical Code requirements. 2) NETA Acceptance Testing Specification (ATS) field tests and inspections test report. b. Manuals may be manufacturer's standard instructions but shall be supplemented as necessary to cover any special feature not included in standard material. c. Include all features and operating sequences, both automatic and manual. List all factory setting relay and provide relay -setting and calibration instructions, including software, where applicable. d. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as contact information for service. e. Submit preliminary manuals for review prior to startup of equipment. 1.6 STANDARDS A.The applicable provisions of the following standards shall apply as if written here in its entirety: 1. Institute of Electrical and Electronic Engineers (IEEE). 2. National Electrical Manufacturer's Association (NEMA). 3. American National Standards Institute (ANSI). 1.7 PERFORMANCE REQUIREMENTS 1.8 DELIVERY, STORAGE, AND HANDLING A.Handle MCCs according to the following: 1. NEMA ICS 2.3, "Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers Rated Not More Than 600 Volts." 2. NECA 402, "Recommended Practice for Installing and Maintaining Motor Control Centers." 1.9 PROJECT CONDITIONS A.Ambient Environment Ratings: Ambient Temperature Rating: Not less than 32 deg F (minus 0 deg C) and not exceeding 104 deg F, with an average value not exceeding 95 deg F over a 24-hour period. Ambient Storage Temperature Rating: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F. 3. Humidity Rating: Less than 95 percent (noncondensing). City of Fort worth Backup Pnwer and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 2624 19 .5 MOTOR -CONTROL CENTERS Page 5 of 13 4. Altitude Rating: Not exceeding 6600 feet, or 3300 feet if MCC includes solid-state devices. B.Interruption of Existing Electrical Service or Distribution Systems: Do not interrupt electrical service to, or distribution systems within, a facility occupied by the Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify the Owner no fewer than 2 days in advance of proposed interruption of electrical service. 2. Indicate method of providing temporary electrical service. 3. Do not proceed with interruption of electrical service without the Owner's written permission. 4. Comply with NFPA 70E. 1.10 COORDINATION A.Coordinate layout and installation of MCCs and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspacc clearance requirements, and adjacent surfaces. Maintain required workspacc clearances and required clearances for equipment access floors and panels. B. Coordinate sizes and locations of concrete bases. Cast anchor -bolt inserts into bases. C. Coordinate features of MCCs, installed units, and accessory devices geenerator control circuits to which they connect. D.Coordinate features, accessories, and functions of the MCC with ratings and characteristics of supply circuits, generator and required control sequences. PART 2 - PRODUCTS 2.1 MANUFACTURED UNITS A.Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. Siemens Industry, Inc., Energy Management Division. 2. No equal B.General Requirements for MCCs: Comply with NEMA ICS 18 and UL 845. 2.2 FUNCTIONAL FEATURES A.Description: Modular arrangement of utility main unit, generator main unit controller units, control devices instruments, metering, auxiliary devices, and other items mounted in vertical sections of MCC. 2.3 INCOMING MAINS A.Incoming Mains Locations: full section. B. Lugs: Conductor connectors suitable for use with conductor material and sizes. 1. Material: Hard -drawn copper, 98 percent conductivity. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 262419-6 MOTOR -CONTROL CENTERS Page 6 of 13 2. Main and Neutral Lugs: Compression type. Provide the quality and size as shown on the drawings for both the incoming main and generator main breakers. C.Comply with UL requirements for service entrance equipment. D.Insulated-Case Circuit Breaker: shall be fully rated. Series rated circuit breakers shall not be accepted. All circuit breakers 225 A and above shall be 10 percent rated. 100 percent rated, sealed, insulated -case power circuit breaker with interrupting capacity rating to meet available fault current. I. FixedDrawout circuit -breaker mounting. 2. Two-step, stored -energy closing. 3. Full -function, microprocessor -based trip units with interchangeable rating plug, trip indicators, and the following field -adjustable settings: a. Instantaneous trip. b. Long- and short -time time adjustments. c. Ground -fault pickup level, time delay, and 12tresponse. d. Specify/list other settings as necessary for each project. 4. Zone -Selective Interlocking: Integral with electronic trip unit; for interlocking ground -fault protection function.. 5. Control Voltage: 120-V AC. 2.4 SURGE PROTECTION DEVICES A. Surge Protection Device Description: IEEE C62.41-compliant, integrally mounted, wired -in , solid-state, parallel -connected, non -modular type, with sine -wave tracking suppression and filtering modules, UL 1449, second edition, short-circuit current rating matching or exceeding the MCC short-circuit rating, and with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. LED indicator lights for power and protection status. 4. Audible alarm, with silencing switch, to indicate when protection has failed. 5. Form-C contacts rated at 5 A and 250-V AC, one NO and one NC, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current -limiting device. Coordinate with building power monitoring and control system. 6. Six -digit, transient -event counter set to totalize transient surges. B. Peak Single -Impulse Surge Current Rating 120 kA per mode/240 kA per phase. C.Protection modes and UL 1449 SVR for grounded wye circuits with 480Y/277V, three-phase, four -wire circuits shall be as follows: 1. Line to Neutral: 800 V for 480Y/277. 2. Line to Ground: 800 V for 480Y/277. 3. Neutral to Ground: 800 V for 480Y/277. 2.5 INSTRUMENTATION A. Instrument Transformers: IEEE C57.13, NEMA El 21.1, and the following: 1. PTs: IEEE C57.13; 120 V, 60 Hz, single secondary; disconnecting type with integral fuse mountings. Burden and accuracy shall be consistent with connected metering and relay devices. City of Fort Worth Backup Power and Eicetrical Improvements at Pour Pump Stations City Projcct Number: 103410-2 262419-7 MOTOR -CONTROL CENTERS Page 7 of 13 2. Current Transformers: IEEE C57.13; 5 A, 60 I-1z, secondary; bar or window type;. single secondary winding and secondary shorting device. Burden and accuracy shall be consistent with connected metering and relay devices. 3. Provide metering accuracy current transformers for meters which are exclusively connected to meters. Do not series metering accuracy current transformers with relays. 4. Provide shorting type terminal blocks on the secondary of all current transformers connected prior to being connected to any other devices. 5. CPTs: Dry type, mounted in separate compartments for units larger than 3 kVA. B. Multifunction Digital -Metering Monitor: Microprocessor -based unit suitable for three- or four - wire systems and with the following features: l . Listed or recognized by a nationally recognized testing laboratory. 2. Inputs from sensors or 5-A current -transformer secondaries, and potential terminals rated to 600 V. 3. Switch -selectable digital display of the following values with the indicated maximum accuracy tolerances: a. Phase Currents, Each Phase: Plus or minus 1 percent. b. Phase -to -Phase Voltages, Three Phase: Plus or minus I percent. c. Phase -to -Neutral Voltages, Three Phase: Plus or minus 1 percent. d. Three -Phase Real Power (Megawatts): Plus or minus 2 percent. e. Three -Phase Reactive Power (Megavars): PIus or minus 2 percent. £ Power Factor: Plus or minus 2 percent. g. Frequency: Plus or minus 0.5 percent. h. Accumulated Energy, Megawatt Hours: Plus or minus 2 percent; accumulated values unaffected by power outages up to 72 hours. 4. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door. 2.6 MCC CONTROL POWER A.Control Circuits: 120-V AC, supplied through secondary disconnecting devices from CPT. B.Electrically Interlocked Main and Tie Circuit Breakers: Two CPTs in separate compartments, with interlocking relays, connected to the primary side of each CPT at the line side of the associated main circuit breaker. 120-V secondaries connected through automatic transfer relays to ensure a fail-safe automatic transfer scheme. C. Control Power Fuses: Primary and secondary fuses for current -limiting and overload protection of transformer and fuses for protection of control circuits. D.Control and Load Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. S AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. 2,7 ENCLOSURES A.Indoor Enclosures: Freestanding steel cabinets unless otherwise indicated. NEMA 250, Type IA unless otherwise indicated to comply with environmental conditions at installed location. B. Space Heaters: Factory -installed electric space heaters of sufficient wattage in each vertical section to maintain enclosure temperature above expected dew point. 1. Space-ileater Control: Thermostats to maintain temperature of each section above expected dew point. City of Fort Wordi Backup Power and Electrical improvements at Four Pump Stations City Project Number: 103410-2 262419-8 MOTOR -CONTROL CENTERS Page 8 of 13 2. Space -Heater Power Source: Transformer, factory installed in MCC. C.Enclosure Finish for Indoor Units: Factory -applied finish in manufacturer's ANSI 49 standard gray finish over a rust -inhibiting primer on treated metal surface. D.Compartments: Modular; individual doors with concealed hinges and quick -captive screw fasteners. Interlocks on units requiring disconnecting means in off position before door can be opened or closed, except by operating a permissive release device. E. Interchangeability: Compartments constructed to allow for removal of units without opening adjacent doors, disconnecting adjacent compartments, or disturbing operation of other units in MCC; same size compartments to permit interchangeability and ready rearrangement of units, such as replacing three single units with a unit requiring three spaces, without cutting or welding. F. Wiring Spaces: I. Vertical wireways in each vertical section for vertical wiring to each unit compartment; supports to hold wiring in place. 2. Horizontal wireways in bottom and top of each vertical section for horizontal wiring between vertical sections; supports to hold wiring in place. 2.8 AUXILIARY DEVICES A.General Requirements for Control -Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. L Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, type. a. Push Buttons: Covered types; momentary contact unless otherwise indicated. b. Pilot Lights: LED types; push to test. c. Selector Switches: Rotary type. B. Control Relays: 1. Time Delay: Auxiliary and adjustable solid-state time -delay relays. 2.9 CHARACTERISTICS AND RATINGS A.Wiring: NEMA ICS 18, Class 11 B. Control Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. C.Nominal System Voltage: 480Y/277 V, three phase, four wire. D.Short-Circuit Current Rating for Each Unit: Fully rated; 65 kA. E. Short -Circuit Current Rating of MCC: Fully rated with its main overcurrent device; 65 IcA. F. Main -Bus Continuous Rating. 1200 A. G.Vertical-Bus Minimum Continuous Rating: 300 A. H.Horizontal and Vertical Bus Bracing (Short -Circuit Current Rating): Match MCC short-circuit current rating. I. Main Horizontal and Equipment Ground Buses: Uniform capacity for entire length of MCC's main and vertical sections. Provide for future extensions froth both ends. J. Vertical Phase and Equipment Ground Buses: Uniform capacity for entire usable height of vertical sections, except for sections incorporating single units. K.Phase- Bus Material: Hard -drawn copper of 98 percent conductivity, tin plated. City of Fort worth Back -Lip Power and Electrical Improvements at Four Pump stations City Project Number: 103410-2 262419-9 MOTOR -CONTROL CENTERS Page 9 of 13 L. Ground Bus: Minimum size required by UL 845, hard -drawn copper of 98 percent conductivity, equipped with compression connectors for feeder and branch -circuit equipment grounding conductors. 1. Front -Connected, Front -Accessible MCCs: 2. Main Devices: Fixed mounted. 3. Controller Units: fixed mounted. 4. Sections front and rear aligned. M. Bus -Bar Insulation: Factory -applied, flame-retardant, tape wrapping of individual bus bars or flame-retardant, spray -applied insulation. Insulation temperature rating shall not be less than 105 deg C. N.Owner Metering Compartment: A separate customer metering compartment and section with front hinged door, metering, and current transformers for each meter. Current transformer secondary wiring shall be terminated on shorting -type terminal blocks. Include potential transformers having primary and secondary fuses with disconnecting means and secondary wiring terminated on terminal blocks. O.Fungus Proofing: Permanent fungicidal treatment for OCPDs and other components including instruments and instrument transformers. 2.10 SOURCE QUALITY CONTROL A.MCC Testing Inspect and test MCCs according to requirements in NEMA ICS 18. B.MCCs will be considered defective if they do not pass tests and inspections. C.Prepare test and inspection reports. PART 3 - EXECUTION 3.1 EXANUNATION A.Examine areas and surfaces to receive MCCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance of the Work. B.Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A.NEMA Industrial Control and Systems Standards: Comply with parts of NEMA ICS 2.3 for installation and startup of MCCs. B.Assembie and install the equipment in accordance with instructions and directions furnished by the manufacturer, and as detailed on the Drawings. The manufacturer's representative shall be available to advise the Contractor in this Work. The manufacturer shall furnish sufficient touchup paint of the same type and color used at the factory to repair damages incurred in installation. Touch up painting shall be done to achieve the original specified paint thickness, quality and appearance. C. Coordinate layout and installation of MCCs with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. City of Fort Worth Backup Power and Electrical Improvements at Dour Pump Stations City Project Number: 103410-2 26 24 19 - 10 MOTOR -CONTROL CENTERS Page 10 of 13 D.F1oor-Mounting Controllers: lnstall MCCs on 4-inch (100-mm) nominal thickness concrete base. Comply with requirements for concrete base specified in Section 03 30 00 "Cast -in -Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 1 S-inch (450-mm) centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. E, Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. F. Install fuses in control circuits if not factory installed. Comply with requirements in Section 26 28 13 "Fuses." G.Comply with NECA 1. 3.3 IDENTIFICATION A.Comply with requirements in Section 26 05 53 "Identification for Electrical Systems" for identification of MCC, MCC components, and control wiring. 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label MCC and each cubicle with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. 4. Mark up a set of manufacturer's connection wiring diagrams with field -assigned wiring identifications and return to manufacturer for inclusion in Record Drawings. B.Operating Instructions: Frame printed operating instructions for MCCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of MCCs. 3.4 CONTROL WIRING INSTALLATION A,Install wiring between enclosed controllers and remote devices and facility's central -control system.. Comply with requirements in Section 26 05 23 "Control -Voltage Electrical Power Cables." B.Bundle, train, and support wiring in enclosures. C.Connect selector switches and other automatic -control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switch is in manual -control position. 2. Connect selector switches within enclosed controller circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high - temperature cutouts, and motor overload protectors. 3.5 CONNECTIONS A.Comply with rcquirements for installation of conduit in Section 26 05 33 "Raceways and Boxes for Electrical Systems." Drawings indicate general arrangement of conduit, fittings, and specialties. City of Fort Worth Backup Power and Riectricai Improvements at Four Pump Stations City Project Number: 103410-2 262419-11 MOTOR -CONTROL CENTERS Page 11 of 13 B.Comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems." 3.6 FIELD QUALITY CONTROL A.Perform tests and inspections with the assistance of a factory -authorized service representative. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B.Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Test insulation resistance for each enclosed controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 5. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 6. Mark up a set of manufacturer's drawings with all field modifications incorporated during construction and return to manufacturer for inclusion in Record Drawings. D.Enclosed controllers will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.7 CLEANING A.On completion of installation, inspect interior and exterior of switchboards. Remove paint splatters and other spots. Vacuum dirt and debris; do not use compressed air to assist in cleaning. Repair exposed surfaces to match original finish. B. Touch up scratched or marred surfaces to match original finish. Provide one quart of touch-up paint. 3.8 STARTUP SERVICE A.Engage a factory -authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 2. Specify/list startup steps as necessary for each project, if any.] Verify the automatic transfer PLC/ATO opens the utility breaker on loss of utility voltage, starts the generator, closed the generator breaker when generator voltage is detected after a programmable time delay. 3. Verify that the automatic transfer PLCIATO detects the return of utility voltage and after a programmable time delay opens the generator breaker, closes the utility main breaker and after a tithe delay signals the generator to shut down. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 26 24 19 - 12 MOTOR -CONTROL CENTERS Page 12 of 13 3.9 ADJUSTING A.Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. B. Set field -adjustable switches and program microprocessors for required start and stop sequences in reduced -voltage, solid-state controllers. C. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73.01 "Coordination Studies". 3.10 TRAINING A.The Contractor shall provide a training session for the Owner's representatives for 8 hours at the jobsite or other office location chosen by the Owner. Each 1-day, 8-hour training session shall be broken up into two segments each of 4 hours with a 15-minute break every 2 hours. Lunch break will be 1 hour. Training session shall be scheduled and coordinated with the Owner. 1. When requested within the equipment warranty period, provide an additional training session from that indicated above for the Owner's representative at the jobsite or other office location chosen by the Owner. Each 8-hour training session shall be broken up into two segments each of 4 hours with a 15-minute break every 2 hours. Lunch break will be 1 hour. Training sessions shall be scheduled and coordinated with the Owner. B, Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included in the starter units, for a period of not less than two 8-hour days. C.Training session shall be conducted by starter manufacturer personnel. D.A training outline and manual of training course material shall be provided to the Owner 2 weeks in advance of the course. Training shall be, for four members of the Owner's staff. E.Discuss the maintenance timetable and procedures to be followed in an ongoing maintenance program. F. Training shall include theory of operation, application and troubleshooting of the motor protection relay and the solid state starter. Provide three-ring binders to participants complete with copies of drawings and other course material covered. G.AII costs (travel expenses, testing equipment, etc.) required for the training shall be the responsibility of the equipment manufacturer/contractor, 3.11 WARRANTY A.Manufacturer shall warrant the equipment furnished under this Section for a period of 2 years against defects in materials and workmanship and operational failure. B. In the event of failure of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the manufacturer shall furnish, deliver and install a replacement for the defective part or parts at its own expense. C.The first 2 years of service shall be interpreted as the 24-month period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or 30 months after delivery, whichever occurs first. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 2624 19-13 MOTOR -CONTROL CENTERS Page 13 of 13 3.12 SPARE PARTS A.A complete set of Spare Parts shall be provided at no extra cost to the Owner. Spare parts shall include, but not be limited to: 1. Ten of each type and size of control fuse. 2. Ten of each type and size of power fuses. 3. One complete spare Power Cell of each type and size used. d. Ten of each type of panel lamp. S. One spare relay and timer of each type. END OF SECTION City of Fort Worth Backup Power and Elcetrical Improvements at Four Pump Stations City Project Number: 103410-2 262713-1 POWER METERING AND PROTECTIVE RELAYS Pzige 1 of 16 26 262713 POWER METERING AND PROTECTIVE RELAYS 1.00 GENERAL. 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for power metering and protective relays to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. E. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.02 RELATED WORK A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision B. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the meter or relay provides every specified requirement. Any options or exceptions shall be clearly indicated. C. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. City of Fort Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum 42 262713-2 POWER METERING AND PROTECTIVE RELAYS Page 2 of 16 D. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed on DVDs. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1.04 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA/ISCI —109 Transient Overvoltage Withstand Test 2. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 3. IEC 255.4 Surge Withstand Capability Tests B. All meters, relays and associated equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.06 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. 2.00 PRODUCTS City of Fart Worth Dour Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 262713-3 POWER METERING AND PROTECTIVE RELAYS Page 3 of 16 2.01 GENERAL A. Metering and Protective Relay Enclosures. 1. Enclosures for meters and protective relays located within the associated equipment shall have the same Enclosure Types as specified for the associated equipment. 2. Refer to Section 26 05 73 Power System Study for relay settings. 2.02 FEEDER PROTECTION SYSTEM (FP1) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE/Multilin Model 850 B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. The relay shall have a common hardware and firmware platform that shall support feeder, motor, transformer and generator applications. 2. The unit shall be equipped with separate processors for protection and for communication related functions. The relay shall provide protection, control, and monitoring functions with both local and remote human interfaces. 3. The relay shall be of draw out construction. 4. All circuit boards shall have a harsh environment conformal coating to resist H2S gas and other corrosive agents, including humidity. 5. All components, except terminating hardware, shall be mounted inside the relay. 6. The unit shall be suitable for semi -flush mounting in a panel. 7. It shall be equipped with a front panel display and keypad for programming and monitoring. 8. The relay shall comply with surge withstand capability standards ANSI C37.90 and IEC 255.4. D. Protection: The relay shall provide analog input systems that can reproduce up to 46 times CT rating RMS symmetrical. The relay shall execute protection related main algorithms at 8 times per power system cycle. City of Dort Worth Pour Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 262713-4 POWER METERING AND PROTECTIVE RELAYS Page 4 of 16 I. The relay shall have the protective functions as show on the drawings: Settings for selected functions are as follows. ANSI Function Description Setting 25 Synchronism check Enabled 27 Phase under voltage <85% 32 Directional Power Not Used 5OBF Breaker failure Enabled 50 Instantaneous overcurrent According to protective device coordination study 50G Ground instantaneous According to protective device overcurrent coordination study 51 Time overcurrent According to protective device coordination study 51G Ground time overcurrent According to protective device coordination study 59 Phase over voltage >115% 67 Directional overcurrent Enabled 79 Auto-Reclosing Enabled 810 Over Frequency >60.5 Hz 81U Under Frequency <59.5 Hz 2, The phase time overcurrent can be selected to operate either on RMS or Fundamental value. 3. The relay shall have the ability to build trip and alarm matrices and directly assign corresponding output relay without using programmable logic. 4. The relay shall have 6 switchable setting groups for dynamic reconfiguration of the protection elements due to changed conditions such as system configuration changes, or seasonal requirements. 5. The relay shall support 8 flex elements that can use any available/calculated analog parameters within the relay (e.g. comparator, inverter, over/under, etc). 6. The relay shall support 16 digital counters. City of Fart Worth Pour Pump Stations Backup Power City Project Number; 103410-2 Addendum #2 262713-5 POWER METERING AND PROTECTIVE RELAYS Page 5 of 16 E, Programmable Logic: 1. The relay shall support 1024 lines of user defined logic to build control schemes supporting logic gates, timers, nonvolatile latches. The programmable logic in the relay shall be executed at 8 times per power system cycle. 3. The relay contiguration tool shall have embedded graphical user interface to build programmable logic. F. Communications: 1. The relay shall support the following communication protocols: a. Modbus RTU b. Modbus TCP/IP 2. The relay shall have support multiple time synchronization sources such as TRIG-B, IEEE 1588 and SNTP with the ability to configure priority for the time sources an dynamically switch based on availability of each source. 3. The relay shall provide two fiber optic Ethernet ports with two modes of operation —fail over mode or independent mode. 4. The relay shall have an option for Wi-Fi (IEEE 802.11 b/g/n) connectivity to configure settings and retrieve operational records. 5. The relay shall have a front panel USB port that shall provide connectivity to configure settings and retrieve operational records. 6. The relay shall provide a user definable memory map. 7. The protocol interface shall implement Ethernet/IP Protocol with the following as minimum capabilities: 8. The media protocol converter shall meet the following criteria: a. The converter shall support 10/100Base-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. City of Port Worth hour Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 262713-6 POWER METERING AND PROTECTIVE RELAYS Page 6 of 16 d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. The converter shall have DB-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One IAP, or approved equal. G. Relay Configuration / Setting File Management 1. Entire relay setting from only single setting file shall be supported; 2. Entire relay settings (not only communication related but also protection and control functional settings) shall be part of the same single setting file. 3. There shall be only single relay setting (i.e. CID based KML format) file which can be directly uploaded into the device. No intermediate conversion of any proprietary settingfile formats which requires to manage multiple settings files forjust one relay. 4. The relay shall be able to receive this single configuration / setting file from any third party tool (not only vendor specific proprietary relay configuration tool). H. Front -Panel Visualization 1. User interface shall provide a large color LCD front panel display, and navigation keys. 2. Front panel color LCD to display single line diagram (SLD) of the generator with online metering and status information. 3. The front panel shall be capable of displaying measured values, calculated values, 1/0 status, device status, target messages, events, motor learner data and configured relay settings. 4. The front panel shall have user -programmable LEDs and pushbuttons. Metering and Digital Fault Recording. 1. The relay shall record its exposure to temperature, humidity and surge and a report shall be retrievable via the communication ports on the min / max average of those recorded values. 2. The relay shall provide up to 64 digital channels and up to 40 analog channels of oscillography at a sampling rate of 128 samples per cycle, 3. The relay shall provide a fault report with option for fault locator. 4. The relay shall provide event records — with a record of the last 1024 events, time tagged with a resolution of 1ms. 5. The relay shall store all its recorded data in nonvolatile memory. 6. The relay shall provide data logger function which shall record a maximum of 16 analog channels. City or Port Worth Pour Pump Stations Backup Power City Project Number: 10341 U-2 Addendum 92 26 2713 - 7 POWER METERING AND PROTECTIVE RELAYS Page 7 of 16 7. The current metering accuracy shall beat +/- .25% of the reading for up to 2 times rated secondary current and +/-1% above them. 8. The voltage metering accuracy shall be at +/- 0.5% of the reading from 15 to 208 volts. 9. The power metering accuracy shall be at +/- 1% of the reading. 10. The frequency metering accuracy shall be typically 1 milliHertz accuracy level. J. Hardware 1. Relay shall have conformal coated electronic board assembiies for harsh environment deployment. 2. Microprocessor based protective relays shall employ IPC (institute for Interconnecting and Packaging Electronic Circuits) Class 3 printed circuit boards (PCB). The relay shall have draw -out construction to facilitate testing, maintenance and interchange flexibility. 4. The relay shall not use electrolytic capacitors as any component or sub -component. 5. The relay shall provide a field swappable power supply module. 6. The relay shall have a scan rate of 128 samples per power system cycle for digital inputs and provide less than 1 msec time stamp resolution for state changes. 7. The relay shall provide an operating temperature range of -40 to 60 degrees C. 8. The relay shall support a minimum of 10 digital outputs and 14 digital inputs. 9. The digital inputs shall be capable of accepting wet or dry input signals. In case externa wetting voltage is used, the voltage threshold shall be software selectable for 24V, 48V, 125V and 250V DC sources. 10. The relay contacts shall be rated for a minimum of 10A continuous. K. Security 1. The relay shall provide RBAC (Role Based Access Control) with three roles such as observer, for accessing operational date, Operator for start -stop of the motor, Administrator for configuring. 2. The relay shall provide option for password complexity. 3. The relay shall provide option for local device level authentication and for remote server authentication using RADIUS. 4, The relay shall provide support for SYSLOG to publish security related events. City of Fort Worth Pour Pump Stations Backup Powcr City Project Number: 103410-2 Addcndum #2 262713-8 POWER METERING AND PROTECTIVE RELAYS Page 8 of 16 5. The relay shall support secure file transfer protocol SFTP. 6. Security setting reports must include the following events with time stamp: a. Failed Authentication b. User Lockout c. Setting changes d. Log in e. Log out f. RADIUS server unreachable g. Clear Event / Transient / Fault records 2.03 GENERATOR PROTECTION SYSTEM (GPR) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE/Multilin Model 889 B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety, C. General 1. The relay shall have a common hardware and firmware platform that shall support feeder, motor, transformer and generator applications. 2. The unit shall be equipped with separate processors for protection and for communication related functions. The relay shall provide protection, control, and monitoring functions with both local and remote human interfaces. 3. The relay shall be of draw out construction. 4. All circuit boards shall have a harsh environment conformal coating to resist H2S gas and other corrosive agents, including humidity. 5. All components, except terminating hardware, shall, be mounted inside the relay. 6. The unit shall be suitable for semi -flush mounting in a panel. 7. It shall be equipped with a front panel display and keypad for programming and monitoring. City of Fort Worth Pour Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 262713-9 POWER METERING AND PROTECTIVE RELAYS Page 9 of 16 8. The relay shall comply with surge withstand capability standards ANSI C37.90 and IEC 255.4. D. Protection: The relay shall provide analog input systems that can reproduce up to 46 times CT rating RM5 symmetrical. The relay shall execute protection related main algorithms at 8 times per power system cycle, 1. The relay shall have the protective functions as show on the drawings: Settings for selected functions are as follows, ANSI Function Description Setting 25 Synchronism check Enabled 27 Phase under voltage <85% 32 Directional Power Not Used 1 5013F Breaker failure Enabled 50 [nstantaneous overcurrent According to protective device coordination study 50G Ground instantaneous According to protective device overcurrent coordination study 51 Time overcurrent According to protective device coordination study 51G Ground time overcurrent According to protective device coordination study 59 Phase over voltage >115% 67 Directional overcurrent Enabled 79 Auto-Reclosing Enabled 810 Over Frequency >60.5 Hz 1 I 81U Under Frequency IIIIThe <59.5 Hz 2. phase time overcurrent can be selected to operate either on RM5 or Fundamental value. 3. The relay shall have the ability to build trip and alarm matrices and directly assign corresponding output relay without using programmable logic. City of Dort Worth Tour Pump Stations Backup Power City Project Number: 103410-2 Addendum 92 26 2713 -10 POWER METERING AND PROTECTIVE RELAYS Page 10 of 16 4. The relay shall have 6 switchable setting groups for dynamic reconfiguration of the protection elements due to changed conditions such as system configuration changes, or seasonal requirements. 5. The relay shall support 8 flex elements that can use any available/calculated analog parameters within the relay (e.g. comparator, inverter, over/under, etc). 6. The relay shall support 16 digital counters. E. Programmable Logic; 1. The relay shall support 1024 lines of user defined logic to build control schemes supporting logic gates, timers, nonvolatile latches. 2. The programmable logic in the relay shall be executed at 8 times per power system cycle. 3. The relay configuration tool shall have embedded graphical user interface to build programmable logic. F. Communications; 1. The relay shall support the following communication protocols: a. Modbus RTU b. Modbus TCP/IP 2. The relay shall have support multiple time synchronization sources such as TRIG-13, IEEE 1588 and SNTP with the ability to configure priority for the time sources an dynamically switch based on availability of each source. 3. The relay shall provide two fiber optic Ethernet ports with two modes of operation —fail over mode or independent mode. 4. The relay shall have an option for Wi-Fi (IEEE 802.11 b/g/n) connectivity to configure settings and retrieve operational records. 5. The relay shall have a front panel USP port that shall provide connectivity to configure settings and retrieve operational records. 6. I -he relay shall provide a user definable memory map. 7. The protocol interface shall implement Ethernet/IP Protocol with the following as minimum capabilities: 8. The media protocol converter shall meet the following criteria; City of Port Worth Four Pump Stations Backup Power Cily Project Number: 103410-2 Addendum 42 262713-11 POWER METERING AND PROTECTIVE RELAYS Page 11 of 16 a. The converter shall support 10/100Base-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. The converter shall have D13-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One IAP, or approved equal. G. Relay Configuration / Setting File Management 1. Entire relay setting from only single setting file shall be supported: 2. Entire relay settings (not only communication related but also protection and control functional settings) shall be part of the same single setting file. 3. There shall be only single relay setting (i.e. CID based KMLformat) file which can be directly uploaded into the device. No intermediate conversion of any proprietary setting file formats which requires to manage multiple settings files for just one relay. 4. The relay shall be able to receive this single configuration / setting file from any third party tool (not only vendor specific proprietary relay configuration tool). H. Front -Panel Visualization 1. User interface shall provide a large color LCD front panel display, and navigation keys. 2. Front panel color LCD to display single line diagram (SLID) of the generator with online metering and status information. The front panel shall be capable of displaying measured values, calculated values, 1/0 status, device status, target messages, events, motor learner data and configured relay settings. 4. The front panel shall have user -programmable LEDs and pushbuttons. 1. Metering and Digital Fault Recording. 1. The relay shall record its exposure to temperature, humidity and surge and a report shall be retrievable via the communication ports on the min / max average of those recorded values. 2. The relay shall provide up to 64 digital channels and up to 40 analog channels of oscillography at a sampling rate of 128 samples per cycle. City of Fort North Pour Pump Stations Backup Power City Project Number; 103410-2 Addendum #2 262713-12 POWER METERING AND PROTECTIVE RELAYS Page 12 of 16 3. The relay shall provide a fault report with option for fault locator. 4. The relay shall provide event records — with a record of the last 1024 events, time tagged with a resolution of 1ms. 5. The relay shall store all its recorded data in nonvolatile memory. 6. The relay shall provide data logger function which shall record a maximum of 16 analog channels, 7. The current metering accuracy shall be at +/- .25% of the reading for up to 2 times rated secondary current and +/-1% above them. 8. The voltage metering accuracy shall be at +/- 0.5% of the reading from 15 to 208 volts. 9. The power metering accuracy shall be at +/-1% of the reading. 10. The frequency metering accuracy shall be typically 1 milliHertz accuracy level. J. Hardware 1. Relay shall have conformal coated electronic board assemblies for harsh environment deployment. 2. Microprocessor based protective relays shall employ IPC (Institute for Interconnecting and Packaging Electronic Circuits) Class 3 printed circuit boards (PCB). 3. The relay shall have draw -out construction to facilitate testing, maintenance and interchange flexibility. 4. The relay shall not use electrolytic capacitors as any component or sub -component. 5. The relay shall provide a field swappable power supply module. 6. The relay shall have a scan rate of 128 samples per power system cycle for digital inputs and provide less than 1 msec time stamp resolution for state changes. 7. The relay shall provide an operating temperature range of -40 to 60 degrees C. 8. The relay shall support a minimum of 10 digital outputs and 14 digital inputs. 9. The digital inputs shall be capable of accepting wet or dry input signals. In case external wetting voltage is used, the voltage threshold shall be software selectable for 24V, 48V, 125V and 250V DC sources. 10. The relay contacts shall be rated for a minimum of 10A continuous. K. Security City of Port Worth Pour Pump Stations Backup Power City ProjeetNt€tuber: 103410-2 Addendum #2 262713-13 POWER METERING AND PROTECTIVE RELAYS Page 13 of 16 1. The relay shall provide RBAC (Role Based Access Control) with three roles such as Observer, for accessing operational date, Operator for start -stop of the motor, Administrator for configuring. 2. The relay shall provide option for password complexity. 3. The relay shall provide option for local device level authentication and for remote server authentication using RADIUS, 4. The relay shall provide support for SYSLOG to publish security related events. 5. The relay shall support secure file transfer protocol SFTP. 6. Security setting reports must include the following events with time stamp: a. Failed Authentication b. User Lockout c. Setting changes d. Log in e. Log out f. RADIUS server unreachable g. Clear Event / Transient / Fault records 2.04 POWER QUALITY METER (PM1) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE Multilin PQMII Power Quality Meter B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. All circuit boards shall have a harsh environment conformal coating to resist H2S gas and other corrosive agents, including humidity. D. Monitoring and Metering 1, Metering Functions with accuracy of 0.2 percent for A & V and 0.4 percent for power parameters City of [fort Worth FOUV Punip Stations Backup Power City Project Number; 103410-2 Addendum #2 262713-14 POWER METERING AND PROTECTIVE RELAYS Page 14 of 16 a. A, V, VA, W, VAR, KWH, KVARH, KVAH, PF, Hz b. W, VAR, A, VA Demand c. A, V Unbalance 2. Power Analysis Functions. a. Total Harmonic Distortion b. Individual harmonics c. Waveform capture d. Historical data e. Minimum and maximum metered values complete with time and date f. Record of last 40 events g. Two independent data logs E. User Interface and Programming 1. Integrated keypad to access actual values and set points. a. 2 - line, 40 character illuminated display for use with keypad. The display shall have: 1) Variable scrolling rates. 2) Front mounted LEDs to display alarms, communication status, relay status, simulation mode, self -test failure, and set point access status. 3) Relay reset button to clear alarm and auxiliary conditions. 2. The meter shall have one alarm output relay with Form C contacts. 3. Relay output shall be through alarm, auxiliary and pulse output functions. 4. The meter shall provide a user configurable pulse output based on KWH, KVARH or KVAH. 5. The meter shall provide a pulse input for demand synchronization. 6. The meter shall include a simulation mode capability for testing the functionality and meter response to programmed conditions without the need for external inputs. 7, The relay shall include a power systems option consisting of harmonic analysis, triggered trace memory waveform capture, event record and data logger functions. City of Fort Worth Hour Pump stations Backup Power City Project Number: 103410-2 Addendum #2 26 7713 -15 POWER METERING AND PROTECTIVE RELAYS Page 15 of 16 F. Control Power: 1. Range of available control power: DC: 88-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. G. Communication 1. For remote monitoring, the following communication ports shall be provided: a. One Industry Standard port for meter and relay programming using a laptop computer. b. One RS-485 port. c. One integral 10/10013aseT Ethernet port . The connection shall support Modbus TCP, Ethernet IP and SNMP. Where an integral port is not available, provide a media protocol converter as specified herein. d. The manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. 2. The protocol interface shall implement Ethernet/IP Protocol with the following as minimum capabilities: a. Transfer of basic 1/0 data via User Datagram Protocol (UDP)-based implicit. messaging b. Uploading and downloading of parameters, set points, programs and recipes via TCP (i.e., explicit messaging.) c. Polled, cyclic and change -of -state monitoring via UDP, such as RPI and COS in Allen Bradley's Control Logix control systems. d. One-to-one (unicast), one -to -many (multicast), and one -to -all (broadcast) communication via TCP e. Use of well-known TCP port number 44818 for explicit messaging and UDP pore number 2222 for implicit messaging. 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/100Base-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DR, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. City of Cori Worth Four Pump Stations Backup Powcr City Project Number: 103410-2 Addendum #2 26 27 13 - 16 POWER METERING AND PROTECTIVE RELAYS Page 16 of 16 b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum_ c, The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing small be UL 1604, Class 1 Div 2, DIN Rail mountable, The converter shall have D13-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One IAP, or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these specifications. B. Enclosure Mounting Requirements: 1. Mount all wall -mounted enclosures with an air gap between the enclosure and wall or mounting plate. Create the airspace with slotted channel or several stainless steel washers which together will make at least a X-inch space. 2. Provide mounting feet for floor mounted enclosures. 3. Mount all enclosures with integral welded -on mounting lugs. Drilling through the back of any enclosure to provide a mounting means is prohibited, Any enclosure drilled to provide a mounting means will be rejected and shall be replaced with no change in Contract Time or Price even if the enclosure installation is complete with raceway attached and conductors installed, 4. Penetrations in any enclosures with a NEMA 3R, 4 or 4X rating which is located in any wet or damp area or in any process area whether it appears to be dry or not shall be in the sides or bottom only. Top penetrations in any enclosure located as described herein shall not be done for any reason, including raceway entries or equipment mounting. Top penetrations by the Contractor or by the original equipment manufacturer in the factory are all prohibited. Any enclosure with a top penetration located in the areas specified will be rejected and shall be removed and replaced, even if it requires a return to the factory. Raceway penetrating the top shall be re-routed and re -installed. All installed conductors in re-routed raceway shall be removed and re-routed in the re-routed raceway. Conductors found to be too short to be re -terminated shall be removed back to their source or load as the case may be, and shall be replaced. Splicing is prohibited and unacceptable. All specified corrective measures shall be provided with no change in Contract Time or Price. END OF SECTION City or Fort Worth Four Pump Stations Backup Powet City Project idumber: 103410-2 Addendum 42 SECTION 26 27 27 WIRING DEVICES PART1- GENERAL 1.1 WORK INCLUDED 262727-1 WIRuvc DEv10ES Page 1 of 4 A.Furnish labor, materials, equipment and incidentals necessary to install wiring devices. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A.Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. B.EIectrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. D.Products shall comply with the specifications and shall be by the following Manufacturers: 1. Hubbell 2. Leviton 3. Pass & Seymour 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: 1. Shop Drawings for Wiring Devices: Cut sheets of all devices indicating model being provided, NEMA configuration, rating, color, etc. 1.4 STANDARDS A.The applicable provisions of the following standard shall apply as if written here in its entirety: NEMA WD-1 General Color Requirements for Wiring Devices NEMA WD-6 Wiring Devices — Dimensional Requirements UL 943 Ground -Fault Circuit -Interrupters NFPA 70 National Electrical Code CITY OF FORT WORTH Backap Power and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 262727-2 WIRING DEVICES Page 2 of 4 PART 2 - PRODUCTS 2.1 MANUFACTURED PRODUCTS A.WALL SWITCHES: For general use, totally enclosed industrial type, specification grade, rated for 120/277 VAC and 20 amps. Approved wire connection to switches shall consist of inserting wire into back wiring hole and tightening terminal screw until wire is tightly griped by clamping mechanism inside switch body. Side wiring shall not be allowed. Switches installed in hazardous areas shall be explosion proof type in accordance with the NEC. B.MOTOR RATED SWITCHES: HP rated switches approved for motor control or disconnect service when controlling or disconnecting motor loads in excess of 1/4 HP; 20 amp switches for loads exceeding 10 amps. C. WEATHERPROOF SWITCHES: Fitted with a single switch as specified, and weatherproof cover with spring door cover; gray in color for all areas. D.PUSHBUTTON STATIONS: NEMA 4X 304 Stainless steel enclosure with pushbuttons, pilot lights, etc as shown on plans. 1. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight; Square D Class 9001 (30.5m1xa) or approved equal. Pilot lights shall be push to test (LED type) and shall be Square D SK or approved equal. E. RECEPTACLES: For general use shall be U.L. approved, hospital grade heavy duty duplex grounding type 20 ampere 125 volt heavy duty phosphor bronze contacts. Terminal screws shall be large head, deep slotted ##5-32 brass, backed out, staked and spring latched for rapid wiring, color coded for polarity identification, and shall accept up to 10 AWG wire. Approved wire connection to receptacles shall consist of inserting wire into back wiring hole and tightening terminal screw until wire is tightly gripped by clamping mechanism inside the receptacle body. Side wiring shall not be allowed. F. GROUND FAULT CIRCUIT INTERRUPTING, INDOOR: GFCI receptacle shall include visible indication of ground fault condition. Feed -through feature shall not be used. Install GFCI device at each location indicated. GFCI circuit breaker shall not be permitted. G.ISOLATED-GROUND RECEPTACLES: Isolated -ground receptacles shall be Iisted and labeled as isolated -ground type. Receptacle body shall be orange in color. Isolation -ground shall be integral to the receptacle construction and not dependent on removable parts. H.WEATHERPROOF RECEPTACLES: 1. Weatherproof receptacles shall be hospital grade, 20 ampere, 125 volt and shall be listed as weather resistant type in accordance with the National Electrical Code and shall include a weatherproof device cover. a. Weatherproof Duplex Receptacle: Provide GFCI duplex receptacle with weatherproof cover. b. Weatherproof Single Receptacle: Provide a cast box fitted with a single receptacle and threaded cap with a weatherproof cover. 2. Weatherproof device covers shall have a NEMA 3R rating while receptacle is in use rating with die cast aluminum construction as manufactured by Thomas & Betts Model No. CKMUV or approved equal. I. SWITCH AND RECEPTACLE COVER PLATES: The cover plate color shall be 302/304 stainless steel for all areas, unless otherwise indicated or required by the NEC. Screw heads shall have color to match plate. Provide telephone cover plates which are the same as above, except with a single bushed pole for the telephone cable. CITY OF FORT WORTH Backup Power and Electrical Improvements at Dour Pump Stations CITY PROD] CT NUMBER: I03410-2 26 27 27 - 3 WRING DEVICES Page 3 of 1. Mark power/receptacle outlets with voltage, phase, panel name and circuit number. 2. Identify all wall switches, disconnect switches, etc. with nametags, circuit served and panel origin, nametags shall be approved by the ENGINEER/OWNER'S REPRESENTATIVE. Receptacle and light switch cover plates shall be Pass & Seymour, or approved equal, custom laser engraved 3. Identify all push-button stations with their function and equipment served. PART 3 - EXECUTION 3.1 INSTALLATION A.Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B.Coordination with Other Trades: 1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. D.Existing Conductors: E. Cut back and pigtail, or replace all damaged conductors. F. Straighten conductors that remain and remove corrosion and foreign matter. G.Pigtailing all conductors is required. Outlet boxes shall be oversized to allow pigtailing. H.Terminate stranded wire with crimp on connectors. I. Install receptacles and switches only in electrical boxes which are clean, free from excess building materials, dirt and debris. J. Install switches, wall -mounted duplex receptacles and telephone outlets at the heights specified in Section 26 05 33.03, "OUTLET BOXES", unless indicated otherwise on the plans. K.Switches installed at one (1) location shall be ganged together under one (1) cover plate. 3.2 FIELD QUALITY CONTROL A.Test wiring devices to insure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. B.Tests for Convenience Receptacles: CITY OF FORT' WOIZ 1'H Backup Power and Electrical Improvements at Four Pump stations CITY PROJ CCr N UMBER: t 034 i0-2 262727-4 WIRING DEVICES Page 4 of 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION CITY OF FORM' WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; I03410-2 2628 16 - 1 LOW VOLTAGE ENCLOSED SWITCHES AND CIRCUIT BREAKERS Page l of SECTION 26 28 16 LOW VOLTAGE ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1- GENE.RAIi_. 1.1 WORK INCLUDED A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. B.Section Includes: 1. Fusible switches. 2. Nonfusible switches. 3. Receptacle switches. 4. Shunt trip switches. 5. Molded -case circuit breakers (MCCBs). 6. Molded -case switches. 7. Enclosures. 1.2 DEFINITIONS A.NC: Normally closed. B.NO: Nolnnally open. C. SPDT: Single pole, double throw. 1.3 SUBiVIITTALS A.Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 1. Enclosure types and details for types other than NEMA 250, Type 4X 304 stainless steel, for all locations. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Include evidence of NRTL listing for series rating of installed devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. 6. Include time -current coordination curves (average melt) for each type and rating of over - current protective device; include selectable ranges for each type of overcurrent protective device. Submit on translucent log -log graph paper. B. Shop Drawings: For enclosed switches and circuit breakers. Include plans, elevations, sections, details, and attachments to other work. 1. Wiring Diagrams: For power, signal, and control wiring. C.Qualification Data: For qualified testing agency. D.Field quality -control reports. 1. Test procedures used. CITY OF FORT WORT[I Backup Power and Electrical Improvements at Hour Pump Stations C[TY PROJECT NUMB R: 103410-2 26 28 16 - 2 LOW VOLTAGE ENCLOSED SWITCHES AND CIRCUIT BREAKERS Page 2 of 4 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. E. Manufacturer's field service report. F. Operation and Maintenance Data: For enclosed switches and circuit breakers to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. 2. Time -current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. Submit on translucent log -log graph paper. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category, from single source from single manufacturer. B.Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D.Comply with NFPA 70. 1.5 PROJECT CONDITIONS A.Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 6600 feet. 1.6 COORDINATION A.Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 1.7 EXTRA MATERIALS A.Fumish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Fuse Pullers: Two for each size and type. CITY OF FORT WORTH Backup Power and Electrieal [cnprovements at Four Pump Stations CITY PROJECT [NUMBER: 1034I0-2 262816-3 LOW VOLTAGE ENCLOSED SWITCHES AND CIRCUIT BREAKERS Page 3 of 4 PART 2 - PRODUCTS 2.1 FUSIBLE SWITCHES A.Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton 2. GE by ABB 3. Square D 4. No other manufacturers will be accepted. B. Type HD, Heavy Duty, NEMA 4X 304 Stainless Steel Enclosure, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate indicated fuses, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C.Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses arc specified. 4. Auxiliary Contact Kit: Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. 5. Hookstick Handle: Allows use of a hookstick to operate the handle. 6. Lugs: Mechanical type, suitable for number, size, and conductor material. 7. Accessory Control Power Voltage: Remote mounted and powered; 120-V ac. 2.2 NONFUSIBLE SWITCHES A.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton 2. GE by ABB 3. Square D 4. No other manufacturers will be accepted. B. Type GD, General Duty, NEMA 4X 304 Stainless Steel Enclosure, Single Throw, 600 A and Smaller: UL 98 and NEMA KS 1, horse -power rated, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C.Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Auxiliary Contact Kit: Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. 4. Hook stick Handle: Allows use of a hook stick to operate the handle. 5. Lugs: Mechanical type, suitable For number, size, and conductor material. CITY OF FORT WORTH Backup Power and Electrical Improvemcnts at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2628 16- 4 LOW VOLTAGE ENCLOSED SWITCHES AND CIRCUIT BREAKERS Page 4 of 4 6. Accessory Control Power Voltage: Remote mounted and powered; 120-V ac. 2.3 ENCLOSURES A.Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA IDS 1, NEMA 250, and UL 50, to comply with environmental conditions at installed location. 1. Indoor, Dry and Clean Locations: NEMA 4X 304 Stainless Steel Enclosure for all areas. 2. Indoor Locations Subject to Dust, .Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 4X 304 Stainless Steel Enclosure for all areas. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A.Install individual wall -mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. B.Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C.Install fuses in fusible devices. D.Comply with NECA 1. 3.3 IDENTIFICATION A.Comply with requirements in Division 26 Section "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated -plastic nameplate. 3.4 FIELD QUALITY CONTROL A.Enclosed switches will be considered defective if they do not pass tests and inspections. B.Prepare test and inspection reports, including a certified report that identifies enclosed switches and circuit breakers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 ADJUSTING A.Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 26 29 13 ENCLOSED CONTROLLERS PART1- GENERAL 1.1 WORK 1NCLLUDED 2G2913-1 ENCLOSED CONTROLLERS Pagel of 9 A.Furnish labor, materials, equipment and incidentals to install combination motor starters. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". Section includes the following enclosed controllers rated 600 V and less: 1. Full -voltage, non -reversing, manual. 2. Full -voltage, non -reversing, magnetic. 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A.Allen Bradley B. Eaton C. GE by ABB D.Square D 1.3 QUALITY ASSURANCE A.Electrical Components, Devices, and Accessories: Listed and labeled as defined in and marked for intended location and application. B. Comply with NFPA 70. C.Coordinate with equipment suppliers for actual motor data — HP, voltage, amps, etc., to properly sire controller (starter) and overloads. 1.4 SUBMITTALS Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: A.Shop Drawings 1, Product Data: For each type of enclosed controller. Include manufacturer's technical data on features, performance, electrical characteristics, ratings, and enclosure types and finishes. Data sheets shall clearly identify the make and model number of the equipment being provided. 2. Component Bill of Material and cut sheets on all miscellaneous equipment clearly identifying exact model numbers of each component. 3. Panel drawings shall show: a. Nameplate Schedule. b. Provide a drawing of the front view elevation with the doors on, a drawing of the inner front view elevation, side view, etc. Include dimensional plans, elevations, sections, details, and required clearances and service spaces around controller enclosures. c. Panel elevations shall include designation of equipment and devices on doors and inside panel. d. Terminal strip layout clearly showing all field connections. e. Project specific control schematics and wiring diagram for power, signal and control wiring: CITY OF FORT WORTI I Backup Bower and Electrical Improvemonts at Four Pump Stations CITY PROJECTNUMBER: 103410-2 262913.2 ENCLOSED CONTROLLERS Page 2 of 9 1) Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to the equipment tags/labels indicated on the control schematic included in the plans. Include a label above each timing relay indicating the range and set point that timing relay. 2) Detail wiring diagram and differentiate between instrumentation suppliers and field installed customer wiring. Show both power and control wiring. Show terminal strip information identifying all customer field terminations. Provide project specific wiring diagrams. Generic wiring diagrams are not acceptable. 3) Terminal strip layout shall also include a label next to each connection indicating a signal description. Handwritten terminal numbers are not acceptable. 4. Show tabulations of the following: a. Each installed unit's type and details. b. Factory -installed devices. c. Short-circuit current rating of integrated unit. d. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices in combination controllers. B.OPERATION AND MAINTENANCE MANUALS: 1. Operation and maintenance manuals shall contain the shop drawings, submittals, spare parts lists, schematics, and maintenance procedures. 2. Manuals shall also incorporate appropriate final certified shop drawings. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. 3. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced - voltage solid-state controllers. C.Load-Current and Overload -Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate full -load currents. D.Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. 1.5 DELIVERY, ,STORAGE, AND HANDLING A.Store enclosed controllers indoors in clean, dry space with uniform temperature to prevent condensation. Protect enclosed controllers from exposure to dirt, fumes, water, corrosive substances, and physical damage. B. U stored in areas subject to weather, cover enclosed controllers to protect them from weather, dirt, dust, corrosive substances, and physical damage. Remove loose packing and flammable materials from inside controllers, 1.6 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: L" Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 122 deg F (50 deg C). 2. Altitude: Not exceeding 3300 feet. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Purnp Stations CITY PROJF+CT NUMBER: 103410-2 262913-3 ENCLOSED CONTROLLERS Page 3 of 9 B.HORSEPOWER RATING: Horsepowers as indicated on the Plans are approximate. The Contractor shall furnish properly sized motor control equipment when actual motor horse -powers are determined. If actual motor horsepowers differ from the Plans, the Contractor shall obtain assistance from the Engineer in determining whether or not hardware and wiring changes are necessary. The Contractor shall provide all components and wire of the proper size. C.OPERATING VOLTAGE: The equipment shall be designed and arranged for operation on 480 Volt, 3 phase, 60 Hertz or 120V, 60 Hertz. See plans for more details. D.CONTROL POWER: Control power shall be 120 VAC from a control transformer located in each combination starter. Extra control transformer VA capacity shall be furnished for powering the motor space heater in the motor which the combination starter serves. This extra VA capacity shall be in addition to the VA required for the other control components powered by the control transformer. The following is the amount of extra VA capacity which shall be furnished: (.'(WHINATION C'ONTR{.}1-TRANS FOWER NF�lA SIZE I� TRA VA CAPACITY size 1 100 size 2 200 size 3 300 size 4 500 size 5 750 size 6 1000 1. This extra VA capacity shall be furnished in each combination starter regardless of where the motor space heater received its power and regardless of whether the motor has a space heater or not. E. INTERRUPTING RATING: Both circuit breakers and combination starters as complete units shall be rated for 100,000 Amps Interrupting Capacity (AIC). F. ENCLOSURES: For equipment located inside the electrical building the enclosure shall be NEMA 1, 14 gauge steel and for all other locations NEMA 4X, 304 stainless steel enclosures unless indicated otherwise. 1.7 COORDINATION A.Coordinate layout and installation of enclosed controllers with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B.Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor bolt inserts into bases. C. Coordinate installation of roof curbs, equipment supports, and roof penetrations. 1.8 EXTRA MATERIALS A.Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 2. Indicating Lights: One of each type and color installed. CITY OF PORT WORTH Backup Power and Flectrical Improvements at f our Pump Stations CITY PROJECT NUMBER: 103410-2 262913-4 ENCLOSED CONTROLLERS Page 4 of PART 2 - PRODUCTS 2.1 COMBINATION STARTER A.The combination starter shall include a motor circuit protector (MCP) type circuit breaker or a thermal magnetic type circuit breaker as indicated on the Plans. MCP's shall be magnetic trip only with adjustable magnetic trip limited to 1300% of motor nameplate full load current to comply with NEC requirements. Devices shown on the schematic and not specifically designated as being elsewhere shall be installed inside the combination starter. B. Combination starter doors shall be interlocked mechanically with the circuit breaker operator mechanism to prevent unintentional opening of the door while the circuit breaker is in the closed position. The circuit breaker operator mechanism shall be mounted on the stationary part of the enclosure and not on the door of the enclosure. The circuit breaker operator mechanism shall indicate "ON" and "OFF" with the door open or closed. The circuit breaker shall be manually operated, resettable after trip from the operator mechanism handle. The operating handle shall clearly indicate whether the circuit breaker is "ON" or "OFF", or "TRIPPED". Means shall be provided to lock each operator mechanism handle in the "OFF" position and to close the door. Means shall be provided for releasing the interlock for intentional access to the interior at any tune and intentional application of power, if desired, while door is open. Padlocking arrangements shall permit locking the disconnect device "OFF" with at least three padlocks with door closed or open. C. The combination starter shall have a magnetic starter contactor. The magnetic starter contactor shall be NEMA rated and NEMA 1 magnetic starter contactors shall be the minimum size allowed. Magnetic starter contactors shall have renewable contacts and a renewable coil which shall allow each to be replaced without replacing other parts of the magnetic starter contactor. Magnetic starter contactors shall have a maximum pick up voltage of 7 1 % of nominal coil voltage and a maximum drop out voltage of 59% of nominal coil voltage. D.Each magnetic starter shall have three (3) external manual reset thermal overload relays of either the bimetallic type or the melting alloy type. Overload relays shall be either ambient compensated or ambient insensitive. Overload relay heaters shall be Class 10 for submersible pump motors and hermetically sealed motors and shall be Class 20 for all other motors. Overload relay heaters shall be selected to produce an overload trip at no more than the following percent of the motor nameplate full load current rating: Motors with a marked service factor not less than 1.15 125% Motors with a marked temperature rise of not over 40°C 125% All other motors 115% E. Overload relays shall be reset from outside the enclosure with an insulated bar or button. Auxiliary contacts shall be furnished on the circuit breaker operating mechanism, the starter contactor and on the overload sensing unit as shown on the plans. F. Controls and lights shall be heavy duty oiltight construction. Devices installed in the combination starter or on the door of the combination starter shall be completely factory wired with connections to external devices brought to a terminal strip installed in the starter. No field wiring shall be permitted except For connections to remote devices from the terminal strip. A physical wiring diagram shall be provided on each enclosure door and shall be protected to remain intact and legible for the service life of the equipment. Control devices shall be identified as to type and manufacturer. CITY OF FORT WORTH Backup Power and Electrical Improvements at four Pump Stations Crl'Y PROJECT NUMBER: 103410-2 26 29 13 - 5 ENCLOSED CONTROLLERS Page 5 of 9 G.Control relays, timing relays, control transformers, control circuit fuse blocks, etc., shall be grouped in the corresponding combination starter with control wiring kept as short as possible. Ample space shall be allowed between devices so that each component is completely accessible without removing any other device. H.Wiring in the combination starter shall terminate on numbered terminal strips or power distribution blocks. No other wire connecting devices, including but not limited to wire nuts and split bolts, shall be allowed in the combination starter. Each combination starter shall be provided with an individual terminal strip for control wiring. Terminal strip metallic materials shall be tinned copper. power distribution blocks shall be tinned copper which is rated for termination of copper conductors. 1. Combination starter control wiring shall be 14AWG. Power wiring shall have black insulation and control wiring shall have purple insulation for ungrounded conductors and white insulation for grounded conductors. Combination starter wiring shall have copper conductors with MTW insulation only. J. Where control transformers are indicated and unless shown otherwise, each starter shall contain a 120 volt fused control transformer with sufficient capacity for all the devices shown in the schematic. The control transformer shall have two (2) primary fuses, one in each primary lead and one secondary fuse in one of the secondary leads. The unfused secondary lead shall be grounded. K.Each combination starter shall have an engraved plastic nameplate fastened to the outside of the unit door. Engraved plastic nameplates shall have .33" high white letters on a black background and attached with stainless steel screws. Wiring diagrams shall be provided on the inside of each compartment door and shall be protected so that they remain attached and legible for the service life of the equipment. L. If any circuit breaker operating handle is more than 66" above the floor surface immediately in front of the combination starter, a supplementary operating device shall be attached to the operating handle. This supplementary device shall require a person to reach no more than 66" above the floor surface at any point of opening or closing the circuit breaker 2.2 FULL -VOLTAGE CONTROLLERS A.General Requirements for Full -Voltage Controllers: Comply with NEMA ICS 2, general purpose, Class A. B.Motor-Starting Switches: "Quick -make, quick -break" toggle or push-button action; marked to show whether unit is off or on. 1. Configuration: 2. Surface mounting. 3. Green push -to -test pilot Iight. C.Fractional Horsepower Manual Controllers: "Quick -make, quick -break" toggle or push-button action; marked to show whether unit is off, on, or tripped. 1. Configuration: Nonreversing 2. Overload Relays: inverse -time -current characteristics; NEMA ICS 2, Class 20 tripping characteristics; heaters matched to nameplate full -load current of actual protected motor; external reset push button: bimetallic type. 3. Surface mounting. 4. Not all manufacturers offer a green pilot light; pilot lights are not available in hazardous and some cast -type enclosures. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Purup Station, CITY PROJECT NUMBER: 103410-2 262913-6 ENCLOSED CONTROLLERS Page 6 of 9 D.Integral Horsepower Manual Controllers: "Quick -make, quick -break" toggle or push-button action; marked to show whether unit is off, on, or tripped. 1. Configuration: Nonreversing. 2, Overload Relays: inverse -time -current characteristics; NEMA ICS 2, Class 20 tripping characteristics; heaters and sensors in each phase, matched to nameplate full -load cur -rent of actual protected motor and having appropriate adjustment for duty cycle; external reset push button; bimetallic type E. Magnetic Controllers: Full voltage, across the line, electrically held. 1. Configuration: Nonrversing. 2. Contactor Coils: Pressure -encapsulated type with coil transient suppressors. a. Operating Voltage: Depending on contactor NEMA size and line -voltage rating, manufacturer's standard matching control power or line voltage. 3. Power Contacts: Totally enclosed, double -break, silver -cadmium oxide; assembled to allow inspection and replacement without disturbing line or load wiring. 4. Control Circuits: 120V ac; obtained from integral CPT, with primary and secondary fuses of sufficient capacity to operate integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 100 VA. 5. Bimetallic Overload Relays: a. Inverse -time -current characteristic. b. Class 20 tripping characteristic. c. Heaters in each phase matched to nameplate full -load current of actual protected motor and with appropriate adjustment for duty cycle. d. Ambient compensated. e. Automatic resetting. Solid -State Overload Relay: a. Switch or dial selectable for motor running overload protection. b. Sensors in each phase. c. Class 10/20 selectable tripping characteristic selected to protect motor against volt -age and current unbalance and single phasing. d. Class I1 ground -fault protection, with start and run delays to prevent nuisance trip on starting. c. Analog communication module. 7. External overload reset push button. F. Combination Magnetic Controller: Factory -assembled combination of magnetic controller, overcurrent protective device, and disconnecting means. MCP Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents, instantaneous -only circuit breaker with front -mounted, field - adjustable, short-circuit trip coordinated with motor locked -rotor amperes. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed posi-tion. c. Auxiliary contacts "a" and "b" arranged to activate with MCP handle. d. Current -limiting module to increase controller short-circuit current (withstand) rating to 100 kA. GITY OF FORT WORTH Backup Power and Electrical Iinpromnents at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 262913-7 ENCLOSED CONTROLLERS Page 7 oF9 2.3 ENCLOSURES A.Enclosed Controllers: NEMA 4X 304 Stainless Steel, to comply with environmental conditions at installed location. 2.4 ACCESSORIES A.General Requirements for Control Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. B. IEC or dual rated NEMA/IEC equipment shall not be acceptable. C.CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Square D Class 8501 Type X, Allen-Bradley Bulletin 700 type P, or approved equal. Relays shall have the capability of having contact decks added in the field, Contacts shall be field convertible to normally open or normally closed. Coils and contacts shall each be replaceable without replacing any other part of the relay. Where control relays are indicated on the Plans, industrial control relays shall be furnished whether the relay coil is operated with 120 VAC or 24 VDC. D.INDICATTNG LIGHTS, SWITCHES AND PUSHBUTTONS: Heavy duty and oil tight„ Square D Class 9001 (30.5 mm) or approved equal; individually mounted devices installed outdoors shall be stainless steel NEMA 4X enclosures. For all other locations devices shall match or exceed the rating of the enclosure. Indicating lights shall be push -to -test (LED type) and shall be Square D SKT or approved equal. E. TIMING RELAYS: Solid state. Ranges shall be as shown on the Plans. The timing relays shall have both normally open and normally closed contacts by having two sets of form C contacts. Timing relays where shown on the Plans shall be Square D, Class 9050 Type JCK60, time delay relay, Allen-Bradley 700-HRM or approved equal model for operation on the control voltage of the equipment it is used in. Timing relay shall be provided with restraining strap F. ELAPSED TIME METER: The meter shall be of a non -reset type, for totalizing of hours and shall operate on 120 VAC, 60 Hertz. Starter shall be provided with an elapsed time meter; Yokogawa Model 240, 3 %x" New Big Look type elapsed time meter, or approval equal. Digital time meters are not acceptable G.CONTROL TRANSFORMER: Included in combination starter units with sufficient VA capacity for powering the devices shown in the control schematic; 120 volt transformer with a fuse in each primary leg and one (1) fuse in the secondary leg. The unfused secondary leg shall be grounded. H.Terminal strips shall be NEMA rated manufactured by Allen-Bradley, Phoenix Contact or approved equal. Distribution blocks shall be per section 26 05 19, "Low Voltage Electrical Conductors and Cables". PART 3 - EXECUTION 3.1 EXAMINATION A.Examine areas and surfaces to receive enclosed controllers, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. B.Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. CITY OF FORT NVORT1} Backup Power and Plectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2629 13 - 8 ENCLOSED CONTROLLERS Page 8 of'9 3.2 INSTALLATION A.Make electrical connections to equipment specified. Install equipment in accordance with the Manufacturer's recommendations and the plans. If neither are available, install the equipment using the best practices of the electrical industry and trade. B. Wall -Mounted Controllers: Install enclosed controllers on walls with tops at uniform height unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural - steel channels bolted to wall. For controllers not at walls, provide freestanding racks complying with Division 26 Section "Hangers and Supports for Electrical Systems." C.Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D.Install fuses in control circuits if not factory installed. E. Install heaters in thermal overload relays. Select heaters based on actual nameplate full -load amperes after motors have been installed. F. Comply with NECA 1. 3.3 IDENTIFICATION A.Identify enclosed controllers, components, and control wiring. Comply with requirements for identification specified in Division 26 Section "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. 3.4 CONTROL WIRING INSTALLATION A.Instatl wiring between enclosed controllers and remote devices. B.Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic -control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switch is in manual -control position. 2. Connect selector switches with enclosed -controller circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high - temperature cutouts, and motor overload protectors. 3.5 FIELD QUALITY CONTROL A.Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B.Upon completion of the installation, perform continuity tests and functional checkout to assure the proper operation of all equipment. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. C. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. CITY OF FORT WORTH Backup POWOr and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 26 29 13 , 9 ENCLOSED CONTROLLERS Page 9 of 2. Test continuity of each circuit. D.Tests and Inspections: 1. Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Test insulation resistance for each enclosed -controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within plus or minus 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Contractor/Owner before starting the motor(s), S. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in META Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and mal- functioning controls and equipment. E. Enclosed controllers will be considered defective if they do not pass tests and inspections. F. Prepare test and inspection reports including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.6 ADJUSTING A.Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. B.Adjust overload -relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C.Adjust the trip settings of MCPs and thermal -magnetic circuit breakers with adjustable instantaneous trip elements. Initially adjust to six times the motor nameplate full -load ampere ratings and attempt to start motors several times, allowing for motor cooldown between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without trip -ping. Do not exceed eight times the motor full -load amperes (or I 1 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner/Contractor before increasing settings. D.Set field -adjustable circuit -breaker trip ranges. 3.7 PROTECTION A.Ternporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B.Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. END OF SECTION CITY OF PORT woRTli Backup Power and Ricetical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 29 13.16 - 1 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page I of 14 ASECTION 26 2913.16 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish labor, materials, equipment and incidentals necessary to manufacture, fabricate, test, and deliver a solid state starter(s) as shown on the drawings and as specified herein, including all required appurtenances to be used at shown in the schedule below. The solid state starter(s) shall be microprocessor controlled, suitable for use with three phase induction motors rated 490 VAC or less. S411d Stit@ HP VDItage, Lucallon Stulrter Nnrne Phase SSRVS 1 200 l SSRVS 2 200 If SSRVS 3 350 48OV, 3 Phase Altatnesa Pump Station SSRVS 4 350 SSRVS 5 400 Solid Stulle HP voltagil, 1.,0cation Starter Name puce SSRVS 1 ISO SSRVS 2 300 Edwards Ranch Yump SSRVS 3 500 480V, 3 Phase Station SSRVS 4 500 B, Manufacturer shall coordinate with the Motor Manufacturer to provide a complete compatible and operable system. C. The manufacturer shall provide the services of factory field engineers for startup, field tests, troubleshooting, Owner training and the supervision of storage and installation. The minimum time required for the manufacturer field services to be on -site shall include a minimum of the following. These times do not include travel time and include a minimum of 8 hours working per day per site. Sq r` lF,ion of installation 2 days (1 trip minimum) per site Field Tests/ Start -tip/ Trombleshopting 3 days (1 trip minimum) per site Owner Tralniflg 2 day (1 trip minimum) 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. Allen-Bradley 2, Eaton 3. Square D CITY OF FORT WORTH Bar-kup Power and Electrical lrnprovements at Four Pump Stations CTTY PROJECT NUMBER: 103410-2 A B. 26 29 13.16 - 2 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 2 of 14 4. GE by ABB No other manufacturers will be accepted. The solid-state starter shalt be designed, manufactured and tested to conform, where applicable, to the following industry standards and specifications: 1. NEC 2. CSA 3. EEMAC 4. IEEE 5. UL 6. NEMA ICS2 7. OSHA Environmental Requirements: 1. Temperature: 0 -- 400 C 2. Relative Humidity: up to 95%, non -condensing 3. Input Power: 480V AC, 3 Phase, +1- 10% 50-6011z, +/- 3 Hz. 4, The Pump soft starter is located in the electrical room. Soft starter design, coatings and materials used shall be suitable for such an environment. 5. Soft starter electronics and control boards shall be conformally coated. D. The Low Voltage Solid State Starter shall carry the CE mark for indication of compliance to low voltage and EMC directives in accordance with EN/IEC 60947-4-2. E. IEC or dual IEC/NEMA rated equipment shall not be acceptable. All relays and pushbuttons shall be NEMA rated, heavy duty type. 1.03 SUBMITTALS A. Submittals sliall be in accordance with this section, the General Requirements, Section 01 33 00, "Submittal" and shall include the following minimum information: 1. Shop Drawings a. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. a. Size, type, and rating of all system components b. internal component layout diagrams. c. Drawings shall show: 1) equipment dimensions, 2) stub -up locations and conduit entry and exit locations. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed bottom and top view showing how conduits penetrate the top and bottom of the starter. 3) shipping splits, 4) shipping weights, 5) ventilation details, 6) equipment heat loss information (in watts for starting and running), 7) cable terminal sizes, 8) and nameplate schedule. 9) Provide a drawing of the front view elevation with designation of equipment and devices on doors, and clearly indicating the maximum mounting height of devices on doors, CtTY OF PORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 26 29 13.16 - 3 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 3 of 14 l U) Project specific control schematics and wiring diagrams. Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to equipment tags/labels indicated on the SSRVS Control Schematic included in the plans. Include a label above each timing relays indicating the range and setpoint for that timing relay. 11) Project specific wiring diagram of the motor protection relay 12) Provide a drawing showing the Terminal strip layout showing customer field connections. The terminal strip layout shall also include a label next to each connection indicating signal description. 13) One -Line diagram and Three -Line diagram to be submitted with initial submittal, No Exceptions. d. Complete bill of material with model numbers listed for individual components e. Catalog cut sheets of major components, power equipment, etc. f. Data sheets of miscellaneous electrical equipment. g. Spare Parts List h. Warranty information i. Letter of Compatibility; The solid-state starter supplier in conjunction with the pump/motor supplier shall issue a letter of compatibility stating that the solid state starter and motor are compatible. Coordinate with the pump/motor supplier prior to submittal. j. Motor starting analysis showing minimum starting current that the motor can be started at. Coordinate with motor supplier. Motor starting analysis shall be submitted as part of soft -starter initial submittals. 1) Initial motor starting analysis for each pump motor show a current inrush of 350% FLA with acceleration ramp of 10 seconds. Final values are dependent of utility system data, motor data and results from power system study motor starting analysis. k. Harmonic analysis showing any harmonic distortion caused by the Low Voltage Solid State Starter during start-up. 2. FACTORY TEST DATA a. Factory test data shall include a summary of all tests performed at the factory, both those specifically identified in this specification and other factory standard tests. Factory test data shall be submitted for approval prior to the drives being released for shipment. 3. FIELD TEST DATA — Equipment Installation Report a. Field test data shall include summary of all tests performed in the field specifically identified in this specification and other factory standard tests- b. NETA Acceptance Testing Specification (ATS) field tests and inspections tests report. 4. Supplier shall submit a training outline for Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. 5. OPERATION AND MAINTENANCE MANUALS a. Operation and maintenance manuals shall be prepared by the equipment manufacturer and shall contain the final certified approved shop drawings, submittals, schematics, final wiring diagrams with any changes made during start-up, equipment installation report and maintenance procedures and test data. b. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBPR: 103410-2 26 29 13.16 - 4 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 4 of 14 c. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as contact information for service. d. Submit preliminary manuals for review prior to start-up of equipment. 1.04 DELIVERY, STORAGE AND HANDLING A. The manufacturer shall be responsible for delivery of the equipment, and accessories, f.o.b. to the job site or to such storage site as may be designated by the Owner or Construction Contractor, in good condition and undamaged. B. Unloading and storage of the equipment shall be the responsibility of the Construction Contractor who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Vendor, C. Handling and shipment of the equipment shall be in such a manner to prevent internal component damage, breakage, and denting and scoring of the enclosure finish. D. Equipment must be delivered and stored in accordance with the manufacturer's recommendation at all times. Equipment shall be stored indoors in a clean, dry, climate controlled heated and air conditioned environment that is free from dust, No Exceptions. Protect equipment from exposure to dirt, fumes, water, corrosive substances and physical damage. E. 100 watt incandescent lamps shall be placed in the solid state starter enclosure sections as required and energize to prevent the buildup of condensation during extended storage periods. 2.00 PRODUCTS 2.01 EQUIPMENT DESIGN CRITERIA A. At a minimum, the Starter(s) shall conform with the following: 1. Size: Per 1.01 —A. a. (Coordinate with the motor supplier for all motor data: HP, amps, RPM, etc. required) 4 A° oc., 125% sew 14 3. 2. Minimum Overload Rating: 400% of Starter FLA for 10 see. 4. PIV Ratings: 1200V Minimum 5. Rated Short Circuit Amps: 100 KAIC 6. Insulation Test: 2500VAC Minimum 7. Overall Efficiency w/o Bypass: Average 99.7% 8. Overall Efficiency w/Bypass: 99.94% 9, SCR Firing Technique: Hard Drive with "picket fence" 10. Transient Voltage Protection: dV/dT circuits or SIOV/ phase 11, Under voltage Protection: 90% Pickup; 60% Dropout 12. Control input: 120 VAC or dry contact, 2/3 wire. 13. Starts Per Hour: Minimum of 3 111. Max Time Between Restarts: Not more than 2 minutes 15. Audible Noise: Not to exceed 60dbA @ 1 meter at any time CITY OF FORT WORTH Backup Power and h1wrical Improvements at Four Purnp Stations CITY PROJECT NUMBER; 103410-2 26 29 13.16 - 5 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 5 of 14 16. All 120VAC power for soft -starter control logic, meters, etc. shall be fused and supplied by the integral to the soft starter. 2.02 SEQUENCE OF OPERATIONS A. Refer to controls schematic. 2.03 ENCLOSURE CONSTRUCTION A. Enclosure: The equipment shall be installed in NEMA 1 enclosures with gasketed door for indoor, non -air conditioned environments. 1. Construct to comply with NEMA Part 1CS 2. 2. Doors shall be minimum 11 GA sheet metal, pan type with flanges formed to provide sturdy, rigid structure. 3. Door latches and hinges capable of holding door closed during maximum fault condition. 4. Provide door interlocks to prevent doors from being opened with power applied. 5. Provide removable lifting provisions on floormount enclosures. 6. The maximum dimensions for the Pump Station soft starters and any required accessories or auxiliary items shall not exceed the following, No Exceptions. Alfamesx Ynnt# 51wtion Solid State M aslnuim llln:enmlonK of Sotid State Stori Dr Starter blame I1110--all (no cxceptlon.4) SSRVS 1 54" W x 24" D x 95" SSRVS 2 54" W x 24" D x 95" SSRVS3 60"Wx24"Dx95" SSRVS 4 60" W x 24" D x 95" SSRVS 5 70" W x 24" D x 95" Ird%vards ItAndi Pump Simian Solid :4tute &Maximum Dimrrisionii of Solid S1ate Starter StariDr NaFne lineup (no GxCepliltnat) SSRVS 1 54" W x 24" D x 95" SSRVS 2 60" W x 24" D x 95" SSRVS 3 70" W x 24" D x 95" SSRVS4 701)Wx24"Dx95' 7. Enclosure shall be top entry and bottom exit. Tnput and output sections of the starter shall be suitable for terminating the number and size of conductors indicated on the drawings. See plans for additional information. 8. All wiring shall be identified with wiring markers with alphanumeric characters. The identification of each wire shall be the same as that shown on the electrical schematic. Each wire shall be so identified at each end. Each end of every wire shall be provided with a heat shrinkable or equivalent sleeve -type wire marker -labeled in accordance with the electrical schematic. Use of adhesive and clip -on type markers is prohibited. 9. All power conductors (bus or cable) shall be insulated. 10. All ground conductors inside SSRVS shall be insulated. 11. All wiring shall be located internally within the solid state starter enclosure. External ductwork or wireways shall not be utilized. CITY OF FOW1' WORTH Backup Power and Electrical Improvements at hour Pump Stations CITY PROJECT NUMBER: 103416-2 26 29 13.16 - 6 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 6 of 14 12. All wiring shall be identified with wiring markers with alphanumeric characters. The identification of each wire shall be the same as that shownn on the electrical schematic. Each wire shall be so identified at each end. Each end of every wire shall be provided with a heat shrinkable or equivalent sleeve -type wire marker -labeled in accordance with the electrical schematic. Use of adhesive and clip -on type markers is prohibited, 13. Maximum door swing clearance shall not exceed 36". 14. Provide a print pocket pouch with the control schematic drawings on the inside of the solid state starter door. The control schematic drawings shall be the final version of the drawings and shall include any field revisions made during start-up. 15. Lights, pushbuttons, switches, displays, motor protection relay, etc. shall be mounted no higher than 5'-6" AFF, which shall include the height of the 4" housekeeping pad. Front starter panel layout showing exact mounting heights shall be submitted to the Engineer for approval. B. Finish: Metal parts to be given thorough rust resistant treatment. C. Complete with internal power and control wires including terminations for external connections. Phase sequencing shall have proper identification and control wires shall have suitable markings at terminations. D. Nameplates 1. Externally visible, permanent nameplates shall be provided to identify each instrument, switch, indicating light, etc. Equipment and tenninal blocks shall be suitably identified. This shall include items on the back side of doors and panel mounted items. Nameplates shall be black with white lettering and attached with stainless steel screws. 2. Equipment nameplates and designations shall be 2 in, by 5 in. minimum, not less than 1/16 in. thick, engraved laminated plastic fastened with stainless steel screws. Nameplates shall be 1 in. white lettering on black background, and shall indicate equipment designations as shown on the drawings. 3. Provide legend plates or 1 in, by 3 in. engraved nameplates with %4 in. lettering for identification of all pilot devices and metcrs. Legend nameplates shall be secured with stainless steel screws. 4, Provide permanent warning signs as follows: a. "DANGER— HIGH VOLTAGE— KEEP OUT" on all enclosure doors. b, "WARNING — HAZARD OF ELECTRIC SHOCK— DISCONNECT POWER BEFORE OPENING OR WORKING ON THIS UNIT" 2.04 MAIN CONTACTORS A. Inline (main) contactor and a run contactor shall be provided. 1. FuLI NEMA rated (IEC rated contactors shall not be accepted) 2. Current rating: manufacturer standard for horsepower rating 3. Voltage rating: Up to 480 VAC. 4. The main and/or run contactor shall be sequenced by the Starter manufacturer for proper operation of the solid-state starter. 5. The run contactor shall bypass the SCRs after starting and while the starter is in the run (full voltage) mode. 2.05 CONSTRUCTION A. Power Fuses crry oC L.oR"r woRTll Backup Power and Electrical Improvements at (tour Pump Stations UTY PROM= NUMBER: 103410-2 26291116-7 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 7 of 14 1. Current limiting type rated 65KAlC symmetrical at max. 600V. 2. Fuse size shall be manufacturer's standard 3. Fuses shall be vertically mounted in the front of the enclosure for ease of inspection and removal without special tools. 4. Provide blown fuse indication. 5. Power fuse holders shall be part of starter assembly 2.06 CONTROL DEVICES A. All relays, pushbuttons, etc. shall be housed in a separate 20" auxiliary equipment enclosure that shall be a part of the soft starter enclosure B. Control Power Transformer 1. Provide an appropriately rated internal 48OV-120VAC step-down transformer. 2. Supply two fuses on primary and one fuse on secondary side with one leg grounded. C. Control Wiring: minimum 14 GA stranded, rated for 600 V . D. All wiring shall be identified with wiring markers with alphanumeric characters. The identification of each wire shall be the same as that shown on the electrical schematic. Each wire shall be so identified at each end. Each end of every wire shall be provided with a heat shrinkable or equivalent sleeve -type wire marker -labeled in accordance with the electrical schematic. Use of adhesive and clip -on type markers is prohibited. E. IEC or dual IEC/NEMA rated equipment shall not be acceptable. All relays and pushbuttons shall be NEMA rated, heavy duty type. F. TERMINAL STRIPS: NEMA Rated for 600 V, suitable for contractor termination of up to 10 GA wire. Provide minimum 25% spare terminals on terminal strip for customer's use. Stacking (two -high) terminal blocks is not acceptable. G. INSTRUMENT CURRENT TRANSFORMERS: Each instrument current transformer shall be indoor wound type, meter class. Insulation shall be equal to that necessary to meet the requirements of the IEEE standards. At normal rated amperes, under usual service conditions, no part of the transformer shall exceed the heating limits specified in the IEEE standards. Each current transformer shall be capable of carrying continuously, its rated primary amperes, under conditions of accidental open secondary circuit, without damage to the primary insulation. Accuracy shall have ANSI accuracy classification C400. H. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Allen- Bradley Bulletin 700 Type PK, Square D Class 8501 Type X, or approved equal. Relays shall have the capability of having contact decks added in the field. Contacts shall be field convertible to normally open or normally closed. Coils and contacts shall each be replaceable without replacing any other part of the relay. Where control relays are indicated on the Plans, industrial control relays shall be furnished whether the relay coil is operated with 120 VAC or 24 VDC. General purpose "plug-in" type relays are not be acceptable. 1. TIMING RELAYS: Solid state. Ranges shall be as shown on the Plans. The timing relays shall have both normally open and normally closed contacts by having two sets of form C contacts. Timing relays where shown on the Plans shall be Square D, Class 9050 Type JCK60, or Allen-Bradley Type 700-FS time delay relay, or approved equal model for operation on the control voltage of the equipment it is used in. Timing relay shall be provided with restraining strap. Terminal shall be front -mounted and readily accessible. CITY OF FORT WORTU Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUIVrRM 103,1,10 26 29 13.16 - 8 STANDALONE LOW -VOLTAGE SOLD STATE STARTERS Rage 8 of 14 J. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30.5 mm); Square D Class 9001. or approved equal. Pilot lights shall be push to test (LED type) and shall be Square D SK or approved equal. K. ELAPSED TIME METER: The meter shall be of a non -reset type, for totalizing of hours and shall operate on 120 VAC, 60 Hertz. Starter shall be provided with an elapsed time meter; Yokogawa Model 240731AAAE, 3 '/z" New Big Look type elapsed time meter, or approval equal. Digital time meters are not acceptable. L. Soft Starter manufacturer shall verify with motor manufacturer that the contact from the soft starter for energizing the motor space heater is properly sized to handle the motor space heater load. The manufacturer shall coordinate the space heater wattage with the motor manufacturer. 2. RTD MODULES: A RTD module/modules shall be installed in the soft starter that shall accept 100-ohm platinum motor bearing and stator winding RTDs. There will be a total of eight stator winding RTDs (two per phase), and two motor bearing RTDS, a. Each RTD module shall be suitable for semi -flush panel mounting. b. Each RTD module shall include functional controls and displays located on the front of the unit including input keys for Program, Set, Enter, Reset, Up, Down, Display Mode and Test. The module shall also include a LED display for each RTD connected to indicate if the temperature is below the alarm set point, has exceeded the alarm set point, or has exceeded the trip point. c. The display shall have the capability to automatically scan thru the actual temperature of all the RTDs that are connected to the module and also have the ability to display the temperature of the hottest RTD connected. The RTD module shall also have the capability for an operator to manually scroll thru and view the temperature of each RTD by pressing the UP and DOWN keys. d. Input power to the RTD module shall be 120VAC. e. The RTD module shall include a minimum of four output relays for Trip and Alarm. Each trip and alarm relays shall be independently programmable for fail-safe operation. Additionally, the RTD module shall include a 4-20rmA output for the continuous temperature reading of the hottest RTD for each module. f. Each RTD channel shall be programmable with trip and alarm set points that are independent of other RTD channels. The RTDs channels shall be as follows: 1) RTD Module No.1 a) Channel 1: Winding RTD 1 for Phase A b) Channel 2: Winding RTD 2 for Phase A c) Channel 3: Winding RTD 1 for Phase B d) Channel 4: Winding RTD 2 for Phase B e) Channel 5: Winding RTD 1 for Phase C f) Channel 6: Winding RTD 2 for Phase C g) Channel 7: Motor Bearing RTD 1 h) Channel 8: Motor Bearing RTD 2 g. The RTD module shall model NT-538AD as manufactured by Springer Controls Company/`I'ecSystems or approved equal. CITY OF FORT WORTII Crackup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMMR: 103410-2 262913.10-9 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 9 of 14 2.07 SOLTD STATE STARTER LOGIC CONTROL A. Starter shall be fully microprocessor controlled and operated. At a minimum, the logic control shall include the following: 1. Basic motor control algorithm shall provide the following operation via a real time control method that dynamically determines motor efficiency in order to provide "true" torque control of the motor. 2. Provide a door mounted Display & User Interface Module with the following functions: a. Backlit LCD- 2 Lines, lb Characters b. Tactile Feedback Buttons c. Pass Code Protection d. Battery Backup of Starter Parameters & Diagnostics e. Built in Start/Stop Pushbuttons f. Status Indication via LCD Display and LED's g. Scrolling Menu/Parameters h. Discrete Enter Command Button i. Meter Mode Display j. Selectable Meter Mode Scroll Rate k. Main Display Hot Key B. The door of each unit shall include the door mounted components (as shown on the control schematic) arranged in a logical manner, subject to the Owner/Engineer's approval. C. The following door mounted pushbuttons, control switches and indicating lights shall be supplied: 1. Emergency Stop pushbutton (push/pull type) 2. Hand -Off -Auto selector switch 3. Start Pushbutton 4. Stop Pushbutton 5. Reset pushbutton (valve failure) 6. Amber push -to -test indicating light (valve failure) 7. Amber push -to -test indicating light (SSRVS fault) 8. White push -to -test indicating light (pump ready) 9. Red push -to -test indicating light (pump run) 10. Green push -to -test indicating light (pump stop) 11. Red push -to -test indicating light (valve closed) 12. Green push -to -test indicating light (valve open) 13. White indicating light (power on) D. Programmable Motor Control Functions 1. Motor Starting/Running a. Programmable Torque Ramp b. Ramp to Limit c. Full Voltage Start d. Initial Torque Limit (1-50%) c. Start Ramp Time (0-120 Seel f. Maximum Torque (50-100%) g. Dual K ick Start (0.1- l 0 Seconds) CrrY ON FORT WORTH Backup Power and Electrical Impraveinents at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 29 13.16 - 10 STANDALONE LOW -VOLTAGE SOLID STATE, STARTERS Page 10 of 14 h. Dual Ramps i. Programmable 1-1200 Amps j. Motor Service Factor (1.0, 1.15, or 1.25) 2. interlocking/Logic a. Restart Block -Backspin Timer b. Overload Lockout c. General Fault Digital Relay Output d. Assignable Digital Relay Outputs (2) e. Up to Speed Indication/Contact f. Preassigned Digital Inputs (7) g. User Selectable number of Auto Restarts 3. Maintenance a. Emergency Restart After Fault Lockout b. Selectable CT Ratios c. Current Limited Jog E. Programmable Motor Protection Functions 1. Motor/Machine Faults a, Electronic Overload b. Selectable Overload Curves, Class 10/20/30 c, Overload Reset d. Overload Warning e. Acceleration Time f. Instantaneous Overcurrent g. Mechanical Jam/Electronic Shearpin (Selectable Trip or Warning) h. Motor Thermal Capacity Protection 1. Undercurrent Alarm (Selectable Trip or Warning) j. Time Between Restarts k. Trip Reset Protection 1. Machine Ground Fault Protection (Selectable Trip or Warming) 2. Electrical System. Faults a. Undercurrent Protection b. Current Unbalance (10-40%) c. Undervolt Protection (10-30%) d. OvervoIt Protection (10-30%) e. Phase Reversal Protection f. Underfrequency Protection g. Overfrequency Protection h. Overload Alarm i. Ground Overcurrent Protection F. Diagnostics Functions 1. Alpha/Numeric Fault Display 2. Revolving 99 Most Recent Events 3, Start/Stop Recorder 4. Date & Time Stamped Events 5. Motor Thermal % Capacity Display CITY OF FORT WORTH Backup Power and Electical Improvemenfa at Four Pump Stations CITY PROk CT NUMMR: 1113410-2 26 29 13.16 - 11 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 11 of 14 6. Starter Status Indication 7. Pre -Start: Pending Fault Indication 8. Pre -Start: Phase Rotation Indication 9. Shorted SCR Detection 10. LED Indication SCR Status 11. Full Screen Meter Mode G. Metering Functions 1. Standard Meter Displays: a. Scrolling Current b. Average Current c. Current, L 1 d. Current, L2 e. Current L3 f. Scrolling Voltage g. Average Voltage h. Voltage, Ll i. Voltage, L2 j. Voltage, L3 k. Line Frequency (50-60Hz) I. % Overload m. Elapsed Time Meter n. Elapsed HourX100 Meter o. Kilowatts p. Kilowatt Hours q. Megawatt Hours r. KVAR s. KVA t. Ground Fault Current u. Starts Counter v. Percent Current Imbalance H. Programmable Relay Outputs l . Programmable Relay Outputs a. Run b. Starter Ready c. Voltage Trip d. The manufacturer shall be required to have a contact from the Low Voltage Solid State Starter that closes when the by-pass contactor is closed. 2. Output relay contacts shall berated 5 Amps inductive and 10 Amps resistive. I. Control functions such as start, stop, alarm, and status functions shall be transmitted as discrete I/O to the HSQ Control Panel (provided by others). The soft -starter shall be capable of communicating setup parameters for 4 diagnostics, trending information, and diagnostic log down loading over an Ethernet TCP/IP data highway to the station HSQ. J. All 1/0, discrete, analog and Ethernet signals shall be wired to terminal blocks and labeled for customer's use. K. Industrial Ethernet Switch CITY Of PORT WORTH Backup Power and Electrical lmproveinents at Four Pump Stations CITY PROJECT NUMBER: 10341 U-2 26 29 13.16 - 12 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 12 of 14 Ethernet switch shall be (4) 10/100 POE+ ports, (2) 10/100 ports, and (2) 100FX/100013ase- X SFP ports by Extreme Networks, no approved equal. a. Performance 1) Full Wire Speed Layer 2 Switching 2) All PoE ports TEEE 802.3af and 802.3at compliant and support up to 30W concurrently 3) Dual DC power input and reverse power protection 4) -40°C to +75°C operating temperature b. Form Factor 1) DIN Rail or Wall Mountable 2) Rugged 1P30 Enclosure 3.00 EXECUTION 3.01 GENERAL A. The Manufacturer's Representative has responsibilities in the installation and field testing of the equipment as described in this Section. Installation of equipment shall be performed by the Construction Contractor who shall be required to assemble the equipment, if required, and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the vendor or manufacturer, and the installation drawings for this project. 1. The Construction Contractor shall furnish all labor, tools, equipment and machinery necessary to receive, inspect, unload, store, protect, and install completely, in proper operating condition, the equipment. Contractor shall protect and store the Switchboard indoors, as recommended by the manufacturer and as described in section 1.05. They shall also furnish such incidental items not supplied with the equipment, but which may or may not be described in the Plans and Specifications, for complete installation, such as wiring, conduit, ducts, anchors and other appurtenances as necessary. B. The Contractor shall schedule the service of the manufacturer to assist in the installation, adjustment, and acceptance test of the equipment_ 3.02 TESTING A. All incoming material shall be inspected and/or tested for conformance to quality assurance specifications. B. Power semiconductors shall be fully tested for proper electrical characteristics, including dv/dt and di/dt. C. All subassemblies shall be inspected and/or tested for confonnance to quality assurance specifications. D. Each completed unit shall be functionally load tested prior to shipment to assure conformance to the specifications. E. Prepare for acceptance tests as follows: 1. Test insulation resistance for each enclosed controller element, bus, component, connecting supply, fecdor, and control circuit. 2, Test continuity of each circuit. F. Manufacturer's Field Service: Engage a factory -authorized service representative to perform the following. Perform the following field tests and inspections and prepare test reports. CITY OF f:ORC WOR7'l I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NU?V BER: 103410.2 26 29 13.16 - 13 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 13 of 14 1. Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Assist in field testing of equipment (including pretesting and adjusting of solid-state controllers). 3. Report results in writing. 4. Perform each visual and mechanical inspection, except optional tests, stated in NETA ATS. Certify compliance with test parameters. S. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3.03 STARTUP A. Startup procedures, testing and troubleshooting of the starter shall be performed under the supervision of the manufacturer's representative. Energization of the starter shall not be permitted without the manufacturer's representative or Engineer's permission. B. Testing, checkout and start-up of the starter equipment shall be performed under the technical direction of the manufacturer's service engineer from the factory. Under no circumstances are any portions of the starter system to be energized without authorization from the manufacturer's representative. 1. A copy of all tests and checks performed in the field, complete with meter readings and recordings, where applicable, shall be submitted to the Engineer and Owner as an official submittal. C. The tests shall be witnessed by the Owner and Engineer. Provide at least two (2) weeks notice to the Owner and Engineer prior to conducting these tests. Final acceptance of the starter installation will not be considered until the Owner and Engineer have witnessed the test described above and a formal written report has been submitted and approved by the Engineer. D. The starter manufacturer or manufacturer representative shall submit a written Equipment Installation Report certifying the equipment is properly installed and has been operated under all operating conditions and is operating under all operating conditions and is operating satisfactorily per the requirements of the specification. E. Provide for the Engineer's review a complete list of test procedures, standards, equipment and calibration reports of the measuring and testing equipment used. F. Any deficiencies with regard to these specifications shall be corrected by the manufacturer at no expense to the Owner. Prior to any corrective action, a plan of correction shall be submitted to the Engineer for approval. G. Adjust the calibration of protective relays according to the relay coordination study (provided by others) and test the settings. Prepare a card index for the relays, the settings, the test results and marked thereon, and submit to the Owner. H. Time spent on the job by the service representative shall be adequate for performing the above functions. 1. All costs (travel expenses, testing equipment, etc.) required for testing, start-up and field tests shall be the responsibility of the equipment manufacturer{Contractor. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 29 13.16 - 14 STANDALONE LOW -VOLTAGE SOLID STATE STARTERS Page 14 of 14 3.04 TRAINING A. The Contractor shall provide a training session for the Owner's representatives for (2) 8 hours sessions at the jobsite or other office location chosen by the Owner. The one day, eight hour training session shall be broken up into two segments each of 4-hours with a 15 minute break every two hours. Lunch break will be one hour. Training session shall be scheduled and coordinated with the Owner. B. Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included in the starter units, for a period of not less than one (1) eight (8) hour day. C. Training session shall be conducted by starter manufacturer personnel. D. A training outline and manual of training course material shall be provided to the Owner two weeks in advance of the course. Training shall be for four members of the Owner's staff. E. Training shall include theory of operation, application and trouble shooting of the motor protection relay and the solid state starter. Provide three-ring binders to participants complete with copies of drawings and other course material covered. F. All costs (travel expenses, testing equipment, etc.) required for the training shall be the responsibility of the equipment manufacturer/contractor. 3.05 WARRANTY A. Manufacturer shall warrant the equipment furnished under this specification for a period of two (2) years against defects in materials and workmanship and operational failure. B. In the event of failure of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish, deliver and install the defective part or parts at their own expense. C. The first 2 years of service shall be interpreted as the 24-month period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or 3 0 months after delivery, whichever occurs first. 3.06 SPARE PARTS A. A complete set of Spare Parts shall be provided at no extra cost to the Owner. Spare parts shall include, but not be limited to: 1. One of each type and size of control fuse 2. Three of each type and size of power fuses 3. One complete spare Power Cell of each type and size used 4. Two of each type of panel lamp 5. One spare relay and timer of each type >1JND-CIS 01E C11ION CITY OF FORT wORTFI Backup Power and Electrical Improvements al Four Pvnnp Stations CITY PROJECT NUMBER: 103410-2 262923-1 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 1 of 17 26 29 23 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDS) PART1- GENERAL 1.1 SCOPE OF WORK A.Furnish and install separately enclosed low voltage adjustable frequency drives, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. The terms, VFD, ASD. AFD and Inverter are used synonymously. B.All equipment supplied under this Section of the Specifications shall be products of the same Manufacturer and shall be contained in one single submittal. Partial submittals will be returned unreviewed. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph herein. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. C. Equipment specified in the Process Equipment Division and supplied as an integral part of a process equipment manufacturer's package, but referred to this Section for component details, shall be submitted with the manufacturer's package submittal under the Process Equipment Sections. D.The minimum requirements for functionality, and control and alarm inputs and outputs, are specified herein. Additional requirements shall be as specified in the Process Equipment Division, Instrumentation Division Equipment, Mechanical Division Equipment and the Contract Drawings. E. Coordinate the VFD and the motor it drives and provide a certification that the VFD is suitable for the application. 1.2 RELATED WORK A.Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical coordination requirements. 1.3 SUBMITTALS A.Subnuttals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets- will cause- the submittal to be rejected and returned for revision. B.All shop drawing submittals and all 0&M submittals shall be submitted in accordance with the requirements listed in Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review City of Fort Worth Backup Power and Electrical Improvements at Four Pump stations City Project Numbor: 103410-2 26 29 23 - 2 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 2 of 17 D.Submittals shall be made in accordance with the requirements of the process equipment division of these Specifications, and as specified herein. E. The original equipment manufacturer, (OENI) shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. F. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Qualifications and Preliminary Study submittals required in the Power System Study specified under Section 26 05 73. Submittals made prior to such approval will be returned unreviewed. C.Provide field investigation to obtain the following information of existing equipment connected to new equipment either as a feeder or a load: 1. Short circuit ratings of existing equipment 2. Time -current curves and the current settings for existing relays including CT ratios. 3. Time -current curves and amperage for non-adjustable breakers, 4. Time -current curves and the current settings for circuit breakers 5. Time -current curves and amperage for existing fuses 6. Submit this information to the Engineer prior to submitting equipment required under this specification. H.Time-current coordination curves for protective device relays, circuit breakers, and fuses submitted shall be included as a part of these submittals. 1. Submit for approval, a manufacturer's conducted training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. Shop Drawings and Product Data. J. The following information shall be submitted to the Engineer: 1. Product data sheets and catalog numbers for all components of the drives, including motor contactors, drive components, control relays, control stations, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on the each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 2. Provide drive performance specifications. Submit a manufacturer's harmonics test on each type of drive being furnished. The test may be on a similar unit with identical components. 3. Provide control systems engineering to produce custom unit elementary drawings showing inter -wiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" shall not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 4. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc. 5. Schematic diagram, including manufacturer's selections of component ratings, and CT and PT ratios. 6. Nameplate schedule 7, UL Listing of the completed assembly City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 202923-3 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 3 of 17 8. Component list with detailed component information, including original manufacturer's part number. 9. Conduit entry/exit locations 10. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current d. Trip curves for each specified product e. Major component ratings including: f. Voltage g. Continuous current h. Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 12. Floor mat. The manufacturer of the specified equipment may not manufacturer or provide floor mats. However, the inclusion of the floor mats in this submittal is mandatory and shall be included in the submittal, or it will be considered incomplete and will be returned for revision and resubmittal. 13. Instruction and renewal parts books. K.Certification that the VFD being supplied is suitable for the application. L. Factory Tests. Submittals shall be made for factory tests specified herein. M. Field Test Reports. Submittals shall be made for held tests specified herein. N.Operation and Maintenance Manuals. I . Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. 1.4 REFERENCE CODES AND STANDARDS A.All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard ICS 2 -- 2000 Industrial Control and Systems 2. NFPA 70 — National Electrical Code (NEC) 3. NFPA 70E —Standard for Electrical Safety in the Workplace 4. IEEE 519 (latest revision) -Guide for Harmonic Control and Reactive Compensation of static Power Converters 5. UL 489 — Standard for Safety for Molded -Case Circuit Breakers 6. UL 508C —Power Conversion Equipment 7. NEMA ICS 2 — Starters, Contactors, Ovuload Relays, Rated Not More Than 200 Volts AC or 750 Volts DC. 8. NEMA ICS 6 — Industrial Control and Systems Enclosures 9. NEMA ICS 7A —Industrial Controls & Systems for VFD 10. IEC 61200-2 Vibration Levels 11. IEC 61800-02 and -3 — Adjustable Speed Electrical Power Drive Systems City of Fort Worth Backup Powcr and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 26 29 23 - 4 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 4 of 17 a. Fulfill all EMC immunity requirements 12. EN 50082-1 and -2 — Test Standards B.fn the case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. C.AII equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A.The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B.The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" will not be acceptable. C.AII components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D.Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable, E.For the equipment specified herein, the manufacturer shall be ISO 900I 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A.Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsitc factory work, or failed factory tests will not be permitted. B.Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment and shall be made available to the Contractor and Owner/Engineer. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D.Equipment shall be installed in its permanent finished location shown on the Drawings within seven calendar days of arriving onsite. If the equipment cannot be installed within seven calendar days, the equipment shall not be delivered to the site, but stored offsite until such time that the site is ready for permanent installation of the equipment with no change in the Contract Price or Schedule. Payment will not be approved for equipment stored off site. E. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. City of Fort Worth Backup Power and Electrical improvements at Four Pump Stations City Project Number: 103410-2 26 29 23 -5 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VI -Ds) Page 5 of 17 1.7 WARRANTY A.Provide warrantees, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART2- PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. ABB 2. Danfoss 3. Eaton 4. Rockwell Automation/Allen-Bradley 5. Schneider/5quare-D 6. Siemens 7. No equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. All equipment furnished under this Section shall be of the same manufacturer, 2.2 RATINGS A.Service Conditions The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. a. Provide the VFD, auxiliary components and equipment where shown or specified, and matched to the motors and control equipment supplied, in compliance with the NEC. Refer to the mechanical specifications and approved shop drawings for actual motor horsepower and rated motor full load current and provide VFDs rated for the driven equipment provided. b. Provide all required changes necessary to accommodate the motors and controls submitted and approved, which may include but not be limited to the following: 1) VFD size 2) Control power transformer 3) Raceway sizes 4) Pouter conductor sizes 5) Controls including relays, switches, pushbuttons and indicator lights 6) Control conductors 2. Provide the service voltage as shown on the Drawings. 3. The overall short circuit withstand and interrupting rating of the VFD and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the adjustable frequency drives. City of Fort Worth Backup Power and Electrical Improvements at Four Pwnp Stations City Project Number: 103410-2 26 29 23 - 6 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 6 of 17 4. Adjustable frequency drives shall be tested, and UL labeled for the specified short circuit duty in combination with the motor branch circuit protective device. 5. The drive shall be UL tested UL listed and not require external fuses. The drive shall also be CE labeled and comply with standards EN 61800-3 for EMC compliance and EN 61800- 2 for low voltage compliance. 6. The drive shall be capable of operating in compliance with IEEE 519-1992. 7. Input power: Selectable for 200-240 or 380-480 VAC, 3-phase power input. 8. Input frequency: 57 to 63 Hz. 9. Ambient temperature: -10°C to 50°C (Enclosed). 10. Elevation: Up to 3300 feet above mean sea level. 11. Relative humidity: Up to 90% non -condensing. B. Coordinate with the mechanical equipment supplier and the approved shop drawings to determine the motor horsepower and rated motor input current to determine the required rating of the VFD provided. C. VFD sizing requirements. 1. increase the VFD size to the next larger rated output size above that required for the full load input current of the motor provided. 2. Provide VFDs, for both variable torque and constant torque applications as shown on the Drawings. 3. The size increase required above is in addition to an increase in size due to an increased ambient temperature as specified below. 4. Provide the following size increases: a. Temperature ratings: 1) VFD installed in non-airconditioned spaces: a) Provide VFDs installed m indoor non -air-conditioned spaces or installed outdoors rated to provide 100 percent of their rated full load output current in a 50 degree C ambient. b) This increase in the ambient temperature requires an additional increase in size above that which is specified above. b. Load ratings: 1) Normal Duty/Variable Torque Load: a) 100% rated current continuous, suitable for operation of the driven equipment over a 30:1 speed range without overloading or low speed togging. b) I 10% for I minute, every 10 minutes c) Starting torque shall be matched to the load. d) This is a base rating and no increase in size required above that increase which is specified above. 2) Heavy Duty/Constant Torque Load e) Provide the same requirements as specified above for normal load duty and additionally the requirements listed below. f) 150% for 1 minute, every 10 minutes g) This increase in the load requires an additional increase in size above that which is specified above_ City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 262923-7 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 7 of 17 D.Rated output voltage shall be programmable for motor ratings from 180 to 240 volts, or from 320 to 480 volts. E. The Drive shall be able to operate after a voltage dip below 175 VAC on 230 VAC input power and 310 VAC on 460 VAC input power for 15 milliseconds at 85% full load current without any disturbances in output power delivered to the load. F. The VFD output voltage shall vary with frequency to maintain a constant volts/hertz ratio up to base speed (60 hertz) output. Constant or linear voltage output shall be supplied at frequencies greater than base speed (60 hertz). G.The VFD shall have an efficiency at full load and speed that exceeds 95% for VFDs below 15 HP and 97% for drives 15 HP and above. The efficiency shall exceed 90% at 50% speed and load. H,The true power factor shall be 0.95 or better at any speed, measured at drive input terminals. I. The voltage regulation shall be plus or minus I% of rated value, no load to full load. J. Output Frequency Drift shall be not more than plus or minus 0.5% from setpoint. K.VFDs shall withstand five cycle transient voltage dips of up to 15% of rated voltage without an undervoltage trip or fault shutdown, while operating a variable torque load. L. Line notching, transients, and harmonics on the incoming line shall not affect drive performance. M. The VFDs shall meet IEC 61200-2 for vibration levels. N.The VFDs shall be able to withstand voltage variations of -15% to +10% and unbalance up to 3% without tripping or affecting drive performance. O.For additional requirements and construction notes, refer to the Drawings. 2.3 CONSTRUCTION A.General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Control units shall be arranged as shown on the Drawings. 3. Surge Protective Devices a. Provide a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection (Type 3). 4. Nameplates a. External 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2", or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. 2) Provide a master narneplate that indicates equipment ratings, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear panel and inside the assembly, visible when the rear panel is removed. 3) Provide permanent warning signs as follows: City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 26 29 23 - 8 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 8 of 17 h) "Danger- High Voltage- Keep Out" on all doors. i) "Warning- Hazard of Electric Shock - Disconnect Power Before Opening or Working on This Unit" on main power disconnect. b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/13, anodized aluminum, or reinforced plastic. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push -to -test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN. 3) Amber for PAIL. 4) Blue for READY 5) White for POWER ON. c. Mode selector switches (HAND -OFF -AUTO, LOCAL -OFF -REMOTE, etc.) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP, Valve OPEN, Breaker OPEN and mushroom Red for EMERGENCY STOP. 2) Green for START, Valve CLOSE and Breaker CLOSE. 31 Black for RESET. c. Furnish nanrgAates-for each device. All nameplates shall be Iaminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. f. The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub -suppliers. g. Control and Instrument Power Transformers 1) Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus 25% spare capacity. Provide a load calculation showing that the sizing of the control power transformer complies with this requirement. 2) Control power transformers shall be 120 volts grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. City of Fort worth Backup Power and Filectrical Improvements at Four Pump Stations City Project Number: 103410-2 262923-9 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 9 of 17 6. Provide a failure alarm with horn and beacon light with Silence and Reset buttons where shown or specified. Alarm horn and beacon shall be by Federal Signal; Crouse -Hinds, or equal, NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 7 cast aluminum. 7. Provide a six -digit, non-resettable elapsed time meter shall be installed on the face of each motor starter where shown or specified. 8. Provide an HMCP or thermal magnetic circuit breaker to provide a disconnect means. VFDs above 75EP shall have a solid-state circuit breaker. Disconnecting means shall have a through the door lockable handle, mechanically interlocked with the enclosure door. The disconnect shall not be mounted on the door, The handle position shall indicate ON, OFF, and TRIPPED condition. The handle shall have provisions for padlocking in the OFF position with at least three (3) padlocks. Interlocks shall prevent unauthorized opening or closing of the VFD door with the disconnect handle in the ON position. Door handle interlock shall be defeatable only by qualified maintenance personnel. 9. Provide an application specific, Hand -Off -Remote and Auto -Manual selector switches for local and remote Auto -Manual operation, provisions to accept a remote dry contact closure to start and stop the drive with the drive control system in the AUTO mode, provisions to accept a 4-20 mA de input signal for remote speed control, and other input, output, and communications interfaces as shown on the Drawings. Inputs shall be isolated at the drive and active with the drive control system in the AUTO mode. 10. Provide microprocessor based controsl with an LED and LCD display to monitor operating conditions. The display section shall allow for local operation and setting of function codes and display fault indication and reasons associated with the fault. The LED display shall offer nine different display settings and the LCD shall have the capacity to display five lines of information at a time. The keypad shall be capable of copying, uploading and downloading drive function codes. Displays and settings shall be as specified for each of the horsepower ranges of VFDs. I I. Provide a motor over -current relay, or other protective or monitoring relays, as specified herein, to provide information to the Owner's PMCS based HMI system. 12. Provide an AC output contactor to provide a means for positive disconnection of the drive output from the motor terminals. B.Enclosures 1. General a. Enclosures shall meet all the requirements listed here in and those requirements of Section 26 05 33 Raceways Boxes Enclosures and Fittings. b. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. c. All free-standing enclosures shalt be provided with feet of the same construction as the enclosure. d. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. e. Back panel shall be tapped to accept all mounting screws. Self tapping screws shall not be used to mount any components. f. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. g. Each enclosure shall be provided with a doculncntation pocket on the inner door. h. Enclosures shall not have holes or knockouts. City of Fort Worth Backup Power and Electrical Improvements at Four Pump stations City Project Numher: 103410-2 262923-10 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 10 of 17 i. Provide manufacturer's window kits where shown on the Drawings. j. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. k. All enclosures shall be pad lockable. 2. NEMA 12 a. NEMA 12 Aluminum 1) Type 5052 aluminum, body, and door 2) Stainless steel continuous hinge 3) Foam in -place gasket 4) Single point quarter turn latches (20"x24" and below). All others 3-point latch 3. NEMA I or NEMA IA boxes shall not be used. 4. Malleable iron boxes shalt not be used. C.Cooling Fans I. Provide fans as required to provide air circulation and cooling. The fan shall be controlled by a thermostat and shall operate only when the drive is "ON" and for a cool -down period after the drive has stopped. Otherwise, the fan shall not run when the drive is "OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washable. 2. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball hearing, three phase fan motors with 10-year design life shall be used in the drive design. Plastic muffin fans are not acceptable. Fan power shall be obtained from a tap on the main control power transformer. 3. A "loss of cooling" fault shall be furnished. In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, shut down safely without electronic component failure. 4. Redundant fans shall be provided in the drive design as backup in the event of fan failure. D.Internal Wiring 1. Wiring: Tinned stranded copper, minimum size No. 14 AWG, with 600 Volt, 90-degree C, flame retardant, Type MTW thermoplastic insulation, NEMA Class 11, Type B wiring. Line side, power wiring shall be sized for the furl rating or frame size of the connected device. 2. Identification: Numbered sleeve type wire markers at each termination point, color coding per NEMA standards and the NEC. Foreign voltage control wiring shall be yellow. 3. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non -smearing, solvent -resistant type like Raychem TMS-SCE, or equal. 4. All wiring shall be neatly bundled with ty-raps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. E. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. City of Fort Worth Backup Power and Electrical improvements at Four Pump Stations City Project Number; 103410-2 26 29 23 - 1 l LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 11 of 17 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 like Raychem TMS-SCE, or equal 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top.if shown on the Drawings. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. F. Control Relays Provide 300-volt, industrial rated, plug-in socket type, control relays housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 amperes resistive, 1/4 HP at 120 VAC, operating temperature -10 to -1-55°C. Provide spare N.O. & N.C. contacts. Relays shall be equipped with neon coil indicator light. Timing relays shall be 300 Volt, solid state type, with rotary switch to select the timing range. All relays provided in the equipment shall be NEMA rated. IEC rated relays are not acceptable. 2.4 ADJUSTABLE FREQUENCY DRIVES (VFDS) FOR MOTORS LARGER THAN 60 HP A.General 1. Provide a minimum 18-pulse, IGBT based sinusoidal PWM type AC Drive capable of operating a squirrel cage induction motor with a full load current equal to or less than the continuous output of the Drive. Incorporate a phase shift transformer and a minimum 18 pulse converter. Regulator technology shall be software configurable to either V/Hz (single or multi motor) mode or Sensorless Dynamic Torque Vector mode (single motor). Full, closed loop flux vector control shall be available for constant torque applications. In V/Hz mode at base speed (60 hertz) and below, the Drive shall operate in constant volts per hertz mode. Above base speed (60 hertz), the Drive may selectively operate in either a constant volt per hertz mode or a constant voltage extended frequency mode. 2. Provide the ability to start into a spinning motor by being able to determine the motor speed in any direction and resume operation without tripping. If the motor is spinning in the reverse direction, start into the motor in the reverse direction, bring the motor to a controlled stop, and then accelerate the motor to the preset speed in the correct direction of rotation. 3. Maintain set frequency regardless of load fluctuations. 4. Provide the ability to operate after a voltage dip below 175 VAC on 230 VAC input power and 310 VAC on 460 VAC input power for 15 milliseconds at 85% full load current without any disturbances in output power delivered to the load. If power exceeds this level, six different modes or active and inactive restart modes shall be available. The decrease in motor speed shall be adjustable in the event of a momentary power outage. 5. Provide a programmable start frequency, adjustable from 0, l to 60 hertz, with a 1 hertz resolution and with a holding time adjustable from 0.1 to 10 seconds. 6. Provide IGBT soft switching and a low noise control power supply system to reduce the noise from the drive. 7. Provide a frequency bias (starting frequency) function programmable from -120 to +120 Hz of maximum frequency, with 0.1 flz resolution. 8. Provide a programmable frequency gain from 0-200%, with 0.1% resolution. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Projcct Number: 103410-2 2E 29 23 - 12 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 12 of 17 9. Provide the capability of motor slowdown or stop by selectable regenerative (to the DC Iink) dynamic braking while following one of the four selectable deceleration ramps and control the braking torque by setting its value from 0, 20 to 150%, 999 (no limit) of the VFD rating. It shall also be capable of changing the rate of deceleration automatically by stopping the braking action long enough to avoid Drive over -voltage trip. 10. Provide the capability to start into a rotating load (forward or reverse) and shall smoothly accelerate or decelerate to the set point without experiencing component damage. 11. Provide the capability to stop by selectable DC injection braking. It shall be adjustable from 0 to 100% braking level and have a programmable starting frequency for DC braking (0.2-60 hertz) and programmable braking time (0.1 to 3 0. 0 seconds). 12. Provide a start Frequency Setting that incorporates a Holding Time at the Frequency Setting, adjustable up to 10 seconds in duration. 13. Provide at Ieast three selectable skip frequencies with programmable band widths, adjustable 0 to 30 Hz, which shall not allow operation at or near mechanical resonance speeds. 14. Provide selectable slip compensation, which shall sense output current and adjust output 15. Provide Droop operation, balancing drooping characteristics to speed and load variations. This function shall be adjustable from —9.9 to 0.0 Hz, 16. Provide a selectable Torque Limiting function for both motoring and braking that shall sense an overload condition and shall reduce frequency and current temporarily until the load reaches acceptable levels. If the overload condition is not settled in the proper amount of time, the Drive shall trip on overload. The Torque Limiting shall be programmable from 20-150% of Drive rated motor torque (30 HP an below) and from 20-150% of Drive rated motor torque (40 HP and above), with 1 % resolution. 17. Provide a selectable electronic inverse time thermal overload function as required by NEC and UL Standard 99 t for an AC Ind -action Motor (Refer to applicablc codes Eor specific installation requirements). The overload shall be programmable from 20 - 135% of the VFD rated current. 18. Provide an over -voltage protection function that operates if supply voltage rises above rated value or by motor's regeneration. 19. Treat short circuits in either the output load or the output module as an over -current. 20. Provide a shutdown on temperature fault if heat sink temperature exceeds approximately I oo°C. 21. Provide output ground fault protection. B.Control and Monitor Interface Provide a graphic back -lit liquid crystal display (LCD) which can be configured to display frequency, current, function code set points, or drive status and fault codes. It shall display lines with characters of text, providing display at a minimum of: a. Monitor b. Operate c. Parameter setup d. Actual parameter values c. Active faults f, Fault history g. LCD adjustments 2. Setups and Adjustments a. Start command from keypad, remote or communications port City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 26 29 23 - 13 LOW VOLTAGE VARIABLE rRFQUENCY DROVES (VPDs) Page 13 of 17 b. Speed command from keypad, remote or communications port c. Motor direction selection d. Maximum and minimum speed limits e_ Acceleration and deceleration times, two settable ranges f. Critical (skip) frequency avoidance g. Torque limit h. Multiple attempt restart function i. Multiple preset speeds adjustment j. Catch a spinning motor start or normal start selection k. Programmable analog output 1. DC brake current magnitude and time m. PID process controller 3. System Interfaces a. Remote manual/auto b. Remote start/stop c. Remote forward/reverse d. Remote preset speeds c. Remote external trip f. Remote fault reset g. Process control speed reference interface, 4-2OmA DC h. Potentiometer and 1-IOVDC speed reference interface i. Programming interface port. C.Outputs — Provide a minimum of two discrete programmable digital outputs, one programmable open collector output, and one programmable analog output shall be provided, with the following available at minimum: 1. Provide programmable relay outputs with one set of Form C contacts for each, selectable with the following available at minimum: a. Fault b. Run c. Ready d. Reversed c. Jogging f. At specd g. Torque Limit Supervision h. Motor rotation direction on of commanded i. Over -temperature 2. Provide programmable open collector output with available 24VDC power supply and selectable with the following available at minimum: a. Fault b. Run c. Ready I Reversed e. Jogging f. At speed g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over -temperature 3. Provide programmable analog output signal, selectable with the following available at minimum: City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number; 103410-2 26 29 23 - 14 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 14 of 17 a. Motor current b. Output frequency c. Frequency reference d. Motor speed e. Motor torque f. Motor power g. Motor voltage h. DC -bus voltage i. All (Analog Input 1) j. AI2 (Analog Input 2) 2.5 REMOTE MONITORING AND CONTROL INTERFACE A.General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as specified in the Instrumentation Divisions. B.Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. C. Equipment frrctiorfs to be directly interfaced to the Plant Control and Monitoring System., shall be designed for operation with an Ethel -net Connection. D.The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request, the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. E. Refer to the Instrumentation Divisions for monitored parameters. F. Communication l . For remote monitoring, one of the following communication capabilities shall be provided: a. One integral 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One media protocol converter, interfacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a. All data shall be available and/or mirrored within the Modbus 4x or "Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple, predictable "comm tests". 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/10013ase-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5-90 percent. Shock capability an the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. The converter shall have DB-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One IAP or approved equal. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Proieet Number: 103410-2 262923.15 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 15 of 17 2.6 SPARE PARTS A.Provide the following spare parts: 1. Three — Control fuses of type used. 2. Three Power fuses of type used. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description, and part number 2.7 ACCESSORIES A.Provide the following accessories: Provide a corrugated non -conducting floor mat and include the floor mat in the submittals for this section. The floor mat shall have the following features. a. Compliance with ANSI/ASTM D-178-01 standards b. Type IT: Made of any elastomer or combination of elastomeric compounds with the following special properties: 1) Ozone Resistant ASTM D178-01 2) Flame Resistant ASTM D 178-01 3) Oil Resistant ASTM D471-97 c. Classification:1 d. Minimum 3/16-inch thick by three feet wide. e. Length: Extending the full length of the switchgear lineup and provided in one piece f. Made from insulating rubber g. Resistant to acid exposure, UV, oil spills, high and low temperatures h. Boasting hydrophobic and fire -retardant characteristics i. Anti-skid patterns on the top and bottom surfaces j. Durable and puncture resistant k. Easily washable with mild detergent I Manufacturers: 1) American Floor Mats 2) DIlVIEX 3) HIC Insulation Universal 4) PAC (Production Automation Corporation) S) No equal 2.8 FACTORY TESTING A.Completely assembled, wired, and adjusted the VFD at the factory and be given the manufacturer's routine shop tests. Provide complete operational testing to insure the workability and reliable operation of the equipment. B.Prior to factory testing, submit confirmation that the manufacturer has checked and verifies that all selections and settings required by the Power System Study Engineer have been performed. C.Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards. D.The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. 1.00 EXECUTION City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 26 29 23 - 16 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 16 of 17 2.9 MANUFACTURER'S REPRESENTATIVE A.Provide the services of a qualified factory -trained manufacturer's field engineer to assist in the installation and start-up of each type of the equipment specified below for a period of not less than two working days, with not less than one working day per VFD. The manufacturer's field engineer shall provide technical direction and assistance in general assembly of the equipment, connections, and adjustments, and testing of the assembly and components contained therein. 2.10 INSTALLL<'R'S QUALIFICATIONS A.Provide an installer who shall be specialized in installing low voltage adjustable frequency drives with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 2.11 EXAMINATION A.Examinc installation area to assure there is enough clearance to install the equipment, B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed on the Drawings except for motor controllers which are to be installed adjacent to an existing unit, Housekeeping pads for these (if used) should match the existing installation. C. Check concrete pads and baseplates for uniformity and level surface. D.Verify that the equipment is ready to install. E. Verify field measurements are as submitted by the manufacturer. 212 INSTALLATION A. Install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 2.13 FIELD QUALITY CONTROL A.Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 2.1.4 FIELD ADJUSTING A.Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B.The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, in accordance with settings designated in a coordinated study of the system as required in Section 26 05 73 Power System Study. All such settings, including the application of are flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. C.Return spare Kirk keys to the Owner after final acceptance of the equipment. City of Fore Worth Backup power and Electrical Improvements at Four Pump Stations City Frojcct Number: 103410-2 26 24 23 - 17 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs) Page 17 of 17 2.15 FIELD TESTING A.Provide the services of the VFD manufacturer's field engineer to perform all electrical field tests recommended by the manufacturer and make all control adjustments required for the individual application of the drive. B. Submit the results of all specified tests to the Engineer/Owner within five business days for approval and for their permanent records. 2.16 CLEANING A.Remove all rubbish and debris from inside and around the motor controllers. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 2.17 EQUIPMENT PROTECTION AND RESTORATION A.Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. 2.18 MANUFACTURER'S CERTIFICATION A.Provide the services of a qualified factory -trained manufacturer's representative who shall certify in writing that the equipment has been installed, adjusted, including all settings designated in the Power System Study, and tested in accordance with the manufacturer's recommendations. BJ?rovide three copies of the manufacturer's representative's certification. 2.19 TRAINING A.Provide manufacturer's services for training of plant personnel in operation and maintenance of the adjustable frequency drives famished under this Section. B.The training for each type of equipment shall be for a period of not less than two eight -hour- days. C. The cost of the training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D.Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION City of Fort Worth Backup PoNmr and Electrical fmprovenirriN at Four Pump Stations City Project Number; 103410-2 SECTION 26 32 13 ENGIN 6 GENERATORS PART1- GENERAL 1.1 RELATED DOCUMENTS 2632 13 - I ENGINE GENERATORS Page I of 31 A.Drawings and general provisions of the Contract, including General and Contract Agreement and Division 01 Specification Sections, apply to this Section. B.This Section includes packaged engine -generator sets for standby power supply with the following features: 1. Battery charger_ 2. Sub -base fuel tank. 3. Engine generator set. 4. Muffler. 5. Outdoor enclosure. 6. Remote annunciator. 7. Remote stop switch. 8. Starting battery. 1.2 DEFINITIONS A.Operational Bandwidth: The total variation from the Iowest to highest value of a parameter over the range of conditions indicated, expressed as a percentage of the nominal value of the parameter. B. Standby Rating: Power output rating equal to the power the generator set delivers continuously under normally varying load factors for the duration of a power outage. C. Steady State Voltage Modulation: The uniform cyclical variation of voltage within the operational bandwidth, expressed in Hertz or cycles per second. 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: A.Pre-and Post -Submittal Meeting 1. Supplier shall include in his bid the cost of attending a one -day pre -submittal meeting and a one -day post -submittal meeting in the City of Fort Worth offices or Freese and Nichols' Fort Worth office — exact location to be determined at a later date. A pre -submittal meeting shall be held before any shop drawings are submitted. A post -submittal meeting shall be held after the Engineer's shop drawing review comments have been submitted. Vendor shall CITY OF FORT woxrti Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2632 13 -2 ENGINE GENERATORS Page 2 of 31 determine the exact number of people attending the meeting per, the specification requireirrent's and cover each person's cost. 2. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. The Generator Supplier shall bring with them a detailed list of the items their submittal will include for review by the Engineer or a draft copy of the actual submittal. 3. As a minimum the following shall attend the meeting: a. General Contractor, b. Electrical Contractor, c. Generator Supplier and Engineer. Representatives from the Generator Supplier shall include: d. The Project Manager who will be responsible for putting together the submittal and who will be responsible for the project at the factory, no exceptions. c. The Project Engineer at the factory who has technical knowledge of the equipment, no exceptions. £ A sales person may attend, but not as a substitute for the Project Manager and/or Project Engineer. B. Product Data: For each type of packaged engine generator indicated. Include rated capacities, operating characteristics, and furnished specialties and accessories. In addition, include the following: 1. Thermal damage curve for generator. 2. Time -current characteristic curves for generator protective device. C. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Dimensioned outline plan and elevation drawings of engine -generator set and other components specified. 2. Wiring Diagrams: Power, signal, and control wiring. 3. Generator sizing analysis. a. Detailed sizing analysis shall clearly identify assumptions made for loads being started/operated by the generator. 1) The maximum voltage drop allowed shall be 15%. 2) The maximum frequency drop allowed shall be 10%. 3) The nominal load on the generator shall not exceed 85% of the rated load capacity. CITY OF PORT' wOR'I'H Backup Power and Electrical Improvements at Pour Pump Stations CITY PRO.1E?CT NUM(3ER: 103410 2 263213-3 ENGINE GENERATORS Page 3 of 31 4) The generator shall be sized to start and run the loads as indicated under Section 2.02. Manufacturer shall certify that the generator will not stall under these conditions. 5) Ambient temperature shall be a minimum of 122 degrees Fahrenheit. 6) Calculations shall be for a Diesel Fuel generator set. b. The generator manufacturer and Contractor shall be responsible for obtaining all information to run the generator sizing analysis, including nameplate rating listed on the motors. The manufacturer/Contractor shall be responsible for obtaining actual load data. The kW rating shown on the plans is anticipated, but shall not be used to determine the actual size of the generator provided for this project 4. Provide a detailed layout of the generator enclosure that shows the location of the low voltage terminal box, generator control panel, lights, receptacles, panelboard, etc. 5. Provide cut sheets for all equipment being provided for -the generator including but not limited to: a. Generator and Enclosure b. Panelboard c. Exhaust Fans and louvers d. Conduits e. Wiring f. Lights g. Switches h. Receptacles i. Batteries and charging system j. Service Platform (reference layout on the contract plans) k. FueI Maintenance System 1. Starters, disconnects, pushbutton, etc. m. Provide a detailed panelboard schedule for the panelboard provided in the generator enclosure. 6. Certified summary of prototype -unit test report. 7. Certified Test Reports: For components and accessories that are equivalent, but not identical, to those tested on prototype unit. 8. Report of factory test on units to be shipped for this Project, showing evidence of compliance with specified requirements. CITY OF FORT WORTH Backup Power and Electrical tinprovements at Pour Pump Stations CITY PROTECT NUMBER: 103410-2 26 32 13 - 4 ENGINE GENERATORS Page 4 of 31 9. Report of sound generation. 10. Report of exhaust emissions showing compliance with applicable regulations. 11. Prior to Shipment: The manufacturer shall provide detailed addresses (memory map) for the software 110 points that are communicated over Ethernet, RS485, etc. that are applicable to this project — this would include but not be limited to the data highways associated with the Generator Controller. Coordinate with OWNER/ENGINEER for the list of 1/0 that will be transmitted over the data highways, the manufacturer shall verify with the Owner if any changes have been made to the lists prior to submitting the memory map. D.Field quality -control test reports. E. Operation and Maintenance Data; For packaged engine generators to include in emergency, operation, and maintenance manuals. In addition, to items specified in Section 0133 04 "Operation and Maintenance Data," include the following: 1. List of tools and replacement items recommended to be stored at Project for ready access. include part and drawing numbers, current unit prices, and source of supply. F. Warranty: Special warranty specified in this Section.. 1.4 QUALITY ASSURANCE A.Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B.Manufacturer Qualifications: A qualified manufacturer. Maintain, within 200 miles of Project site, a service center capable of providing training, parts, and emergency maintenance repairs. C. Source Limitations: Obtain packaged generator sets and auxiliary components through one source from a single manufacturer. D.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with ASME B 15.1. F. Comply with NFPA 37. G.Comply with NFPA 70. H.Comply with NFPA 110 requirements I. Comply with UL 2200. J. Engine Exhaust Emissions: Comply with applicable Federal, State and Local government requirements. K.Comply with UL 1008 L. Comply with ATS Standard. CITY OF FORT WORTH Backup Power and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 263213-5 ENGINE GENERATORS Page 5 of 31 M. Comply with NEMA MG-1 and SG-1 1.5 PROJECT CONDITIONS A.Environmental Conditions: Engine -generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability; 1. Ambient Temperature: 5 to 50 deg C. 2. Relative Humidity: 0 to 95 percent. 3. Altitude: Sea level to 1000 feet. 1.6 FACTORY INSPECTION AND TESTS A.TESTS 1. GENERAL a. Equipment furnished under these specifications shall be subject to inspection during manufacturing by representatives of the Owner who shall be afforded proper facilities for determining compliance with the specifications. b. The Owner may, at his option, elect to have the factory test witnessed by the Owner, or a designated representative of the Owner. If the option is taken to witness the test, then payment will be in accordance with the appropriate item of the Proposal. The costs for a maximum of one representative for the Factory Inspection and Test shall be included in the base bid, if tests are to be witnessed by the Owner or Owner's representative, the manufacturer shall notify the Owner at least 30 days in advance of the dates that tests will be made, so that the Owner can make arrangements for his representative to be present. The cost for the travel, lodging expenses, meals and transportation for Owner/Engineer personnel (two maximum) to witness the factory generator inspections and tests shall also be included in the bid price. The Manufacturer or Vendor will pay for the cost of the representative's (travel lodging, meals and other expenses for the tests, for a maximum of one trip. The manufacturer shall bear all other costs for performing the witnessed test. If a test crust be re -run due to failure in meeting the specified requirements, then the witness expenses for the re -test shall be borne by the manufacturer. d. Witness tests shall be conducted in continental United States. No testing shall be conducted in Mexico nor any other foreign country. e. Testing shall take place at the factory where the generators were assembled and manufactured. f All travel arrangements are subject to approval by the Owner and Engineer. The Equipment Manufacturer shall be responsible for making all travel arrangements. CITY OF VORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 263213-6 ENG.INP. GENERATORS Page 6 of 31 g. Generator manufacturer shall provide to the Engineer a complete list of all tests to be performed on the generator as a formal submittal to the Engineer prior to the generator being tested. h. The Contractor shall notify the Owner/Engineer a minimum of one month in advance of the dates when equipment is scheduled for inspections and tests so that the Owner/Engineer can schedule accordingly. 1) A detailed testing package shall be submitted at bid time listing dates and times of each component of the test with copies of all relevant standards used during the testing. A Manufacturer's technical representative shall be present throughout the testing period to aid the Engineer in performing and verifying all calculations. The technical representative shall be fully versed in the testing methods and calculations and shall be capable of certifying test results. i. The costs to perform the factory inspections and tests shall be included in the bid price. The travel, transportation, and lodging expenses for Owner/Engineer personnel (two maximum) to witness the tests shall also be included in the bid price, j. ff an inspection and/or test must be re -run due to failure in meeting the specified requirements, then the witness labor and travel expenses for the re -test shall be borne by the Manufacturer or Vendor 2. Witnessed factory tests shall include a test and demonstration of all equipment functions, per manufacturer's standard testing procedures. The purpose of the test shall be to verify the functionality, performance and stability of each generator. The test shall include, but not be limited to, a complete operational test demonstrating all controls, inputs, outputs, etc., shown per the plans and specifications. The manufacturer shall submit two weeks in advance of the day that test will be made a detailed testing plan. This plan shall be subject to the Engineer's approval. 3. The generator manufacturer shall provide the actual test data, observations and certification that the tests have been completed prior to shipment to the Engineer for approval B,Factory Testing. The generator set manufacturer shall perform a complete operational test on the generator set prior to shipping from the factory. All testing shall be conducted at the factory. No exceptions. A certified test report shall be provided. All testing shall be performed with calibrated metering. 2. Factory testing may be witnessed by two representatives from the Owner/Engineer. Travel expenses for two attendees shall be the responsibility of the generator manufacturer. 3. Generator set factory tests on the equipment shall be performed at rated load and rated power Factor. Generator sets that have not been factory tested at rated power Factor will not be acceptable. Tests shall include: a. Reactive Load Bank Testing, 20 minutes at 25% load, 20 minutes at 50% load, 20 minutes at 75% load, 4 hours at 100% load. CITY OF FORT WORTFI Backup Power and Bluddral Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 263213-7 ENGINE GENERATORS Page 7 of 31 b. Transient testing, 0-25-0%, 0-50-0%, 0-75-0%, 0-100-0%. c. Standard factory test procedures" maximum power, voltage regulation, transient and steady-state governing, single step load pickup, and function of safety shutdowns. d. Provide a certified copy of the testing report to the Engineer after shipment. 4. Provide sound testing at the Generator Manufacturer's factory with unit operating at full load and no load. Measurements shall be at all points around the enclosure at 5.5 feet above grade to insure compliance with sound levels specified. 1.7 COORDINATION A.Coordinate size and location of concrete bases for package engine generators. Cast anchor -bolt inserts into bases. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of packaged engine generators and associated auxiliary components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. 1.9 MAINTENANCE SERVICE A.Initial Maintenance Service: Beginning at Substantial Completion, provide 12 months' full maintenance by skilled employees of manufacturer's designated service organization. Include quarterly exercising to check for proper starting, load transfer, and running under load. Include routine preventive maintenance as recommended by manufacturer and adjusting as required for proper operation. Provide parts and supplies same as those used in the manufacture and installation of original equipment. 1.10 EXTRA MATERIALS A.Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: One for every 10 of each type and rating, but no fewer than one of each. 2. Indicator Lamps: Two for every six of each type used, but no fewer than two of each. 3. Filters: One set each of lubricating oil, fuel, and combustion -air filters. PART 2 - PRODUCTS A.Acceptable Generator manufacturers: 1. Kohler Power Systems. 2. Caterpillar; Engine Div. 3. Onan/CUmminS Power Generation; Industrial Business Group CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 263213-8 ENGINEGENERATORS Page 8 of 31 4. No approved equal B. Acceptable Enclosure Manufacturer: 1. ACS 2. 3Pl 3. E&CA 4. Wedlake 5. No approved equal 2.2 ENGINE -GENERATOR SET A.Factory-assembled and -tested, engine -generator set. B.Mounting Frame: Maintain alignment of mounted components without depending on concrete foundation; and have lifting attachments. 1. Rigging Diagram: Inscribed on metal plate permanently attached to mounting frame to indicate location and lifting capacity of each lifting attachment and generator -set center of gravity. C. Capacities and Characteristics: 1. Power Output Ratings: minimum of the rating shown in the table below but generator manufacturer shall verify rating based on loads identified below. Four Plamp Station Hne1 tip Power Gpn ertdors Tag I:11�i C I W/KVA Puling A1.TPR_G_P.N Altamesa Pump Station 1500kW/2187.5kVA EDRP S-GEN CPS-GEN 1 ESPS-GEN 2. Output Connections: Edwards Ranch Pump Station Como Pump Station East Side Pump Station 1500kW/2187.5kVA 800kW/1000 kVA 900kW/l125 kVA Four Plump ;:ration Backup Power Cen ratrrs I'tg Service Voltage ALTPS-GEN Altamesa Pump Station 480Y/277V, Three- phase, four wire C[TY OF FORT WORTH Backup Power and Electrical lmproveincuts at Four Pump Stations CITY PROJTCT NUMBER; 103410-2 26 32 13 - 10 ENGINE GENERATORS Page 10 of 31 1. Generator manufacturer shall provide a detailed sizing analysis to the Engineer for approval. Detailed sizing analysis shall clearly identify assumptions made for loads being started/operated by the generator. When conducting the generator sizing analysis the voltage drop of the generator shall be set at a maximum of 20%. The generator manufacturer and Contractor shall be responsible for obtaining all information to run the generator sizing analysis. Any changes to the generator size shall be brought to the Engineer's attention. Sizing analysis shall be submitted to the Engineer with the generator's initial submittal. Ambient Temperature: Minus 15 to plus 50 deg C. 2. Altamesa Pump Station A. Step 1 a. (7) - 1.45 kW Exhaust fans b. (1) - 9.2 kW of Lighting Load c. (1) —15 kW Wall Pack Unit d. (4) — 9 kW Unit Heaters e.(1) 6.72 kW General Purpose, Rec, HSQ, Valves, Sump, etc. C. Step 2 a. Pump 5 —400HP (477 FLA), SSRVS. D. Step 3 a. Pump 4 — 350HP (414 FLA), SSRVS E. Stcp 4 a. Pump 3 — 350HP (414 FLA), SSRVS. F. Step 5 a. Pump 2 — 2001-fP (240 FLA), SSRVS. G. Stop 6 a. Pump 1 — 200HP (240 FLA), SSRVS. CITY OF FORT woi;RTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 263213-11 ENGINE GENERATORS Page 1 I of 31 3. Edwards Ranch Pump Station A. Step i a. (2) - 4.44kW Vent fans b. (1) — 2.96kW of Lighting Load c. (1) - 15kW Wall Pack Unit d. (4) — 0.1 kW Unit Heaters e. (1) — 6.72 kW General Purpose, Rec, HSQ, Valves, Sump, etc. C. Step 2 a. Pump 4 — 500HP (590 FLA), SSRVS. D. Step 3 a. Pump 3 — 500HP (590 FLA), SSRVS. E. Step 4 a. Pulxtp 2 — 300HP (361 FLA), SSRVS. F. Step 5 a. Pump 1— 150HP (180 FLA), SSRVS. 4. Como Pump Station a. Step 1 1) 100kVA Constant Load b. Step 2 1) Pump P1 --150 HP, VFD c. Step 3 1) Pump P2 — 300 HP, VFD 5. Eastside Pump Station a. Step 1 1) 100kVA Constant Load b. Step 2 1) Pump P3 — 125 HP, Across the Line 2) Pump P2 —125 HP, Across the Line 3) Pump P1 —125 HP, VFD CITY OF FORT WORTH Backup Power and Electrical Improvements at lour Pump Stations CITY PROJECT NUMBER: 103410-2 2632 13 -12 ENGINE GENERATORS Page 12 of31 4) Pump P4 — 350 HP, VFD 5. Motor loads identified above are shown on the one -line diagrams in the drawings. 2.3 ENGINE A. Comply with NFPA 37 B.Fuel: Fuel oil, Grade DF-2, C.Rated Engine Speed: 1800 rpm. D.Coolant Jacket Heater: Electric -immersion type, factory installed in coolant jacket system. Comply with NFPA 110 requirements for Level 1 equipment for heater capacity. E. Cooling System: Closed loop, liquid cooled, with radiator factory mounted on engine -generator - set mounting frame and integral engine -driven coolant pump. 1. Coolant: Solution of 50 percent ethylene -glycol -based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. 2. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition. 3. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed -loop coolant system pressure for engine used. Equip with gage glass and petcock. 4. Temperature Control: Self-contained, thermostatic -control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. 5. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer covering of aging-, ultraviolet-, and abrasion -resistant fabric. a. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections. F. Muffler/Silencer: Critical type, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements and comply with the sound level specified for sound attenuation enclosure. G. Air-intake Filter: Standard -duty, engine -mounted air cleaner with replaceable dry -filter element and "blocked filter" indicator. H. Starting System: 24V electric, with negative ground. 1. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine flywheel without binding. 2. Cranking Cycle: As required by NFPA 110 For system level specified. CITY OP FORT WORM Backup Power and Electrical Improvements at Dour Pump Statimis CITY PROJECT NU,\4BER: 103410-2 2632 13 - 13 ENGINE GENERATORS Page 13 of 31 Battery: Adequate capacity within ambient temperature range specified in Part 1 "Project Conditions" Article to provide specified cranking cycle at least three times without recharging. 4. Battery Cable: Size as recommended by engine manufacturer for cable length indicated. Include required interconnecting conductors and connection accessories. 5. Battery -Charging Alternator: Factory mounted on engine with solid-state voltage regulation and 35A minimum continuous rating. 6. Battery Charger: Current -limiting, automatic -equalizing and float -charging type. Unit shall comply with UL 1236 and include the following features: a. Operation: Equalizing -charging rate of l0A shall be initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit shall then be automatically switched to a lower float -charging mode and shall continue to operate in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjust float and equalize voltages for variations in ambient temperature from minus 40 deg C to plus 60 deg C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintain constant output voltage regardless of input voltage variations up to plus or minus 10 percent. d. Ammeter and Voltmeter: Flush mounted in door. Meters shall indicate charging rates. e. Safety Functions: Sense abnormally low battery voltage and close contacts providing low battery voltage indication on control and monitoring panel. Sense high battery voltage and loss of ac input or do output of battery charger. Either condition shall close contacts that provide a battery -charger malfunction indication at system control and monitoring panel. f. Enclosure and Mounting: NEMA 250, Type 3R 316 stainless steel, wall -mounted cabinet. g. Charger shall operate on 120V. 2.4 ENGINE COOLING SYSTEM A.Description: Closed loop, liquid cooled, with radiator factory mounted on engine generator -set skid and integral engine -driven coolant pump. B.Radiator: Rated for specified coolant. C. Coolant: Solution of 50 percent ethylene -glycol -based antifreeze and 50 percent distilled water, with anticorrosion additives as recommended by engine manufacturer. D.Expansion Tank: Constructed of welded steel plate and equipped with gage glass and petcock. CITY OF PORT WORT! i Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 32 13 - 14 ENGINE GENERATORS Page 14of31 E. Temperature Control: Self-contained, thermostatic -control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. F. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer covering of aging-, ultraviolet-, and abrasion -resistant fabric. 1. Rating: 50-psig (345-kPa) maximum working pressure with 190 deg F (82 deg C) coolant, and non -collapsible under vacuum. 2. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections. 3. The generator shall be rated for continuous standby duty with a temperature rise of 125 deg C. 2.5 GOVERNOR A.The engine governor shall be an electronic Engine Control Module (ECM) with 24-volt DC Electric Actuator. The ECM shall be enclosed in an environmentally sealed, die-cast aluminum housing which isolates and protects electronic components from moisture and dirt contamination. Speed droop shall be adjustable from 0 (isochronous) to 10%, from no load to full rated load. Steady state frequency regulation shall be +/- 0.25%. Speed shall be sensed by a magnetic pickup off the engine flywheel ring gear. A provision for remote speed adjustment shall be included. The ECM shall adjust fuel delivery according to exhaust smoke, altitude and cold made limits. In the event of a DC power loss, the forward acting actuator will hove to the minimum fuel position. 2.6 FUEL SUB -BASE STORAGE TANK A.The generator sub -base tank shall be listed and labeled as UL 142 special purpose, secondary containment generator base tank. The tank capacity shall be rated for 24 hour continuous operation at full load. B. The primary tank shall be fabricated from minimum 3/16" steel. The tank shall be designed, tested and labeled per UL requirements to support a generator weight as required and lift lugs shall be approved by UL with a 4 to 1 safety factor. The primary fuel tank and secondary tank shall be tested at 3-5 PSI air pressure as outlined in UL 2085. C. The tank shall incorporate internal stiffeners to create a smooth tank top surface and limit the accumulation of water on top of the tank. No external support beams shall be permitted on top of the tank to maintain a clear walkway around the generator. D.The outer tank shall be abrasive blasted per SSPC-SP10 (White metal blast), then painted with one coat of a high build polyester glass flake to a minimum of 12-15 mils (DFT) thickness, and a finish coat oraliphatic polyurethane with a minimum of mils (DFT). The manufacturer shall provide a 20 year external corrosion warranty. E. The tank shall be clearly labeled indicating the type of product, the volume capacity, the top loading capacity, and the manufacturer. Crt'Y of FORT wORTt3 Backup Power and Electrical Improvements at Pour Pump stations CITY PROJECT NUMBER: 103410-2 2632 13 -15 ENGINE GENERATORS Page 15 of 31 F. Updraft and emergency venting systems shall be provided by tank manufacturer per UL 142 requirements. The primary vent shall be extended through the roof of the enclosure. G.The tank is intended for stationary installation and in accordance with NFPA 30 and NFPA 37. Comply with all federal, state and local codes. H.The following accessories shall be installed in the tank: 1. Leak sensor switch installed in interstitial space and wired to generator control panel. 2. Low level alarm switch wired to generator control panel. 3. Spill containment fill, 7.5 gallon capacity, affixed to the top of the tank. Provide a handle pull drain to allow spilled fuel to return to the tank. 4. Mechanical fill limiter, Morrison 9095A or equal, with tight fill adapter, installed inside spill containment fill area. 5. Mechanical level gauge. 6. Engine supply pick-up tube and return connections with suction drop tube. 7. Electrical stub -up, rectangular type, located directly beneath the generator terminal box and beneath the generator control panel. 8. High level alarm at tank fill with audible and visual alarms at 90% and 95% capacity. Tank level transmitter with 4-20mA output signal for continuous fuel tank level monitor to SCADA. 2.7 ENGINE EXHAUST SYSTEM A.Muffler: Sized as recommended by engine manufacturer. Silencer(s) shall comply with the package sound attenuation level specified in Outdoor Generator Set Enclosure herein. B.Connection from Exhaust Pipe to Muffler: Stainless -steel expansion joint with liners. C.Generator mufflers shall be mounted inside the enclosure to reduce noise pollution. The manufacturer shall provide isolate vibration for the muffler in the enclosure and shall reduce heat build-up inside the enclosure and provide quality support. 2.8 STARTING SYSTEM A.Description: 24V electric, dual starters, with negative ground and including the following items: 1. Components: Sized so they will not be damaged during a full engine -cranking cycle with ambient temperature at maximum specified in "Environmental Conditions" paragraph in "Service Conditions" article above. 2. Cranking Cycle: As required by NFPA 110 for system level specified. 3. Battery: Adequate capacity within ambient temperature range specified in "Environmental Conditions" Paragraph in "Service Conditions" Article above to provide specified cranking cycle at least three times without recharging. Battery size shall be BCI Group No. 8D CITY Of FORT WORTH Backup Power and Plectrical Improvements at lour Pump Stations CITY PROJECT NUMBER: 103410-2 26 32 13 - 16 ENGINE GENERATORS Page 16 of 31 minimum, and shall be rated not less than 220 amp hours. Necessary cables and clamps shall be provided. Engines equipped with dual starting motors shall have dual battery banks. 4. Battery Cable: Size as recommended by generator set manufacturer for cable length indicated. Include required interconnecting conductors and connection accessories. 5. Battery -Charging Alternator: Factory mounted on engine with solid-state voltage regulation and 45A minimum continuous rating. 6. Battery Charger: Current -limiting, automatic -equalizing and float -charging type. Unit complies with UL 1236 and includes the following features: a. Operation: Equalizing -charging rate of 20A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals, Unit then automatically switches to a lower float -charging mode and continues operating in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjusts float and equalizes voltages for variations in ambient temperature from minus 40 deg C to plus 60 deg C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. d. Ammeter and Voltmeter: Flush mounted in door. Meters indicate charging rates. e. Safety Functions: Include sensing of abnormally low battery voltage arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of ac input or do output of battery charger. Either condition closes contacts that provide a battery -charger malfunction indication at system control and monitoring panel, f. Enclosure and Mounting: NEMA 250, Type 3R, wall -mounted cabinet. g. Charger shall operate on 120V. 2.9 CONTROL AND MONITORING A.Provide a fully solid-state, microprocessor based, generator set control. The control panel shall be designed and built by the engine manufacturer. The control shall provide all operating, monitoring, and control functions for the generator set. The control panel shall provide real time digital communications to all engine and regulator controls via SAE J1939. B.Environmental- The generator set control shall be tested and certified to the following environmental conditions: 1. —40°C to +'70°C Operating Range 2. 95% humidity non -condensing, 30°C to 60°C 3. IP22 protection CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 32 13 - 17 ENGINE GENERATORS Page 17 of 31 4. 5% salt spray, 48 hours, +38°C, 36.8V system voltage 5. Sinusoidal vibration 4.3G's RMS, 24-1000Hz 6, Electromagnetic Capability (89/336/EEC, 91/368/EEC, 93/44/EEC, 93/68/EEC, BS EN 50081-2, 50082-2) 7. Shock: withstand 15G C. Functional Requirements: The following functionality shall be integral to the control panel: 1. The control shall include a minimum 64 x 240 pixel, 28mm x 100mm, white backlight graphical display with text based alarm/event descriptions 2. The control shall include a minimum of 3-line data display 3. Audible horn for alarm and shutdown with horn silence switch 4. Standard ISO labeling 5. Multiple language capability 6. Remote start/stop control 7. Local runoff/auto control integral to system microprocessor 8. Cooldown timer 9. Speed adjust 10. Lamp test 11. Push button emergency stop button 12. Voltage adjust 13. Voltage regulator V/Hz slope - adjustable 14. Password protected system programming D.Digital Monitoring Capability. The controls shall provide the following digital readouts for the engine and generator. All readings shall be indicated in either metric or English units: 1. Engine a, Engine oil pressure b. Engine oil temperature c. Engine coolant temperature d. Engine RPM e. Battery volts f. Engine hours CITY OF FORT WORTH Backup Power and Electrical improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 2632 13 - 18 ENGINE GENERATORS Page IS of 31 g. Engine crank attempt counter h. Engine successful start counter i. Service maintenance interval j . Real time clock 2. Generator a. Generator AC volts (Line to line, Line to Neutral and Average) b. Generator AC current (Avg and Per Phase) c. Generator AC Frequency d. Generator IcW (Total and Per Phase) e. Generator kVA (Total and Per Phase) f. Generator WAR (Total and Per Phase) g. Power Factor (Avg and Per Phase) h. Total kW-hr i. Total kVAR-hr j. % kW k. % kVA I. % WAR 3. Voltage Regulation a. Excitation voltage b. Excitation current E. Alarms and Shutdowns: The control shall monitor and provide alarm, indication and subsequent shutdown for the following conditions. All alarms and shutdowns are accompanied by a time, date, and engine hour stamp that are stored by the control panel for first and last occurrence: 1. Engine Alarm/Shutdown a. Low oil pressure alarm/shutdown b. High coolant temperature alarm/shutdown c. Loss of coolant shutdown d. Overspeed shutdown e. Overcrank shutdown CITY OC PORT WORTH Backup Poker and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 32 13 - 19 ENGINE GENERATORS Page 19 of31 r Emergency stop depressed shutdown g. Low coolant temperature alarm h. Low battery voltage alarm i. High battery voltage alarm j. Control switch not in auto position alarm k. Battery charger failure alarm 2. Generator Alarm/Shutdown a. Generator over voltage b. Generator under voltage c. Generator over frequency d. Generator under frequency e. Generator reverse power £ Generator overcurrent 3. Voltage Regulator Alarm/Shutdown a. Loss of excitation alarm/shutdown b. Instantaneous over excitation alarm/shutdown c. Time over excitation alarm/shutdown d. Rotating diode failure e. Loss of sensing £ Loss of PMG F. Inputs and Outputs 1. Digital Inputs: The Controller shall include the ability to accept six (6) to eighteen (18) programmable digital input signals. The signals may be programmed for either high or low activation using programmable Normally Open or Normally Closed contacts. 2. Digital Outputs: The control shall include the ability to operate six (6) programmable relay output signals, integral to the controller. The output relays shall be rated for 2A cr 30VDC and consist of six (6) Form A (Normally Open) contacts and two (10) Form C (Normally Open & Normally Closed) contacts. 3. Discrete Outputs: The control shall include the ability to operate two (2) discrete outputs, integral to the controller, which are capable of sinking up to 300mA. CITY OF FORT WORTH Backup Power and Electrical Improvements at Hour Pump Stations CITY PROJECT NUMBER: 103410-2 2632 23 - 20 ENGINE GENERATORS Page 2D of 31 G.Maintenance: All engine, voltage regulator, control panel and accessory units shall be accessible through a single electronic service tool, The following maintenance functionality shall be integral to the generator set control I. Engine running hours display 2. Service maintenance interval (running hours or calendar days) 3. Engine crank attempt counter 4. Engine successful starts counter S. 20 events are stored in control panel memory H.Remote Communications I. The control shall include Modbus TCP/IP Ethernet communication. The remote communications shall also be capable of communicating Modbus TCP/IP Ethernet. 2. Remote Monitoring Software: The control shall provide Monitoring Software with the following functionality: a. Provide access to all date and events on generator set communications network b. Provide remote control capability for the generator set c. Ability to natively communicate using Modbus TCP/IP Ethernet. 3. Remote Indication: Provide a remote indication to SCADA. a. Provide the following individual digital outputs for the following indications for protection and diagnostics 1) High Water Temp 2) Low oil pressure shutdown 3) Overspeed 4) Battery System Malfunction 5) Low Fuel Level 6) Run/stop 7) Overcrank 8) Spare 9) Spare b. The following additional metering shall be provided via Modbus TCP/IP via Ethernet for each Engine: 1) Generator kW, kVA, INAR, PF, Volts, Amps and frequency CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROTECT NUMBER: 103410-2 2632D-21 ENGINE GENERKrORS Page 21 of 31 2) Generator AC Amperes — Phase A, Phase B and Phase C 3) Generator AC Voltage — Phase A-B, Phase B-C, Phase C-A, Phase A, Phase B and Phase C (verify phase rotation) 4) Engine RPM Meter 5) Engine Battery Voltage Meter 6) Engine Oil Pressure Gauge 7) Engine Coolant Temperature Gauge 8) Engine Running Hour Meter 9) Engine Start Counter 10) Atmospheric Pressure 11) Boost Pressure t2) Air Filter Restriction 13) Left Turbo Inlet Pressure 14) Right Turbo Inlet Pressure 15) Engine Hour meter 16) Total Fuel Burned 17) Engine Coolant Level Status 18) Local Engine Control Switch Position 19) Overspeed Switch Status 20) Remote Emergency Stop Actuated 21) Percent Engine Load 22) Oil Filter Pressure Differential 23) Fuel Filter Pressure Differential 24) Aftercoolant Temperature 25) Right Exhaust Temperature 26) Left Exhaust Temperature 27) Crankcase Air Pressure 28) Filtered Fuel Pressure 29) Right Air Filter Restriction CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pu np Stations CITY PROTECT NUMBER: 103410-2 263213 -22 ENGINE GENERATORS Page 22 of 3 I 30) Left Air Filter Restriction 31) Fuel Consumption Rate 32) Engine Oil Temperature. 4, INDUSTRIAL ETHERNET SWITCH a. Ethernet switch shall be (4) 10/ 100 POE+ ports, (2) 10/ 100 ports, and (2) 100FX/l 000Base-X SFP ports by Extreme Networks, no approved equal, 1) Performance (1) Full Wire Speed Layer 2 Switching (2) All PoE ports IEEE 802.3af and 802.3at compliant and support up to 30 W concurrently (3) Dual DC power input and reverse power protection (4) -40°C to +75°C operating temperature b. Form Factor 1) DIN Rail or Wall Mountable 2) Rugged IP30 Enclosure 5. PATCH PANELS AND ENCLOSURE SYSTEMS a. Patch panels shall be used for all cable termination points. All strands shall be terminated to a connecter on a CCH panel. b. Acceptable types are Corning LANscape series or equal. For terminations made in equipment enclosures the WIC type are preferred or as shown on the drawings. 1) The panel shall meet the following requirements: a) The patch panel shall be the wall rack mounted type, having provisions for terminating multiple fiber optic cables. Splice trays, strain relief cable attachment points, fiber organizers and bend radius hardware shall be furnished with each termination cabinet. b) Panel size shall be suited to the number of fibers to be terminated within the cabinet. Bayonet/flanged couplings shall be furnished and mounted for each Fiber to be terminated. c. Fiber terminations shall be spliced to pigtail cables having SC connectors. The pigtails shall be terminated in an orderly method. 6. Communication enclosure — Provide NEMA 3R Stainless Steel enclosure for fiber optic patch panel and ethernet switch communication. CITY OF FORT WOMI Backup Powcr and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2612 13 - 23 ENGINE GENERATORS Page 23 of 31 2.10 GENERATOR OVERCURRENT AND FAULT PROTECTION A. Generator Circuit Breaker: 1. Molded -case, thermal -magnetic type; 100 percent rated for breakers below 800A; complying with NEMA AB I and UL 489. 2. Main devices and feeder devices 800 amps and above shall be.individually mounted circuit breakers (100% rated) 3. Breakers shall have solid-state adjustable trip settings with Long time, Short time, Instantaneous and Ground settings (LSIG) 4. All circuit protective devices shall have the following minimum symmetrical current interrupting capacity: 65kA. S. Series rated feeder devices shall not be acceptable. 6, Breakers shall have trip indication of Overload, Short Circuit, and Ground Fault trip. B.All breakers shall be capable of being locked in the OFF position. C. Tripping Characteristic: Designed specifically for generator protection. D.Trip Rating: Matched to generator rating. E. Shunt Trip: Connected to trip breaker when generator set is shut down by other protective devices. F. Mounting: Adjacent to or integrated with control and monitoring panel 2.11 GENERATOR, EXCITER, AND VOLTAGE REGULATOR A.Comply with NEMA MG 1. B.Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated integrally with generator rotor. C.Electrical Insulation: Class K Temperature rise of rotor and stator shall be limited to a maximum 125 degree C in 40 degree C ambient. D.Stator-Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required. E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration, overspeed up to 125 percent of rating, and heat during operation at I l0 percent of rated capacity. F. Enclosure: Drip proof. G.Voltage Regulator: Solid-state type, separate from exciter, providing performance as specified. 1. Adjusting rheostat on control and monitoring panel shall provide plus or minus 5 percent adjustment of output -voltage operating band. CITY OF FORT WORTH Backup Power and Electttical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 2632 13 - 24 ENGINE GENERATORS Page 24 of 31 H.Strip Heater: Thermostatically controlled unit arranged to maintain stator windings above dew point. 2.12 OUTDOOR GENERATOR -SET ENCLOSURE A.Provide a walk-in type weatherproof sound attenuated enclosure. Enclosure shall be constructed of pre -painted white formed aluminum panels. The enclosure shall be sized to adequately house the generator set and all accessories. Enclosure shall be designed for a minimum wind load rating of 100 mph (160 km/h). Provide wind load calculations and certification from an independent licensed professional engineer at time of submittal. Multiple panels are lockable and provide adequate access to components requiring maintenance. Panels are removable by one person without tools. Instruments and control are mounted within enclosure. All hinges, door locks, door handles, etc. shall be stainless steel. B. Enclosure: Sound attenuation enclosure rated for 65dB @ 23'. The manufacturer shall be responsible for visiting the site prior to bid to determine the exact field conditions and exact property line distance from the generators. The manufacturer shall have 3rd Party testing performed in the field on the equipment after installation to confirm values are met. If it does not meet the most stringent requirements herein, it is the manufacturer's responsibility to make any changes necessary to meet the values specified at no additional cost to the Owner. C.Description: Vandal -resistant, sound attenuating, weatherproof aluminum housing, wind resistant up to 100 mph. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure. D.Description: Prefabricated or pre-engineered walk-in factory assembled enclosure with the following features: 1. Construction: Aluminum, metal -clad, integral structural -aluminum -Framed building erected on concrete foundation. 2. Space Heater: Thermostatically controlled and sized to prevent condensation. Louvers: Equipped with bird screen arranged to permit air circulation when engine is not running while excluding exterior dust, birds, and rodents. 4. Hinged Doors: With padlocking provisions or keyed latches. Ventilation: Louvers equipped with bird screen arranged to permit air circulation while excluding exterior, birds, and rodents. 6. Muffler Location: Generator mufflers shall be mounted inside the enclosure to reduce noise pollution. The manufacturer shall provide isolate vibration for the muffler in the enclosure and shall reduce heat build-up inside the enclosure and provide quality support. 7. Walls shall be constructed of marine grade 0,080 minimum formed aluminum panels. Roof shall be constructed of marine grade mill finish 0.125 minimum thickness formed aluminum panels using an interlocking standing seam design capable of supporting 75 pounds per CITY OF FORT 1 ORT11 Backup Power and Electrical tinprovements at Pour Putnp Stations CITY PROJECT NUMBER: 103410-2 26 32 13 - 25 ENGINE GENERATORS Page 25 of 31 square foot. All external attaching hardware shall be stainless steel screw type mechanical fasteners. Enclosure shall be equipped with 4 point lifting means to remove the enclosure from the tank. 8. Provide a minimum of two entrance doors on each side. Doors shall be strategically located to provide easy access and serviceability. One door shall be located directly in front of the generator terminal box. Another door shall be located directly in front of the generator control panel. Door handles shall be two point pad lockable type. All hardware shall be stainless steel. Provide drip rails above each door opening. Provide intrusion detection on each door. Intrusion detection shall be accomplished via Hermetically sealed brushed anodized aluminum housing, Rhodium plated switch contacts, industrial wide gap magnetic contacts, UL listed, surface mount, 3' stainless steel armored cable, Sentrol 2500 series. Provide with one normally open and one normally closed set of contact. The intrusion switches shall be wired in series such that if any doors is opened, an alarm signal is sent to SCADA. Provide a 24VDC power supply in a NEMA 4X 316 stainless steel enclosure next to the door contacts. 9. Intake air shall enter the enclosure through an acoustic baffle section or hood located in the rear wall of the enclosure and shall include aluminum bird screen. Air intake shall be 1250 feet per minute of less to minimize water intrusion. The radiator discharge air shall pass through a horizontal discharge plenum section, which incorporates a motorized damper and aluminum bird screen. The air handling system shall be engineered and constructed so as not to exceed a total of 0.50 inches of water gauge static pressure drop with minimal water intrusion. 10. Engine Cooling Airflow through Enclosure: Adequate to maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for two hours with ambient temperature at top of range specified in system service conditions. 11. The manufacturer shall provide a minimum of two (2) duplex receptacles in the enclosure. 12. The manufacturer shall provide a minimum of four (4) LED light fixtures that shall be switched. The switch for the light fixture shall be located near each main door for the generator unit. The light fixture shall be located such that the light illuminates the control panel in the generator. The light fixture shall be Holophane catalog number EMX-L48- 6000LM-FGFL-MD-MVOLT-GZ 10-40K-80CRI-DGXD, no equals. The manufacturer shall be responsible for all controls and wiring as required for a complete and operational system. 13. The manufacturer shall provide a minimum of two (2) LED light fixtures, one exterior light mounted in the center of the main exit door on each side of the generator enclosure. The exterior lights shall be controlled via a photocell and the controls shall be equipped with an On/Off/Auto selector switch to allow for manual or automatic operation of the exterior lights. The light fixture shall be Lithonia Lighting catalog number DSXWI-LED-10C-700- 30K-T3M-MVOLT-DNAXD, no equals. The manufacturer shall be responsible for all controls and wiring as required for a complete and operational system. CITY OF FORT WORTH Backup Power and Electrical Improvements at Dour Pump Stations CITY PROJI,CT NUMBER: 10341 D-2 26 32 13 - 26 ENGINE GENERATORS Page 26 of 31 14. Turn duct: Supply discharge air turn duct to direct sound and air upward. Provide sound dampening material on the turn duct to reduce noise. 15. GROUNDING MEANS. ±'rovidc tWo NEMA 2-hole stainless steel ground pads located near the base of the generator mounted 180' apart. Crround pads shall be stainless steel and suitable for terminating #250kcmil ground conductor. E. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system components within required limits when unit operates at with ambient temperature at top of range specified in system service conditions. 2,13 SERVICE PLATFORMS A,Description: An OSHA approved service platform shall be provided on each side of the enclosure. Platform shall be designed so that all doors can open approximately 190 degrees and the platform shall extend the full length of the generator enclosure with access stairs on each end of each platform. Construction shall consist of A-36 structural frame members, stairs on one end, and hand rails. Walk area shall have surface gating, with safety treads, shall consist of 1" x 1/8" type 19-W-4 hot dipped galvanized steel, which shall be fastened to the frame with galvanize steel clips and plated bolts, B. Finish: Platform surfaces shall be cleaned, primed and painted with two coats of epoxy and two coats ofpolane polyurethane. C.Platforms shall ship for field assembly. The configuration shall be as shown on the contract plans. Platforms shall be anchored to the foundation with t/z" adhesive anchors with a minimum of 411z" embedment. 2.14 VIBRATION ISOLATION DEVICES 1. Supply vibration isolators as recommended by the manufacturer. 2.15 FINISHES A.Indoor Enclosures and Components: Manufacturer's standard finish over corrosion -resistant pretreatment and compatible primer. B.Outdoor Enclosure: Manufacturer's standard enamel over corrosion -resistant pretreatment and compatible standard primer. Color: Coordinate with the Owner. 2.16 FUEL MAINTENANCE SYSTEM A.Each fuel storage tank shall include two stage fuel maintenance system that will remove dirt and water. The maintenance system shall be plumbed into the tank per the manufacturer's recommendations. B.The separator shall remove 99.9% of the water in the fuel line and 95% of the solids. C.The stabilizer shall decontaminate and stabilize the fuel without the use of chemical additives. D.The system shall operate on 120V, 1 phase, 6011z, 20A circuit breaker. E_ Programmable controller: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 2632 13 - 27 ENGINE GENERATORS Page 27 of 31 L The controller shall be a UL 508 listed assembly. 2. Provide dry contact for general alarms. F. Enclosure: NEMA 3R 304 stainless steel. G.The system shall be capable of treating the maximum amount of fuel that the entire sub -base tank fuel system is capable of being filled with. Acceptable manufacturer is Fuel Technologies International LLC product number FTI-2.8. H.The fuel tank shall be provided with all the necessary and required pipe and fittings for installation and proper operation of the system 2.17 SOURCE: QUALITY CONTROL A.Prototype Testing: Factory test engine -generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. 1. Tests: Comply with NFPA 110, Level 1 Energy Converters and with IEEE 115. B.Project-Specific Equipment Tests: Before shipment, factory test engine -generator set and other system components and accessories manufactured specifically for this Project. Pet -form tests at rated load and power factor. Include the following tests: 1. Test components and accessories furnished with installed unit that are not identical to those on tested prototype to demonstrate compatibility and reliability. 2. 4 Hour full load 3. Maximum power. 4. Voltage regulation. 5. Transient and steady-state governing. 6. Single-step load pickup. 7. Safety shutdown. 8. Provide 14 days' advance notice of tests and opportunity for observation of tests by Owner's representative. 9. Report factory test results within 10 days of completion of test. 2.18 DISTRIBUTION A.Provide a packaged transformer and panelboard with a 30kVA 480VAC 3-phase to 208Y/120VAC three phase, 4 wire, and associated panelboard inside each generator enclosure for distributing power to generator block heater, battery charger, lights, receptacles and any other devices requiring 208Y/120V power. Panelboard shall be minimum 30 pole with 60-amp main breaker, in a NEMA 3R 316 stainless steel enclosure, have bolt -on breakers with a minimum 42,000 A1C rating and tin-plated copper bus. Panelboards shall comply with Specification CITY OF FOIt r wowrH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 2632 13 - 28 ENGINE GENERATORS Page 28 of 31 Section 26 24 16 "Panelboards" and shall be manufactured by Square I], Eaton, ABB/General Electric or Siemens. B. Generator manufacturer shall be responsible for providing panelboard, Surge Protection Device (SPD), circuit breakers and all associated cabling and conduits to devices requiring power in the generator and the generator enclosure. Cabling shall be per Specification 26 05 19 "Low Voltage Electrical Conductors and Cables", and conduit shall be per Specification 26 05 33 "Raceways and Boxes for Electrical Systems". C.The Manufacturer shall provide the minimum number and ampacity of circuit breakers as follows 1. One 20A/IP Circuit Breaker for Interior Lights 2. One 20A/lP Circuit Breaker for Exterior Lights 3. One 20A/1P Circuit Breaker for Receptacles 4_ 3nc: 20A/1.P Circuit Breaker for Battery Charger 5. One 20A/1P Circuit arcakcr 161 uennrator- Control Panel 6. One 20A/lP Circuit Breaker for Fuel Maintenance System 7. One Circuit Breaker sized as required for each block heater. PART 3 - EXECUTION 3.1 EXAIVIINATION A.Examine areas, equipment bases, and conditions, with Installer present, for compliance with requirements for installation and other conditions affecting packaged engine -generator performance. B. Examine roughing -in of piping systems and electrical connections. Verify actual locations of connections before packaged engine -generator installation. C.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 CONCRETE BASES A.Coordinate sizes and locations of concrete bases. Verify structural requirements with structural engineer. B.Install concrete bases of dimensions indicated for packaged engine generators 3.3 INSTALLATION A.Comply with packaged engine -generator manufacturers' written installation and alignment instructions and with NFPA 110. B.Install packaged engine generator to provide access, without removing connections or accessories, for periodic maintenance. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2632 13 - 29 ENGINE GENERATORS Page 29 of 31 C.Install packaged engine generator with restrained spring isolators having a minimum deflection of 1 inch on 4-inch high concrete base. Secure sets to anchor bolts installed in concrete bases. D.Electrical Wiring: Install electrical devices furnished by equipment manufacturers but not specified to be factory mounted. 3.4 FIELD QUALITY CONTROL A.Contractor shall be responsible to provide fuel for all testing. Contractor shall fill tank full after testing, B.Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing. C.Perform tests and inspections and prepare test reports. D.Tests and Inspections: 1. NFPA 110 Acceptance Tests: Perform tests required by NFPA 110 that are additional to those specified here including, but not limited to, single-step full -load pickup test. 2. System Integrity Tests: Methodically verify proper installation, connection, and integrity of each element of engine -generator system before and during system operation. Check for air, exhaust, and fluid leaks. 3. Exhaust Emissions Test: Comply with applicable government test criteria. E. Coordinate tests with tests for transfer switches and run them concurrently. F. Test instruments shall have been calibrated within the last 12 months, traceable to standards of NISI, and adequate for making positive observation of test results. Make calibration records available for examination on request. G.Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. H.Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. I. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. J. Remove and replace malfunctioning units and retest as specified above. K.Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met, L. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation resistances, time delays, and other values and observations. Attach a label or tag to each tested component indicating satisfactory completion of tests. CITY OF FORT' WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2632 13 - 30 ENGINE GENERATORS Page 30 of 31 M. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each power wiring termination and each bus connection. Remove all access panels so terminations and connections are accessible to portable scanner. Follow-up infrared Scanning: Perform an additional follow-up infrared scan I 1 months after date of Substantial Completion, 2 Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Record of Infrared Scanning, Prepare a certified report that identifies terminations and connections checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 TRAINING A.AII costs (travel expenses, testing equipment, etc.) required for testing start-up, and training shall be the responsibility of the equipment manufacturer/Contractor. B.Training shall include theory of operation, application and trouble shooting. A training outline and manual of training course material shall be provided to the Owner two weeks in advance of the course. Each (2) eight hour training session shall be broken up into two segments each of 4- hours with a 15 minute break every two hours, hunch break will be one hour. Training session shall be conducted by Generator manufacturer personnel. Training session shall be scheduled and coordinated with the Owner. C. Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included in the generator units, for a period of not less than one (1) eight (8) hour day. The one day training shall take place at the Owner's specified location. Coordinate with Owner for exact requirements and dates for training. D.Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged engine generators as specified below: 1. Coordinate this training with the 480V main switchboard training or MCC training. 2. Train Owner's maintenance personnel on procedures and schedules for starting and stopping, troubleshooting, servicing, and maintaining equipment. 3-. Review data in maintenance manuals. Review data in maintenance manuals. 4. Schedule training with O�A,mer, with at least seven _days advance notice. 5. Minimum Instruction Period: Eight hours. 6. Training shall not take place until construction is complete and generator online and fully operational. F. When requested within the equipment warranty period, provide an additional training session from that indicated above for the Owner's Representative at the jobsite or other office location chosen by the Owner. Each eight hour training session shall be broken up into two segments each CITY OF FORT WORTH Backup Power and Electrical Improvements at hour Pump stations CITY PROO',CT NUMBER: 103410-2 ^_�3213-31 ENGINE Gt;KSRATORz� Page 31 of 31 of 4-hours with a 15 minute break every two hours. Lunch break will be one hour. Training sessions shall be scheduled and coordinated with the Owner. P. All costs (travel expenses, testing equipment, etc.) required for the start-up, testing and training shall be the responsibility of the equipment manufacturer. 3.6 COMMISSIONING A.Battery Equalization: Equalize charging of battery cells according to manufacturer's written instructions. Record individual cell voltages. 3.7 CLEANING A.On completion of installation, inspect system components. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. Clean components internally using methods and materials recommended by manufacturer. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvemeuts at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (AfS) Page i of 12 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATSS) PART1- GENERAL 1.1 SCOPE OF WORK A.The Contractor shall furnish and install low voltage enclosed automatic and manual transfer switches (ATSs), together with appurtenances, complete and operable as specified herein and as shown on the Contract Drawings. 13.The items of equipment are for individual applications as separately enclosed items. Submittals r adt under this Section, for components and electrical items specified under other Sections, will be returned unreviewed. 1.2 RELATED WORK A.No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B.Other Divisions The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A.Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B.Provide systems engineering with coordination curves, to demonstrate coordination between proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C.Coordinate short circuit rating of equipment per Power System Study provided by Power Study Engineer. D.Subnnittals shall also contain information on related equipment to be ftlmished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT' NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SNITCHES (ATS) Page 2 of 12 E. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. F. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc.. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembly. 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings I I. Number and size of cables per phase, neutral if present, ground and all cablc terminal sizes. a. Instruction and renewal parts books. G.Factory Tests. Submittals shall be made for factory tests specified herein. H.Field Test Reports. Submittals shall be made for field tests specified herein. I. Operation and Maintenance Manuals. 1. Refer to 0178 23 for 0&M Manuals requirements. 2. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. City of Fort Worth Backup Power and Flectricsl improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page 3 of 12 J. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.4 REFERENCE CODES AND STANDARDS A.AII products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard for Electrical Safety in the Workplace 3. UL 1008 Underwriters Laboratories standard for automatic transfer switches 4. CSA: C22.2 No. 178 certified at 600 VAC 5. NFPA 101: Life safety code 6. NFPA 110: Standard for emergency and standby power systems 7. IEEE 446:I.E.E.E. recommended practice for emergency and standby power systems 8. NEMA ICS10: AC automatic transfer switch equipment (supersedes ICS2-447) 9. UL 501508: Enclosures 10. ANSI C33.76: Enclosures 11. NEMA 250: Enclosures 12. IEEE 472: (ANSI C37.90A): Ringing wave immunity 13. EN55022 (CISPRI 1): Conducted and radiated emissions 14. IEEE 242 — Protection and Coordination of Industrial and Conunercial Power Systems 15. IEEE 399 — Power Systems Analysis 16. UL 489 — Molded Case Circuit Breakers and Circuit Breaker Enclosures i 7. (1 L i 066 — Low -Voltage AC and DC Power Circuit Breakers Used in Enclosures. B.All equipment components and coinpleted assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A.The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B.The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C.Alt components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D.Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page 4 of 12 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D.Equipment shall not be installed until the location is finished and protected from the elements. 1.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment or components shall be performed by the Manufacturer, at no expense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A.Subj ect to compliance with the Contract Documents, the following Manufacturers are acceptable; 1. ASCO 2. Zenith 3. Cummins 4. EATON 5. Caterpiller 6. Kohler B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. All equipment furnished under this Section shall be of the same manufacturer. 2.2 RATINGS A.The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the automatic transfer switch. Systems employing series connected ratings for main and feeder devices shall not be used. B. The withstand current capacity of the main contacts shall not be less than 20 times the continuous duty rating when coordinated with any molded case circuit breaker established by certified test data. Refer to required withstand and close ratings as detailed in this speciCcation. C. Temperature rise tests in accordance with UL 1008 shall have been conducted after the overload and endurance tests to confirm the ability of the units to carry their rated currents within the allowable temperature limits. City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page 5 of 12 D.For additional ratings and construction notes, refer to the Drawings. 2.3 CONSTRUCTION A.General L The equipment described in this specification shall contain factory assembled and operational tested circuit breakers and accessories and be self-supporting in a manner to be installed on a level concrete pad. 2. Refer to Drawings for actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 3. Units shall be arranged as shown on the Drawings. 4. Nameplates a. External 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, black letters on white background, not less than 1/1 6-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch, or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 5. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30 millimeters, corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push -to -test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. c. Mode selector switches (HAND -OFF -AUTO, LOCAL -OFF -REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 0 Red for STOP, Valve OPEN, Breaker OPEN and mushroom Red for EMERGENCY STD V. City of Fort Worth Backup Power and Electrical Improvements at Four 17uunp Stations CrrY PROJECT NUMBER. 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCRES (ATS) Page 6 of 12 2) Green for START, Valve CLOSE and Breaker CLOSE. 3) Black for RESET. e. Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. f. The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub -suppliers. B.Enclosures General a. Provide 316 SS hardware for all enclosures. b. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. c. Each enclosure shall be provided with a documentation pocket on the inner door. d. Enclosures shall not have holes or knockouts. e. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. £, All enclosures shall be padlockable. 2. NEMA 4X 316 Enclosure a. The enclosure shall be 1) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel continuous hinge 4) Foam in -place gasket 5) Single point quarter turn latches (20"x24" and below). All others 3-point latch b. Manufacturers 1) Hoffman Concept Series 2) EW Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 3. NEMA I or NEMA I boxes shall not be used. 4. Malleable iron boxes shall not be used. C.Internal Wiring I. Wiring: Stranded tinned copper, minimum size A14 AWG, with 600 volt, 90°C, flame retardant, Type SIS thermoplastic insulation, NEMA Class II, Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non -smearing, solvent -resistant type similar to Raychem TMS-SCE, or equal. 3. All wiring shall be neatly bundled with ty-raps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. D.Field Installed Internal Wiring City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page? of 12 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non -smearing, solvent -resistant type, similar to Raychem TMS-SCE, or equal 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. E. Control and Instrument Power Transformers. 1. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus 25% spare capacity. 2. Control power transformers shall be 120-volt grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 2.4 EQUIPMENT A.General l . Automatic transfer switches shall be designed for an emergency and normal source voltage and current ratings as shown on the Drawings. Switches shall be listed under UL 1008. 2. The switches shall initiate transfer of the load to the emergency source when any phase of the normal source drops below 90 percent of normal voltages. 3. The transfer switches shall be adequately constructed to carry full rated current on a continuous 24-hour basis in all approved enclosures and shall not show excessive heating or be subject to de rating. The transfer switches shalt be capable of withstanding inrush current values to 20 times full load current rating without mechanical distortion of main contact poles or supports. The transfer switches shall be capable of withstanding all available system fault currents without parting of or damage to contacts during the fault clearing time of the system over current device, 4. The transfer switches shall be of inherently three -pole double throw construction and shall have three position operation: closed to normal source, open, closed to emergency Source. Transfer switches with circuit breakers or contactors are not acceptable. Time delay between opening of the closed contacts and closing of the open contacts shall be a minimum of 400 milliseconds to allow for voltage decay before transfer is complete. The following accessories shall be furnished: a. Adjustable 0 to 30 second time delay to override normal source power outages. b. Adjustable I to 300 second time delay before retransfer. 5. A maintained contact test auto switch and normal/emergency pilot lights shall be mounted on the enclosure door. 6. Where Kirk -Key arrangements are used, the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series of 316 stainless steel, or approved equal. 7. Automatic transfer or automatic transfer with non -automatic re -transfer operation. Provide a field selectable programmable set point that permits the transfer switch to operate in either of two modes: a. Fully automatic mode (auto re -transfer) City of Fort worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page S of 12 b. Automatic transfer from Source 1 to Source 2 with manually initiated re -transfer operation B.Automatic Transfer Switch 1. Transfer switches shall be rated for the voltage and ampacity as shown on the plans and shall have 600-volt insulation on all parts in accordance with NEMA standards. 2. The unit shall be rated based on all classes of loads, i.e., resistive, tungsten, ballast and inductive loads. Switches rated 400 amperes or Iess shall be UL listed for 100% tungsten lamp load. 3. Switches composed of molded case breakers, contactors or components thereof not specifically designed as an automatic transfer switch will not be acceptable. 4. The automatic transfer switch shall be equipped with a solenoid protection scheme that removes any attempts of operating the solenoids after three consecutive trials until manual intervention by an operator. 5. The withstand current capacity of the main contacts shall not be less than 20 times the continuous duty rating when coordinated with any molded case circuit breaker established by certified test data. 6. The transfer switch manufacturer shall submit test data for each size switch, showing it can withstand fault currents of the magnitude and the duration necessary to maintain the system integrity. Minimum UL listed withstand and close into fault ratings shall be as follows: (All values 480 volt, RMS symmetrical, less than 20% power factor) Any Molded Case Breaker Size Fault Current (Amps) (RMS Symmetrical) Up to 150 10,000 I 151 - 260 30,000 261 - 400 35,000 _ 401 - 1200 50,000 I 1201 - 4000 100,000 I Specific Coordinated Molded Case Breaker Size (Amps) Up to 150 151 - 260 261 - 400 401 - 800 801 - 1200 1201 - 4000 Current Limiting Fuse Size (Amps) Up to 4000 C. Generator Controls Fault Current (RTN S Symmetrical) 30,000 42,000 50,000 _ 1 65,000 85,000 I 100,000 200,000 1. Where the emergency source is a standby generator, the following additional functions shall be provided: a. The ATS shall incorporate adjustable three phase under and over -voltage and three phase under and over -frequency sensing on the normal source. City of Fort Worth Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 263621 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (A'rs) Page 9 of 12 b. When the voltage of any phase of the normal source is reduced to 80% or exceeds 110% nominal voltage, or frequency is displaced 2 Hertz from nominal, for a period of 0-10 seconds (programmable) a pilot contact shall close to initiate starting of the engine generator. c. The ATS shall incorporate adjustable three phase under and over -voltage and three phase under and over -frequency sensing on the emergency source. d. When the emergency source has reached a voltage value within +/- 10% of nominal and achieved frequency within +/- 5% of the rated value, the load shall be transferred to the emergency source after a programmable time delay. e. When the normal source has been restored to not less than 90% of rated voltage on all phases, the load shall be re -transferred to the normal source after a time delay of 0 to 30 minutes (programmable). f. If the engine generator should fail while carrying the load, retransfer to the normal source shall be made instantaneously upon restoration of proper voltage (90%) on the normal source. D.Control Panel 1. The transfer switch shall be equipped with a microprocessor based control panel. The control panel shall perform the operational and display functions of the transfer switch. The display functions of the control panel shall include ATS position and source availability. 2. The equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection (Type 3). 3. The digital display shall be accessible without opening the enclosure door and shall be provided with an LCD display screen with touch pad function and display menus. The programming functions shall be pass code protected. 4. The control panel shall be provided with menu driven display screens for transfer switch monitoring, control and field changeable functions and settings. 5. The control panel shall be opto-isolated from electrical noise and provided with the following inherent control functions and capabilities: a. Multipurpose display for continuous monitoring and control of the ATS functions and settings. All field changeable functions shall be pass code protected and accessible through the keypad. b. Built-in diagnostic display that includes the capturing of historical data, such as number of transfers and time on emergency power source, for ease of troubleshooting. c. Touch pad test switch with Fast Test/Load/No Load positions to simulate a normal source failure. d. Time delay to override momentary normal source failure prior to engine start. Field programmable 0-10 seconds (adjustable by increments of 0.1 second) factory set at three seconds. e. Time delay on retransfer to normal source, programmable 0-60 minutes (adjustable by increments of 0.1 minute) factory set at 30 minutes. If the emergency source fails during the retransfer time delay, the transfer switch controls shall automatically bypass the time delay and immediately retransfer to the normal position. f. Time delay on transfer to emergency, programmable 0-5 minutes, factory set at one second. g. Terminals for remote test/peak shave operation and transfer inhibit to the emergency source, City of Fort Worth Back -Lip Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page 10 of 12 h. An in -phase monitor shall be provided. The monitor shall compare the phase angle difference between the normal and emergency sources and be programmed to anticipate the zero -crossing point to minimize switching transients. i. Auxiliary contacts (one normally open each) shall be provided to indicate normal and emergency source availability. j. Auxiliary contacts (one normally open each) shall be provided to indicate normal, open and emergency position of the switch. k. A load/no load clock exerciser shall be incorporated within the microprocessor and shall be programmable to start the engine generator set and transfer the load (when selected) for exercise purposes on a weekly basis. The exerciser shall contain a lithium battery for memory retention during an outage. 1. A timed auxiliary contact (one normally closed) adjustable 0-60 seconds shall be provided to allow motor loads to be disconnected prior to transfer in either direction. in. Provide a momentary pushbutton to bypass the time delays on transfer and retransfer and programmable commit/no commit control logic. E. Accessories 1. Provide the following accessories: a. Selector and Disconnect Switches. 1) Three -position selector switch; Stop/ Test/Automatic. 2) Disconnect switch to disconnect engine starting circuit. 3) Combination auto/manual retransfer selector switch. 4) Automatic/manual operation for ATS. 5) Maintained Auto - Maintained Test. 6) Where neither source is a standby generator, provide a Source selector switch circuit to select either source as primary. 2.5 FACTORY TESTING A.The ATS shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A.Instalier shall be specialized in installing ATSs with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.2 EXANIINATION A.Examine installation area to assure there is enough clearance to install the equipment. B.Verify that the equipment is ready to install. C.Verify field measurements are as instructed by manufacturer. City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: t03410-2 26 36 23 LOW VOLTAGF ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATS) Page l l of 12 3.3 INSTALLATION A.The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B.Install required safety labels. 3.4 FIELD QUALITY CONTROL A.inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.5 FIELD ADJUSTING A.Adjust all ATSs for free mechanical and electrical operation as described in manufacturer's instructions. B.A.djust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. C. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.6 FIELD TESTING A.Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B.Megger and record phase to phase and phase to ground insulation resistance. Mcgger, for I minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. 3.7 CLEANING A.Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.8 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. 3.9 MANUFACTURER'S CERTIFICATION A.A qualified factory -trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B.The Contractor shall provide three copies of the manufacturer's representative's certification. 3.10 TRAINING A.Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. City of Fort Worth Backup Power and lilectrical Improvements at Four Pump stations crry PROJECT NUMBEW 103410-2 263623 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES (ATs) Page I2 of 12 B.The training shall be for a period of not less than two- eight -hour days. C,The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D.Provide detailed O&M manuals to supplement the training course, The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, circuit breaker, protective devices, metering, and other major components. F, The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION City of Fort Worth Backup Power and Electrical Improvements at Four Pump Stations CP]'Y PROJECT NUMBER: 103410-2 264113-1 LIGHTNING PRO'rECTION FOR STRUCTURES Page 1 of 5 SECTION 26 4113 LIGHTNING PROTECTION FOR STRUCTURES PART1- GENERAL 1.1 WORKINCLUDED A.Furnish labor, design, materials, equipment and incidentals necessary to install a complete lightning protection system for the Electrical Building extension in accordance with UL 96A, NFPA 780. Lightning protection system shall be tied to the building grounding system for the electrical building and pump station. 1.2 QUALITY ASSURANCE A.The system furnished under this specification shall be the standard product of a manufacturer regularly engaged in the production of lightning protection systems and shall be the manufacturer's latest approved design. Listing of the manufacturer in the Lightning protection section of the current edition of Underwriters' Laboratories, Inc., Electrical Construction Materials List wilt be accepted as compliance with this requirement. B. All materials shall be copper and bronze and of the size, weight and construction to suit the application where used in accordance with UL, NFPA, NEC code requirements for this type structure and as per manufacturer's recommendations. Class 1 sized components may be utilized on roof levels 75 feet and below in height. Class II sized components are required for roof levels over 75 feet in height. 1.3 SUBMITTALS A.Submittals shall be in accordance with Section 01 33 00, "Submittals" and shall include: 1, Shop Drawings a. Specifications b. Catalog Sheets for All Products Provided c. Shop drawings showing type, size and location of all equipment, grounds, cable routings, details, etc. 2. Continuity Test Report 3. Copy of U.L. Master Label for the Facility 1.4 STANDARDS AND REFERENCES A.Refer to Section 26 05 00, "Common Work Results for Electrical", for all standards which apply to this section. CITY OF FORT WORTH Backup Power and Electrical Improvemetts at Pour Pump stations CITY PROJECT NUMBER: 103410-2 2641 13 -2 LIGHTNING PROTECTION COR STRUCTURES Page 2 of 5 NFPA 780 Standard for the Installation of Lightning Protection Systems UL 96A Standard for Installation Requirements for Lightning Protection Systems LPI 175 Lightning Protection Institute Standard of Practice PART 2 - PRODUCTS 2.1 MATERIALS A.Materials used in connection with the installation of the lightning protection systems shall be approved for lightning protection systems by the Underwriters' Laboratories, Inc. No combination of materials shall be used that form an electrolytic couple of such a nature that corrosion is accelerated in the presence of moisture unless moisture is permanently excluded from the junction of such metals. When unusual conditions exist which would cause deterioration or corrosion of conductors, conductors with suitable protective coatings or oversize conductors shall be used, If a mechanical hazard is involved, the conductor size shall be increased to compensate therefore, or suitable protection shall be provided. The conductors may be protected by covering them with molding or tubing preferably made of wood or nonmagnetic material. If metal tubing is used, the conductor shall be electrically connected to it at its upper and lower ends. B. All equipment used shall be new and of a design and construction to suit the application in accordance with UL 96A requirements and shall be so marked. 2.2 MANUFACTURED PRODUCTS A.CONDUCTORS - Copper conductors manufactured of copper grade ordinarily required for commercial electrical work generally designated as being 98 percent conductive when annealed. Down conductors of copper cable for installations other than towers shall weigh not less than 187.5 pounds per thousand feet and the size of any wire of this cable shall not be less than No. 17 AWG (0.045 inch). Down conductors shall be tinned. The thickness of any copper ribbon or strip shall be not less than No. 16 AWG (0.051 inch). B.AIR TERMINALS - Air terminals shall be tapered to a blunt point. The rod shall be of solid copper, 112 inch in diameter. Air terminals and support shall be designed over 24 inches to handle a 75 pound per square foot wind load. All air terminals shall be supported by a suitable brace, with guide(s) not less than one-half the height of the air terminal. Air terminals shall be located in accordance with the requirements of NFPA 780 and UL 96A. Air terminals shall extend at least ten inches above the objector area they are intended to protect. Air terminals shall be placed around the perimeter of flat or gently sloping roofs at intervals not exceeding 20 feet. C, FASTENERS - Fasteners shall be of the same material as the conductor base material or bracket being fastened, or other equally corrosion resistant material. Galvanized or plated materials shall not be used. D.FITTiNGS - Fittings/bonding devices, cable splicers, and miscellaneous connectors shall be suitable for use with the installed conductor and shall be copper, bronze or aluminuin with bolt pressure connections to the cable. Cast or stamped crimp type fittings shall not be used. CITY OF PORT WORTH Backup Power and Electricat improvements at Pour Pump Stations C[TY PROTECT NUMBER; 103410-2 2641 13 - 3 LIGHTNING PROTECTION FOR STRUCTURES Page 3 of S E. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. PART 3 - EXECUTION 3.1 INSTALLATION A.The Contract Drawings (shop drawings) shall indicate the extent and general arrangement of the lightning protection system. If any departures from the Contract Drawings (shop drawings) are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Lightning protection systems for all applications shall conform to National Fire Protection Association Code No. 780 and the NEC, whichever is more stringent. B.Installation shall be performed by a certified master installer. Installer shall provide an Underwriters` Laboratories Master Label for the facilities. C.Air terminals shall be provided on the highest projections and at intervals not exceeding 20 feet along the perimeter top surface. Air terminals shall extend at least 10 inches above the object or area that they are intended to protect. Air terminals shall be connected to the lightning protection system when specifically authorized by the Engineer. D.Roof and down conductors shall be stranded and shall meet the requirements given in NFPA 780. Roof and down conductors shall maintain a horizontal or downward course. No bend in a roof or down conductor shall form an included angle of less than 90 degrees, nor shall it have a bend radius of less than eight inches. Conductors shall be routed external to buildings and six feet or more from power or signal conductors. Down conductors shall be routed outside of any structure and shall not penetrate or invade that structure. All down conductors except one may be provided with a screw type connector as described in UL 96 where lightning protection system testing may be required. Down connectors shall be supported from and secured to the building exterior using one hole straps of copper or bronze at maximum intervals of three feet. E. Guards shall be provided for down conductors located in or next to driveways, walkways or other areas where they may be displaced or damaged. Guards shall extend at least six feet above and one foot below grade Ievel. Guards shall be metal pipe. Metal guards shall be bonded to the down conductor at both ends. Bonding jumpers shall be of the same size as the down conductor. Crimp type fittings shall not be used. F. Metallic bodies, on or below roof level, that are subject to induced charges from lightning include exhaust Fans, radio towers, HVAC units, ladders, railings, antennas, roof drains, plumbing, vents, metal coping, metal flashing, gutters, downspouts, small metal wall vents, door and window frames, metal balcony railings, and in general any isolated metallic body within six feet of an exposed lightning protection system element. When these metallic bodies have a metal thickness of 3116 inch or greater, they shall be bonded to the nearest main lightning protection system CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410--2 2641 13 - 4 LIGHTNING PROTECTION FOR STRUCTURES Page 4 of 5 conductor with [UL approved fittings and conductors meeting the requirements of NFPA 780. These bonding fittings shall provide surfaces of not less than three square inches. Provisions shall be made to prevent corrosive effects introduced by galvanic action of dissimilar metals at bonding paints. If the metal parts of these units are less than 3/16 inch thick, additional approved air terminals, conductors and fittings, providing a two way path to ground from the air tenminals shall be installed. G.If metallic, the mast of roof mounted antennas and obstruction lightning shall be bonded to the nearest roof or down conductor using UL approved fittings and conductors. The bonding jumpers shall be of the same size and material as the roof or down conductor to which they are connected. Provide as a minimum a path to ground at each comer of the building. H.Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. I. The lightning protection system for the ground storage tank shall consist of installing air terminals at 20 foot intervals along the perimeter top surface of the tank and anywhere else on the top of the tank that is required by UL, NFPA and LPI. Air terminals shall extend at least 10 inches above the tank. Air terminals shall be connected together with a cable ring conductor. "Down" conductors shall extend from the cable ring conductor down the side of the tank to the earth connecting to the ground rods. 3.2 FIELD QUALITY CONTROL A.The lightning protection system will be inspected by the Engineer to determine conformance with the requirements of this specification. No part of the system shall be concealed until so authorized by the Engineer. B.The Contractor shall establish and maintain quality control for the "Lightning Protection System" installation to assure compliance with contract requirements, and shall maintain records of his quality control for all construction operations. A copy of these records and Contractor tests, as well as records of corrective action taken, shall be furnished to Owner's Representative, as directed by the Engineer, C.Contractor shall obtain an Underwriters' Laboratories Master Label for the facility. 1. Upon completion, an application shall be made to the Underwriters Laboratories, Inc. for inspection and certification. 2. Cost for UL inspection and associated costs to obtain the UL Master Label shall be paid for by the Contractor. D.Testing of Continuity of all Conductors - A copy of these records and tests, as well as the records of corrective action taken, shall be furnished to Owner's Representative, as directed by the Engineer. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 2641 13 •5 LIGHTNING PROTECTION FOR STRUCTURES Page 5 of END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 2643 13 1 � LOW VOLTAGE ACSl1RGE PROTECTIVE DEVICES (SPDS) Page 1 of 10 26 43 13 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs 1Kv and less), to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. City or Fort Worth 1%oor Pump Stations Backup Power City Project Nunrbet% 103410-2 Addendum #2 2643 13 - 2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 2 of 10 B. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted, will be returned unreviewed. C. The submittals shall include, 1. Dimensional drawing of each SPD type. 2. UL 1449 Fourth Edition Listing, Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/UL 1449 4th Edition listing by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory (NRTL). 3. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2/50, 10kA-8/204s waveform) clamping voltage test results. D. Operation and Maintenance Manuals, 1. Refer to 0178 23 for 0&M Manuals requirements 2. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.04 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 1449 Fourth Edition —Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters ANSI/IEEE C62.41,2-2002 — IEEE Recommenced Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE C62.45-2002 — IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage AC Power Circuits. City of Foil WaTLEL 1*'ntrr Pump Stations Backup Power Cily Project Number: 103410-2 Addendum 42 2643 [3-3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES ISPOSi Page 3 of 10 5. NEC Article 285 - Surge Protective Devices 6. NEMA/ISCI --109 Transient Overvoltage Withstand Test 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDs and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD, shall be fully tested and certified to the following UL standards: 1. UL 67 - Panelboards. 2. UL 845 -Motor Control Centers. 3. UL B91 -Switchboards. 4. UL 1558 - Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.06 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 10 years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer at no expense to the Owner. 2.00 PRODUCTS City of Fort Worth hour Pump Stations Backup Power City Pvojed Number: 103410-2 Addendum #2 264313-4 LOW VOLTAGE AC SURGE PROTLCTIVL XVICES (SPDS) Page 4 of 10 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 1 and Type 2): 1. Cutler Hammer 2. ABB 3. Square D 4. Allen Bradley 5. No Approved Equal B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. No Approved Equal 2.02 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will not be acceptable. 2. All SPDs shall be marked with a short-circuit current rating, and shall meet or exceed the available fault current at the connection point. 3. UL 1449 Usage Classifications. a. Type 1— Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, and intended to be installed without an external overcurrent protective device. b. Type 2 — Permanently connected SPbs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. City of Fort Worih Now, honp Stations Backup Power City Project Number: 103410-2 Addendum 42 2643 13-5 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 5 of 14 c. Type 3 — Point of utilization SPDs, installed at a minimum conductor length of 10 meters (30 feet) from the electrical service panel to the point of utilization, for example cord connected, direct plug-in, receptacle type and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 4. Construction of Type 1 and Type 2. a. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted, Overcurrent Protection: The unit shall contain thermally protected MOVs. The thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s) from the system in a fail- safe manner should a condition occur that would cause them to enter a thermal runaway condition. c. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPI7s requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform: The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMl/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. g. Power and ground connections shall be prewired within the protected equipment. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator lights shall indicate which phase as well as which module is fully operable. The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A push -to -test button shall be provided to test each phase indicator. Push -to -test button shall activate a state change of dry contacts for testing purposes. City of Port Woah Four Pump Stations Backi p Power City Project Number: 103410-2 Addendum 42 264313-6 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 6 of 10 Surge Counter: The SPD shall indicate user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed. The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short - duration button press. To prevent accidental resetting, the surge counter reset button shall be depressed for a minimum of 2 seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup. j. Remote Monitoring: For remote monitoring, the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal - oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards. SPD shall be Listed in accordance with UL 1449 Fourth Edition and UL 1283, Electromagnetic Interference Filters. m. Integrated surge protective devices (SPD) shall be Component Recognized in accordance with UL 1449 Fourth Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating (SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C Nigh exposure waveform (20kV- 1.2/50µs, 10kA-8/20µs). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems (7 Mode). S. Construction of Type 3. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDS requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. City of fort Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 2643 13-7 LOW VOLTAGE ACSl1RGE PROTECTIVE DEVICES (SPDS) Page 7 of 10 c. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e. Power and ground connections shall be prewired within the protected equipment. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Fourth Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- 1.2/50µs, 10kA-8/20µs). B. Applications. 1. Service Entrance Rated Equipment (Type 1). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device. b. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category C environments. c. The SPD shall be of the same manufacturer as the equipment d. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer e. Locate the SPD on the load side of the main disconnect device, as close as possible to the phase conductors and the ground/neutral bars. The SPD shall be connected through a U)_ approved disconnecting means. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the 5PD and shall be kept as short as possible. g. The SPD shall be integral to the equipment as a factory standardized design. h. All monitoring and diagnostic features shall be visible from the front of the equipment. City of [port Worth Four Pump Stations Backup Power City Project Number: 103410-2 Addendum #2 2643 13-8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES {SPD5) Page 8 of 10 2. Distribution Equipment Applications (Type 2). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other non -service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. c. The SPD shall be included and mounted within the equipment by the manufacturer. d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings. SPDs shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. g. The SPD shall not limit the use of through -feed lugs, sub -feed lugs, and sub -feed breaker options. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnecting means shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible, c. All monitoring and diagnostic features shall be visible from the front of the equipment. 4. Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) and Electrical Manufacturer's Provided Control Panels (OEMs) Applications (Type 1, Type 2, and Type 3) Where any such panel is installed as service entrance equipment, a Type 1 SPD shall be installed. 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 SPD shall not be required to be of the same manufacturer as the panel. City of Fort Worth Ibur PUMP Stations Backup Prover City Project Narniber: 103410-2 Addendum #2 2643 13-9 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 9 of 10 b. Where any such panel is installed as non -service entrance equipment, but within 50' of wire length of the incoming power line when that line is overhead. 1) The same requirements for other non -service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 1) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The 5PD shall be integral to the MEM or OEM panel, as a factory standardized design. C. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage (MCOV) of not less than 115% of nominal RMS voltage. 3. Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for service entrance and 120 kA per phase (60 kA per made) for distribution applications_ 4. UL 1449 clamping voltage must not exceed the following: Voltage Protection Rating (VPR) Voltage L=N L_G N_G 240/120 1200/800V 800V 800V 208Y/120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 4th edition withstand Nominal Discharge Current (In) rating to be 20kA per mode 2.03 ACCESSORIES City of Fort Worth Ibur Pump Slations Backup Parver City Project Number; 103410-2 Addendum #2 2643 13 - 10 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPIDS) Page 10 of 10 A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. 3.00 EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in the individual equipment Specification. B, Types land 2 shall be grounded and bonded as apart of the individual equipment as specified in the individual equipment Section. Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION City of Fort Worth lour Pump Stations Backup Power City Project Number: I03410-2 Addendum #2 SECTION 26 5100 INTERIOR LIGHTING PART1- GENERAL 1.1 RELATED DOCUMENTS 26 51 00 - 1 INTERIOR L[(3HTtNG Page I of 5 A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.This Section includes the following: 1. Interior lighting fixtures and drivers. 2. Exit signs. 3. Lighting fixture supports. B.Related Sections include the following: 1. Division 26 Section "Lighting Control Devices" for automatic control of lighting, including photoelectric relays, occupancy sensors, and multipole lighting relays and contactors. 1.3 DEFINITIONS A.CRI: Color -rendering index. B.CU: Coefficient of utilization. C. LER: Luminaire efficacy rating. D.Luminaire: Complete lighting fixture, including driver housing if provided. E. RCR: Room cavity ratio. 1.4 SUBMITTALS A.Product Data: For each type of lighting fixture, arranged in order of fixture designation. Include data on features, accessories, finishes, and the following: 1. Physical description of lighting fixture including dimensions. 2. Emergency lighting units including battery and charger. 3. Driver 4. Energy-cffciency data. 5. Life, output, and energy -efficiency data for LEDs. 6. Photometric data, in IESNA format, based on laboratory tests of each lighting fixture type, LED lights, drivers, and accessories identical to those indicated for the lighting fixture as applied in this Project. a. For indicated fixtures, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaining Fixtures shall be certified by the manufacturer. B. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Lighting fixtures. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 2651 00 - 2 INTERIOR LIGHTING Page 2 of 5 2, Suspended ceiling components. 3. Other items in finished ceiling including the following: a. Air outlets and inlets. b. Sprinklers. c. Smoke and fire detectors. d. Occupancy sensors. e. AudiolVisual equipment including projectors and monitors. C.Operation and Maintenance Data: For lighting equipment and fixtures to include in emergency, operation, and maintenance manuals. D.Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A.Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.7. B.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. 1.6 COORDINATION A,Coordinate layout and installation of lighting fixtures and suspension system with other construction that penetrates ceilings or is supported by them, including HVAC equipment, fire - suppression system, and partition assemblies. 1,7 WARRANTY A,Warranty Period for LED fixtures, including LED drivers. Five years from date of Substantial Completion. B. Special Warranty for Emergency Lighting Batteries: Manufacturer's standard form in which manufacturer of battery -powered emergency lighting unit agrees to repair or replace components of rechargeable batteries that fail in materials or workmanship within specified warranty period. 1. Warranty Period for Emergency Lighting Unit Batteries: 10 years from date of Substantial Completion., Full warranty shall apply for first year, and prorated warranty for the remaining nine years. 1.8 EXTRA MATERIALS A.Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Plastic Diffusers and Lenses: i for every l00 of each type and rating installed. Furnish at least one of each type. 2. Battery and Charger Data: One for each emergency lighting unit. CITY OF FORT GVORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 265100-3 INTERIOR LIGHTING Page 3 of PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified in Lighting Fixture Schedule. 2.2 LIGHTING FIXTURES AND COMPONENTS, GENERAL REQUIREMENTS A.Recessed Fixtures: Comply with NEMA LE 4 for ceiling compatibility for recessed fixtures. B. Metal Parts: Free of burrs and sharp corners and edges. C. Sheet Metal Components: Steel, unless otherwise indicated. Form and support to prevent warping and sagging. D.Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during maintenance and when secured in operating position. E. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 90 percent. 2. Specular Surfaces: 83 percent, 3. Diffusing Specular Surfaces: 75 percent. 2.3 EXIT SIGNS A.Description: Comply with UL 924; for sign colors, visibility, luminance, and lettering size, comply with authorities having jurisdiction. B.Provide exit signs equal to exit signs specified in the lighting fixture schedule. C. internally Lighted Signs: 1. AC Operation: LEDs, 70,000 hours minimum rated life. a. Battery: Sealed, maintenance -free, nickel -cadmium type. b. Charger: Fully automatic, solid-state type with sealed transfer relay. c. Operation: Relay automatically energizes LED from battery when circuit voltage drops to 80 percent of nominal voltage or below. When normal voltage is restored, relay disconnects LED from battery, and battery is automatically recharged and floated on charger. d. Test Push Button: Push -to -test type, in unit housing, simulates loss of normal power and demonstrates unit operability. e. LED Indicator Light: Indicates normal power on. Normal glow indicates trickle charge; bright glow indicates charging at end of discharge cycle. f. Integral Self -Test: Factory -installed electronic device automatically initiates code - required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and flashing red LED. 2.4 DRIVERS FOR LED FIXTURES A.Electronic Driver for LED Fixtures: Comply with UL 1310 Class 2 requirements for dry and damp locations. Include the following features unless otherwise indicated: 1. Rated for 50,000 hours of life, unless otherwise noted. 2. Sound Rating: Class A. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26 51 00 - 4 INTERIOR LIGHTING Page 4 of 5 3, Total Harmonic Distortion Rating: <15 percent. 4. Current Crest Factor: 1.5 or less. 5. 0-1 OV dimming, standard (no step dimming). 2.5 LIGHTING FIXTURE SUPPORT COMPONENTS A.Comply with Division 26 Section "Hangers and Supports for Electrical Systems" for channel- and angle -iron supports and nonmetallic channel and angle supports. B. Wires: ASTM A 641/A 641 M, Class 3, soft temper, zinc -coated steel. C. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod. 2.6 LED FIXTURES A.Except as otherwise indicated, provide LED luminaires, of types and sizes indicated on fixture schedules. B.Include the following features unless otherwise indicated: L Each Luminaire shall consist of an assembly that utilizes LEDs as the Iight source. In addition, a complete luminairc shall consist of a housing, LED array, and electronic driver (power supply). 2. Each luminaire shall be rated for a minimum operational life of50,000 hours utilizing a minimum ambient temperature of (25°C). 3. Light Emitting Diodes tested under LM-80 Standards for a minimum of 12,000 hours. 4. Color Rendering Index (CRI) of 82 at a minimum. 5. Color temperature 3500 K, unless otherwise indicated. 6. Rated Iumen maintenance at 70% lumen output for 50,000 hours, unless otherwise indicated. 7. Fixture efficacy of 60 Lumens/Watt, minimum. 8. 5-year luminaire warranty, minimum. 9. Photometry must comply with IESNA LM-79. 10. The individual LEDs shall be constructed such that a catastrophic loss of the failure of one LED will not result in the loss of the entire luminaire. 11. Luminaire shall be constructed such that LED modules may be replaced or repaired without the replacement of the whole fixture. C. Technical Requirements: 1. Luminaire shall have a minimum efficacy of 60 hunens per watt. The luminaire shall not consume power in the off state. 2. Operation Voltage: The luminaire shall operate from a 50 HZ to 60 HZ AC line over a voltage ranging from 120 VAC to 277 VAC. The fluctuations of line voltage shall have no visible effect on the luminous output. 3. Power Factor: The luminaire shall have a power factor o F 0.9 or greater. 4. THD: Total harmonic distortion (current and voltage) induced into an AC power line by a luminaire shall not exceed 15 percent. 5. Operational Performance: The LED circuitry shall prevent visible flicker to the unaided eye over the voltage range specified above. CITY OF FORT WORTH Back -Lip Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 26.5I00-5 INTERIOR LIGHTING Page 5 of 5 D.Thermal Management 1. The thermal management (of the heat generated by the LEDs) shall be of sufficient capacity to assure proper operation of the faminaire over the expected useful life. 2. The LED manufacturer's maximum thermal pad temperature for the expected life shall not be exceeded. 3. Thermal management shall be passive by design. The use of fans or other mechanical devices shall not be allowed. 4. The luminaire shall have a minimum heat sink surface such that LED manufacturer's maximum junction temperature is not exceeded at maximum rated ambient temperature. PART 3 - EXECUTION 3.1 INSTALLATION A.Lighting fixtures: Set level, plwnb, and square with ceilings and walls. B. Support for Lighting Fixtures in or on Grid -Type Suspended Ceilings: Use grid as a support element. 1. Install a minimum of four ceiling support system rods or wires for each fixture. Locate not more than 6 inches from Iighting fixture corners. 2. Support Clips: Fasten to lighting fixtures and to ceiling grid members at or near each fixture corner with clips that are UL listed for the application. 3. Fixtures of Sizes Less Than Ceiling Grid: Install as indicated on reflected ceiling plans or center in acoustical panel, and support fixtures independently with at least two 3/4-inch metal channels spanning and secured to ceiling tees. C.Connect wiring according to Division 26 Section "Low Voltage Electrical Conductors and Cables." 3.2 FIELD QUALITY CONTROL A.Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery and retransfer to normal. B.Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 26 56 00 EXTERIOR LIGHTING PART1- GENERAL 1.1 RELATED DOCUMENTS 265600-1 EXTERIOR LIGHTING Page 1 of A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.This Section includes the following: 1. Exterior luminaires with lamps and ballasts. 2. Luminaire-mounted photoelectric relays. 1.3 DEFINITIONS A.CRI: Color -rendering index. BLED: Light emitting diode. C.Luminaire: Complete lighting fixture, including ballast housing if provided. 1.4 SUBMITTALS A.Product Data: For each luminaire, pole, and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Physical description of luminaire, including materials, dimensions, effective projected area, and verification of indicated parameters. 2. Details of attaching luminaires and accessories. 3 _ Details of installation and construction. 4. Luminaire materials. 5. Photometric data based on laboratory tests of each luminaire type, complete with indicated lamps, ballasts., and accessories. 6. Photoelectric relays. 7. Ballasts, including energy -efficiency data. 8. Lamps, including life, output, and energy -efficiency data. 9. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. B. Qualification Data: For agencies providing photometric data for lighting fixtures. C.Field quality -control test reports. D.Warranty: Special warranty specified in this Section. 1.5 QUALITY ASSURANCE A.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked For intended use. B. Comply with IEEE C2, "National Electrical Safety Code." CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 265600-2 EXTERIOR LIGHTING Page 2 of 3 C, Comply with NFPA 70, 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Five years from date of Substantial Completion. 2. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified in Lighting Fixture Schedule. 2.2 LUMINAIRES, GENERAL REQUIREMENTS A.Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet Iocations by an NRTL acceptable to authorities having jurisdiction. B. Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires. C.Metal Parts: Free of burrs and sharp corners and edges. D,Shcct Metal Components: Corrosion -resistant aluminum, unless otherwise indicated. Form and support to prevent warping and sagging. E. Housings: Rigidly formed, weather- and light -tight enclosures that will not warp, sag, or de -form in use. Provide filter/breather for enclosed luminaires. F. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relmping without use of tools. Designed to pre- vent doors, frames, lenses, diffusers, and other components from falling accidentally during relmping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. G.Exposed Hardware Material: Stainless steel. H,Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and LTV radiation. I. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. J. Lenses and Refractors Gaskets: Use heat- and aging -resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. K.Luminaire Finish: Manufacturer's standard paint applied to factory -assembled and tested luminaire before shipping. Where indicated, snatch finish process and color of support materials. C[TY OF FORT WORT[ I Backup Power and Electrical improvements at Four Pump stations C[TY PROJECT NUMBER: 103410-2 265600-3 EXTERIOR LIGHTING Page 3 of 3 L. Factory -Applied Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. I. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 51NACE No. 1, "White Metal Blast Cleaning," or SSPC-SP 8, "Pickling." 2. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high -gloss, high -build polyurethane enamel. M. Factory -Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Color: As indicated on Lighting Fixture Schedule. PART 3 - EXECUTION 3.1 LUMINAIRE INSTALLATION A.Install lamps in each luminaire. B.Fasten luminaire to indicated supports. C.Adjust luminaires that require field adjustment or aiming. Include adjustment of photoelectric device to prevent false operation of relay by artificial light sources. 3.2 CORROSION PREVENTION A.Aluminum: Do not use in contact with earth or concrete, When in direct contact with a dis- similar metal, protect aluminum by insulating fittings or treatment. B. Steel Conduits: Comply with Division 26 Section "Raceway and Boxes for Electrical Systems." 3.3 GROUNDING A.Ground nonmetallic support structures according to Division 26 Section "Grounding and Bonding for Electrical Systems." 1. Install grounding conductor and conductor protector. 2. Ground metallic components. B. Inspect each installed fixture for damage. Replace damaged fixtures and components. C.Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. 1. Verify operation of photoelectric controls. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECTNUMBER: 103410-2 DIVISION I EARTHWORK SECTION 3105 13 SOILS FOR EARTHWORK PART1- GENERAL 1.1 WORK INCLUDED 310513-1 SOILS FOR EARTHWORK Page 1 of A.This Section of the specifications describes the various classes of Earth pill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 STANDARDS A.Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 "Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)" or other appropriate methods as designated by the Engineer. PART 2 - PRODUCTS 2.1 MATERIALS; CLASSIFICATIONS A.Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C.Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D.Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximurn of 12 percent passing the No. 200 sieve, which are free of organic materials. CITY OF FORT WORTH Backup Power and Electrical Tmprovemenm at Four Pump Stations CITY PRO]IXT NUMBER: 103410-2 3105 13 - 2 SOILS FOR EARTHWORK Page 2 of 2 F. Class 12 Earth Fill; Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Irnpromnents at Four Pump stations CITY PROJECT NUMBER; 103410-2 SECTION 31 0516 AGGREGATES FOR EARTHWORK PART1- GENERAL 1.1 WORK INCLUDED 310516-1 AGGREGATES FOR EARTHWORK Page l of 7 A.This Section of the specifications describes the various classes of Aggregate Fill. All of the classes of Aggregate Fill contained in this specification may not be used on this project. The classes of Aggregate Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include installation. Installation of Aggregate Fill is included in other sections of the specifications and/or on the drawings, 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Classification Testing: I. Contractor Testing: a. Arrange and pay for the services of an independent testing laboratory to sample and test proposed Aggregate Fill materials. b. Submit the test results to the Engineer and obtain approval prior to providing Aggregate Fill. 2. Owner Testing: The Owner shall arrange and pay for additional testing on the Aggregate Fill after deliveiy to the project site as determined necessary by the Engineer. B. Contamination Certification: 1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill source stating that to the best of the Supplier's knowledge and belief there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill to the site. The lack of such certification on a potential Aggregate Fill source shall be cause for rejection of that source. 1.4 STANDARDS A.Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing procedures as specified for the various classes. American Society for Testing and Materials (ASTM) Standards. ASTM C33 Specification for Concrete Aggregates ASTM CBS Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium sulfate ASTM C125 Terminology Relating to Concrete and Concrete Aggregates CITY OF FORT WORTH Backup Powcr and Electrical Improvements at four Pump Stations CITY I'ROJHCT NUMBER: I034I0-2 310516-2 AGGREGATES FOR EARTHWORK Page 2 of 7 ASTM C131 Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Test Method for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D448 Classification for Sizes of Aggregate for Road and Bridge Construction PART 2 - PRODUCTS 2.1 MATERIALS; CLASSIFICATIONS A.Class 1 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 57: Slave Size t Percent Rantrig Square Opening 100 1" 95-100 1/2" 25-60 No.4 0-10 No.8 0-5 B. Class 2 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 67: Sieve Size Square Opening Percent Passing 1" 100 3/41' 90-100 3/8" 20-55 No. 4 0-10 No. 8 0-5 C.Class 3 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent When tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 7: Steve Size � Square Opening Percent Passing C[TY OF FORT WORTH Backup PoNver and Electrical fmpmements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 310516-3 AGGREGATES FOR EARTHWORK Page 3 af7 3/4" 100 1/2" 90-100 3/8" 40-70 No. 4 0-15 No. 8 0-5 D.Class 4 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 467: Siii�we Size percent Passing Square Opening 2" 100 1-1/2" 95-100 3/4" 35-70 3/8" 10-30 No. 4 0-5 E. Class 5 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 357- 5ieve 1 Sirs Pert8nt Passing 5quare Opening 2-1/2" 100 2" 95-100 1" 35-70 1/2" 10-30 No.4 0-5 F. Class 6 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 1: Sieve Size Percenk Passing Square Opening CITY OF FORT WORTH Back -tip Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 3105 16 - 4 AGGREGATES FOR EARTHWORK Page 4 of 7 4" 100 3-1/2" 90-100 2-1/2" 25-60 1-1/2" 0-15 3/4" 0-5 G.Class 7 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 6: Sieve Size I Square Operling Percunt massing 1" 100 3/4" 90-100 1/2" 20-55 ' 3/8" 0-15 No.4 0-5 H.Class 8 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of 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 following gradation in accordance with ASTM D448, size number 56: Sle�iL& Size Square Opening Pereeflt Fussing 1-1/2" 100 1" 90-100 3/4" 40-85 l 1/2" 10-40 3/8" 0-15 I No. 4 0-5 1. Class 9 Aggregate Fill: 1. Consist 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 Percent RaSSi[1g Square Opening, 1/2" 100 CITY OF FOIST WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 310516-5 AGGREGATES FOR EARTHWORK page 5 of 3/8" 95-100 No. 4 80-95 No. 8 65-85 No. 16 50-75 No. 30 25-60 No.50 10-30 No. 100 0-10 2. Class 9 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. 3. Class 10 Aggregate Fill: 1. Consist of washed and screened natural 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 Percent Fussing Sgtnire.0penths ` 3/8" 100 `I No.4 95-100 No.8 80-100 , No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 0-10 2. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. K.Class 11 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 C131 or C535. When material is subjected to five cycles of 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 following gradation: Sieve Size Percent Passing Square opening 1-3/4" 100 7/8" 65-90 3/8" 50-70 No.4 35-55 No.40 15-30 C[TY OF FORT WORTH Backup Power and Flectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 310516-6 AGGREGATES FOR EARTHWORK Page 6 of 7 No. 100 0-12 (Wet Sieve Method) L. Class 12 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 C131 or C535. When material is subjected to five cycles of 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 following gradation: 5teve Size --_ SgUare opening Percent Passnrsg 1-1/2" 100 1" 85-100 J 3/4" 60-95 3/8" 50-80 No.4 40-65 J No. 16 20-40 l No. 100 0-12 (Wet Sieve Method) J M. Class 13 Aggregate Fill: Consist of durable particles of crushed stone flee 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 C 131 or C535. When material is subjected to five cycles of 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 shall meet the following gradation: Sieve Size - -- Square Opening Percent Passing 1-3/4" 100 7/8" 65-90 3/8" 50-70 No, 4 35-55 No. 40 15-30 No. 100 0-3 (Wet Sieve Method) N.Class 14 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 C131 or C535. When material is subjected to five cycles of 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 following gradation: Sieve Sign f � Rerter�t passing I Square Opening 1-1/2" 100 - 1" 85-100 J 3/4" 60-95 CITY OF FORT WORTH Backup Powcr and Electrical lmprowments at Four Pump Stations CITY PROJECT NUMBER: 103410-2 310516-7 AGGREGATES FOR EARTHWORK Page 7 of 7 3/8" 50-80 No. 4 40-65 No.16 20-40 No. 100 0-3 (Wet Sieve Method) O.Class 15 Aggregate Fill: Consist of durable particles of silica sand, washed clean, chemically inert, and packaged by the Supplier. The material shall meet applicable regulatory requirements for monitor well filter pack. The source of the material shall be approved by the Engineer and shall meet the following gradation requirements: - Sieve 5lre , Percent Passing Square Opening No. 20 98-100 No. 40 0-2 PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION CITY OF FORT WORT}1 Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NLJMBFR: 103410-2 SECTION 311100 CLEARING AND GRUBBING PART1- GENERAL 1.1 WORK INCLUDED 311100-1 CLEARING AND GRUBBING Page 1 of3 A.Provide labor, materials, equipment and incidentals necessary to perform operations in connection with clearing, grubbing, and disposal of cleared and grubbed materials. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the item "Clearing and Grubbing". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Clearing and Grubbing" and no other compensation will be allowed. 1.3 QUALITY ASSURANCE; DEFMI`I'IONS A.Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.1 PREPARATION A.Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner's Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits, shall be clearly marked to avoid damage during clearing and grubbing operations. C.Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner's Representative, when the trees or brush interfere with the progress of construction operations. D.Clearly mark trees and shrubs within the clearing limits, which are to remain, and protect the trees and shrubs from damage during the clearing and grubbing operations. E. The clearing limits shall not extend beyond the project limits. 3.2 INSTALLATION A.Clearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris occurring within the area to be cleared. B. Grubbing: CITY OF FORT WORTII Backup Power and Electrical tniprovements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 311100-2 CLEARING AND GRUBBING Page 2 of 3 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Footings: 18 inches below the bottom of the footing. b. Walks: 12 inches below the bottom of the walk. c. Roads and Taxiways: 18 inches below the bottom of the subgrade. d. Parking Areas: 12 inches below the bottom of the subgrade. e. Embankments: 24 inches below existing ground. f. Concrete Structures: 18 inches below the bottom of the concrete. 3.3 FIELD QUALITY CONTROL A.Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 311100-3 CLCARING AND GRUBBING Page 3 af3 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. Measurement is not required. A1.02 PAYMENT A. Payment for the work specified will be made at the lump sum price bid for "Clearing and Grubbing", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the specified work, including refilling of depressions. No payment will be made for clearing and grubbing in the borrow or waste disposal areas, and all costs thereof shall be included in the appropriate bid price of the type of work involved. B. The amount bid for "Clearing and Grubbing" shall not exceed 0.2 percent of the total amount bid, exclusive of "Mobilization' and "Clearing and Grubbing." END OF APPENDIX A CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER. 103410-2 312310-1 STRUCTURAL EXCAVATION AND BACKFILL Page l of 5 SECTION 3123 10 STRUCTURAL EXCAVATION AND BACKFILL PARTI- GENERAL 1.1 SUMMARY A.This Section specifies excavation, backfill materials, backfill placement and compaction procedures, and other construction activities incidental to project structures. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 QUALIFICATION ASSURANCE A.Testing Agency: An independent testing agency that is AASHTO accredited. 1.4 SUBMITTALS A.Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Qualification Data: For testing agency. 2. Provide list of compaction equipment to be used. 3. Backfill material classifications: For each soil or aggregate backfill material provide a certification by the testing agency. 4. Compaction Test Results: Submit test results within 24 hours of successful testing. 1.5 STANDARDS A.Material classification, placing, and testing shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. 1. ASTM International (ASTM) Standards: Standard Test Methods for Laboratory Compaction Characteristics of ASTM D698 Soil Using Standard Effort (12,400 ft-Ibf/ft' (600 kN-m/m)) ASTM Standard Test Method for Density and Unit Weight of Soil in Place by D1556 Sand -Cone Method 1 ASTM Standard Practice for Classification of Soils for Engineering Purposes D2487 (Unified Soil Classification System) ASTM Standard Test Methods for Maximum Index Density and Unit Weight ` D4253 of Soils Using a Vibratory Table 1 ASTM Standard Test Methods for In -Place Density and Water Content of D6938 Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 3123 10-2 STRUCTURAL EXCAVATION AND BACKFILL Page 2 of 5 1.6 DELIVERY AND STORAGE A.Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations and as required to prevent contamination with other materials. 1.7 JOB CONDITIONS A.Review subsurface investigations. A limited subsurface investigation has been performed by Freese and Nichols, Inc. Boring logs from that investigation are available at the Engineer's office for information purposes only. The precise profile of soil and rock strata beneath this Site is not known. B, Review the Site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. PART 2 - PRODUCTS 2.1 BACKFILL MATERIALS A.Structural Fill Backfill: Structural fill shall be flexible base in accordance with TxDOT 2014 Standard Specifications, Item 247, Grade I or 2, Type A. B. Clay Cap: Clay cap outside of structures shall be excavated onsite fat clays that are free of organic materials and particles larger than 3" in diameter. C.Mud Slab: Lean concrete in accordance with Section 03 30 00 "Cast-In-Placc Concrete." 2.2 COMPACTION EQUIPMENT A.Compaction equipment shall conform to the following requirements. 1. Heavy Compaction Equipment: a. Tamping Compactor; Steel wheels with rectangular face, tapered pads that prevent fluffing the soil. Compactor shall be equipped with cleaning fingers to remove soil accumulation from between pads. 1) Operating Weight, Minimum: 30,000 pounds. 2) Wheels or Drum Size, Minimum: 4 feet diameter. 3) Travel Speed, Maximum: 10 mph. b. Pneumatic Rollers: Minimum eight -tire, pneumatic roller with a modular ballast system and flexible operating weight, and which will equally distribute load between tires to provide compaction uniformity. 1) Operating Weight Range: As required for specified compaction, 36,000 to 50,000 pounds. 2) Tire Pressure Range: 80 psi to 100 psi. 3) Travel Speed, Maximum: 10 mph. 4) Distance Between Edges of Adjacent Tires: Less than 50 percent of tire width. c. Vibratory Rollers: Smooth drum roller with 90 percent of the static weight transmitted through a single drum. 1) Static Weight, Minimum: 20,000 pounds 2) Centrifugal Force Per Drum, Minimum: 40,000 pounds 3) frequency: 1400 v/min 4) Drum Size: Diameter 5 feet, +/- l foot; width between 6 and 9 feet. 5) Travel Speed: 5 mph for self-propelled; 2 Inph for towed. 6) No backing up of the vibratory roller will be allowed on an embankment unless the vibrating mechanism is capable of being reversed. MY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations City Project Number. 103410-2 312310-3 STRUCTURAL EXCAVATION AND HACKFIL.L Page 3 of 5 2. Band -Directed Compaction Equipment: Use power tampers and vibratory plate compactors in areas where it is impracticable or unacceptable to use heavy compaction equipment. PART 3 - EXECUTION 3.1 PREPARATION A.Clear and grub the area to be excavated prior to the start of excavation in accordance with Section 31 1100 "Clearing and Grubbing." 3.2 EXCAVATION FOR FOUNDATIONS A.Generai: Excavate subgrade to the depth indicated on Drawings, -+"/- 0.1 feet tolerance Extend limits of the excavation beyond the perimeter of the foundations 1. Exposed subgrade surfaces shall be level and of sound, stable material; free of mud, frost, snow, or ice. Testing agency or Owner's representative shall confirm exposed subgrade is a suitable bearing material based on the Construction Documents. a. Place a 3-inch mud slab of concrete (minimum 1500 PSI at 28-days) within eight hours of final excavation for subgrade. 2. Proof roll the exposed subgrade in accordance with TxDOT Item 216. Do not proof roll wet or saturated subgrades. 3. Where unsound or unstable material is uncovered, notify Owner's representative Remove objectionable 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: Flowable fill. b. Soil subgrade replacement material: Compacted structural fill 4. Place a 3-inch mud slab of concrete (minimum 1500 PSI at 28-days) within eight hours of final excavation for subgrade. B.Mud Slab: Where indicated, install mud slab on exposed foundation subgrade surface within 8 hours of subgrade exposure, Confirm subgrade is free of loose, unsound, and/or deleterious material before placement of mud slab. C. When the material encountered at footing bearing elevation is found to be partially rock or incompressible material, but otherwise satisfactory for the foundation, remove the incompressible material to a depth of 6 inches below the footing grade and 12 inches on each side and backfill with compacted select fill. D.Excavation Safety: All excavations shall be in accordance with OSHA requirements. 3.3 WATER IN FOUNDATION EXCAVATIONS A.General: 1. Prevent water infiltration into foundation excavations. Remove standing water from excavation prior to placing concrete. If removal of standing water is not possible due to continuous water infiltration, then contact Owner's representative for additional direction regarding placing concrete underwater. 2. Do not dcwater a foundation excavation while placing concrete or for a period of at least 24 hours after concrete placement. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 1034t0-2 312310-4 STRUCTURAL EXCAVATION AND BACKFILL Page 4 of 5 B. Rock Foundation Subgrade: If rock material becomes weathered due to water infiltration, then remove weathered material and provide rock replacement material to restore foundation subgrade elevation. C. Soil Foundation Subgrade: If foundation subgrade becomes saturated do not disturb the subgrade. Wait for water to evacuate the subgrade and subgrade surface to adequately stiffen prior to placing concrete. If subgrade is disturbed, then wait until subgrade has dried out, excavate disturbed subgrade and provide replacement material as indicated above. 3.4 COMPACTED BACKFILL A.General: Backfill excavated spaces and areas not occupied by the permanent structure. 1. Backfill behind a retaining wall or basement -type wall shall not be placed until the concrete has reached its 28-day compressive strength or 7 days, whichever is longer. 2. Unless otherwise indicated on Drawings, structures with a top slab shall not backfilled until the top slab has been in place at least 4 days. 3. Structures with soil on opposing (opposite) sides shall be backfilled to prevent uneven loading of the structure — evenly raise backfill on opposing sides of the structure. The maximum differential backfill height between opposing sides is 1 foot. 4. Do not permit rollers to operate within 3 feet of structures. 5. Maximum Loose Lift Height: a. Heavy Compaction Equipment: 8 inches. b. Hand -Directed Compaction Equipment: 4 inches. 6. Previous Compacted Layer: If Backfill placement occurs over a period of time greater than 24 hours, then scarify and recompact the previous day's final compacted layer. a. Scarify and Recompact: 6-inch depth; adjust the moisture content; recompact. b. Saturated subgrades shall not be worked on until sufficiently dry and harden so as not to be rutted with compaction equipment. Scarify and recompact layers damaged by weather or construction equipment. B.Moisture: Prior to compacting Backfill, mix and aerate or water the loose lift backfill material as necessary to adjust the moisture content and evenly distribute throughout. The material shall contain moisture within the limits specified below. 1. In accordance with ASTM D6938, determine the optimum moisture content for the maximum dry density. 2, Backfill moisture content shall be as indicated in Table 1, "Compacted Fill." 3. Aggregate fill: Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. C.Compaction: As required to achieve the specified density, increase the number of passes above the minimum specified and/or modify the weight of the equipment. 1. Determine the maximum dry density in accordance with ASTM D698 for cohesive soils and ASTM D4253 for cohesionless soils. 2. Minimum number of passes for all compacted fill types: 8. 3. Cohesive Soils: A tamping compactor or tamping compactor followed by a pneumatic roller shall be used. 4. Cohesionless or low cohesive soils: A vibratory roller or vibratory plate compactors shall be required if the material is cohesionless or with less than 15 percent passing the No. 200 sieve. Confirm applicability of vibratory compaction equipment in the field. CITY OF FORT WORTH Back-up Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 3123 10 - 5 STRUCTURAL EXCAVATION AND BACKFILL Page 5 00 5. Overlap passes a minimum of 1 feet for heavy compaction equipment and 50 percent of the baseplate width for hand -directed equipment. b. Backfill density shall be as indicated in Table 1, "Compacted Fill." 'fable L Compacted Fill Il+lnlsture Bat:lilill'I'ype Densityl� ,� n>nlmenls canteneo On -Site Clays 95°gyp -0% to +5% NIA General Fill 95% -1% to +3% NIA Structural Fill 95% -1 % to +2% NIA I The percentage indicated is the minimum required percentage of the maximum dry density as determined by the applicable ASTM. I Below Vehicular Pavement: Scarify to a depth of 8, moisture condition, and recompact to not less than 100 percent of the maximum dry density. 3 Range indicated is the acceptable tolerance with respect to the optimum moisture content. 4 Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and result in consistent achievement of the specified density. 3.5 FIELD QUALITY CONTROL A.Contractor is responsible for the costs involved in providing an approved testing agency to perform quality control testing of backfill operations and verification of subgrade bearing material. The testing laboratory shall make tests of in -place density and moisture in accordance with ASTM Standards previously mentioned in this Section. The testing agency shall monitor backfill operations continuously or at intervals acceptable to the Owner's representative. It shall be the responsibility of the Contractor to notify the testing agency a minimum of two business days before backfill operations begin. 1. In -place field density tests shall be performed for each lift for each 3,000 square feet of compacted area; except a minimum of two tests per lift is required. END OF SECT10N CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 312333-1 TRENCHING AND BACKFILL Page 1 of 9 31 23 33 TRENCHING AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform operations in trenching, pipe bedding, backfilling, clearing, grubbing and site preparation; handling, storage, transportation and disposal of excavated material; pumping and dewatering; preparation of subgrades; protection of adjacent property; fills, grading; and other appurtenant work. B. Trenching, backfilling, and pipe embedment procedures shall be in full compliance with Section 3123 33.14 "Trench Safety." C. Material sampling and testing roles, responsibilities and procedures shall be in full compliance with Section 01 45 23 "Testing and Inspection Services." D. Earth removed from excavations and which is not required for backfill shall be removed from the Site by the Contractor at its own expense, unless arrangements are made with the Owner through its representative to allow disposal on Site. If permitted, the Contractor shall dump and spread excess earth in a manner agreed upon by the Contractor and the Owner. E. Excavations, other than trench excavation, are not part of this Section. F. Bidders must satisfy themselves as to the actual existing subsurface conditions prior to the submittal of a proposal to complete the proposed Work. No extra or separate payments shall be made for rock, dewatering, or any other condition. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed, 1.03 QUALITY ASSURANCE A. Excavations shall include material of whatever nature encountered, including but not limited to clays, sands, gravels, conglomeritic boulders, weathered clay shales, rock, debris and abandoned existing structures. Excavation and trenching shall include the removal and subsequent handling of materials excavated or otherwise handled in the performance of the Work. B, Trench excavation shall consist of excavation to the lines and grades indicated, required for installation ofthe pipe, pipe bedding, backfill, and to accommodate trench safety systems. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 3123 33 - 2 TRENCHING AND BACKFILL Page 2 or 9 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Certified test reports for embedment material, backfill material, and coarse gravel. Certified Test Reports shall be from an independent laboratory. Test reports shall include sieve analysis, Atterburg limits, results of an abrasion test, and other tests as required to demonstrate compliance with Paragraph 2.01. 2. Test results indicating soil resistivity for embedment material used on metal pipe. 3. Field density test reports indicating that the Contractor's method of backfill meets the requirements of the Contract Documents. The field density testing for granular embedment shall be done in a manner approved by the Owner/Engineer by an independent testing lab in accordance with ASTM D4253. The cost of the field testing shall be included in the Bid Price for the Work, with no additional compensation to the Contractor. 1.05 REFERENCE SPECIFICATIONS A. Section 01 33 00 "Document Management." B. Section 0140 00 "Quality Management." C. Section 03 30 00 "Cast -In -Place Concrete" D. Section 3105 13 "Soils for Earthwork." E. Section 31 05 16 "Aggregates for Earthwork." F. Section 3123 23.34 "Flowable Fill" G. Section 3123 33.14 "Trench Safety." 1.06 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this Section to the extent indicated by the references thereto: 1. ASTM International (ASTM): ASTM C33 Standard Specification for Concrete Aggregates ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate 1 ASTM C125 Standard Terminology Relating to Concrete and Concrete Aggregates Standard Test Method for Resistance to Degradation of Small-Sizc ASTM C131 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Test Method for Resistance to Degradation of Large -Size ASTM C535 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D75 Standard Practice for Sampling Aggregates ASTM D448 Standard Classification for Size of Aggregate For Road Bridge Construction CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 31 23 33 - 3 TRENCU[NG AND BACKFILL Page 3 of 9 ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3 (600 kN-M/m3) ASTM Standard Test Method for Density and Unit Weight of Soil in Place by D1556 the Sand -Cone Method ASTM Standard Practice for Classification of Soils for Engineering Purposes D2487 (Unified Soil Classification System) ASTM Standard Test Methods for Maximum Index Density and Unit Weight D4253 of Soils Using a Vibratory Table ASTM Standard Test Method for In -Place Density and Water Content of Soil D6938 and Soil -aggregate by Nuclear Methods (Shallow Depth) ASTM G57 Standard Test Method for Field Measurement of Soil Resistivity Using the Wenner Four -Electrode Method B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. Reference herein or on the Drawings to soil classifications shall be understood to be according to ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System,). 1.07 DELIVERY AND STORAGE A. Excavated materials to be used for backfill may be deposited in stockpiles at points convenient for rehandling the material during the backfilling process. If not indicated on the Drawings, the location of stockpiles shall be within the limits of construction easements or public right-of-way. The location of stockpiles is subject to the approval of the Owner or the Owner's representative. Do not place stockpiles over buried pipelines or utilities unless adequate provisions are made for protection. Roads and driveways must be kept open unless written authorization is granted by Owner. Keep drainage channels clear of stockpiled materials. B. If more than one material is stockpiled on site, maintain separation and clearly identify stockpiles. Cross -contamination of materials will not be permitted and will serve as grounds for rejection. 1.08 JOB CONDITIONS A. Classification of Excavation: Excavation shall be "unclassified" and involves the removing of the necessary materials to provide the trench/excavation to the required width and depth. Contractor must satisfy itself as to the actual sub -surface conditions prior to submitting a proposal. No extra or separate payments shall be made for rock, dewatering or any other condition. B. Road Crossings: Where the Work requires road closure, coordinate with the Owner to obtain written approval detailing the extents of the road closure as well as the duration the road will be out of service. Provide temporary access and detours for roads and driveways as required by the Owner. C. Place no embedment or backfill material during freezing weather or upon frozen subgrades or previously placed frozen embedment or backfill materials. 2.00 PRODUCTS CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 3123 33 - 4 TRENCHING AND EACKFILL Page 4 uF9 2.01 MA'X'ERIALS A. Concrete for Backfill, Blocking, Cradling and Encasement: Unless other strength requirements are designated, concrete used shall be as specified for pipe blocking, lean concrete, in Section 03 30 30 "Cast -In -Place Concrete." B. Earth Fill: Earth fill materials shall be as specified in Section 3105 13 "Soils for Earthwork." C. Granular Embedment and Backfill: Granular embedment material shall be as specified in Section 3105 16 "Aggregates for Earthwork." Granular embedment material shall be Class 2 Aggregates. D. Coarse Gravel: Where coarse gravel is required for water drainage, restoration of trench foundation, or other uses, it shall be crushed stone or gravel and in compliance with ASTM C33 for Coarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, No. 357, or as follows: Sieve sire Fereent SyunreOpening I 1"Aming f 1" 95-100 3/4" 55-85 1/2" 25-50 No.4 0-5 E. Flowable Fill: Plowable fill shall be in accordance with Section 3123 23.34 "Flowable Fill." F. Utility Detection Tape: Utility pipe detection tape shall be installed over all PVC, HDPE, or fiberglass pipelines 8 inches and larger. The tape shall be bright -colored, continuous -printed plasticized aluminum tape, intended for direct -burial service, and meet the following requirements: 1. Width: 6 inches. 2. Thickness: 5 mils minimum. 3. Lettering: 1-inch high permanent black, continuously printed. 4. Color: Per APWA Uniform Color Code: a. Green - Sanitary Sewer Lines. b. Blue - Potable Water. c, Purple - Reclaimed Water, Irrigation.. 5. Detection tape must be installed above the pipe zone, 12 inches above pipe. 3.00 EXECUTION 3.01 PREPARATION A. Site: 1. Clear sites of logs, trees, roots, brush, tree trimmings and other objectionable materials and debris which are to be occupied by pipe trenches, and grub stumps. Designate CITY of FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 312333-5 TRENCHING AND 6ACKFILL Page 5 of 9 material not salvaged for reuse as surface material as spoiled and dispose of material in accordance with Paragraph 3.0LE, Disposal of Spoil Material. 2. Do not remove trees outside of the required working area unless their removal is authorized in writing by the Engineer and with the approval of the local governing authority. Adequately protect the trees left standing from permanent damage by construction operations. Standing trees may be trimmed where necessary to facilitate construction, but only with written authorization from the Engineer. B. Dewatering: 1. Provide and maintain adequate dewatering equipment to remove and dispose of surface and ground water entering the excavations, trenches, or other parts of the Work. Keep each excavation dry during subgrade preparation and continually thereafter until the proposed pipe is installed. Maintain the proper procedures necessary to protect against damage to the proposed Work from hydrostatic pressure, flotation, or other water related causes. 2. Dewater excavations which extend down to or below ground water elevation by Iowering and keeping the ground water level a minimum of 2 feet below the bottom of the excavation. 3. Divert surface water or otherwise prevent water from entering excavated areas to the fullest extent possible without causing damage to adjacent property. 4. Provide and maintain any piping or conduit necessary to facilitate drainage. Do not alter area drainage patterns to the extent that adjacent property and landowners become threatened with localized flooding and/or water damage. Should such a situation occur, the Contractor shall be responsible for repairing the damage at no additional cost to the Owner. C. Protection of Existing Structures and Utilities: 1. Prior to the start of construction, communicate with the representatives of the local utility companies, including the oil, gas, telephone and communications companies, and local water and sewer utilities operating in the location of the proposed construction area. Seek the utility companies' assistance in locating existing facilities to avoid conflicts during construction. The location, number, depth, and owner of utilities indicated are for information purposes only, and all utilities and structures may not be shown or may not be at the location shown. 2. Where construction endangers adjacent structures, utilities, embankments and/or roadways, the Contractor shall, at his own expense, carefully support and protect such structures so that no damage occurs throughout the construction process. In case damage should occur, the Contractor shall be responsible for restoring the damaged structure to a condition acceptable to the Owner of that structure and shall bear all cost of such reparations. 3. Repair or replace damaged street surfaces, driveways, sidewalks, curbs, gutters, fences, drainage structures, or other such facilities to the satisfaction of the Owner. Structures shall be returned to a condition equal to or better than the original condition and of same or better material and quality. 4. Relocate minor utilities as necessary, at no additional cost to the Owner, in order to resolve conflicts with new Work. Minor utilities shall be defined as conduit less than or equal to 2 inches in diameter and pressure piping less than or equal to b inches in CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 3123-13-6 TRL"NCHTNG AND BACKFILL Page 6 of 9 diameter. All proposed relocations shall be submitted in writing and approved by Owner or Owner's representative prior to accomplishing the Work. D. Blasting: Blasting shall not be allowed in any instance. E. Disposal of Spoil Material: Suitable material from excavations which meets the requirements for pipe backfill material as indicated, except stripping excavation, may be reused. Designate the remaining excavated materials as spoiled material and dispose of material off the Site in accordance with all applicable laws, ordinances, and codes. Contractor shall be responsible for the storage, transportation, and deposition of spoiled material and shall be responsible for acquiring the necessary permits, and the payment of fees and duties at no additional cost to the Owner. 2. No burning of materials shall be permitted on the Site. 3.02 TRENCH EXCAVATION A. General: The trenches shall be excavated to the alignment and depth indicated or as necessary for the proper installation of the pipe and appurtenances. Brace and dewater the trench if necessary so that the workmen may work therein safely and efficiently. Any specific requirement listed in Paragraph 3.00, Execution, may be modified as necessary to meet OSHA requirements. However, if trench widths are wider than indicated, the Contractor shall be responsible for determining and furnishing the proper class of embedment and piping for the installation with no additional compensation to the Contractor. B. Trench Width: The trench widths shall be outside diameter of pipe plus 24-inches. C. Pipe Foundation Subgrade: 1. Excavate the trench to an even grade to permit the installation of the pipe so that the full length of the pipe barrel is supported on the proper depth of bedding material. The entire foundation subgrade area in the bottom of the excavations shall be firm, stable material, and the material shall not be disturbed below required grade except as described in this Section. Where the character of the subgrade material is such that proper subgrade cannot be obtained at the elevation indicated, deepen the excavation to a satisfactory subgrade material. 2. Remove the material until a firm, stable, and uniform bearing is reached and the subgradc brought back to the required grade with coarse gravel thoroughly compacted to 95 percent maximum density as measured by ASTM D4253. The expense of replacing any unsatisfactory subgrade shall be borne by the Contractor. D. Correcting Faulty Grade: If the trench is excavated to a faulty grade (at a lower elevation than indicated), correct the faulty grade as specified below: 1. In uniform, stable, dry soils, correct the faulty grade with granular embedment material thoroughly compacted to 95 percent of the maximum density measured in accordance with ASTM D4253. 2. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct the faulty grade with coarse gravel compacted to 95 percent of the maximum density measured in accordance with ASTM D4253. 3. Correct faulty grade at no additional cost to Owner. CI1Y OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 312333-7 TRENCAING AND SACKFILL Page 7 of 9 E. Care of Surface Material for Reuse; If local conditions permit reuse, keep surface material suitable for reuse separate from the general excavation material. E. Trenching Methods: The use of any suitable trench digging machinery is permitted except in places where such operations may cause damage, above or below ground, in which case, employ hand methods. G. Pipe Clearance in Rock: Remove ledge rock, rock fragments, shale, or other rock to provide proper clearance for bedding materials. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. H. Open Trench: 1. Owner shall have the right to limit the amount of trench which maybe opened or partially opened at any time in advance of the completed line; and also the amount of trench left not backfilled. 2. Not more than 150 feet of trench shall be left open unless otherwise permitted in writing by the Owner. 3. Backfill and/or protect trenches as necessary to prevent injury to adjacent property, Owner's personnel, livestock, and the public. 4. Trenches left open at night shall be fenced with adequate construction fencing. No trenches in streets or populated areas shall be left open at night. 5. These requirements are minimum standard for trenching and more stringent construction requirements may be located elsewhere in the Contract Documents. The most restrictive requirements shall apply. 3.03 BACKFILL A. Time of Backfilling: Backfill operations shall immediately follow pipe jointing, joint coating application, and curing. B. Braced and Sheeted Trenches: Remove sheeting and shoring as backfilling operations progress. Incorporate methods so that a good bond is obtained between the backfill material and the undisturbed trench walls. C. Protection of Pipe During Backfilling Operations: Take the necessary precautions to protect the pipe during backfilling operations. Take care to prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before it is backfilled. Backfill the trench in a method to prevent the deformation or other deflection of the cylindrical shape of the pipe by more than the allowable pipe deflection as specified elsewhere. D. Bedding within Pipe Zone: 1. Concrete Cradle, Encasement or Concrete Arch: Where indicated, install the pipe in concrete cradle, encasement, or concrete arch. Take precautions to prevent pipe movement or deflection during construction. Where pipes are placed below structures, completely encase pipes in 1500 psi concrete, and extend up to bottom of structure. 2. Concrete Blocking: Place blocking to rest against frnn undisturbed trench walls. The supporting area for each block shall be at least as great as that indicated and shall be sufficient to withstand the thrust, including water hammer, which may develop. Each block shall rest on a firm undisturbed foundation of trench sides and bottom. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 3123 33 - 8 TRENMING AND BACKF[LL. Page 8 of 9 E. Aggregate Fill Bedding and Embedment: After the trench has been cut to the depths indicated, bring up the bedding layer to a point slightly above grade in maximum 4-inch Lifts and uniformly compact 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 joint the pipe. Bring up the embedment material in maximum 4-inch lifts on either side of the pipe to the elevation above the pipe shown on the Drawings. Uniformly compact materials around the pipe as indicated. a. The embedment layer shall extend to 6-inches above top of pipe. 2. After moisture is gone from the embedment material, place utility detection tape and backfill and compact the remaining backfill by tamping or other appropriate methods. Water jetting shall not be permitted. 3. Install utility detection tape and tracer wire. F. Compaction Requirements: 1. Compact earth fill and cohesive aggregate fill in maximum 4-inch lifts with pneumatic rollers or power hand tampers and make a minimum of eight passes. 2. Compact cohesionless aggregate fill in maximum 4-inch lifts with vibratory rollers or vibratory plate power hand compactors and make a minimum of eight passes. 3. Compact earth fill and aggregate fill to a minimum of 95 percent of maximum density as determined by lab testing. 4. Compact Class 1 and 2 earth fill at a moisture content within minus 4 to plus 5 percentage points of the optimum moisture content. Compact the remaining classes of earth fill and cohesive aggregate fill at a moisture content within minus 2 to plus 5 percentage points of optimum moisture content. The moisture ranges listed above are minimum and maximum limits. A tighter moisture range within these limits may be required to consistently achieve the specified density. 5. Compact cohesionless aggregate fill at a moisture content within a range that accommodates consistent placement and compaction to achieve the density specified above. 6. Owner will arrange and pay for density and moisture testing. The testing frequency and methods shall be as requested by the Engineer. Engineer may waive testing requirements on cohesionless bedding where testing is not practical because of limited space between the pipe and trench walls, however, the minimum number of passes of the compaction equipment specified above shall be achieved. 3.04 FINISHING A. Grade and rake areas smooth and even which do not receive any type of paved surface, to allow drainage to drain away from the structures and toward the roads and streets or the natural drainage course. Break up large clods of earth and remove rocks, trash or debris near the surface. B. Finish the top portion of backfill beneath established sodded (lawn) areas with not less than 6 inches of topsoil corresponding to, or better than, that underlying adjoining sodded areas. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 312333-9 TRENCI-IING AND BACKFILL Page 9 of 9 3.05 FIELD QUALITY CONTROL A. Compact backfill and appropriate embedment material to a minimum of 95 percent of maximum density at a moisture content of 0 to plus 5 percent of optimum for backfill and at optimum for sand -cement embedment as determined by ASTM D698, Standard Proctor. B. Make periodic tests of compaction for conformance with this Section by an approved testing laboratory selected and paid for by the Owner. Contractor shall pay for re -testing until acceptable test results are obtained, 3.06 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish and temporary structures and leave the construction site clean, to the satisfaction of the Engineer. Grade the surface and re-establish drainage. Removal of rock and other excess excavated material and general leveling and grading of the Site shall be part of the bid price and no additional payment shall be made. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 SECTION 3123 33.14 TRENCH SAFETY PART 1- GENERAL 1.1 WORK INCLUDED 3123 33.14 - I TRENCH SAFETY Page 1 of 1 A.This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 STANDARDS A.The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. 1. Occupational Safety and Health Standards -Excavations (29CFRPart 1926), U.S. Department of Labor, latest edition. B.Comply with the applicable federal, state, and local rules, regulations, and ordinances. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION CITY of FORT WORTF Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 10341 U-2 SECTION 3125 13.13 SEEDING FOR EROSION CONTROL PART1- GENERAL 1.1 WORK INCLUDED 3125 13.13 - 1 SEEDING FOR EROSION CONTROL Pagel of 5 A.Provide labor, materials, equipment and incidentals necessary to seed the slopes and other areas as specified. This specification includes seedbed fertilization, watering, mulching, and emulsifying or tacking the mulch and maintenance until final acceptance by the Owner. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment i. Measurement a. This Item is considered subsidiary to the item "Erosion Control". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Erosion Control" and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A.Soil Testing: Fertilizer requirements for each planting area and for significantly different soil types within planting areas, will be determined by a qualified laboratory such as the Texas A&M University - Agricultural Extension Service soil testing laboratory. Representative composite soil samples will be collected from the planting areas and submitted to an approved soil testing laboratory. 1.4 STANDARDS A.The seed used on this project will conform to ITEM 164.2 Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation. 1.5 DELIVERY AND STORAGE A.Deliver seed with each variety separately bagged. 1.6 OPTIONS A.If dry mechanical methods are used, the fertilizer may be spread at the same time as the seed. After sowing, straw mulch will be mechanically spread over the seeded area. B. When seed and fertilizer are to be distributed as a water slurry, apply the mixture within 30 minutes of mixing. FART 2 - PRODUCTS 2.1 MATERIALS A. Seed: From the previous season's crop, labeled in accordance with the Texas Seed Law. 1. Seed for Fall planting (temporary) shall be one or more of the following small grains as designated by the Engineer: Wheat, oats, rye, or barley. 2. Seed for spring planting (permanent) shall be Bermuda grass. B. Fertilizer: Insert requirements. C.Mulch: CITY OF FORT WORTI I Backup Power and Electrical Improvements at Four Pump Stations CITY PRO]F.C'r NUMBER: 103410-2 31 25 13.13-2 SEEDING FOR EROSION CONTROL Page 2 of . Consisting of straw, wood -fiber, mulch nettings, wood chips or other suitable material approved by the Engineer and free of Johnson grass and other noxious weed seeds. 2. Straw mulch shall be oat, wheat or rice straw, prairie hay, Bermuda grass hay, or other hay harvested before seed production and approved by the Engineer. The straw mulch will be kept dry and shall not be rotted or molded. A minimum of 50 percent by weight of the herbage making up the hay shall be 10 inches in length or longer. D.Topsoil: As specified for Class 12 earth fill in Section 3105 13 "Soils for Earthwork." E. Herbicide: Contractor shall be responsible for using herbicides in a manner consistent with label requirements and precautions. Only registered herbicides having a minimal residual effect shall be used. Contractor shall strictly adhere to all federal, state, and local laws governing herbicide usage. PART 3 - EXECUTION 3.1 TOPSOIL PLACEMENT A.Plaee topsoil as specified for Class 12 earth fill in Section 3123 23.16 "Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams]." 3.2 FALL PLANTING A.Fall planting will be temporary only and will be required if construction is completed between May 15 and November 30. The fall planting is to be followed by a spring planting of perennial vegetation. B. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment which will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Additional tillage operations will be necessary if required so planting can be on a clean, firm seedbed. Chiseling will be necessary on areas which have been severely compacted. C. Seeding: 1. Seeding will be required on disturbed or excavated areas and on new embankments of whatever nature unless requested otherwise by the Engineer. 2. Optimum fall planting dates are September 1 to November 30. Accomplish the seeding for fall planting within these dates unless approval to do otherwise is obtained from the Engineer. Planting rates when drilled or broadcast are as follows: S(+eding Ibjnlcre Wheat 1201b./acre Oats 1281b./acre Rye 112 lb./acre Barley 114lb. /acre 3.3 SPRING PLANTING A.Follow procedures for spring planting if construction is completed between November 30 and May 15, or alter a temporary fall planting has been made: 1. Seedbed Preparation: Seedbed preparation for Spring planting is the same as that stated in the Fall planting of temporary cover with one addition: Any temporary cover crop must be top killed using an approved contact herbicide or by mechanically undercutting the growing cover crop, leaving residues on or near the soil surface. CTTY OF PORT WORTH Backup Power and Electrical Improvements at Four Purnp Stations CITY PROJECT NUMBER: 103410-2 3125 13.13 - 3 SEEDING FOR EROSION CONTROL Page 3 or5 2. Mul chang: a. Spread mulch material on the area to be planted if construction was completed too late for planting a temporary fall crop or if insufficient residues are produced by the fall planting. Mulch the planting areas to control soil erosion and seed loss by wind and water and to promote grass establishment. Apply Mulch hay at the rate of 2 tons per acre and spread uniformly so that about 25 percent of the ground surface is uniformly visible through the mulch. b. Anchor the mulch hay by treading into the soil with a straight disk type mulch tiller. Perform disking across the slope along contours. Other types of mulch such as wood cellulose fiber or cotton bur mulch may be used at recommended rates, if approved by the Engineer. Apply mulch in a manner that will not hinder emergence of seedlings. c. Other methods of mulch anchoring are available, including mulch netting, peg and twine, pick chain, slit, and asphalt mulch tie -down. Descriptions of these methods are available in the 1976 Soil Conservation Service report entitled, "Erosion and Sediment Control Guidelines for Developing Areas in Texas." 3. Seeding: a. Plant Bermuda grass seed between March 1 and May 15. Sow the seed at the rate of 50 pounds of pure live seed (PLS) per acre, or more if required to obtain a complete stand of grass. The PLS content is determined by multiplying the seed package weight by the product of the percent purity and the percent germination, which are contained on the seed label. b. Accomplish seeding by mechanical means using either broadcasting or drilling type equipment to provide uniform distribution of the seed in the planting areas. Cover Bermuda grass seed by 1/4 to 1/2 inch of soil. If seed is drilled, the distance between drill rows shall not exceed 12 inches. Hydro seeding may be used to apply seed, fertilizer, and wood -fiber mulch with the approval of the Engineer. 3.4 NT IAINTENANCE A.Irrigation: Supply the seeded areas with adequate moisture (3- to 4-inch penetration) at 10-day intervals, if needed, for seed germination and plant growth until acceptance by the Owner. Water the seed in a manner which will prevent erosion of the soil. Furnish all water to be used. B. Repair: Repair washouts and other bare soil areas in a seeded area either by re -seeding, sprigging, or spot sodding, and perform maintenance as needed to establish grass in the area. C.Weed Control: l . Control competitive weed growth during the establishment period by mowing and/or with herbicides. Chemical usage shall be in accordance with the current recommendations of the Texas Agricultural Experiment Station or local Soil Conservation Service Field Office Technical Guides. Strictly adhere to all federal, state, and local laws governing herbicides. 2. Weed control shall be the Contractor's responsibility whether topsoil is from on -site or off - site sources and also for seeded areas which are specified not to receive topsoil. 3.5 SEEDING OF DISTU"ED AREAS A.Disturbed areas will require seeding as specified in this Section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B.Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this Section at the Contractor's expense and shall not be measured or paid under this Section. CITY OF FORT WORTFl Backup PONer and Flcctrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 312513,f3-4 SEEDING FOR EROSION CONTROL Page 4 of 5 3.6 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A.Observation: Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B.Establishment of Stand and Acceptance: 1. The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: Z. The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36 inches across in any dimension. 3. The permanent grass stand is free of over -topping weed species which would compete for sunlight, moisture, and nutrients. 1n addition, no area of pure weed species greater than 36 inches across in any dimension shall occur within a permanent grass stand. 4. The majority of the grass plants in a stand shall have a well -established root system to survive if irrigation is discontinued. 5. Establish the permanent grass stand before October 1 to preclude having to perform a temporary Fall seeding. In the event a fall seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the work under this contract, the Owner will assume the responsibility of maintaining the grassed areas. END OF SECTION CITY OF FORT WORT[I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034 t0-2 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT 312513.13-5 SEEDING FOR EROSION CONTROL Page 5 of 5 A. Areas seeded shall be measured to nearest 0.1 acre by a survey performed by the Contractor. The Contractor shall cooperate with the Engineer to determine the adequacy and accuracy of the survey. A1.02 PAYMENT A. Payment for seeding will be made on the basis of the unit price bid per acre for "Seeding for Erosion Control." A maximum of 50 percent completion of any area will be approved for completion of seedbed preparation, mulching, and temporary and permanent seeding. The remaining percentage will be approved after stand establishment. END OF APPENDIX A CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations ary PROJECT NUMBER: 103410-2 SECTION 3132 19.15 GEOTEXTILE )PART 1 - GENERAL 1.1 WORK INCLUDED 3132 19.15 - 1 GEOTEYTILE Pagel of4 A.Furnish labor, materials, equipment and incidentals necessary to install geotextile. Use geotextile to provide for the following applications: 1. Drainage/Filtration: For lining trenches, pavement edge drains, interceptor drains or blanket drains in subsurface drainage applications. 2. Stabilization: a. Use in conjunction with aggregate to stabilize soft soils for roads, storage yards, parking areas or other areas as specified; or b. Under ballast and/or subballast for mainlines, secondary rail lines, switches, crossings and retarders as specified. 3. Protection/Erosion Protection: a. Use as a cushion to protect geomembrane liners; b. Under bedding stone or riprap along channels, shores and waterways; or c. Under slope protection along highway cut or fill slopes as specified for erosion control applications. 4. Separation: a. Use for separation between the Sidewall Trench Backfill Aggregate and the protective soil cover and for separation between the LCR Trench Backfill Aggregate and the protective soil cover in landfill applications; b. Use as separation between subgrade and aggregate fill layer for athletic fields, roads and ponds. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the item "Site Restoration and Grass". 2. Payment a, The work performed and the materials furnished in accordance with this Item are subsidiary to the item "Site Restoration and Grass" and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A.Design Criteria: l . The geotextile fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properties in the following table. 2. The miliimuin average roll value (MARV) in the weakest principle direction for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the minimum average roll value (MARV) in the weakest principle direction stipulated herein. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations City Project Number: 103410-2 i Property Grab Tensile Strength Trapezoid Tear Strength Cie�1[1'll@ Test Method ASTM D4632- lb. 91 ASTM D4533- lb 91 31 32 19.15 - 2 GEOTEXTILB Page 2 oF4 Unih 1 ARV 200 50 CBR Puncture Strength ASTM D6241 lb. 450-500 Permittivity ASTM D4491- Sec-- - 92 0.1 B.Packing and Identification Requirements: Provide the geotextile in rolls wrapped with protective covering to protect the fabric from mud, dirt, dust, and debris. The fabric shall be free of defects or flaws which significantly affect its physical properties. Label each roll of fabric in the shipment with a number or symbol to identify that production run. C. Sampling and Compliance Requirements: A competent laboratory must be maintained by the producer of the fabric at the point of manufacture to ensure quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturer's certificate upon request to the Engineer prior to shipment. The certificate shall include: I . Name of manufacturer. 2. Chemical composition. 3. Product description. 4. Statement of compliance to specification requiremenus. 5, Signature of legally authorized official attesting to the information required. 1.4 SUBMITTALS A.Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Submit Manufacturer's certificate as stipulated in Paragraph 1.02.C. 2. Samples. PART 2 - PRODUCTS 2.1 MATERIALS A.Geotextiie: Non -woven fabric composed of polypropylene fibers, formed into a stable network by needle punching, B. Geotextile shall be Mirafi 180N or approved equal installed in strict accordance with the manufacturer's instructions and recommendations. CITY OF FORT WORTH Backup Power and hlectric<�] Improvemettts at FOUr Pump Stations City Project Numher: 103410-2 3132 19.15 - 3 GEOTEXTILE Page 3 of PART 3 - EXECUTION 3.1 INSTALLATION A.Exposure of geotextiles to the elements between laydown and cover shall be a maximum of 14 days to minimize potential damage. Install the geotextile on the prepared subgrade in accordance with the Drawings and manufacturer's recommendations. The geotextile shall be placed so that placement of the overlying materials will not excessively stretch or tear the fabric. Successive geotextile sheets shall be overlapped so that the upslope sheet is placed over the downslope sheet. Where seams are required in the longitudinal trench direction, they shall be joined by either sewing or overlapping. 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 and extended 3 feet beyond the perimeter of the tear or damage. B.The aggregate should be back dumped onto the fabric and spread in a uniform lift maintaining the design aggregate thickness. Construction vehicles will not be allowed to traffic directly on the fabric. Avoid over -stressing the soil by utilizing equipment in spreading and dumping that exerts only moderate pressures on the soil. Severe rutting at the time of placement is an indication of over -stressing the soil. Such soil over -stressing must be avoided. Increasing aggregate depths and reducing loads are two methods of reducing the pressures on the soil. Fill any ruts which develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. Thoroughly compact the aggregate with vibratory rollers after placement. A, Avoid over -stressing the soil by utilizing equipment in spreading and dumping that exerts only moderate pressures on the soil. Severe rutting at the time of placement is an indication of over -stressing the soil. Such soil over -stressing must be avoided. Increasing aggregate depths and reducing loads are two methods of reducing the pressures on the soil. B. Fill any ruts which develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. C. Thoroughly compact the aggregate with vibratory rollers after placement. D. The backfill placement shall begin at the toe and proceed up the slope. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations City Project Number: 103410-2 APPENDIX A A1,00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT 3132 19.15 - 4 GEOTEXTILE Page 4 of 4 A. Geotextile shall be measured to the neat lines and grades indicated on the Drawings for payment by the square yard in place. Measurement will be the nearest square yard. No allowance will be made for material in laps and seams. A1.02 PAYMENT A. Payment will be made at the contract unit price bid for "Geotextile", which price and payment shall constitute full compensation for furnishing labor, material, equipment, and performing operations in connection with placing the geotextile as shown on the Drawings. No measurement nor payment will be made for damaged fabric due to the fault or negligence of the Contractor. END OF APPENDIX A CITY OF FORT WORTII Backup Power and Electrical Improvemcnts at Four Pump Stations City Project Number! 103410-2 DIVISION 'T`ILITIFS SECTION 33 OS 05.31 HYDROSTATIC TESTING PART1- GENERAL 1.1 WORD INCLUDED 330505,31-1 Hydrostatic Testing Page l of 3 A.Hydrostatically test new pipe between valves or plugs at the pressure and for the duration specified. B.Additional plugs may be installed to reduce the length of each test section. No additional compensation will be paid if additional plugs are used. C. Provide a pressure reducing backflow preventer and all temporary piping, pumping, fittings and gauges required to fill, test and then drain the pipe. D.Do not begin test until pipe has been backfilled for at least 7 days. 1.2 SUBMITTALS A.Submit detailed hydrostatic test procedure 10 days prior to conducting the test. B. Submit Hydrostatic Pipe Test Reports per Section 0133 00 "Document Management." 1.3 STANDARDS A.The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ASTM International (ASTM): ASTM F2164 I Standard Practice for Field Leak Testing of Polyethylene (PE) f Pressure Piping Systems Using Hydrostatic Pressure J 2. American Water Works Association (AWWA): IAWWA C200 Steel Water Pipe, 6 In (150 mm) and Larger AWWA C600 Installation of Ductile -Iron Mains and Their Appurtenances AWWA C604 Installation of Buried Steel Water Pipe — 4 In. (100 mm) and Larger AWWA AW Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings AWWA M9 Concrete Pressure Pipe l AWWA Ml 1 Steel Pipe — A Guide for Design and Installation AWWA M23 PVC Pipe — Design and Installation AWWA M41 Ductile -Iron Pipe and Fittings AWWA M55 PE Pipe — Design and Installation CTTY OF FORT WORTH Back-up Power and Electrical Lnprovements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 330505.31-2 Hydrostatic Testing Page 2 of 3 PART2- PRODUCTS 2.1 WATER FOR TESTING A.Obtain water for filling and testing the pipeline and provide all temporary pumps and piping necessary to fill the pipeline. B. if chlorinated water is used, then dechlorinate it before disposal per all regulations. 212 2.2 TEST PLUGS A.Design plugs or blind flanges to withstand the test pressure on either side with only atmospheric pressure on the opposite side. B.Provide a 30-inch access manhole in one side of the plug and a 12-inch flanged outlet on the other side of the plug unless shown differently on the Drawings. PART 3 - EXECUTION 31 GENERAL A.Perforin hydrostatic test in accordance with this Section, AWWA Standards, AWWA Manuals, and the supplier's recommendations. 3.2 TEST PRESSURE A.Test all steel, concrete cylinder, and ductile iron pipe to 1.2 tunes the specified pressure class, or 180 PSIG, whichever is greater. 3.3 TEST PREPARATION A.Fill pipe at 0.5 feet per second in the main pipe. B. Verify all air valves are working and air is vented from temporary taps. Plug taps after test. C, Allow cement mortar lined pipe to sit with a slight pressure for 48-hours before beginning test. D.Examine bulkheads, valves, manholes, flanges, and connections for leaks during this period. Stop any leaks before continuing. E. If an existing valve is in the test section, then coordinate with the Construction Manager to determine an approved method for measuring any leakage past the valve. Furnish all necessary equipment and include the cost for this effort in the Contract Price. 3.4 TEST DURATION A,Test the test section for 4 hours. 3.5 EXAMINATION UNDER PRESSURE A.Increase pressure to the specified test pressure. B.Protect the gauge fronn direct sunlight during the test. C.Inspect the pipe during the test to locate any leaks or breaks, defective joints, cracked or defective pipe, fittings, or valves. Correct defective Work identified during the pressure test. D.Correct all identified leaks even if leakage is within the parameters for permissible make up water per Paragraph [3.06]. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 330505.31-3 Hydrostatic Testing Page 3 of E. Test the pipe again after defective Work has been corrected. Repeat the test and correction of defective Work until satisfactory test results are obtained. 3.6 PERMISSIBLE MAKEUP WATER A.Measure make up water. Make up water is the amount of water added to the test section to maintain the pressure within 5 psi of the specified test pressure. B. The maximum acceptable volume of makeup water for gasketed pipe is 1 gallon per inch of pipe diameter per mile of pipe tested per day. 3.7 CORRECTIONS OF DEFECTS A. Repair any defective joints, cracked or defective pipe, fittings, or valves discovered in performance of this pressure test with sound material meeting the requirements of the Contract Documents and repeat the test until satisfactory results are obtained. Repair all noticeable leaks even if the actual leakage is within the allowable limits. 3.8 REMOVAL OF TEST PLUGS A.Remove test plugs once both sides of the pipeline have been tested. If another contractor may need the plug, then coordinate with them — the last contractor to need the plug shall remove it and repair the mortar lining. B. Leave the pipeline full of water upon completion of the hydrostatic test, except where internal test plugs must be removed to allow construction to continue. END OF SECTION CITY OF FORT WORTFI Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 10 13- 1 Disinfecting of Water Utility Distribution Page I of 4 SECTION 33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION PART1- GENERAL 1.1 WORK INCLUDED A.Disinfect the facilities for pumping, storing, or conveying potable water to comply with the standards for potable water of the regulatory agency of jurisdiction. Potable water is defined as any water that has been filtered, disinfected or otherwise treated to the meet regulatory standards (in the water treatment plant this includes the inside surfaces of the filters). B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the potable water facilities. C.Test water from the disinfected system per regulatory standards to verify that water is acceptable. Repeat procedure if tests do not meet standards. PART2- PRODUCTS 2.1 MATERIALS A.Liquid Chlorine: Meeting the requirements of AWWA B301 - Liquid Chlorine. B. Calcium Hypochlorite: Meeting the requirements of AWWA B300 - Hypochtorites. PART 3 - EXECUTION 3.1 NEW FACILITIES A.New facilities shall be thoroughly disinfected in accordance with AWWA C651 - Disinfecting Water Mains, AWWA C652 - Disinfection of Storage Facilities, and AWWA C653 - Disinfection of Water Treatment Plants, and then flushed and sampled before being placed in service. Samples shall be collected and tested in accordance with the TCEQ Rules and Regulations, Chapter 290. B.During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt and debris. 1. Clean basins thoroughly before disinfection. Seal the open ends of pipe with water -tight plugs when pipe is not being laid. Pump water from trenches before removing the plug when water accumulates in the trench. C.Complete hydrostatic test of the line prior to disinfection. D.Wash the surfaces to be disinfected. 1. Flush pipelines. The minimum quantity of water used for flushing must exceed the capacity of the line to ensure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. E. Disinfect facilities per the following procedures of AWWA: I. Water Mains: AWWA C651 -latest revision. 2. Water Storage Facilities: AWWA C652 - latest revision. 3. Water Treatment Plants: .AWWA C653 - latest revision. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: t03410-2 33 10 13 - 2 Disinfecting of Water Utility Distribution Page 2 of F. Fill the system with potable water. Test the water to see that it meets the requirements of the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If water test fails to meet the prescribed standards, repeat the disinfection process until water meets quality standards for disinfection. 3.2 REPAIRS OR CONNECTIONS TO EXISTING LINES A.Clean and sterilize the interior surfaces of new piping, fittings, equipment, and appurtenances to be installed in an existing potable water system or connected to an existing system. B.Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe. C.Perform sterilization by swabbing each item with a concentrated chlorine solution. 1. .Each piece is to be disinfected prior to being assembled for installation in the existing pipe. 2. Disinfect each piece just prior to assembly to help prevent re -contamination. 3. Plug the ends of the assembly until a new item is to be added to the assembly. 4. Store disinfected materials on blocks to prevent contact with the ground. 3.3 DISPOSAL OF FLUSHING AND DISINFECTION WATER A.Chlorinated water used in flushing and disinfecting pipelines, storage tanks, or vessels prior to connection to the distribution system shall be disposed of by the Contractor in an acceptable manner. Chlorinated water must be "de -chlorinated" prior to disposal to eliminate adverse impacts to the surrounding environment. Water released to the environment shall meet all AW WA, EPA, and TCEQ regulatory requirements. 1. Contractor is responsible for complying with all of the applicable requirements of the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of hydrostatic test water. Maximum discharge chlorine concentration for compliance is 0.10 mg/l. Discharges within the Edwards Aquifer recharge area must meet special requirements under the terms of the General Permit. Contractor compliance is required. 2. Residual chlorine concentrations maybe reduced using sulfur dioxide, sodium bisulf te, sodium sulfite, sodium thiosulfate, or ascorbic acid. 3. The discharge must be to a splash pad or paved area, and may not be located within 300 feet of the intake for a domestic drinking water supply or 500 feet of any public or private water well. 4. An effluent water sample must be taken during the first hour of discharge at a location immediately near the point of discharge, and collected prior to commingling with storm water, wastewater, or other flows. 5. For discharges that extend beyond an hour in duration., a second sample must be taken of the last 10 percent of the effluent. 6. Sampling protocol, sample containers, holding times, preservation methods, and analytical methods must follow the requirements set forth in the general permit. 7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited and certified laboratory. 8. Any noncompliance that endangers human health or safety, or the environment must be reported to the TCEQ in accordance with the general permit. 9. Any effluent violation which deviates from the permitted effluent limitation by more than 40 percent must be reported to the TCEQ in accordance with the general permit, CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJI-CT NUMBER: 103410-2 33 10 13 - 3 Disinfecting of Water Utility Distribution Page 3 of 4 10. Contractor must record all hydrostatic test water sample results on an approved Discharge Monitoring Report (EPA form 3320-1, see Attachment A). These monitoring records shall be retained for a period of 3 years from the date of the record and be readily available for review by the TCEQ upon request. B. With the written permission of the Owner of the system, chlorinated water may be disposed of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger volu>nes of water involved, the Contractor will not be permitted to use the sanitary sewer system for disposal even if one is available. END OF SECTION ATTACHMENT A — DISCHARGE MONITORING REPORT (I)MR), EPA FORM 3320- CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMB FR: I034I0-2 33 10 13 _ 4 Disinfecting of Water Utility Distribution Page 4 of 4 PEMATrEE?JA"'4D0FMBg rtw:[a-�r.��:ir. ,nh-.w ti;c_urr+WtrreFrra�.neuc-.,acewry.^[s-1 F:I,A1e:[Tfa£!1.'d.056{O!7f{PeNnS.e?':.IiT{q�k rr�7,, ,� or"e f7k �^�=�u.Tna ,;nmr M 3 I I I �TIGJ Ireeee r'oA'.tIIRYJ Ar�,ru I � 1701 I I OFH RIGFiI I NOSE F�dc�-u?N�tl�s,i mr.{irY:�l fP�G.� PiUMM + QUMnA 0NL0TfP;.3 a4erTYaAcn•%t�esT=s�q I Iuo :,�,.`-..R' i wry iFGI Ywra i vas i e I i ��Ta j YA1LF I 4+ i i a, I VN�f: l SIB I" sxli rye Wi TEOT I �murm I I I i I wcliy�rTl, I I I _� I riUur r,l ree�a.r�NT +I� I � I I I71 — ur�ulvul I I I I .i rn:w,i I k�AsllakT.�9T I I I 1 I n¢m ae�n�1 I I N�TM?111T1J: PAr;C1:rl E%FyJT�kFZpFE.:I . u=,r-era 1 T¢FI spxc.I fi .;.,lie ' �`- �7CJ� ���■{y I C_.CrFli�SLTC..�. p[pY.[ILi7ce1'%:C4[5l��l-PRl.�cGaTuNf7:la I Aj 1 4LUM IYFAI 6 &W 00%atQR� PAM [F END OF ATTACHMENT A CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECTNUMBER: 103410-2 SECTION 33 1113.13 STEEL PIPE AND FITTINGS PARTI- GENERAL 1.1 WORK INCLUDED 33 H 13,13 - 1 Steel Pipe and Fittings page 1 of 22 A.Furnish labor, materials, equipment, and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections, and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B.The pipeline coating shall be in accordance with Section 09 97 16 "Pipeline Coatings and Linings." The coating shall be polyurethane unless the use of mortar -coated or epoxy -coated steel pipe is indicated on the Drawings, 1.2 QUALITY ASSURANCE A.Experience Requirements: 1. Pipe shall be the product of one manufacturer who has had not less than 5 years of successful experience manufacturing pipe of the type and size indicated. Pipe manufacturing operations (fabrication of pipe and fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. The lining and coating for the pipe or the fitting shall be done at the same location as the manufacture of the pipe or fittings. The pipe and fittings may be manufactured at different locations. The Engineer will waive the requirement for 5 years of experience in manufacturing of the pipe when, at the sole discretion of the Engineer, the manufacturer's experience and capabilities meet the intent of the experience requirement. All pipe shall be new and not supplied from inventory, All pipe and fittings shall be manufactured in the continental U.S.A., and shipping over salt waterways will not be allowed. 2. The lining for pipe diameters 108 inches and smaller shall be shop -applied, spun cement mortar lining per Section 09 97 M "Pipeline Coatings and Linings." 3. The manufacturer shall be certified under Steel Pipe Fabricators Association (STI/SPFA) or ISO 9001 quality certification program for steel pipe and accessory manufacturing. 4. Approved manufacturers are: a. Thompson Pipe Group. b. Northwest Pipe. c. American Spiralweld. d. Jifco. e. Mid America pipe. f. Hallmark. CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PRO] ECTNUMBM 103410-2 33 [1 13.13 - 2 Steel Pipe and Fittings Page 2 of 22 B. Testing and Inspection: 1. Pipe may be subject to inspection by an independent testing laboratory selected and retained by the Owner, Representatives of the laboratory or the Engineer shall have access to the Work whenever it is in preparation or progress, and the pipe manufacturer shall provide proper facilities for access and for inspection. The pipe manufacturer shall notify the Owner, in writing, a minimum of 2 weeks prior to the pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe which are discovered to be defective and/or do not meet the Specifications shall be subject to rejection at any time prior to Owner's final acceptance of the product. Pipe manufacturer shall be responsible for repairs to the polyurethane coating system that are required as a result of Owner testing at no additional cost to the Owner. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow -downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Installation Contractor shall reimburse the Owner for costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer C.Factory Testing: The manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. D.Cement Mortar Lining: Shop -applied cement mortar linings shall be as specified in Section 09 97 16 "Pipeline Coatings and Linings" and tested in accordance with AWWA C205. E. Pipe Coatings: Pipe coatings shall be as specified iri Section 09 97 16 "Pipeline Coatings and Linings." F. Hydrostatic Pressure Testing: I . Each joint of pipe shall be hydrostatically tested prior to application of lining and coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the pipe manufacturer shall maintain a recording pressure gauge and reference number of pipe tested, at a minimum. The pipe shall be numbered in order that the pressure gauge information can be recorded. 2. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic, or magnetic particle test. Air test shall be made by applying air to the welds at 40 psi pressure and checking for leaks around and through welds with a soap solution. In addition, 10 percent of welds shall be checked with x-ray or ultrasonic testing by a third party Certified Welding Inspector paid for by the Owner. G.Charpy V-Notch Test; Each heat of steel for plates or coil used for pipe barrels 1/4 inches and thicker shall be tested to verify minimum full-size impact values of 25 ft-lb at 30 F in accordance with ASTM A370. Minimum Charpy values for sub size samples shall be defined by ASTM A370. H.Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. CITY OF FORT WORTH Backup Pocvcr and Electrical Improvements at Four Pump Stations CITY PROJECT NUN BBR: 103410-2 33 11 13.13 - 3 Steel Pipe and Fittings Page 3 of 22 1. Mill Certification: The Owner will require the manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The manufacturer shall perform the tests described in AWWA C200 for all pipe, fittings, and specials. J. Manufacturer's Technician for Pipe Installation: 1. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job -experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Installation Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Installation Contractor, 2. The pipe manufacturer shall provide the services of a representative from both the polyurethane coating manufacturer and the heat -shrink sleeve manufacturer, for a period of not less than 1 week at the beginning of pipe laying operations. Representatives shall advise the Installation Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field -applied coating, heat -shrink sleeve installation procedures, and general construction methods and how they may affect the pipe coating. 3. The manufacturer's representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Installation Contractor's construction methods do not comply with the Specifications. Cost for the respective manufacturer's representative to return to the Site shall be at no additional cost to the Owner. K.Welders and Welding Operations: 1. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS D1.1. 2. Field Welders: Qualified by testing in accordance with AWS D 1.1. 1.3 SUBNIITTALS A.Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings: a. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer which shall include: I) Schematic location; including a profile and a tabulated layout schedule, both of which shall reference the stationing shown on the plan and profile sheets. 2) Any deviation from the Drawings necessary to avoid conflicts with existing utilities and structures. The specific number of each pipe and fitting, location of each pipe, and direction of each fitting in the pipeline shall be depicted. 3) Full details of reinforcement and dimensions for pipe and fittings. 4) Location of all outlets as required by the Tnstallation Contractor to install welds. S) Location and details for the fabrication of all fittings and specials. The line layout shall include the pipe station and invert elevation at all changes in grade or horizontal alignment. 6) Provisions for thrust restraint, external loading, bedding, and vacuum collapse. 7) Welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage for locations where welded joints are required. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations C[TY PROJECT NUMBER: 103410-2 33 11 13.13 -4 Steel Pipe and Fittings Page 4 of 22 8) Provide details and design calculations for fittings, specials, closures, outlets, joints, and special requirements for pipe in tunnels. 9) Provide certification for gasket joints, indicating it is designed to meet AWWA Standards and these documents. 10) Design calculations shall show methods and processes used to satisfy the pipe and fittings design criteria specified in the Contract Documents. All calculations shall be prepared, signed, and sealed be a professional engineer licensed in the state the Project is located in. 11) Shop and Field Welding Data: a) On a weld map, show the location, type, size, and extent of welds, with reference called out for Welding Procedure Specification (WPS) and non- destructive examination (NDE) numbers in tail of welding symbols, in accordance with AWS 2A. b) Submit welding terms and definitions in accordance with AWS 3.0. c) Indicate by welding symbols or sketches, details of welded joints, and preparation of base metal. d) Distinguish between shop and field welds. e) Submit welding data together with Shop Drawings as a complete package. 12) Flanged Joints: a) For each flanged connection, provide: reference standard; dimensional data; bolt hole number, pattern, and diameter; bolt diameter and length; and face condition. b) Gaskets and Bolting: Technical data sheets itemizing chemical composition, and technical and performance information that indicates compliance with this Specification. c) Installation: Provide installation instructions including recommended bolt tightening sequence, torque, lubricant, and gasket. 2. Certification of Compliance with Contract Documents: Prior to shipment of the pipe, submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with the Specifications and Drawings, NSF 61 and the applicable requirements of the AWWA standards. 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: 1) Results of factory hydrostatic tests and test of fittings. 2) Mill certificates; including chemical and physical test results for each heat of steel, Charpy v-notch tests, and elongation tests. 3) From the coating manufacturer, indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with the Specifications on all pipe, fittings, and joints made in the factory. 4) Welder Qualifications Records (WQR) in accordance with AWWA C206, ASME BPVC Section IX, or AWS Dl.l as required for both factory and field welders. 5) Cement mortar tests. 6) Gasket certification, in accordance to AWWA C200, shall be provided where bell and spigot gasket joint pipe is specified. 7) All manufacturer's factory quality control tests. 4. Record Data: a. Prior to fabrication, submit the following: 1) Inspection procedures to be used by manufacturer for quality control and assurance for materials and welding. CITY OF FORT WORTH Backup Power and Mcctrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 5 Steel Pipe and Fittings Page 5 of 22 2) Standard repair procedures that describe in detail shop and field work to be performed. 3) Certification showing calibration within the last twelve months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Owner. b. Prior to pipe delivery, submit "Release for Manufacture" layout sheets. c. Daily welding reports for field welding showing welder and joint welded shall be submitted monthly. Indicate welder's name, joint welded with identification number assigned to match lay drawings. d. After construction, the pipe manufacturer shall provide AutoCAD drawings of the pipe plan and profile layout sheets showing each joint of pipe and all appurtenances to the same coordinate system as used on the Drawings. e. After construction, the Installation Contractor shall provide ASCII electronic record data showing top -of -pipe survey every 50 feet along the pipeline and at horizontal and vertical deflections. 1.4 STANDARDS A.Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: 1. American National Standards Institute (ANSI) / NSF International (NSF): a. ANSI/NSF 61— Drinking Water System Components — Health Effects. 2. American Society of Civil Engineers (ASCE): a. MOP 79 — Manual of Practice: Steel Penstocks. 3. American Society of Mechanical Engineers (ASME): a. BPVC-IX — Boiler and Pressure Vessel Code; Section IX — Welding, Brazing, and Fusing Qualifications. 4. ASTM International ASTM: ASTM fke- it lionii (A,S"i'l1+1� Specification for Alloy -Steel and Stainless Steel Bolting for High ASTM A193 Temperature or High Pressure Service and Other Special Purpose Applications ASTM A194 Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A307 Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 psi Tensile Strength ASTM A370 Test Methods and Definitions for Mechanical Testing of Steel Products ASTM A563 Specification for Carbon and Alloy Steel Nuts ASTM C33 I Specification for Concrete Aggregates ASTM C35 Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Specification for Portland Cemenl ASTM D 16 I Terminology for Paint, Related Coatings, Materials, and Applications ASTM D522 Test Methods for Mandrel Bend Test of Attached Organic Coatings l ASTM Test Methods for Pressure -Sensitive Adhesive -Coated Tapes Used for I D1000 Electrical and Electronic Applications CITY OF FORT WORTH Backup PoNver and Electrical Tmprovements at Four Pump stations CITY PROJECT NUMBER: L03410-2 33 11 13.13-6 Steel Pipe and Fittings Page 6 of 22 ASTM inter-nalional (ASTM) [ASTM E165 Practice for Liquid Penetrant Examination for General Industry I ASTM E709 Guide for Magnetic Particle Testing I ASTM Practice for Magnetic Particle Testing E1444 ASTM F436 Specification for Hardened Steel Washers J 5. American Welding Society (AWS): _ American %Iding sod ety (ANDS) AWS B2.1 , Specification for Welding Procedure and Performance AWS D1.1 I Structural Welding Code — Steel 6. American Water Works Association (AWWA): Arrrerivan Water Works Assochktiou (AWWA.) AWWA - Steel Water Pipe 6-Inch and Larger AWWA Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4- C205 Inch and Larger — Shop Applied AWWA C206 Field Welding of Steel Water Pipe I AWWA I Steel Pipe Flanges for Waterworks Service — Sizes 4-Inch Through I C207 144-Inch ! AWWA Dimensions for Fabricated Steel Water Pipe Fittings C208 AWWA Liquid -Epoxy Coating and Linings for Steel Water Pipe and Fittings AWWA Heat Shrinkable Cross -Linked Polyoiefin Coatings for Steel Water C216 Pipe and Fittings AWWA Petrolatum and Petroleum Wax Tape Coatings for the Exterior of C217 Connections and Fittings for Steel Water Pipelines AWWA Polyurethane Coatings for the Interior and Exterior of Steel Water C222 Pipe and Fittings AWWA Cement -Mortar Lining of Water Pipelines in Place — 4-Inch and C602 Larger AWWA C604 Installation of Buried Steel Water Pipe — 4-Inch and Larger AWWA M11 Manual: Steel Pipe —A Guide for Design and Installation 7. Society for Protective Coatings (SSPC): ISociety tar Protective Cos ti11grr' f.S PC) SSPC-SP 1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning I SSPC-SP3 Power Tool Cleaning SSPC-SP10 Near -White Blast Cleaning SSPC-PA2 Procedure for Determining Conformance to Dry Coating Thickness Requirements CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUNLBFR: L43410-2 SSPC-PA Guide 10 1.5 DELIVERY AND STORAGE A.Packing: $ueiety.for Prutee ive Coatings (SPC) Guide to Safety and Health Requirements 33 1 l 13.13 - 7 Steel Pipe and Fittings Page 7 of 22 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach the Site in an undamaged condition. Pipe segments damaged in shipment that require more than two repairs per segment will not be accepted at the Site. No more than 10 percent of all segments shall have damage repairs or all damaged pipe segments will be rejected. Normal factory repair of lining and coating for fabrication of fittings and specials is acceptable. 2. Pipe sections shall be handled in accordance with Paragraph 13.01.Cl. In all instances deliver, handle, and store pipe in accordance with the manufacturer's recommendations to protect coating systems. Upon delivery of the pipe, notify the Engineer so that inspection can be made. 3. For mortar -lined pipe, after the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stalling. Store pipe on padded skids, sand or dirt bermes, tires, or other suitable means to protect the pipe from damage. Each end and middle of each length of pipe, fitting, or special shall be internally supported and braced with stulls to maintain a true circular shape. Stulling shall meet the following requirements: a. Install stulling in 36-inch and larger pipe, specials, and fittings in accordance with approved submittal and as soon as practical after pipe is fabricated or for shop -lined pipe after lining has been applied. Six -point stalls shall be equally spaced circumferentially (approximately 60-degree spacing) within the pipe. Additional stalls shall be included, as determined by the pipe manufacturer, to protect the pipe from damage. The pipe manufacturer's stalling shall meet or exceed the standards listed in ASCII MOP No. 79. b. Pipe shall be rotated so that one stall remains vertical during storage, shipment and installation. c. Stuns shall not be removed until pipe is laid, set to grade, and backfilled. d. Internal stalls shall consist of timber or steel, firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Timber stalls will be allowed in diameters above 84 inches, if it can be demonstrated that the timbers will stay in place until backfilling. All timber for stulls must be cured wood. Vertical stull shall be 4-inch by 6-inch timber (min.), Cross stalls shall be 4-inch by 4-inch timber (minimum). Connect stalls with bolts. Shim as needed to maintain tight fit and roundness of pipe. e. Install stulling in a manner that will not harm lining. Pipe and liner shall be protected from damage from stalls using wood pads, or similar devices, unless it can be demonstrated that the wood pads are not required to prevent damage to the pipe lining. Pad shall be shaped to conform to pipe diameter. Pad shall be 4-inch by 6-inch timber and a minimum of 18 inches in length. CITY OF FORT WORTH Backup Po\ver and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 8 Steel Pipe and Fittings Page 8 of 22 f. ,Stulls shall not be welded directly to the pipe, except at the end of the pipe where the mortar is held back. B.Marking for Identification: 1. Each joint of pipe, fitting, and special shall have plainly marked on one end of the exterior: the class for which it is designed, the date of manufacturer, and the identification number as shown on the Shop Drawings. Beveled pipe shall be markedwith the amount of bevel. The top centerlines shall be marked on all fittings and specials. 2. Each joint of pipe, fitting, and special shall also be marked at each end on the interior lining, near but not inside the bell or spigot, with the section designation and pipe identification number as shown on the approved Shop Drawings. Markings should be visible from inside the pipe after installation, during and after field welding, joint grouting, and inspection. Markings should be applied a minimum of 3 inches in height with a waterproof paint or dye resistant to fading due to UV exposure. C.Point of Delivery: Whenever possible, pipe shall be hauled directly from the manufacturing plant to the Site and strung along pipeline route, avoiding re -handling and the possibility of damage to the pipe. Where a fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route and brought to the trench side by approved methods; however, the Installation Contractor shall be responsible for pipe being undamaged at the time of installation. PART 2- PRODUCTS 2.1 MATERIALS A.Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and insulation kits. 1. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match the class of valves or appurtenances which are attached. 2. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated in accordance with the specifications for adjacent pipe. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM F436. 3. All buried nuts, bolts, and washers shalt be 'Type 316 stainless steel of suitable strength to meet the service requirements. Bolts shall conform to ASTM A193, Grade B8M. Nuts shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation. 4. Non -Insulated Flange Gaskets: a. For working pressures up to 175 psi, gaskets shall be rubber. b. For working pressures above 175 psi, gaskets shall be non -asbestos compressed fiber. c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved equal. 5. Flange Insulating Kits: a. Flange insulating (zits shall be installed within 6 months of the date of manufacture of all components. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 9 Steel Pipe and Fittings Page 9 of 22 b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 F. c. Insulating gaskets shall be full -face, Type E with an EPDM 0-ring seal. Minimum total gasket thickness shall not be less than 1/8 inch. The gasket shall have the same outside diameter as the pipe flange. For steel pipe the gasket's inside diameter shall be equal to the inside diameter of the pipe's steel cylinder. The complete assembly shall have a pressure rating equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy. e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer Central Plastics LLC, Shawnee, OK. f. Flange bolt holes shall be oversized for bolt insulating sleeves. B. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully killed, and of a fine austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. C.Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter to permit easy passage of pipeline pigs unless otherwise shown on the Drawings. D.Threaded Outlets: No threaded outlets will be allowed. E.Outlets for Weld Leads: Installation Contractor may use factory manufactured outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be shown in the Shop Drawings. Spacing of outlets shall be no closer than 500 feet. Outlets for appurtenances shall be used in the calculation of outlet spacing. Outlet configuration shall be approved by the Engineer. F. Joint Bonds for Steel Pipe with Rubber Gasket Joints: Bond shall be a solid copper strap, 1-1/4- inch wide by 1/16-inch thick (equivalent to 1/0 AWG wire). Strap bonds shall be manufactured by ERICO Products, Continental Industries, or approved equal. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Additional requirements based on the joint type include: 1. For Coated Steel Pipe: Provide two punched holes for thermite welding to the pipe. Strap bond shall be 12 inches long, maximum. Provide three joint bonds per pipe joint. 2. For Flexible Coupling, Flanged Coupling Adapter, and Other Non -Standard Joints: Provide five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide two bonds per joints for pipe less than 60 inches in diameter and three bonds per joint for pipe 60 inches or greater in diameter. 3. For Insulated Flexible Coupling Joints: Provide four punched holes for thennite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for one -inch of joint movement. G.Cement Mortar Linings: Cement mortar linings shall be shop -applied (plant -spun) for pipe sizes 108 inches and smaller. Shop -applied cement mortar linings shall be provided in accordance with Section 09 97 16 "Pipeline Coatings and Linings." H.Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09 97 16 "Pipeline Coatings and Linings." CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 10 Steel Pipe and Fittings Page 10 of22 I. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09 96 00.01 "High Performance Coatings" and Section 09 97 16 "Pipeline Coatings and Linings." J. Polyurethane Coating: Where indicated on the Drawings, and for buried piping, pipe shall have a polyurethane coating in accordance with Section 09 97 16 "Pipeline Coatings and Linings." K.Test Bulkheads: Furnish test bulkheads in accordance with the Drawings. Additional test bulkheadsnotshown in the Contract Drawings but requested by the Installation Contractor shall be paid for by the Installation Contractor. I. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. The manufacturer may use either one or two plugs to allow testing on each side. 2. Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of the plug. The 30-inch outlets shall be supplied with a 30-inch by 16-inch reducing flange with a 16-inch blind flange. If pipeline diameter is less than 30 inches, the flanged outlet shall match the pipe diameter. L. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall have a full, continuous mortar coating over the polyurethane coating. The coating shall have at least two mortar bands at a minimum of 2 inches thick, or thick enough to be a larger outside diameter than the bell, including heat shrink sleeve. The mortar coating is to allow the pipe to be installed by skidding on pipe rings. The manufacturer shall design the mortar bands and reinforcement sufficiently to prevent damage to the coating from the installation process, 2.2 M XES A.Mortar for Interior and Exterior Joints: Mortar shall be one -part cement to two -parts sand. Cement shall be ASTM C150, Type II. Sand shall be of sharp silica base and shall not leach in water. Sand shall be washed plaster sand meeting ASTM C33. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B.Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining: Mortar for patching shall be as per interior joints. C.Bonding Agent: Bonding agent for cement mortar lining patching shall be a non -shrink cement mortar with a 3:1 sand to cement ratio per AWWA C205. 2.3 MANUFACTURED PRODUCTS A.Pipe: Pipe Design Criteria: a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA MI 1, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown on the Drawings. For pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11 rising the following parameters: -- NO Design Criteria Unit Weight of Fill (w) 1130 pef CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 11 Steel Pipe and Fittings Page 11 of 22 Pipe Design Criteria AASHTO HS 20 (at all locations except railroads) Live Load Coopers E 80 at railroad Trench Depth As indicated on the Drawings Deflection Lag Factor (DI) 1.1 Coefficient (K) 0.10 Maximum Calculated 2% (polyurethane coated steel pipe) Deflection (Dy = D,�) 1% (mortar coated or concrete coated steel pipe) Soil Reaction Modulus 1500 psi (typical gravel embedment trench section) (EI) 3000 ,osi (where encased in flowable fill or concrete) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11, except that crotch plates shall be used for outlet reinforcement for all pressure diameter values (PDVs) greater than 6000. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow for working space and supports. c. Where the pipe requires additional external support to meet the specified maximum deflection, the Installation Contractor and the Supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Installation Contractor by the Owner where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall pipe be installed deeper than its design allows. c. Pipe shall be designed for full vacuum conditions without buckling or damage to lining, coating, or pipe joints. £ The pipe shall be designed for a maximum calculated deflection limit of 3 percent for polyurethane coated steel pipe and 2 percent for mortar/concrete coated steel pipe for any of the following future loadings: 1) Additional fill of 8 feet above the finished grade over the pipeline. 2) A fully loaded Link Belt Hylab 5 crane (150 ton capacity) or equivalent model. The crane will be parked over the pipeline for 2 days, maximum, during repair operations. The design shall assume the worst case scenario for the track orientation. For the purposes of design, the construction load will be considered a live load. This desi In-7 chicle translates to a design load in the following table: Live Loods at tke Top of Steel Plpe (ibll 1�sminu� I -Frain sienI Load on Steel Pipe (pit) at Various. Covert+ 00 Pipe , - Dianietr A 5 b a ID 12 14 16 18 r _ 36 2900 2500 2200 1700 1500 1300 1100 1000 900 42 3400 2900 2600 2000 1700 1500 1300 1100 1000 48 3900 3400 2900 2400 2000 1700 1500 1300 1200 54 4400 3800 3300 2700 2200 1900 1700 1500 1300 60 5000 4300 3700 3000 2500 2100 1900 1700 1500 CITY OF FORT WORTI i Backup Power and Electrical Improvements at Four Pump Stations CITY PRO.ICCTNUMBER: 103410-2 33 11 13.13 - 12 Steel Pipe and Fittings Page 12 of 22 Uve Loads al the Top Rfst -I loe- .111) Nominid I Transient Lnsd on Kteel Pipe (p ) wi Vflrious [:ovens (11) pc Dian to 6, I 10 [ _ 14 16 18 66 5500 4700 4100 , 3300 2800 2400 2100 1900 1700 72 6000 5200 4600 3700 1 3000 2600 2300 2000 1800 78 6600 5700 5000 4000 3300 2900 2500 2200 2000 1 84 7200 6200 5400 4300 3600 3100 2700 2400 2200 90 7800 6700 5900 4700 1 3900 3400 3000 2600 2400 96 8400 7200 6300 5100 4200 3600 3200 2800 2500 102 9000 7800 6800 5500 4600 3900 3400 3000 2700 108 9700 8300 7300 5800 4900 4200 3700 3300 2900 2. Provisions for Thrust: a. Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the valve, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are specifically shown on the Drawings. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M11 and the following: 1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. Assume the water table matches the ground elevation. 2) Soil Density — 60 pef buoyant weight. 3) Coefficient of Friction = 0.15 (maximum value to be used for polyurethane coated steel pipe). 4) Coefficient of Friction = 0.25 (maximum value to be used for mortar/concrete coated steel pipe) 5) Far horizontal and vertical bends, the length of pipe to be restrained shall be calculated in accordance with AWWA M11. 3. inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. CITY OF FORT WORTH Backup Power and EIectricaI f nprovements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 13 Steel Pipe and Fittings Page 13 of 22 4. Wall Thickness: a. The minimum pipe wall steel thickness shall be 0.183 inches or Pipe I.D.1230, whichever is greater for pipe and fittings. All pipe, fittings, and specials shall have a maximum minus tolerance of 0.005 inches. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the specified yield strength of the steel, nor the following, at the specified working pressure: Pipe Type NhlXIInum Siress at Working Vi•essure_ Polyurethane Coated Steel 23,OOU psi Mortar/Concrete Coated Steel Pipe 18,000 psi b. Pipe which is placed in casing or tunnel shall have a minimum pipe steel wall thickness of 0.25 inches or Pipe I.D./144, whichever is greater. c. Fittings and pipe that are above grade or exposed (not in a trench, casing, or tunnel) shall have a minimum thickness of 0.25 inches or Pipe I.D.A44, whichever is greater. d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 21,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). Fittings shall meet the requirements of AWWA C208 and AWWA M11. 5. Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections, with the longitudinal and girth seams butt -welded; or shall be spirally formed and butt -welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet, except in specials and fittings. 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B.Pipe Ends: Pipe ends shall be rubber gasket joint, lap -welded slip joint, butt -strap joint, flanged joint, or flexible -coupled joint. 1. Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot joint with rubber gasket for diameters 48-inch and smaller with pressure classes up to 250 psi. Joints shall conform to AWWA C200. The joint shall consist of a flared, bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The spigot end shall be an integral rolled groove, steel joint ring in accordance with AWWA C200 and as shown in AWWA Manual M11. The difference in diameter between the J.D. of bell and the O.D. of spigot shoulder, at the point of full engagement and with an allowable deflection, shall be no more than 0.00 to 0.04 inches as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for 400 psi pressure and a maximum deflected joint pull. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 3 percent. At the pipe manufacturer's option, all steel pipe joints may be lap -welded slip joints in lieu of rubber gasket joints. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 14 Steel Pipe and Fittings Page 14 of22 2. Lap -Welded Slip Joint: a. Lap -welded slip joint shall be provided in all locations for pipe larger than 48 inches, for pressure class greater than 250 psi, and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field -welded joints shall be prepared with one end expanded in order to receive a plain end, making a bell and plain end type of joint. Bells formed by rolling will not be allowed unless approved by the Engineer. Dimensional tolerance of bell and spigots shall be consistent, so that match marking of pipe ends will not be required, and joints are interchangeable in the field. Clearance between the surfaces of lap joints shall not exceed the requirements of AWWA C206. b. The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c. The depth of bell shall be such as to provide for a minimum lap of 2 inches or three times the thickness of the belled pipe, whichever is greater. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. d. Lap welded slip joints may be welded from the inside or outside for pipe diameters 42 inches and larger. All other sizes shall be welded from the outside. c. Double welded lap joints and butt strap joints shall be tapped and drilled for testing from the outside in accordance with AWWA C206 and the Drawings. f. For pipe 30-inches in diameter and larger, precisely paint a circumferential 3/4-inch insertion band (leading edge of band indicating minimum insertion; trailing edge of band indicting maximum insertion; pulled joints to occur within the band around entire circumference). Band shall be around the outside of spigot end to indicate location at which spigot end has reached required penetration into bell. 3. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be Fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class, Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be spot -faced or back -faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings. Ends to be j oined by flexible couplings shall be of the plain -end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 1/4 inches or the coupling manufacturer's tolerance, whichever is smaller. In addition, the welds on the pipe ends that are to be joined by couplings shall be ground flush, to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with the Drawings. Butt -strap Closure Joints: Where necessary to make closure to pipe previously installed, closure joints shall be installed using butt -strap joints in accordance with AWWA C206 and applicable provisions of this Section. Where butt -strap closure joints cannot be hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of 5 minutes, from a threaded fitting between the welds. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBPR: tQ3410-2 33 11 13.13 - 15 Steel Pipe and Fittings Page 15 of 22 PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install steel pipe, fittings, specials, and appurtenances as required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations, AWWA M 11, and AW WA C604. Pipe shall be laid to the lines and grade indicated. immediately before each joint of polyurethane -coated steel pipe is lowered into the trench, it is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of Section 3123 33.16 "Trenching and Baekfill" govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as follows: a. Average allowable pipe deflection is limited to 2 percent for polyurethane -coated steel pipe and I percent for mortar and shotcrete-coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. Percent deflection shall be calculated as: actual (plan) ID — installed (measured) ID x 100 Percent Deflection = actual (plan) ID b. Deflection measurements shall be made by the Installation Contractor in the presence of the Owner. Method for taking measurements shall be agreed to by the Owner and Engineer, in writing, prior to installing the first joint of pipe. c. The Installation Contractor shall measure deflection approximately 30 days after backfill to final grade. At the beginning of the Project, the first mile of pipe shall be checked 7 days after backfill and again 30 days after backfill. Payment for pipe installation will not be made until pipe deflection is measured, unless otherwise approved by the Owner. No pipe may be measured for compliance prior to fifteen days. d. The Owner may, at his discretion, perform additional verification measurements on any area prior to Substantial Completion. e. Average deflection shall be determined by averaging the pipe's measured horizontal and vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. f. For pipe joints 36 feet in length or less, measurements shall be taken at two locations, one -quarter distance from each pipe end. Approximately 10 feet from each end. g. For pipe joints longer than 36 feet, measurements shall be taken at three locations, including one -quarter distance from each pipe end and at the pipe midpoint. h. If the average calculated deflections for any segment of pipe or any single measurement fails to meet specifications, the entire segment of pipe shall be reworked in accordance with the manufacturer's recommendations and as directed by the Engineer, at no additional cost to the Owner. This may include uncovering the pipe and re -compaction of the pipe embedment, and repair of the coating. It is the Installation Contractor's responsibility to continuously measure and calculate pipe deflection to verify it meets specification. A pipe segment shall be defined as a length of manufactured pipe between manufactured or field -constructed joints. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 16 Steel Pipe and Fittings Page 16 of 22 i. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner. Lining damage shall be repaired in accordance with the manufacturer's recommendations and as directed by the Engineer, at no additional cost to the Owner. Repair of flat spots may include uncovering the pipe and re -compaction of the pipe embedment, and repair of the coating. j . Where pipe has been reworked to comply with the deflection requirements, Installation Contractor shall re -measure for deflection no earlier than 7 days after the repaired pipe is backfilled. Owner will re -inspect for flat spots at this time. k. No pipe installation shall be accepted until the entire installation complies with the above deflection requirements. 3. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Installation Contractor. 4. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash. At the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. The Installation Contractor may install a vent at the top of the night cap to prevent flotation of the pipe in the event of heavy rain during the night. 5. Install bonds at all pipe joints, other than welded joints or insulated joints. 6. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1) Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. 2) Deflection measurements and calculated deflection for each location measured per joint. 3) It is the responsibility of the Installation Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Installation Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. B.Line, Grade and Cover Over Top of Pipe: 1. It is intended that the pipe be laid to the depth specified or shown on Drawings. Cover shall be defined as the distance from the top of the pipe barrel to the natural ground surface. The Installation Contractor shall be required to lay the pipe to conform to the profiles shown on the approved Shop Drawings within 6 inches vertically and 1 foot horizontally. 2. The grades shall be constructed to provide a uniform grade between low points and high points, and intermediate high and low points shall be eliminated. No additional compensation shall be made for extra trench depth required to meet these conditions. 3. Use survey equipment to indicate alignment and grade. Take at least one elevation reading every 50-feet along the pipeline and at horizontal and vertical deflections. Make periodic elevation measurements with surveying instruments to verify accuracy of grades. C. Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings, belts, or other equipment designed to prevent damage to the coating or lining.. The equipment shall be kept in such repair that its continued use is not injurious to the coating, The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump stations CITY PROJECT NUMBER: 103410-2 33 11 13.13 - 17 Steel Pipe and Fittings Page 17 of22 D.Line Up and Bends: l _ Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust, and scale before placing spigot into bell. Welded joints shall have an overlap of 2 inches minimum to 4 inches maximum. 2, All under -stabbed joints shall be butt -strapped or outside welded. Over -stabbed joints shall not be acceptable. A joint shall be considered over -stabbed if the stabbed section is within 2 inches of the tangential bend on the bell, or the inside mortar gap is less than 1/4 inch. All over -stabbed joints shall be either butt -strapped and welded or outside welded only, 3. Where abrupt changes in grade and direction occur, the Installation Contractor shall employ special shop -fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. 4. Where pipe horizontal alignment is on a curve, Installation Contractor may pull joints to make a curved alignment, Pulled joints that are welded shall meet the overlap requirements mentioned above. Pulled rubber gasket joint deflection shall not exceed 75 percent of the manufacturers' recommended allowable deflection. After joining rubber gasket joints, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying operation. Upon completion of pipe jointing, the interior of the pipeline shall be left broom clean. E, Pipe Laying - Rubber Gasket Joints: Join rubber gasket joints in accordance with the manufacturer's recommendations. Clean bell and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for a minimum gap of 0.5 inch for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed 75 percent of the manufacturer's recommended maximum pull. Check gasket with feeler gauge all around the pipe. F. Pipe Laying -- Welded Joints, I. Weld joints in accordance with the AWWA C206 and AWS D1.1. Installation Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding may be completed before application of field -applied joint coating. At his option, the Installation Contractor may weld pipe joints after the exterior joint coating and backfilling is complete. Installation Contractor shall demonstrate that this procedure will not damage the exterior joint coating. 2. Contractor shall submit a welding procedure for approval according to Paragraph [1.031. The welding procedure shall be approved by the Engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. Contractor must follow approved welding procedure only. 3. Provide a deeper bell every 400 feet to accommodate thermal movement. 4. Adequate provisions for reducing temperature stresses shall be the responsibility of the Installation Contractor, 5. After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to be within the maximum clearance tolerance around the periphery of the joint per AWWA C206. Tighter tolerance may be required to prevent damage to heat shrink sleeves for weld- after-backfrll. In no case shall the clearance tolerance be permitted to accumulate. CITY OF FORT WORTH Backup mower and Electrical improvements at Four Pump Stations CITY PRO.ILCT NUMBER: 103410-2 33 11 13.13 - 18 Steel Pipe and Fittings Page 18 of 22 6. Before welding, thoroughly clean pipe ends to bare metal. Joint shall be dry before welding. All welding shall be hand welded to minimize damage to heat shrink sleeves, unless it can be demonstrated that wire fed welding will not cause unacceptable damage to the heat shrink sleeve. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 7. Furnish labor, equipment, tools, and supplies, including shielded -type welding rod, to construct the Work as required in the Contract Documents. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. Contractor will provide and maintain a jacking or fitting tool to minimize the joint gap tolerance of each joint from the pipe interior. This tool shall be adequate to force the bell and spigot joint gap tolerance to 1/8 inch or less. The tool shall remain with each welding operation to ensure the equipment is readily accessible to the welders and is not overlooked when fitting is required. 8. All welding shall be completed with a minimum of two weld passes. Three passes or more will be required for steel thickness greater than 0.375 inches, and as required to meet the specified welding procedures. These requirements are in addition to the maximum coating temperature limitations. 9. In all welding, the metal shall be deposited in successive passes. Not more than 1/8 inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 10. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. I L If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, the pipe will be replaced at no additional cost to the Owner and the defective joint removed from the Site. 12. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 13. Keep daily welding reports which identify the welder's name and the joint welded. Joints must be shown on the daily welding reports with the identification number assigned in the lay drawings (ex. ID# 1 ID#2). Provide three copies of all daily welding reports to Owner's representative each month. 14. Use only competent, skilled, and qualified workmen. Each welder employed by the Installation Contractor shall be AWWA C206 and AWS Dl.I certified according to the Welding Procedure Qualification approved for the Project. All welders shall have been certified within the last 6 months or shall provide a welding continuity log to be allowed to weld on the line. Field welding shall be provided by one of the following Firms; a. Thompson Pipe Group, (972) 262-3600. b. Fuller's Service Company, Barry Fullcr, (817) 477-3841. c. Scott's Welding, Scott Fowler, (972) 978-7865. d. Eddie's Welding Service, Eddie Pierce, (817) 909-6089. e. National Welding Corporation, Nash Williams, (801) 255-5959. f. Rangeline Pipeline Services, LLC, (888) 722-7457. g. Others may be accepted pending approval by Owner or Engineer. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NLJM13ER: 10341 D-2 33 11 13,13 - 19 Steel Pipe and Fittings Page 19 of22 15. Amer each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 16. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709, and E1444 shall be performed by the Installation Contractor's independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Installation Contractor's expense, The Installation Contractor shall provide adequate ventilation and a safe environment for welding inspector. Inspections will be made on a weekly or bi-weekly basis as determined by the Owner, The Installation Contractor shall cooperate with the welding inspector to allow efficient inspections. 17. If the Installation Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Installation Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. G.Inside Joint Grouting for Pipe with Shop -Applied Mortar Lining: Upon completion ofbackfilling of the pipe trench and inspection of interior welds, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clears out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is 2 inches or wider, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensua•e that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. H.Flanged Joints: Flange bolt torque and sequence shall be determined by the pipe manufacturer in accordance with AWWA C604 and AWWA MI 1. Use lubricant for threads and. washers. Before the joint is assembled, thoroughly clean the flange faces of foreign material. Center the gasket in the connecting flanges and draw -up watertight, without unnecessarily stressing the flanges. Tighten bolts in a progressive diametrically opposite sequence and torqued with a suitable, approved, and calibrated torque wrench. Torque values shall be as recommended by the pipe manufacturer. Apply clamping torque to the nuts only, I. Special Requirements for Weld-After-Backfill: 1. Quality Control: a. If Installation Contractor elects to weld-after-backfill any joints, special techniques shall be used to limit damage to the exterior heat shrink sleeves. Weld procedures for weld- after-backfill shall meet the heat limitations of the proposed coating system. b. Each welder shall be required to demonstrate that no unacceptable damage will occur to the heat shrink sleeve. Each welder shall demonstrate their ability to perform welding of the joints in compliance with the welding requirements, including weld profile, penetration depth, travel speed control, and temperature control. The following information shall be recorded for each joint tested: 1) Welder's name. 2) Weld procedure to be used. 3) Voltage setting of the welder. 4) Amperage setting of the welder, 5) Average electrode speed (inches per minute). 6) Calculation of the heat input to the weld, in Joules. Use the following equation: Amperage (1) x Voltage (E) x 60 = Neat Input Travel Speed (V) CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PRO]FCT NUMBER: 103410-2 33 It 13.13 - 20 Steel Pipe and Fittings Page 20 of 22 7) Record steel pipe temperature measurements in 11.5-degree increments around the circumference of the joint. Read the temperature using heat stick methods or with a digital infrared thermometer. Record the temperature at the weld immediately following the completion of the weld. Record the temperature at locations 1 inch, 2 inches, and 3 inches from the weld, on either side of the weld, during the welding process. 8) Measure and record the highest interior weld temperature produced during successful weld-after-backfill testing. Measure the temperature at approximately 3 inches below the welding arc concurrent to the welding. Welders shall not exceed this temperature while using this welding procedure. c. The test joint shall be backfilled and each welder proposed for the Project shall be tested. Tests shalt be conducted on prototype test joint with the minimum wall thickness for each type of sleeve used on the Project. d. Each welder shall provide a complete weld for a minimum of 2 feet of weld overhead and below head. c. The test joint will be excavated after welding and destructively tested. 1) After welding, a visual inspection of the sleeve will be made to verify there is no unacceptable damage to the exterior heat shrink sleeve and coating protection. Sleeves shall have no visible burns, excessive wrinkles, or holidays. Sleeves shall not have areas of dis-bonded coating or dis-bonding of the heat -shrink sleeve, except for limited carbonization zone. 2) The heat shrink sleeve shalt be tested by an adhesion test in accordance with ASTM D1000, AWWA C216, and C222. Test shall meet an adhesion value of 15 lb -inch. Test shall be performed directly over the weld (parallel) and perpendicular to the weld, The sleeve backing shalt not rip, tear, split or separate from the adhesive material. The test shall be done a minimum of 24 hours after welding. 3) Demonstration section shall be completely removed and legally disposed of after successful completion of the demonstration, or prior to final acceptance of the Project. f. Excavate the first two joints for evaluation of the joint coating condition. Engineer will randomly select up to three additional post -welded joints for excavation by Installation Contractor for evaluation of joint coating condition. Joint coating will be destructively evaluated by the Engineer, Should the inspection of the exterior coating reveal damage in the opinion of the Engineer, the test will be considered a failure and the coating will be removed and replaced at no additional cost to the Owner. The test for the failed welder may be repeated on another joint, with the approval of the .Engineer. g. If any excavated weld-after-backfill joint exhibits any heat related damage, Installation Contractor shall modify and test a new weld-after-backfill procedure prior to completing any additional welded joints. Installation Contractor shall demonstrate that the revised joint welding procedure will not significantly damage the coating by repeating the weld- after-backfill evaluation requirements, including excavation of the three additional joints randomly selected for destructive evaluation. h. Installation Contractor will remove and replace joint heat shrink sleeve upon completion of the evaluation. 2. Materials: a. "Weld-After-Backfill" or post -welded joints are defined as welded pipe joints that have been coated and backl filled prior to completing interior welds. b. Weld -after -back Pill joints shall be coated and protected as follows. Approved materials shall be in accordance with Section 09 97 lb "Pipeline Coatings and Linings." Joint coatings shall be heat shrink joint sleeves only. Tape wrapped joints will not be acceptable. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUM13M 1D3410-2 33 11 13.13 - 21 Steel Pipe and Fittings Page 21 of 22 c. Holdback primer shall be suitable for weld-after-backfill conditions. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld-after-backfill joints. Primer shall not exhibit binder breakdown in the heat -affected zone. Binder breakdown causes loss of joint coating adhesion to the holdback primer. Tape primers are not allowed. d. Filler mastic materials shall be high -temperature materials with 500 F minimum melting point. e. Filler mastic will be Denso North America or Trenton Corporation products. Installation: a. Installation of heat shrink sleeves shall comply with the requirements of the Specifications and AWWA C216. b. Joints shall be buried prior to welding, with not less than 12 inches of soil or flowable fill material above the pipe, including side and bottom of trench. c. Prior to welding, remove hold -back primer from I.D. of bell and O.D. of spigot with a power steel brush to prevent contamination of welds. d. Welding of the Joints: 1) All welding shall be wire -fed or with stick electrodes. Provide two or more weld passes as required to meet the approved AWS welding procedures and maximum coating temperature limitations. Not more than 1/8 inch shall be deposited per weld pass. Weld-after-backfill procedures must be approved by the Engineer based on field testing demonstrating the welding procedures can comply with the requirements herein and Section 09 97 16 "Pipeline Coatings and Linings". 2) Welding speed, amperage, and voltage shall be as required to maintain a maximum heat input of 23,000 joules or a maximum surface temperature at the coating/steel interface of 500 F, whichever is least. 3) Maximum weld temperature and duration shall not result in significant carbonization of the joint coating adhesive or adversely affect the integrity of the sleeve. Significant carbonization is the loss of volatile organic compounds that results in substantial loss of tackiness, adhesion to the steel, and corrosion protection properties. 4) Finished joint coating shall not have any visible creases or folds in more than 50 percent of the joint coating backing material or that extend through both the inner protective layer and outer joint sleeve. A slight surface deformation of the sleeve may be deemed acceptable if the underlying layers are not compromised beyond slight carbonization. e. The heat -shrink sleeve shall be electrically tested for holidays per Section 09 97 16 "Pipeline Coatings and Linings." 3.2 PROTECTIVE COATINGS SYSTEM A.Perform field coating of joints in accordance with Section 09 97 16 "Pipeline Coating and Lining," For weld-after-backfill, heat tolerant heat -shrink joint wrapping and special welding techniques will be used. At the start of the Project, at least one joint of pipe per welder shall be uncovered at no additional cost to the Owner to verify the exterior joint wrap is not damaged. Should a change of materials be required, or a new welder employed, additional test joints may be directed by the Engineer. B. The Installation Contractor is responsible for ensuring his operations do not damage the factory or field applied coating system. C1TY OF FORT WORTH Backup Polver and Electrical Improvements at Four Pump Stations MY FkOJECT NUMBER: 103410-2 33 11 13.13 - 22 Steel Pipe and Fittings Pagc 22 of 22 C, Protection of Buried Metal: Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape meeting AWWA C217 as specified in accordance with Section 09 97 16 "Pipeline Coatings and Linings" and encased in flowable fill. D.Repair of Mortar Lining: 1. Repair lining cracks larger than 1/8 inch in width with approved methods. Pipes with loose and dis-bonded linings will be rejected. Excessive repair of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 4 square feet and has no dimension greater than 24 inches. In general, there shall be not more than one patch in the lining of any joint of pipe. Patching for the manufacture of fittings and specials is acceptable, and not limited to the maximum square footage described above. 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved for Iaying by the manufacturer's technician and by the Engineer. 3. Shop -applied mortar lined pipe joints requiring patches that exceed the size allowed by 09 97 16 "Pipeline Coatings and Linings" shall be rejected and replaced at no additional cost to the Owner. The opinion of the Engineer shall be the sole factor in determining the acceptability of the required repair. E. Quality Control of Field -Applied Polyurethanc Coating: See Section 09 97 16 "Pipeline Coatings and Linings." F. Pipe Through Vaults: Where piping is to be inside a vault, such as for meters or valves, the vault floor shall be cast, then the piping installed, then the vault walls constructed. 3.3 FIELD QUALITY CONTROL A.Disinfect the piping system in accordance with Section 33 10 13 "Disinfecting Water Utility Distribution." B. Perform a field hydrostatic test in accordance with Section 33 05 05.31 "Hydrostatic Testing." END OF SECTION CTTY OF FORT WORTH Backup Power and Electrical Improvements at Hour Pump Stations CITY PROJECT NUMBER_ 103410-2 33 1221- 1 AWWA Rubber -Seated Butterfly Valves Page I of 10 g`URT'_ GFAT4"b A-Seei3n r0lu 1. AWWA to„bbe Se ed3uthardy Nf&,`c 34 iml,. Ihraugh-n inch fx bnmnil-im, D. Dzv'tc,,i ans & thisram'. f r ..r WeAh Sta nda a gpeei fieH,; ,.. 1. Ad d Yaragrnph-2-.2-A C.Ralaic ity iimi d 10: 1. nios 1 Qe o.., t ne. u4r-emeprs rt lr II�a�� trite l�J�ati 1.2 MACE AND IkAWENT 2. Payment a. The work -PeFfemed and FnAeri& fumished in neefdane with this item wi cc " foC at tK Wlk PAee-bi 3. The pr4eemod 3Wi .1 ir.alude! ft.—Fuzlm; Dra�,�t�gs • 1-�a -�ault�s li- d :nvnYavti^��" lE.— Biu�n��'✓�rt 1• Testin CITY OF FORT WORTH Backup Power and Electrical Improvements at Four I'uunp Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 1221 - 2 AWWA Rubber -Seated Butterfly Valves Page 2 of 10 -1---3 MFFMI;,A' standan4&-&.tzd, it this -Spovati vaA nl, arof F to 11 euff rofu-adze ;Peeifisation, vr.:l va & 45r is 'eited dart �nv a (a'1 ;61): i FJ 1.1, Unified r,,e Serew Thre 11zri`s 3. 4r, �. B 1 v.1,GFay I><a n P e. 2 12 5 c.ri 239}: .. s sw.. a Sri a114Vi14Ci b. A242, gtaad ,.- 1 c & �&,n far Hig''z e- 5 5, amdari E p-wi.-z-at' d. fYlt 3" f) �axa' ria cl�/. eriaan Ikatianul PttnlAaFd Tn.,t;t,.t.. ( ;V n a. C 11 VA2 1 1 , ©Hb Gnbot, J ak#-8 1'Or D 40, le Ir-e r-es ufe Pip and >~ iW b. G550, n,.,,Wet•. e interior- C;e Aga §b t'/.11ves mid u" 44 �t .- `r 7-51, : Htz-1% E€€eets- 8. Sesi@V S0; nan Prateetiye � Int�lat, mr.1�SSF IN n n�1. ry vvu 11.4—ADN NISI AMVE P_E 1X EUBAUT-T-4 A.Fjalrni �Cll aua:rittalrr�k�l 6�1a1���,�� ✓, 1.6 ACTION SUBWWALSANFORMATIONAL SUBMITTAL A.-P-redxat 1]wli Rubber- Seated BuReFfly Valves stat4tW. a n�vrrai o. �x�rltrgg p rmu e 4:al" d. Tee p. jarfarB mting .:b me4hed to s• Valve pert dieffietev Torque requi-Feed Frt�al. mt assembled wei& k. Valve operator- and extension stms CITY OF FORT NORTH Backup Power and Electrical Rttprovements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 1221 -3 AWWA Rubber -Seated Butterfly Valves Page 3 of 10 4. Ga f;,., al 84 typ fb -lip a t .,t: _,.t: with the City prior- to 1. Fkir Cast in pi a'a ix 'A"wdi :ia �vit� akop d2wv4nt-fe+uff mnswits-5 €eA is SKtion ^2�0, Ee�i_f4 eR t i8HF, 1. Yivrmh C,., f'f; d it , ,•t; f , ,r t ,3t✓al l .4`VAV n bbe e t ,t �t1-j- :rut; :.., ffleet the pr_ejftti e e f:: :t,el/ 11w'U have4men hyjrQ:jt,tiGa!1y « ted 4 th fhetefy and meet the r`mmtz ofi . -2. F;rnla& an aff d .:t ,.o. 0f ri-tJ.nAt t% . .,t:,, . fn all A [a W A Rubber- Seate of V�,M E;M 3. to affidavit th t �k RI-Ib1'' cr • s ra�au�r i✓v��a'- fy eepf 1 .,t the fer-eign faet /fa „a ITT ALF [NOT USEDj ith Divi&�an4: 1.9 aW_!J_T`l ®.FF_URANGE a. Rubber- tee,,-v a-T2..ttOrh'y ; � rl al aat,, �a ate- 9iae e the vr-04uet of , tartr for projeet. 7� r-ao „1r,.fnw��ia ahor�sr ru Flq%nu �wbalw upa;t ✓ ry wppr era u n i . Au t a Butter -fly zr it.oQ ' , l-be ,,m4c�ums wit�t AWW A r�cn11 ,.. a. Cn�ir the United 1m,—koe, 3kak' in manufac ,..& ���n_tt,.,t muok that the Rubbff Sea* Bu�tarV,-( -%;1a1v Tam f:,. !w&r oar coxitm! d guxzen.t • _meta of this ogee • 1) n t k Gea% nor etrizi _` WAVz4-cW z OpefatoF 2) A 1 W A GF hart Tu. Cv.-earboxy 3) 1-4mitorqa3 4) ELM WO sefies for- non Nafief appheations or- -xzo-cfec a;mod applica-tion CITY OF FORT WORTH Backup Power and Electrical Improvements at Foku' Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI.1•Y PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 1221 -4 AWWA Rubber -Seated Butterfly Valves Page 4 of 10 i/f CI 7\C uk,a P Fegula* eagagiml in the manuSa34wi g 9f ` WA Scataz! Du;i-_rff. having similar- BeFviee and size. 3. Wt Re3spensibili a. Ail equipment s i dQr VN3 Fw4ieN i\3 to bi by the valve lmll b- r ark jrmtpaibijity of a!l stems- b. ,any -cE)fffP 3aai 20TTIPLj�ta 12tn&4 ,,.:uoa ,he I, filanufaetw 9hag4z dv.,�gr ajtir oriE_ed repfa..t ir. 4) This ineludes, but is not limited to, eear-diaa4ian _f the ter -quo fequimd to pfepefly oper+Ae the valve, par-tien of the wef6 Jtcllat�on r aYp�ti;m. 2. p4ateet, ;,qui &i-te: 3. WE)WEt th@ fiffiSheS v, of dl ,..,,,d_flanges w„ wooden blazic flangv, 4. PFeteet-finished ir-eel stfffitew rot tldi�tv.�i w :v'r s,i + d IYri�nn: 5.-- P 3,, rt-pled nanil 6 geoufa y..-1 .,,, ..r.,:... a 1...,atie_ to ._ __- �i_ t/liL� li .l�F�`'f��".♦1[ti�.�i%%r;+l, G�.�.,+;.. rl1 VV 00. 1.11 REL 1.42 VV-A:"-A TY 1. NLvIuf a k,, aaaordm witk u%z •iaisn4- t n� x : R EUIITUED17PRODUCITS I- Acquire, fur-LiO, avA imt a. Enz aurr444-�W prvyiAe b the moot rtar it fully aoa-Yati le with the ak epe�;Mqr-amplayed by the Owne CITY OF PORT WORTH Backup Power and Electrical Improvements at Four Pump Stations :STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 1034f0-2 Revised April 23, 2019 33 12 21 - 5 AWWA Rubber -Seated Butterfly Valves Page 5 of l0 3. UninzAdl, prateet, : and : • • uU I e e r r . R ,1. Only the fnaA*faeWr-eFS aS hA8OR the !' ity'Y "J a. The a- tumr xivat z=rly -1 �N dact/.1nat i0 seetie 01 2 c 0 ,.+,..,E,.,,�,;s;.,,-.s ..F A(x11x! A !'Cllz : P �1.1 Y:ti"�-equkr�ei+ts of 1` thiS SpeOifi6a�i6R. Wve :\jrrixar. �:n aar " eta le wawr- shall segarmto the r�.Yto ofTNT' 64: i .. Valve r AE 11 . de5 1.2-er steel A ST r A 34-, Vah,e beamhak' ba obye �. JrintL a. Isla �-e aL-�rv��e►l k: -2) Drilled per- 3) l� langwr-Aa0) ye.far the tw-Apassufe of the .,It b 1.A,,."1-anie..1 :flint eml •».ls;shall meet the requimments of AWWA.�ANS G1111A'11 11 e. elµrge��n'll be mad with Steel or- Gonor-ete Cylinder- Pipe u*1086 taiir-yn ki',8 Shall WpFev4ded in aeeerdanee with Se3t0n 33 0440, d. Flanged ends shall be pr-e-Aded utiless ether -wise fieted in the Gontfaet peeen�8. 3. Belts and NtAs Meet FegUi B[L -,x 7<,f AWWA G1 15or- n xxr;xt n C207 dew eadi. ' ` er-i 1 2;) :provide baits a*d nuts in aGOOF4 ee with Seetion 33 1105. b, Tapped 4r, -1-) mBua-eF9y-*a1'.\ :na1u` d s� to -(AthkT,1E1 n 1 i rJN th 4. gaskets ur. 33 1' Buss CITY OF row wOR m Backup Power and. Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 1221 - b AWWA Rubber -Seated Butterfly Valves Page G of 10 44-44SO " 2h EL.t 1) Type �04 Stainless steel or- Gqu I ntx Wn Germ a. Wive sh&ft sea4s shall be relfer�atr `T !Ype v�}ty .S1CIt� n .,1: b. DeaLh-,�+4K aL g V4v a e 9. `.Cale Seat a. SOE48 013 Body '1)The sea all be aBfHR N (;-1;PDNI far -(Mtef and shall be melded: ...a as to V Y�GJ-TT"p-pIIQy. 3) P70 ,Au a 360 deff0o 60-IR"Muz, unintemipted seating stHfaee. wthe ,,,.tug .� �: z ar J-aft an l frum *.a 'Nna 4) The seat shall be retaiaedia the y p 1g jb reWrmr),, riel�,�5, Segi33ent2, aorVft& ar har=3= aFe Df any kind :n the flow str-e ,w ,and paeking fFa-,n -.-;,vf 1:*a4ebFi-,. 6) Rubb?r-seat�. l ' . b7-4aafz a>r Dise ( ,-+.-a ..n or 1) The seat be Buna N 01 �l�ir fbri ate and sh ii b molded . and shall bonded to the dise. ---Resil n-t a%atf dogni conqffaoun, surface: 3) Seats V"u" he meet _iiiea 1 a :, r— otal.lssr_ +nee Df,akil>ta".,eal thefetaiklinb ring 1 body sent fing, i• -field adjustable and feplaeeable— 4-0. Pjrfw u .ee D � a. Valve Classifiea oh -al' '-M 9IRRIN �5013 D.'imak-as 1. Unless . CITY OF PORT WORTH Backup Power and Elactrical Improvements at Pour Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C11'Y PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 L2 21 - 7 AWWA Rubber -Seated Butterfly Valves Page 7 of 10 a. All Sur-fams f 4heI 1, 11 be claaa dfy a-n fee &am tmajj lw-fafe app'rYaiiFj paint or- eeati g h. mtie valve i te,149 Ana zatc;`x- varfk , , 3. All intzmcl cxpesed 8uffaees that are suseeptible to lam aeatei# -xi*- a P`` Y:aiAe o,l� �'4,i'aitipz cpew. d. P/"%a--•- to be eeated .,hall be pFepafed-afid-zand Jart No. 2: o. Wirral. 5 milo mmirmxm. Y All l►-- iwpvtW for- proper- 4rf VIM tl&k+.r w W ems.,. .tea- i,�rri��%�ill �E 1oi r , wet sponge hDW.-iff ar- leak d-ateeter, E Marlds 1. Foc am`: Ruby , ififeFffiatiett b„--Class er- u ich it �j 33sigmateG. Name of fflafiufaoture Ammer £ "UNI t d an kart of Vaultthe valve instagatioa'. in aeoOF4mee with e + O? 30 00, OF as Show" n +t, �'°".,J hnW . A' 1 -rault a. [l.,l, shall be provided ^llth manual-aeWat15, the DFaWinff9-. el •,vrvek-wise. mhak bc frally g .,ea asked wA iwie-alrfata>!J8 steps iff4be +.,. ,t.l,; 1, will withstand an inpt tar -quo 2) Tho xzto ter- sh-al * o n 4",;lt ir. 7Azh �� Wk kyPa&&Ac climLxate Yale paeking jeakegy into h� aatua ho`'r�� d:-Buttsr ly-,v) ie&wi -uith a 2 inek eperating nut. 1) ` j,,&-mt,4atorc'' alI4�d ir. a -izralt asma c P-Grii ig&-a-W have --aU moivr. * 'o tom of 'ha vault. e. �',���•s� is �J t��: o: tanla->��r,1.�av:��a. ian.��� akse�e ground 0-ras'1 lammed -"th a 16 it oh xi*imum dRam vcr I,,,Andwte4-3Pwctoe. gee CITY OF FORT WORTH Backup Power and Flectrical Improvements at Pour Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR01E GF NUMBER: 103410-2 Revised April 23, 2019 33 1221 - S AWWA Rubber -Seated Butterfly Valves Page S ONO d) An gaduated , degTzues g—,AetuaN3r be -riwmgea, type, as fan v"vt .rv.ai "'71ix%3"fully 2) WGFmge r a. �, /ar�n O:'raft al ll 1•� o�seli !piece design; belted segments nts or- pi..ned r - .;11 of be pt bL� 'rive; eey ha r vxxrx x ux�TT[T1I inelode an into a I�Iia 2,-� tz-.eV:-a lmoyable bottomentry spline vush in-6 eI, nt,nfit- a eta .for- 'r w. r'e ;, 3) If Fequi,-edferteffwwoo / a geaf reduears maybe pfev; a a - inerea.;e�'� ;sbrr4tr wA to i'fdaa .iisnca` fleet a: .te Wxrm d:�mpull 3r- a 2 iwA�-MVNW, Nut WitJl a/alanimurll 1 En A. 11as r e;i& ed iaptit tefque 1) Matlfi--I1 Of 96nStFHGfi0fj E`! Housing: Ptte4;le ir-E)r a) e) W nw Allay steel . 44 - 1; .eu input dfive eemeetiGa Re--- a: Zaa-v -du y tapered mltar ga a) Yir,ia'-PwaRobtak/.zally Applied Polyester- n defect S) 11fmud -T k1 k-- jwpt131C 0-Fbeili fie dfet159 t Withan l t Enotof V.IL VI:' epeelate, in the fti, ,,. r;t ei t ,.v, o ir,..at4ans ..t...a wev. aia �aa� ,u�ux �. � • a) With spuf gear- r-eLRieved, splined wown -ea,- input shaft a -ad m9t adaPter- flange sha4l be easily added to weept a multi tu-r-n 4ftevqae !, (1) Supplier s ,r ; el„a the l.l..Y.,ber o T•urn& Opea o Giese st. oki iii tlu l nu:-t �iwlralltJ l: 3. Extension stem w. Keyed solid extensionstem f .,,,1•fj&-✓, �rretl� to L^r.�irs the ..., wi"fi 1 feet of the &uffaee of the ground, "en the epefa4iag nat On 113 r, `alve-is e,' r2]?w barrzzath the s „-F so of the ground 1)-Not uimd-fw G:1Vy ads. 2) Exteasie mcnhall nat be Cl belted orl"CLrt G'['[LvifC. Gt S-) th,3 �a �+ -wit. v.4Vu 3*-P/1[:..\`U" r, : tem h a ill c7 ; d:,gt;, Hajafeff e 1 vshall be �� a� .,,., a ,.,, n a t l • t oquaro ire h, f4fing 109r,01Y efieugh to all dafflzo:ia+:. e 2 ineh Taps µ \) 2 rrsh t4ps-cn ash ai4a cf d-a vxxr suv"�e�re vo ') Czrm ;,Ball La.Gthread with ��z ac-,por'riOsr- betw or. jnrpw�en stop and euFb step. -3)-�n Wll zu:b Ot p lop �S :j yarn th3 vaalt to w) T eaeh.,hle ham, hand from th ._„w........... .., ��� ",Ault lr-d jointS. ...,: ':Ne....., susas y --- --- -! WbFiean1,uAu,-s"xxcre rrve fiar-nished in suffieiew quantity for assembly ef In CITY OF FORT• WORTIi Backup Power and Electrical Improvements at Pour Pump Stations STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 12 21 - 9 AWWA Rubber -Seated Butterfly Valves Page 9 of 10 1. En�,,k ta-t91A fO; trl3lra is t�e slosed pajit;-On gill.: 'rte'alve he t.l a. Tko u;�pw [)jyfnoa of the vaWe disc shall be vi6iblo aBd eravered with a pool of ,+. CA n psi pr-essufvv lower- 4hee of 4wd;se4or at m i:�i. &ti Of 1 eak O 0 1,,.1- bles i th&-w�cgl) i!Zing th i1V' j goad-- -2. a. TJariN `b•:cx s test, the c dick' S.. no leakageseeping +t,. h theWye boo ■Ir•10M 10F ■ W_ ■ 1. Mt llu -RF Seated Butter -fly [7 1. & r1,aCGJ o %1` iu�x v d in amer-danue with the 2. Per b11iad-ftpp4ntk m, L' bb*r Sx een:r11te -,wA!t cx-►4-in5,,jatU in a3a n > :el,l r„ a t< ,•s t 1, - s „- bbe C + ,1 R #8Ff ly V 1. the Cit. Field s oftl►� i��x �, ��; Opp n..E)"e hwe the epper-O+Bity to operate dw valve. a. Tke operator- �Mll be assessing the ease of aeeesa to the ope at',Bg But W-413 in the valve b31 wad my a-epe, ,a1•r- fmm ;4I1y el a +„ f,nY opened pesk4en.b. if aeeess and tha '-%i>bb- Seated >? tt -1 Valve meet the City - or-iteria, then the valve w4l-��W 9I' inutcalled, 4 a .,t' of he hl, 1. � �.ce .., ... ,e 3r er-kefia, the atX WiK ramedy the skuatian until it meets the City's expense. CITY OF FORT WORTH Backup Power and Electrical Improvements aI Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised April 23, 2019 33 I2 21 - 10 ANVWA Rubber -.Seated Butterfly Valves Page 10 of 10 _-3 8 QVST-E 4 START-UP nTUP [NOT Tr&W 34e-1� E.trr 11 C nc�nrrm .i.1L 1 17 PROTECTION !NOT- USED! 3.13 MAINTENANCE fNOT TNT!, 11 3.14 ATTACHMENTS [NOT USED1 z2..2-9...a :J� .� ' belts, !AA. 1 e Added gortien. F h 2 ifiptit tarque 2.3.A.2-.r 11f1jr'AWL �1 1`3 .... 3 OLT;M 11 CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103410-2 Revised April 23, 2019 DIVISION 40 PROCESS CONTROLS 40 05 64 - 1 — Addendum #3 Butterfly Valves Page 1 of 5 40 05 64 BUTTERFLY VALVES 1.00 GENERAL L01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves. B. Como Pump Station: Furnish and install new valve, new piping, reducer, and restrained dismantling joint to make the closure between the pump, new valve, and existing 12" diameter 90-degree bend. C. Edwards Ranch Pump Station: Furnish and install new valve, new piping, and appurtenant materials to make the piping closures. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. M&H. 2. CMB/K Flo. 3. Pratt. 4. Val-Matic. B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing tight -closing, rubber -seated butterfly valves for this type service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of valves. C. Manufacturer's Representative for Startup and Testing: The Valve Vendor or Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation, and operation of the valve. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings. a. Shop Drawings shall show standard cut sheets, seat orientation, operator and materials of construction. b. Drawings shall show complete physical description and performance capabilities of the equipment including, but not necessarily limited to, dimensions, flange ratings, weights, assemblies, sectional views, performance curve, torque or thrust calculations, power requirements and ratings, rated voltages and amperages, system operation, control description, and wiring diagrams as may be applicable. c. Flow Hydraulic calculations and Cv characteristics. d. Provide project specific wiring diagrams for limit switch wiring with detailed drawing showing how limit switches are physically mounted to valve and wired to CITY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 05 64 - 2 — Addendum #3 13utterfly Valves Page 2 of 5 limit switch junction box. Provide physical layout of limit switch junction box. Show physical mounting location for limit switch junction box. e. Weight of all equipment including valves, operators and actuators. f. Description of valve body seats and ball seats with appropriate ASTM, AWWA, or ANSI material specification. g. Valve flange pressure rating, flange bolt diameter, and flange bolt orientation h. A description of the components that will be shipped separately, thus requiring field assembly i. Valve torque calculations for opening and closing the valve against the maximum operating differential pressure. j. Electric -Motor Actuator torque 2. Operation and Maintenance Manuals. 3. For the Como Pump Station BFV: Piping layout with lengths of pipe, fittings, and valve between pump discharge and existing 90-degree bend. Include layout data from check valve. Product data on dismantling joint. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: I ANSI B I6.1 I Cast Iron Pipe Flanges and Fittings 2. American Society for Testing and Materials (ASTM) Standards: Standard Specification for Gray Iron Castings ASTM A48 ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276 Standard Specifications for Stainless Steel Bars ASTM A536 Standard Specification for Ductile Iron Castings IASTM B 148 Standard Specifications for Aluminum Bronze Coatings 3. American Water Works Association (AWWA) Standards: AWWA C504 Standard for Rubber -seated Butterfly Valves AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants 2.00 PRODUCTS 2.01 VALVE CONSTRUCTION A. General: Butterfly valves supplied under this Contract shall be of the tight -closing, rubber seated tyke with rubber seats that are securely attached to the valve disc or body. Valves CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 05 64 - 3 — Addendum 93 Butterfly Valves Page 3 of 5 shall be bubble tight at rated pressures with flow in either direction and shall be satisfactory for applications involving valve operation after long periods of inactivity. Butterfly valves shall conform to the applicable requirements of AWWA C504 and AWWA C550. All valves for potable water service shall comply with NSF61 standards. B. Valve Bodies: Valve bodies shall be constructed of cast iron ASTM A126, Class B or ASTM A48, Class 40 or ductile iron in accordance with ASTM A536, Grade 65/45/12. Valve class shall be suitable for the pressure class of the adjacent pipe in which it is installed or as shown in the valve list herein. Valve shall have flanged ends with ANSI B 16.1 Class 125 drilling. Two trunnions for shaft bearings shall be integral with each valve body. C. Valve Discs: Valve discs shall be cast iron conforming to ASTM A126, Class B, aluminum bronze conforming to ASTM B148, or ductile iron conforming to ASTM A536, Grade 65/45/ 12. D. Valve Shafts: Valve shafts shall be turned, ground and polished, constructed of stainless steel conforming to ASTM A276. Valve shafts may consist of a one-piece unit extending completely through the valve disc, or may be of the "stub shaft" type, which comprises two separate shafts insetted into the valve disc hubs. If of the "stub shaft" construction, each stub shaft shall be inserted into the valve disc hubs for a distance of at least 1-1/2 shaft diameters. The shaft shall be tightly connected to the disc using tapered or wedged keying devices. E. Valve Seats: Valves shall have Neoprene, Buna-N or other synthetic rubber resilient seas to provide tight shut off at the pressure specified. The mating seat surface shall be ASTM A276, 18-8 stainless steel or a 95 percent pure nickel overlay. All valves shall have replaceable, adjustable seats. Valves 30 inches and larger shall have in -line replaceable seats. F. Valve Bearings: Valve shall be fitted with sleeve type bearings. Bearings shall be of corrosion -resistant and "self -lubricated" materials that will not deteriorate natural or synthetic rubber. G. Valve Shaft Seals: Where shafts project through the valve bodies for operator connection, a split-V or O-ring type shaft seal shall be provided. 2.02 VALVE OPERATORS: A. General: The valve operator shall be designed and manufactured in accordance with the applicable requirements of AWWA C544 and AWWA C540, and shall be arranged for horizontal or vertical valve shaft installation. B. Manual Operators: 1. Manual operators shall have all gearing totally enclosed and shall be pre -lubricated or grease packed. Operators shall be of the worm gear or travelling nut and link type with field adjustable stops to prevent over travel in the open or closed positions. The direction of the manual rotation shall be counter -clockwise to close. 2. Operators for exposed valves shall be provided with a valve position indicator and a handwheel or chain and sprocket device. Provide chain and sprocket for valves greater than 6 feet above walking surface. 3. Operators for buried valves shall have an extended stem with a 2-inch square operating nut within 12 inches of the finished grade. Provide a cast iron valve box to enclose the operating stern. Valve box shall be three-piece extension type equal to Mueller No. 10380 or Clow F2450. For valves which are installed with the shaft vertical, provide a level gear for vertical operation of the operating nut. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 05 64 - 4 — Addendum 93 Butterfly Valves Page 4 of 5 2.03 ELECTRIC MOTOR OPERATORS A. General: 1. The valve operators shall be of the reversible motor type. The rate torque capacity of each operator shall be sufficient to seat, unseat, and rigidly hold in any position the valve disc that is controlled under the operating conditions. 2. Operators shall be self-contained units comprising housing, motor reversing contactor, limit switches, torque switches, relays, control transformer, gear train and auxiliary handwheel. Approved valve operator manufacturers are EIM, Limitorque, Rotork. 3. Operator shall move the valve from fully open to fully closed position, or from fully closed to fully open, in approximately 60 seconds. Time of travel shall be based on a geared reducer, not jogging the motor. B. Construction: 1. Operators shall be equipped with an auxiliary handwheel to provide for actuation of the valve in the event of a power failure. The handwheel shall have a clutch so that it will not turn during normal operation of the valve. The clutch shall lockout the motor so that it will not engage when the wheel is turning. 2. Each operator shall have an integral three-phase, full voltage, reversing contactor with electrical and mechanical interlocks and three over -load sensing relays. The contactor shall operate on 120 VAC and shall have a control transformer 460/230 VAC to 120 VAC. The control transformer shall be sized with sufficient capacity to operate the contactor and the motor switch compartment heaters. 3. Limit switches shall be furnished for the end of stroke disconnect, other control functions, and remote and local Open and Closed indications. Limit switches shall be independently adjustable at the open and close limits. Auxiliary liirtit switches for remote Open, Closed and Intermediate indication shall have isolated Form C contacts rated at 120 VAC. 4. The operator enclosure shall be NEMA 4X. Space heaters with thermostat shall be provided in the enclosure of wattage suitable for keeping the compartment dry at all times. There shall be installed also a suitable breather and drain. A laminated schematic wiring diagram shall be attached and protected from the environment for maintenance use. A terminal strip shall be provided in the switch compartment. Controls and switch compartments shall be shop wired to terminal strip complete and ready for field installation. All wires to tenninal strip shall be identified. 5. Motor shall be for 460/230-VAC, 3-phase, 60-Hertz service, and control voltage shall be 120 VAC provide by an internal transformer. Motor shall be designed for continuous use and modulating actuators rated for jogging duty. 6. Valves shall have Local -Remote selector switch, Open/Stop/Close Pushbuttons and Open and Closed indicator lights mounted on the operator. Selector switches and pushbuttons shall be provided with water -tight boots. 7. Modulating valves shall receive a 4-20 mA positioning signal and position based on 4 being full closed and 20 being full open. Outputs From the valve shall include a 4-20 mA signal indicating valve position, and contacts for REMOTE STATUS, OPENED, CLOSED, HIGH TORQUE. 3.00 EXECUTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 05 64 - 5 — Addendum #3 Butterfly Valves Page 5 of 5 3.01 INSTALLATION A. installation shall be in accordance with the Manufacturer's instructions. Valve shaft shall be truly vertical or horizontal as indicated. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the butterfly valves an acceptance test shall be conducted to verify the satisfactory operation of the valves. The valves must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3,03 SCHEDULES; VALVES A. The required valves and certain pertinent data is given below. This list is given to facilitate description of the various valves and as an aid to plan take off and is not guaranteed to be complete. �itlmher I Size and jj ill Service �t;1it hx--d Ends Como PS Water 10" 1 Pump #1 flanged Edwards Water 36" 1 Ranch PS flanged END OF SECTION AWWA `Max. DIM Typc ` Class (psi) [operator Electric 150 150 Motor Electric 150 150 Motor CITY OF FORT WORTH Backup Power and Flectdcal Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 05 65.23 - 1—Addendum #3 Swing Check Valves Page laf2 3 40 05 65.23 SWING CHECK VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install one (1) 10-inch, 250 psi, rubber flapper swing check valves at the Como Pump Station. Valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSIIAWWA C508. B. Coordinate with the new piping and butterfly valve that will be installed to replace the existing check valve at the Como Pump Station. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Golden Anderson Equal Model. 2. Val-Matic. B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing valves for this type service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of the valves. C. Manufacturer's Representative for Startup and Training: The Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation and operation of the valve. D. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested, the Manufacturer shall provide test certification and required documentation. The valve coating system shall be NSF61 approved. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. Como PS piping layout with lengths of pipe, fittings, and valve between pump discharge and existing 90-degree bend. 1.04 STANDARDS A. The following standards shall apply as if they are included in these documents: 1_ American Society for Testing and Materials (ASTM) Standards: ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings 1 ASTM A276 Standard Specifications for Stainless Steel Bars CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 40 05 65.23 - 2 — Addendum 43 Swing Check Valves Page 2 of 2 ASTM A582 T303 I Standard Specification for Free -Machining Stainless Steel Bars 2. American Water Works Association (AWWA) Standards: AWWA C508 Swing -Check Valves for Waterworks Service, 2- through 24-inch NPS 3, National Fire Protection Association (NFPA) Standards: List as_necessary 2.00 PRODUCTS 2.01 SWING CHECK VALVES Note to Specifier: Select the correct varaEraphs below and delete the others. A. The check valves used shall be swing check valves unless otherwise specified and shall be constructed with a heavy cast iron body and bronze seat ring, non -corrosive shaft for attachment of weight and lever. B. Swing check valves shall be furnished with ANSI 125/150 pound flat faced flanges. Valve exterior and interior to be painted with Fusion. Epoxy Paint per AWWA C550. Swing check valves shall be APCO Series 250, or pre -approved equal. C. The closing and opening rate of the valve shall be field adjustable. D. In lieu of external lever type, rubber flapper swing check valves may be provided. The valve body and cover shall be ASTM A126, Class B cast iron with flow area equal or greater than nominal pipe flow area. Disc shall be Buna-N, meeting ASTM D2000, having an O-ring seating edge and be internally reinforced with steel. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and lower the valves into position so to prevent damage to any part of the valves. 3.02 CLEAN AND ADJUST A. Adjust weight position and air cushion operation in accordance with manufacturer recommendations. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 40 80 Ut1- 1 COMMISSIONING OF PROCESS SYSTEMS Page I of 3 SECTION 40 80 00 COMMISSIONING OF PROCESS SYSTEMS PART 1- GENERAL 1.1 SCOPE A.Inspection, operational testing, adjustment, and calibration of each device, subsystem, and system, and placement of each device and system into service. The system supplier shall submit certified calibration reports for all instruments and loops for this project. The calibration shall comply with manufacturer's and ISA recommended practices. All calibrations shall be performed in the presence of Owner's authorized representative. Calibrations of all instruments shall be performed by the instrument manufacturer's factory technicians only. 1.2 SUB?4tTTALS A.Test Plan: 1. At least 60 days before commissioning starts, submit a description of the tests to be conducted. The test procedure shall be detailed. Step-by-step on a loop -by -loop basis. 2. Include list of test equipment, test procedures, checklists, and test report formats. 3. At the completion of each commissioning phase, deliver all test reports for phase to Owner with statement that phase test requirements have been satisfied. 4, Shop drawings. 5. All other applicable requirements of Division 01 -General Provisions. B.Responsibility: Review for acceptance by the Owner's representative of any plan, report, or other commissioning activity will not relieve the Contractor of his responsibility to meet the Contract requirements. PART2- PRODUCTS 2.1 MATERIALS A.Devices and systems are specified in other sections of this Specification. Reference to "devices" means all devices included in the Contract. B. Any device which fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the Owner at no cost to the Owner. C. Demonstrate that test equipment is fully operational and properly calibrated. D.The Owner reserves the right to disapprove test equipment that is improper or functioning improperly. PART 3 - EXECUTION 3.1 OBSERVATION A.The Owner and/or Engineer reserves the right to witness any test, inspection, calibration, or start- up activity. B.Notify the Engineer in writing at least 2 working days in advance of any test. All tests executed without notifying the Engineer are invalid and must be repeated. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROTECT NUMBER: 103410-2 408000-2 COMMISSIONING OF PROCESS SYSTEMS Page 2 of 3 C. Perfonn commissioning of each device, subsystem and system under direct supervision of the individual manufacturer's factory -trained representative. 3.2 REPORTS A.Prepare report showing test procedures, conditions, and results of each test. In the test report, give applicable contract requirements, manufacturer's performance specifications, permissible tolerances at each test point, actual values of test signals, and test results. B. Check off List: 1. Maintain a check -off list by loop number indicating tasks remaining to be done to make loop operational. 2. Submit check -off list form at least 60 days before commissioning starts. 3. Submit check -off lists when requested by Owner. 4. Lists will be requested no more frequently than once a week. 3.3 SCHEDULING GUIDELINES FOR COMMISSIONING PHASES A.Perform all commissioning in accordance with the instructions on the Contract Drawings, these Specifications, manufacturer's instruction manuals, and the direction of the Owner's representative. B, Commission field devices after installation of field instruments and prior to commissioning the instrument or the control panel. C. After installation of the instrument or control panel, and prior to loop commissioning, commission panel -mounted devices and systems. D.After commissioning field devices and panel -mounted devices, commission loops. 3.4 REQUIREMENTS A.Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer's instruction manuals available. 3. Install miscellaneous components such as charts, illumination, etc., which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation, first individually, then collectively, as a functional network. 5. Check calibration of and recalibrate, where necessary, instruments at a minimum of three points over full operational range and prove instruments to be within specified accuracy. 6. Calibrate instruments individually and, where applicable, as loop (i.e., transmitter, controller, and valve). 7. Specified accuracy for loop is defined as root -mean -square summation (RMS) of individual device specified accuracies. 8. Individual device specified accuracy requirements shall be as specified by contract requirements, or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to first elements of loop (i.e., applying simulated analog and/or discrete sensor signals) and measuring outputs from final elements of loop (i.e., controllers, alarms, indicators, etc.). CITY OF FORT woit'ril Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 408000-3 COMMISSIONING OF PROCESS SYSTEMS Page 3 of 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices (i.e., alarms, etc.). 11. Make provisional settings on controllers, alarms, etc., during loop installation tests. 12. Prepare calibration report on each instrument and loop. B.Flow Meters, Level Transmitters, and Pressure Transmitters: 1, Perform volumetric drawdown test for all flow meters and level transmitters. 2. Prepare test report for each meter and level transmitter. 3. If test results conflict with calibration report, recalibrate and repeat volumetric drawdown test. 4. Continue until drawdown test results prove calibration to be correct. C. Software Level Switches: Perform drawdown test for each level switch. Set switch in accordance with Specifications or, in absence of switch setting in Specifications, set in accordance with instructions from Owner's representative. D.PLC PID Controllers: 1. Check control action of each controller. 2. Check calibration of gain, integral and rate adjustments where specified, including all codes of operation. 3. For each setting, check output for at least three inputs evenly spaced through input range. 4. Check at least three settings for each adjustment evenly spaced throughout the adjustment range. 5. Run all diagnostic procedures. E. Interlocks: Ring and check interlocking circuits for conformance to Plans and Specifications. F. Start Up of Instruments: 1. Test each control loop under start up and steady-state operating conditions to verify that proper and stable control is achieved using instruments in each instrument panel and control panel. a. Test control of final control elements using specified modes of manual and automatic control. b. Demonstrate bumpless transition between control station modes. c. Use signals from transducers, sensors, and transmitters. d. Simulated input data signals are not permitted. Simulated input date signals may be used subject to prior written approval on a case -by -case basis by the Owner's or Engineer's representative. Set proportional band, reset rate and derivative settings for each control as recommended by manufacturer. 3. Verify transient stability of each control loop by applying control signal disturbances, monitoring amplitude and decay rate of control parameter oscillations, and making necessary controller adjustments to eliminate excessive oscillatory amplitudes and decay rates while retaining control sensitivity. Verify proper suppression of "reset wind-up." 4. Contractor shall be responsible for calibration and ringing out all devices which are to be interfaced with the distributed control system. This shall include devices purchased and installed under other contracts, or are already existing. END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT N1UMF3ER: 103410-2 SECTION 40 90 01 INSTRUMENTATION PARTI- GENERAL 1.1 WORK INCLUDED 409001-1 INSTRUMENTATION Page 1 of 6 A.Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work shall include but not be limited to the following: B. Installation of equipment furnished under this contract. C.Interconnections between equipment furnished under this contract. D.Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. E. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. F. Supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the Contractor. Installation work shall conform to applicable city, state, and national building and electrical codes. G.Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration and acceptance of the instruments. H.Provide equipment as shown in the specifications and on the drawings, price and payment procedures. 1.2 QUALITY ASSURANCE A.GENERAL: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. OPERATING VOLTAGE: Electrical components of the system shall operate on 120 volt, single-phase, 60 Hertz, except as otherwise noted in the specifications. C.POWER SUPPLIES: The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources shall be furnished with the instrumentation. D. PROTECTION 1. The instrumentation system supplier shall be responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract shall be protected by insertion of a 1i16 amp fuse, Buss Type MKS. Fuses shall be installed in standard fuse blocks. CITY Or I-01tT WOR'fkl Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 409001 -2 INSTRUMENTATION Page 2 of 6 3. The necessary fuses or switches required by the Instrumentation Manufacturer for his equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal ON -OFF switch. E. INPUT/OUTPUT 1. In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown shall be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to [Hake instrumentation system fully operational. 2. Pair shielded cable, as specified in Section 26 05 I9 "Low Voltage Electrical Power Conductors and Cables" shall be used for all 4-20 mA DC loops. F. HARDWARE CHECKOUT I . Contractor shall be responsible for checkout and calibration of all field instrumentation up to and including the terminal (HSQ) cabinets. Contractor shall provide a checkout of all I/O points under the supervision of the Engineer. Checkout shall be scheduled two weeks in advance of the date with the Engineer. Contractor shall provide a schedule of checkout and procedures to be used to the Engineer two weeks in advance of the test date for the Engineer's approval. 2. IIO points and sequence of operations shall be judged Pass/Fail by the Engineer. If a point fails, the Contractor shall move on to the next point and resubmit a new test schedule to the Engineer. The Contractor shall run a rehearsal of the test procedure to be witnessed by the Engineer prior to the test date as field modifications of equipment during the testing for a failed point shall not be allowed. Testing shall simulate actual field conditions and reflect the sequence of operations expected when in use. G.EQUIPMENT WARRANTY 1. All equipment shall be warrantied for a period of one (1) year after final acceptance. 1.3 SUBMITTALS A.Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: B. Shop Drawings C. Shop drawings shall be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment shall not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. D.Shop drawings submitted for all equipment furnished under this section of the specifications shalt be submitted at the same time in the same package and shall not be combined with any other specification. Partial submittals will not be reviewed. E. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. F. Provide G.Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature, I l.Component drawing showing dimensions, mounting, and external connection details, CITY OF PORT wOKI'1-I Backup Power and Electrical ltnproveinents at hour Pump Stations CITY PROJFC T NUMBER: 103410-2 409001-3 INSTRUMENTATION Page 3 of 6 1. A system piping schematic and wiring schematic each on a single drawing with full description of operation, J. Complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic shall be as described above. K.Bill of Material of Instrumentation, accessories, etc. and cut sheets on all equipment clearly identifying exact model numbers of each component. L. Instrumentation cut sheets shall also include a ordering sheet page which provides a breakdown description of each part of the instrumentation model number. M. Component Bill of Material for Panels and cut sheets on all miscellaneous equipment clearly identifying exact model numbers of each component. N.Panel Drawings shall show: O.Overall outline dimensions and weight of panel. P. Component Bill of Material. Q.Conduit entry and exit points clearly showing dimensions of entry and exit points. R.Provide a drawing of the front view elevation with the doors on, a drawing of the inner front view elevation, side view, etc. S. Panel elevations shall include designation of equipment and devices on doors and inside panel. T. Show vertical/horizontal clearance/distance between wireway and inside edge of panel (in all directions) on elevation drawings. ll.Elevation drawings shall include mounting heights (from bottom of panel enclosure) of panel mounted devices including but not limited to the indication lights, switches, etc. V.Project specific control schematics and wiring diagram: W. Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to the equipment tags/labels indicated on the control schematic included in the plans. Include a label above each timing relay indicating the range and set point that timing relay. X.Detail wiring diagram and differentiate between instrumentation suppliers and field installed customer wiring. Show both power and control wiring. Show terminal strip information identifying all customer field terminations. Provide project specific wiring diagrams. Generic wiring diagrams are not acceptable. Y.Tenninal strip layout shall also include a label next to each connection indicating a signal description. Handwritten terminal numbers are not acceptable. Z. NamepIate Schedule. AA. Drawings, Diagrams and Schematics shall be on 11 x 17 paper. BB. Warranty Information. CC. Spare Parts List. DD. Sales bulletins and other general publications are not acceptable as submittals for approval. EE. Equipment installation Report. Contractor shall provide an Equipment Installation Report for each instrument (flow meter, level transmitter, etc.) to the Engineer/Owner for approval. CITY OF PORT WORrI-I Backup bower and Electrical Improvrinents at Pow• Pump Stations CITY PROJECT NUMBER: 103410-2 409001-4 INSTROMENTATION Page 4 of 6 FF. The equipment installation report shall include documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. GG. All parameters required for programming of the instrument shall be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative shall be provided as well. HH. Operation and Maintenance Manuals II.Operating instructions shall incorporate the system schematics which reflect "as -built" modifications. 1. Wiring diagrams shall be furnished as apart of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low Voltage Electrical Power Conductors and Cables" shall be followed. 2. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. JJ, STANDARDS 1. The applicable provisions of the following standards shall apply as if written here in their entirety: ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings ASTM B-61 Specification for Steam and Valve Bronze Castings 1.4 JOB CONDITIONS A.SPECIAL TOOLS: Furnish a kit which contains special size wrenches and other types of tools, not nonnally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this section of the specification shall be furnished, including software. PART 2 - PRODUCTS 2.1 REMOTE EQUIPMENT A.Controls for remote electrically operated or motor driven equipment shall be complete, including the necessary auxiliary relays so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 volt control circuit which operates through the dry contacts provided by the instrumentation system. 2.2 ENCLOSURES/PANLLS A.Enclosures and panels as indicated on the plans and in this specification shall be furnished, installed, and wired. Enclosures for equipment shall be NE MA 3R, 316 stainless steel for all locations. CrFY OF FORT WORTH Backup Power and Electrical lmprovements at Four lump Stations CITY PROJECT NUMBER: 103410-2 409001-5 INSTRUMENTATION Page 5 of 6 2.3 ELECTROMAGNETIC FLOW TRANSMITTER A,Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil excitation principle with high preamp input impedance. The flow measuring system, consisting of low element, transmitter, and appurtenances, shall have an overall accuracy of f.25% of rate with a 10:1 turndown for all flows resulting from pipe velocities of 1' to 3l ` per second. Stream fluid meter size and flow range shall be as noted. Unit shall have zero stability feature thereby eliminating the need to stop flow to check zero alignment. B. The flow element shall be of water -tight, NEMA 6P constriction for submersible applications. Meter shall consist of a 316 stainless steel meter tube, 150 pound ANSI or 300 pound AWWA as indicated carbon steel raised -face flanges, hard rubber liner, and 316 stainless steel electrodes, unless otherwise noted. Electrodes shall be either flush or bullet nose type. Suitable covers shall be provided for flow elements ends to protect the tube liner during shipment. C.Flow transmitter shall be enclosed and water -tight, NEMA 4X construction for remote mounting on the electrical equipment rack. The transmitter output shall be a 4-20 mA DC signal in linear proportion to flow and shall dive loads with impedances in the range of 0 to 800 ohms without load adjustments for a 24V DC supply. Output span and zero shall be manually adjustable. Both transmitter and primary element shall be powered from the same 120 volt, 60 Hz source. D.The flow meter shall come with the required amount of manufacturer's supplied cable for routing the signal from the flow element to the transmitter in the electrical room. See plans for location of flow meter manhole/meter vault and transmitter. Manufacturer's supplied cable shall be one continuous cable. No splicing allowed. Special cables shall be installed in conduit. Cable(s) shall facilitate both signal and power for the flow element (120 volt, 60 Hz power will be made available at the transmitter). E. Electromagnetic flow meter shall be bi-directional Siemens 5100W MAGFLO flanged meter with Siemens MAG transmitter 6000 with Hart or approved equal. Acceptable manufacturers shall be Toshiba and Rosemount. F. Calibrations of all instruments shall be performed by the instrument manufacturer's factory technicians only. lidwards Ranch Tag ,Service j Size Range FIT-301-01 5100W Magnetic Flow 30" 0-47 MGD Meter 2.4 INTRUSION ALARM A.Hermetically sealed brushed anodized aluminum housing, Rhodium plated switch contacts, industrial wide gap magnetic contacts, UL listed, surface mount, 3' stainless steel armored cable, Sentrol 2500 series or approved equal. Provide with one normally open and one normally closed set of contacts. CITY OF FORT WOItTll Backup Power and Elcclrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 Tag XE-201-01 XE-201-02 XE-202-01 XE-202-02 XE-203-01 - - Tag XE-20I-01 XE-201-02 XE-201-03 XE-202-01 XE-202-02 PART 3 - EXECUTION 3.1 INSTALLATION Edtvards Raflcli Service Electrical Room Single Door Electrical Room Double Door PS South Door PS North Door Transfer Valve Meter AlWmma Service PS Main Door PS Electrical Room PS Electrical Room Double Door Electrical Room Single Door Electrical Room Double Door 409001-6 INSTRUMENTATION Page 6 of 6 A.Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.2 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and start up of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Check out and calibrate the system upon completion of the installation. C.Prior to the Owner turning on any form of energy to the system, the Contractor shall provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION CITY OF PORT' WORTH Backup Power and Electrical Improveinents at FourPiunp Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - I — Addendum 83 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM SECTION 40 90 02 Page i of 23 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PART1- GENERAL 1.1 SCOPE A.This section specifies furnishing, installing, testing, and start-up operations of a complete uuntrol sub -system as indicated in the Plans and as specified herein. The system shall be totally integrated with the existing SCADA system. The system shall be configured to operate as a Distributed Control System having an open system architecture. B.The SCADA System Integrator Contractor shall provide all hardware, software, and configuration and integration associated with the HSQ RTU based Instrumentation and Process Control system at the plant. Provide a complete and operational system in accordance with these Contract Documents: 1. Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. 2. Programming to be done by the SCADA System Integrator Contractor. 3. Eastside and Como: a. Modifications for additional VO as required for new VFD, ATS, and Generator. b. Provide fiber patch panel in existing enclosure. 4. Altamesa & Edwards Ranch: a. HSQ cabinet shall be provided by the contractor. HSQ cabinet will be provided with Modicon M340 PLC, a HSQ 25x86 RTU with HSQ Power supply module & Communications board, and MDS Orbit MCR radio with associated communication equipment. This HSQ cabinet will be used to communicate to a repeater station. Contractor responsible for coordinating with HSQ. b. HSQ 25x86 RTU with HSQ Power supply module & Communications board provided by Owner, installed by SCADA System Integrator Contractor. 5. Modify existing PLCs at the Owner's main site as required. 6. Set up and develop GUI screens on Owners' SCADA system provided by HSQ. Coordinate with HSQ for all cost associated with set up and development of GUI screens. All cost shall be included in base bid. 7. Provide all required software for a complete and operational system in accordance with these Contract Documents. 8. Provide personnel to check out, test and commission the system. 9. Provide the required drivers to receive and transmit data over the specified Radio System to fully communicate with the HSQ system. C. System Components: The system will consist of the following major components and subsystems: Altamesa: a. One (1) I ISQ RTU cabinet. b. One (1) Yagi antenna with coaxial cable and connectors. c. Software d. Spare Parts CITY OF FORT WORTH Backup Power and Bleetrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 2 — Addendum 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 2 of23 2. Edwards Ranch: a. One (1) HSQ RTU cabinet. b. One (1) Antenna Tower c. One (1) Yagi antenna with coaxial cable and connectors. d. Software c. Spare Parts A33. Como: a. One (1) Existing HSQ cabinet. (Existing) b. Addition 1/0 modules as shown on the drawings. c. One (1) Antenna Tower d. One (1) Yagi antenna with coaxial cable and connectors. e. Software A4. Eastside: a. One (1) Existing HSQ cabinet. (Existing) b. Addition 1/0 modules as shown on the drawings. c. Software D.Software Requirements - The SCADA System Contractor shall work with the Owner, to provide as a minimum the following software modifications: E. Onsite Requirements - The Instrumentation System Integrator Contractor shall have technical staff on site as required to provide a complete and operating system and shall include as a minimum: 1. Startup Site Visit -- 4 hours of assistance over the phone or VPN as needed by HSQ. F. Reference Standards: American National Standards Institute (ANSI)/Institute of Electrical and Electronic Engineers (IEEE) 2. Electronic Industries Association (EIA) National Electrical Manufacturers Association (NEMA): a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 1.1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. c. ICS 2, Industrial Control and Systems Controllers, Contactors and Overload Relays Rated 600V d. ICS 4, Terminal Blocks for Industrial Use. e. ICS 6, Enclosures for Industrial Controls and Systems. f. ICS 19, Diagrams, Device Designations, and Symbols for Industrial Control and Systems. g. Publication No, 250, Enclosures for Electrical Equipment (1000 V maximum). 4. National Electric Code. 5. ISA Standards 6. IEC 2 KV Isolation test 7. IEEE472/ANSI C37-90A Surge withstand capability test. 8. IEEE 802.3 9. Factory Mutual (FM) 10. Underwriters Laboratories, Inc. (UL) 1 l . National Fire Protection Association (NFPA) 12. Joint Industrial Council (JIC) CITY OF FORT WORTH Backup Power and Electrical hnproveinents at Four Puntp Stations CI'11` PROJECT NUMBER: 103410-2 40 90 02 - 3 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 3 of 23 G.Path Study for Radio Communications 1. Prior to purchasing any equipment associated with the Altamesa and Edwards Ranch sites SCADA system, the Contractor shall do a path study to determine the exact antenna height required for a clear line of sight and good reliable communication path year around between the site and the existing Central SCADA computer station. 2. The results of the study shall be submitted to the Owner/Engineer as an official submittal for approval prior to purchasing any equipment. Tower height shown on plans in the minimum required. If radio path study shows a taller tower is required for this application, the contractor shall provide all the required equipment, such as tower sections and concrete base as required for a complete system at no cost to the owner. 3. Any interferences shall be noted in path study. 4. Upon completion of the installation the Integrator shall sweep the radio line and document the cable length, losses and all characteristics. 1.2 SUBMITTAL A.Submittals shall conform to the requirements set forth in Section 0133 00 "Submittals". Submittals for 40 90 02, "Supervisory Control and Data Acquisition (SCADA) System" shall not be combined with any other submittals. B.Loop diagrams shall be prepared according to ISA Standard ISA-S5 and using loop numbers provided. C. Shop Drawings: 1. Schematic ladder diagrams shall include all terminal blocks, hardware devices, software interlocks, software data links, and control. 2. Drawings, Diagrams & Schematics shall be on 11x17 paper a. PLC panel layout, plans, elevations, sections, details, etc. b. A schedule defining all 1/0, database reference, and point of origin or destination, and PLC system internal address. c. I/O Drawings shall show where the signal originates from and the destination. All t/0 associated with a I/O card shall be shown on the a single sheet. Each field device shall be identified by instrument tag, loop number, and instrument range (if applicable). d. Elevation drawings shall include mounting heights of panel mounted devices including but not limited to the indication lights, switches, etc. 3. Software manuals shall be provided to configure the central system and technical review information. Provide sample program documentation from previous projects. 4. Hard Copy of software program including programs and rung comments 5. Radio Path Study Results a. The radio path study shall include a summary page indicating the findings and recommendations. b. The radio path study shall include screen shots from the radio path software study. D.Operation and Maintenance Manuals CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 4 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 4 of 23 1. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated, Instrument panel wire tagging instructions as specified in Section 26 05 19, "Low Voltage Electrical Conductors and Cables" shall be followed. 2. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 3. A schedule defining all I/O, database reference, and point of origin or destination, and PLC system internal address. 4. Submit written description of functions, loops, and logic. 5. Submit all SAMA Logic and Wiring Diagrams and ISA Logic Diagrams for all equipment requiring programming at the HSQ, with all set points and ranges indicated. 6. Provide a hard copy of the "as -built" "as -built" wiring diagrams, panel layout, elevations, sections, details, and associated drawings in a separate binder. 7. One PDF copy of the "as -built" wiring diagrams, panel layout, elevations, sections, details, and associated drawings burned on a CD. a. Maximum file size is 5MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. b. All files shall be compatible with the latest software version available. c. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e. WWTP-PC I-Manufacturer-200503.pdf. d. Provide a master Table of Contents which includes links to navigate to all the files on the CD. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. c. Each PDF file shall contain a table of contents at the beginning of the file which includes hypertext links or bookmarks to navigate the file contents per section/chapter. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. f. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. g. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide 3 copies of the electronic manual to the Owner. E. Factory Test Reports F. Equipment Installation Report CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CrrY PROJECT NUMBFR: 103410-2 40 90 02 - 5 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 5 of 23 1.3 QUALITY ASSURANCE A.Suppliers Qualifications: The complete system shall be configured, programmed, and installed by one qualified system supplier who is regularly engaged and qualified in designing and building instrument control systems. The system suppliers shall assume complete systems responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The installation supervisor shall have had experience in overseeing installation and start-up of at least three similar installations. The bidder shall submit, upon ENGINEER'S request, complete company history, resumes of full time project manager for this project, other key full-time system analysts, programmers, technicians, and submit project list with costs, OWNER, contact person, phone number, etc. B.Tests: The complete system shall be assembled and tested at the job site. The OWNER'S representative and the ENGINEER'S presence will be required at the time of final testing at the system supplier's facilities. C. Standards: All applicable NEC, ISA, IEEE, NEMA, UL, ANSI, IEC, FCC, FM standards shall apply. All equipment shall be new and UL listed and labeled. D.Assembly, Storage, & Handling: Once assembled and tested, the system shall be stored in air- conditioned and heated rooms. Ship the unit to job site only after the control room has been built and its HVAC system is in operation. 1. The Owner may approve partial payment for SCADA equipment ready to be onsite but is stored off site. Partial payment may be disallowed by the Owner. a. For partial payment, the Owner shall receive as a minimum a sales receipt, lien release, proof of insurance and the Owner's name shall be stenciled on the equipment being paid for. E. Acceptable PLC Manufacturers: 1. Schneider Electric 2. No others. F. Acceptable SCADA Installers: 1. Signature Automation 2. GAI 3. Prime Controls 4. RLC 5. No Approved Equal. 1.4 SPARE PARTS, TOOLS, AND SUPPLIES A.As a minimum, provide the following compatible spare parts, tools, and supplies as a part of this CONTRACT: 1. Two (2) each 110 modules for analog and discrete input/output signals. Each module to have 8 I/O points. 2. One (1) spare PLC CPU of each type furnished. 3. Two (2) spare 24 V. ❑C power supplies of the type furnished. 1.5 WARRANTY A.The Equipment supplier and the CONTRACTOR shall warrant to the OWNER that the equipment delivered with reference to this specification complies with this specification. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Putup Stations CITY PROJECT NUMBER: I03410-2 40 90 02 - 6 — Addendum 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 6 of 23 B.The equipment supplier and the CONTRACTOR shall warrant the equipment as to defects in material and workmanship for a period of one year from the date of final acceptance of the project. Vendor shall include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification shall be exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. C. Warranty for equipment shall be through the equipment manufacturer and shall include the option to purchase additional service agreements/extended warranties after the initial warranty for up to five years. PART2- PRODUCTS 2.1 PROGRAMMABLE LOGIC CONTROLLERS A.The control system shall be configured using microprocessor -based programmable controllers for local process control functions. Each controller shall be equipped with central processing unit, power supplies and individual uninterruptible power supply (UPS) to perform logic control functions based on the program stored in memory and the status of inputs and outputs. Memory will be required such that there is a minimum of 20 percent spare, and will be non-volatile. Automatic shutdown feature shall be selectable such that the desired field condition will be the default condition in the event of power loss or system failure. Power supplies shall be provided for the process controller as required with built-in protection against short-circuits, overcurrent, and overvoltage. The programmable controller shall be capable of complete control, including P1D control, digital logic control, batch, and setpoint control. The entire PLC system shall immediately shut down and annunciate the occurrence of any of the following abnormal circumstances: 1. Memory parity error. 2. Loss of signal communication between CPU and Ii0's. 3. Loss of logic power to any portion of the system. 4. Halt or interruption of memory scan. 5. Detection of any incomplete relay ladder rungs in memory. B.The PLC system shall accomplish the control requirements of the loop descriptions, and Contract Documents. C.The design application and installation of the PLC system shall conform to NEMA 1CS 1.1. D.PLC programming shall be documented annotated in detail, and factory tested. 2.2 ENVIRONMENTAL CONDITIONS A.The PLC system shall operate in: 1. Ambient conditions of 0-40°C temperature. 2. 0- 95 percent relative humidity without the need for purging or air conditioning. 3. Elevation: 1000' above sea level. B.Environmental Controls: 1. Fumish circulation fans in solid state control system enclosures. 2.3 INPUT/OUTPUT CONNECTION REQUIREMENTS: A.Outputs shall be fused: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: ID3414-2 40 90 02 - 7 — Addendum 0 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 7 of 22 1. External fusing shall be provided if output module does not possess internal fusing. 2. Fuses provided external to output model shall: a. Be in accordance with module manufacturer's specifications. b. Be installed at terminal block. B. install bleeding resistors aeross input from field devices which leak current sufficiently to flicker input status light. C.Make connections to 1/0 subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. D.Prewire 1/0 modules to terminal blocks. E. Provide terminal blocks with continuous marking strip. F. Size terminals to accommodate all active data base points and spares. G.Provide terminals for individual termination of each signal shield. Stripping back twisted shielded pair and twisting together all the shields is not acceptable. H.Ficld wiring shall not be disturbed when removing or replacing an 1/0 module. 1. PLC I/O arrangement: 1. Where the PLC is utilized to control multiple trains of equipment, the PLC components (I/0 modules, power supplies, etc.) shall be assigned so that the failure of one component does not affect equipment on all trains. I/O modules shall be segregated on a train basis unless required otherwise for safety reasons. J. All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per ANSI/IEEE C37.90.2. K.Incorporate the following minimum safety measures: 1. Master Safety Relay: a. Cuts off power to I/O devices upon de-energization b. Multiple Master Safety Relays shall be available as required to provide ability to control separate designated blocks of the control program. 2. Watchdog Function to Monitor: a. Internal processor clock failure b. Processor memory failure c. Loss of communication between processor and I/O modules d. Processor ceases to execute logic program e. Peer to Peer communication between PLCs. 3. Safety Function Wiring: a. Emergency shutdown switches shall not be wired directly into the controller. 4. An emergency power disconnect shall be placed in the power circuit feeding the power supply as a means of removing power from the entire PLC system. a. Capacitor shall be placed across the disconnect to protect against current outrush through trails. Safe Wiring: a. Equipment failure mode shall be selected so that the loss of power or control signal to the equipment will result in the equipment either shutting down or operating safely. b. Activation of alarms and stopping of equipment shall result from the de-energization of control circuits, rather than the energization of control circuits. c. Low voltage control signal wires: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 8 — Addendum tf3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 8 of 23 1) Place in conduit segregated for that purpose only 2) Twisted shielded wire pair 3) Not located in the same conduit or bundle with power wiring 6. Initial Safety Conditions: a. Utilize program module to dictate output states in a known and safe manner prior to running of control program. b. Utilize program each time PLC is re -initiated and the control program activated. 7. PLC Fault Relay: a. Placed in series with any other emergency stop conditions b. Opening of PLC Fault Contact: 1) Upon unsafe or undesirable system operation, including: a) Loss of memory b) Processor fault c) Power supply fault d) IsoIation failure e) Communications failure f) ,Scan time overrun g) Module failure 2) Results from de-energization of PLC fault relay 3) Causes Master Safety Relay to de -energize 8. Monitoring of Internal Faults and Display: a. Internal PLC system status and faults shall be monitored and displayed. Monitored items shall include: I) Memory ok/loss of memory 2) Processor ok/processor fault 3) Battery ok/battery Iow 4) Power supply ok/power supply fault 5) Isolation failure 6) High CPU temperature 7) Scan time overrun 8) Module failure 9. Control of Programs: a. Protect access to PLC program loading with locked, key operated selector switches. 10. Effects of Failure: a. PLC system shall incorporate safe responses to the following failure effects: 1) Power losses, interruptions, excursions, dips, and transients. 2) Loss or corruption of memory 3) Information transfer corruption or loss 4) "Fail on" or "Fail off' of inputs or outputs 5) Unreadable signals 6) Addressing errors 7) Processor faults 11. Design PLC system with high noise immunity to prevent occurrence of false logic signals resulting from switching transients, relay and circuit breaker noise or conducted and radiated radio frequency interference. 12. Incorporate noise suppression and inductive load suppression design into input, output, and logic modules CITY OF FORT WORTH Backup Power and lilectrical improvements at Four Pump Stations CITY PROJECT NUM&ER: 103410-2 40 90 02 - 9 — Addendum 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 9 of 23 2.4 COMPONENTS A.PLC System Central Processor Unit (CPU): Completely solid state CPU designed to provide: a. Digital relay logic b. Analog loop control c. Other required control functions: 1) Counting 2) Floating point math computations 3) Timing 4) Analog Scaling 2. To provide communications with other control systems and man -machine interfaces as specified. 3. To use functional block diagram style programming for discrete logic applications. 4. Memory: a. Flash non -battery ram. 5. Memory battery backup shall be capable of 60 days memory retention with fi-esh battery. a. Provide visual indication of battery status and alarm low battery voltage. b. Memory battery backup shall be capable of 14 days memory retention after the 'Battery Low" indicating LED is on. 6. 20 percent minimum spare useable memory capacity after all required programming is in place and operating. 7. Capable of executing all control functions required by the Contract Drawings including digital and analog loops. $. Built-in three -mode (proportional -integral -derivative) control capabilities. a. As directly selectable algorithms requiring no user knowledge of programming languages. 9. On line reconfigurable. 10. Lighted status indicators for "RUN" and "FAILURE." 11. Capable of manual or automatic control mode transfer from the HMI system or from within the control strategy. Transfer shall be bumpless and balanceless. 2.5 INPUT/OUTPUT (IIO) MODULES A.Provide plug-in modular -type I/O racks with cables to connect to all other required PLC system components. B. Provide 1/0 system with: 1. 1/0 solid state boards with status lights indicating I/O status and board failure. 2. Electric isolation between logic and field device. 3. Individually fused outputs with blown fuses indication. 4. Capability of withstanding low energy common mode transient to 1500 V without failure. 5. Incorporate noise suppression design. 6. Capable of meeting or exceeding surge -withstand capability tests, per ANSIIIEEE C37.90.1. 7. Capable of meeting or exceeding electrical noise tests, NEMA iCS 1 C. Discrete 1/0 Modules: 1. Interface to ON/OFF devices CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PkOJECT NUMBER: 103410-2 40 90 02 - 10 —Addendum 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 10 of23 2. 1/0 status indicator module front 3. Voltage rating to match circuit voltage 4. Output current rating: a. Match maximum circuit current draw b. Minimum 1.5 A/point for 120 V AC applications 5. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. 6. Individually fused with blown fuse indication. D.Analog UO Modules: 1. Inputs to accept signals indicated on Drawings or Specifications 2. I/O chassis supplied power for powering connected field devices 3. Isolated (differential) inputs and outputs 4. User configurable for desired fault response state 5. Provide output signals as indicated on Drawings and Specifications E. Spare I/O Modules: Each LPU-PLC shaII have a minimum of 20 percent spare analog and 20 percent spare discrete 1/0 points installed and wired to terminal blocks, isolates, surge devices, and relays inside the LPU. 2.6 POWER SUPPLY UNITS: 1. Provide regulated power units: a. Designed to operate with PLC system and shall provide power to: 1) All components of PLC system 2) Two -wire or four -wire field instruments 3) Other devices as indicated on Drawings or Specifications b. Capable of supplying PLC system when all of the specified spare capacity is utilized c. Each power supply shall be sized such that it will carry no more than 75 percent of capacity under normal loads. 2. Electrical service to PLC system is 105 to 125 V, 60 HZ, ±l percent, 1 PH power. 3. Separate AC circuit breakers shall be provided for each power supply. 4. If the PLC system is field expandable beyond the specified spare capacity, and if such expansion requires power supply modification, note such requirements in the submittals and allow room in the PLC system enclosure. 5. Provide integral battery backup to maintain 60 seconds upon loss of all AC power. This is required to ensure transient power surges and dips do not affect the operation of the PLC system. 6. Capable of meeting or exceeding electrical noise tests, NEMA ICS 1 7. Capable of meeting or exceeding surge -withstand capability tests per ANSI/IEEE C37.90.I . S. Power Distribution: a. Immune to transients and surges resultant from noisy environment. b. Shall provide constant voltage level DC distribution to all devices. 9. Provide UPS at each PLC and in its own separate enclosurc(s). CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROTECT NUMBER: 103410-2 40 9a 02 - 11— Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 1 i of 23 2.7 HMI CENTRAL CONTROL AND DATA ACQUISITION SYSTEM A.The HMI central computer system shall be configured and programmed to maintain a real-time database of all input/output points within the system. The central system shall monitor and control the local process controllers; it will log selectable points within the system and be capable of data management such that all data is available while monitoring concurrently. The system provided shall include the following features: 1. Multi -tasking Operating System 2, Data Collection of Analog and Digital VO 3. Historical and Archival Data Logging 4. Alarming 5. Trending - Historical and Real -Time 6. Networking 7. Real -Time Multi -tasking 8. Event Processing - Control Strategy Initiation 9. Easily Configured Displays and Display Modification with Graphic icons. 10. Real -Time Display with Status Change Color Change Feature I t . Pre-emptive multitasking 12. Dynamic objects for configuring I/O devices 13. 1/0 Driver software for PLCs provided B.Data Collection: The real-time database shall be modified to manage an additional 1,000 points minimum in any combination of analog/digital 1/0. C.Data Logging: Real -tinge database points shall be selectable for logging. D.Report Generation: Contractor shall develop or modify reports for up to 20 daily and 20 monthly reports. Alarm/event logs shall record all alarms immediately as they occur. The message is to include the time of the alarm, point name, and a description of the alarm. Time of the operator acknowledgment and return to normal are also to be recorded. Events, including operator log on, system control point change, and operator control functions, are also to be reported. The system is to be equipped with a facility for time -generated reports such as alarm summary, shift log of events, etc. 1. The following custom reports shall be generated: a. Standard Format: 1) User configurable 2) Contain selected information from any log, event, or alarm list 3) Capable of producing custom log report for periodic and on -demand printing of a list of process or calculated variables b. Variable Format: 1) User configurable 2) Ability to include any system data including: a) Calculated time based on averages b) Totalizations c) Minimum values d) Minimum times e) Maximum values CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 12 — Addendum 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 12 of 23 f) Maximum times c. Reports shall not require software programming to setup. d. All data setup in reports shall be output to Microsoft Excel unless specified otherwise. E. Trending: Trend graphics are to be provided as either a stand-alone tool for analysis, or as a real- time recorder. Compression techniques shall be provided for automatic resealing, optimal resolution, and time slot averaging to give the operator an efficient interface for analysis. Datapoints for trending are to be selectable directly from the database by scrolling through the tag database and selecting the desired points to trend. The trend facility is to provide the ability to generate reports to provide the operator with a hard copy of his analysis. F. Networking: Facilities shall be provided to network the system such that the real-time database generated within the system can be easily transferred to other computers for manipulation and analysis. G.Displays: Displays are to be accessible through the use of the mouse and/or touch screen. Status is displayed on the screen through the use of color and alphanumerics. The mouse and/or touch screen can change the status of a discrete device or the output value of an analog device. Displays shall be easily built or reconfigured through the use of an established library of symbols. The system shall be easily modified to change the values displayed, the format and arrangement of the display. Status colors changed within each display shall include tanks, line, rotating equipment, etc. H.The graphic displays shall have the following additional capabilities: 1. Utilize ISA symbols for devices 2. Have selectable colors 3. Utilize loop numbers, equipment numbers, and valve number 4. Devices shall dynamically change colors on status change 5. Graphics shall be pixel oriented 6. Level indication shall be dynamic 7. Have bar -graph capability S. Have complete touch screen interface. 9. Graphic icon library. 2.8 UNINTERR.UPTIBLE POWER SUPPLY A.The system supplier shall provide an Uninterruptible power supply (UPS) for the programmable controllers, and control panels. Ali UPS must include a network interface for web browsing. The systems supplier shall size the UPS for the connected load plus 20% spare capacity. The UPS shall have capacity to supply power for a period not less than two hours continuously for RTU cabinet. Provide PLC power alarm and UPS alarm monitored via SCADA. 2.9 RTU CABINET A.Furnish and install the RTU cabinet at the location indicated. I. Cabinet located at each site shall be a NEMA 1, 304 stainless steel enclosure suitable for floor mounting that shall have a three point latch and pad lockable handle. The enclosure shall have a 1 I gauge mounting panel inside. The enclosure shall be minimum 72"H x 72"W x 24" D. The PLC shall be housed in the RTU cabinet. The cabinet shall be adequately sized to provide spare physical space for a Future fiber patch panel. CITY OF FORT WORTH Backup Power and Electrical GTiprovements at Four Pump Stations CCCY P1tOXC7r NUMBER: 103410-2 40 90 02 - 13 -- Addendum 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 13 of 23 B.All discrete inputs/outputs shall have interposing relays. Interposing relays contained in this cabinet shall be 3PDT, shall have 24 VDC coils, shall each have a pilot light indicating energized coil, and shall each be mounted in a plug in socket with relay retainer clip and screw terminals. Relays shall be Square D KU 13M 1 P 14 or approved equal. C.Instrument panel wiring shall be as follows: 1. Single conductor wire shall be stranded, tinned 16 AWG and MTW insulation, as manufactured by American Insulated Wire or approved equal. Color -coding shall be purple for ungrounded conductors and white for grounded conductors. 2. Pair shielded cable for 4-20 mA DC loops shall be as specified in 26 05 19, "Low Voltage Conductors & Cables". 3. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 4. Each conductor has its own number, and no number is used more than once. 5. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in 26 05 19, "Low Voltage Conductors & Cables". 6. The wire numbers, as actually installed, match the numbers on the shop drawings, O&M manuals, wiring diagrams and interconnection diagrams for this instrument panel. 7. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6" with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross section, and shall be securely fastened to the panel framework. Conductors carrying different voltages that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Airing carrying voltages that originate at different source shall not run in the same wireway. 8. Terminal blocks shall be installed for wire terminations and shall be capable of mounting on a 35mm DIN -rail. Terminal blocks shall have a method of labeling for easy identification. Typewritten labels shall denote terminal block numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. 25 percent additional terminals shall be provided for Owner's use. Terminal blocks shall be available with screw clamp technology and be made of a non -corrosive material. The metal body shall contain a serrated pressure plate that will provide a gas -tight connection with the conductor. All terminal block wiring points shall be "touch safe" with no live voltages that can make contact with a misplaced finger. Terminal blocks shall be rated 600V and shall be Phoenix Contact UT Series, Allen Bradley 1492-H1 Series or approved equal. 9. A separate 120VAC Terminal Block and circuit breaker shall be provided for RTU cabinet. 10. To allow for cable routing from conduit to the wire way there shall be a minimum of 5" from the top edge of the backplane to the inside wall of the enclosure in each direction. 11. The cabinet shall be suitable for cable to enter/exit from the side and/or bottom of the enclosure. D.A print pocket shall be provided in the panel and shall contain an l 1" x 17" wiring diagrams, panel elevations and drawings. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. CITY OF FORT WORTI I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034 t0-2 40 90 02 - 14 — Addendum ##3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 14 of 23 E. Enclosure shall be provided with an enclosed switched fluorescent light and 120 volt grounded duplex receptacle. Switch for light shall be mounted on inside of cabinet, easily accessible. F. All equipment shall be mounted in such a manner that all maintenance may be accomplished with easy access through the RTU cabinet doors. G.The RTU panel shall be UL 699A listed and shall have intrinsically safe barriers for all circuits feeding intrinsically safe apparatus located in hazardous locations. All installation and wiring shall be in accordance with the NEC requirements for intrinsically safe systems. H.Provide intrusion alarm monitored via SCADA. I. Acceptable RTU cabinet manufacturers: 1. Hoffman 2. Hammond 3. Rittal 2.10 PATCH PANELS AND ENCLOSURE SYSTEMS A.Patch panels shall be used for all cable termination points. All strands shall be terminated to a connecter on a CCH panel. B.AcceptabLe types are Corning LANs cape series or equal. For terminations made in equipment enclosures the WIC type are preferred or as shown on the drawings. C. The panel shall meet the following requirements: a. The patch panel shall be the wall rack mounted type, having provisions for terminating multiple fiber optic cables. Splice trays, strain relief cable attachment points, fiber organizers and bend radius hardware shall be furnished with each termination cabinet. b. Panel size shall be suited to the number of fibers to be terminated within the cabinet. Bayonet/flanged couplings shall be fumished and mounted for each fiber to be terminated. C.Fiber terminations shall be spliced to pigtail cables having SC connectors. The pigtails shall be terminated in an orderly method. 2.11 INDUSTRIAL ETHERNET SWTICH A.Ethernet switch shall be (8) 10/100 POE+ ports, and (4) 100FX/ I000Base-X SFP ports by Extreme Networks, no approved equal. 1. Performance a. Full Wire Speed Layer 2 Switching b. All PoE ports IEEE 802.3af and 802.3at compliant and support up to 30W concurrently c. Dual DC power input and reverse power protection d. -40°C to -1-75°C operating temperature 2. Form Factor a. DIN Rail or Wall Mountable b. Rugged IP30 Enclosure 2.12 LICENSED SPREAD SPECTRUM RADIO A.The licensed spread spectrum transceiver radio shall be a GE Licensed MDS Orbit MCR. The frequency range of the spread spectrum radio shall be 902-970 MHz. The operating voltage of the spread spectrum radio shall be 12VDC. Radio output will be configured as necessary for establishing a stable and secure connection. The following functions shall be indicated: 1. Power — on CITY OF FORT WORT[I Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 15 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 15 of 23 2. Transmitter — active 3. Receiver — active B.The following alarms shall be indicated: 1. Transmitter Rl~ Power — low 2. Transmitter local Oscillator — low/high 3. Backup Battery — low 4. Receiver Signal Strength low 5. Radio transceiver shall be housed in the RTU cabinet. 2.13 COAXIAL CABLE A.Coaxial cable shall meet the following requirements: Characteristic impedance: 50 ohms Outer Conductor: Aluminum Tape Inner Conductor: Stranded Bare Copper Dielectric. N 1. Coaxial cable shall be Times Microwave LMR-600 Ultraflex type or approved equal. 2. Diameter of coaxial cable shall be sized as indicated on the drawings and so that feedline loss from the antenna -side of the coaxial surge suppressor to the antenna does not exceed 1dB for directional antennas and 2 dB for omni-directional antennas. Feedline losses shall be calculated at the operating radio frequency and shall include losses in cable and connectors. The minimum size coaxial cable provided from the panel to the antenna shall be diameter unless larger size is shown on drawings. 3. All coaxial connectors shall be Type-N connectors. Connectors shall be manufactured by the same cable manufacturer which furnishes the coaxial cable. Connectors shall be Times BZ-600-NMC-2 connectors, or approved equal. All connectors shall be constructed of brass or be silver plated as recommended by manufacturer. Connectors shall have o-ring seal. 4. All connections shall be weatherproofed using 3M-brand cold shrink weatherproofing kit or approved equal cold shrink weather proofing kit. 5. Provide a pre -made cable assembly of Times Microwave LMR-600 Ultraflex type coaxial cable to connect from the radio antenna port to the radio -side of the coaxial surge suppressor. Provide straight or angled N-type connectors as necessary to route cable assembly within panel without exceeding manufacturer's recommended bend radius. The pre -made cable shall be assembled by tho coaxial cable manufacturer and shall be shipped with a certification of assembly and testing. 6. Cable hangers shall be Andrews Hanger Model 42396A-5 for 7/8" cable or 4321 lA for''/�" cable with Andrews Round Member Adapter Model 31670, or approved equal. The use of plastic tie wraps is not acceptable, 2.14 COAXIAL GROUNDING KIT A.Grounding straps shall be solid copper for high current handling. Construction shall be of the non -braided type. Grounding cable shall have field attachable grounding lug with a two-part tape system for weatherproofing. Grounding kit shall be Andrew Corporation or approved equal. CITY OF FORT WORTri Backup Power and Electrical Imprownients at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 16 — Addendwn #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 16 of 23 2.15 RADIO ANTENNAS A.Yagi: Antenna shall be specifically designed for 928/960 MHz SCADA band. The antenna shall Mounting casting shall permit horizontal polarization. Internal balun, coax feed and connectors shall be sealed in a foam potting system which prevents moisture penetration. Antenna shall be a Laird PC901 ON. Antenna shall have a wind rating of 125 mph. 1. Frequency range; 928 to 960 MHz (Broadband) 2. Gain (over dipole); 20 dBi 3. VSWR: 1.5:1 Maximum 4. Impedance: 50 ohms 5. Front -to -back ratio: 20 dB minimum 6. Input power rating: 200 watts 7. Polarization: H or V 8. Termination: N female B. Contractor shall verify exact antenna requirements after results of radio path study are obtained and provide type of antennas required for a clear communications signal between the different sites. 216 SURGE SUPPRESSOR A. Surge suppressor for AC power circuits shall be UL listed or recognized. Suppressor shall be designed to withstand a maximum 10 kA test current of an 8/20 µS waveform according to ANSNEEE C62.41 Category C Area. Suppressor shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. Surge protection modules shall have a visual indication of circuit integrity. Devices shall include a SPDT contact rated for at least 120 VAC, 1 Amp, for remote failure indication. AC power surge suppressor shall be Phoenix Contact Mains-Plugtrab Series or approved equal. B. Surge suppressors for analog, discrete and data signals shall be UL listed or recognized. Suppressors shall be designed to withstand a maximum 10 kA test current of a 8/20 µS waveform according to ANSI EEE C62.41 Category C Area. Suppressors shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. Analog, discrete and data signal surge suppressors shall be Phoenix Contact Plugtrab Series or approved equal. C. Surge suppressors for field protection of analog signals shall consist of a multistage hybrid circuit utilizing only diodes and/or gas discharge tubes but no metal oxide varistors (MOV). Suppressors shall be designed to withstand a maximum 10 kA test current of an 8/20 µS waveform according to ANSI/IEEE C62.41 Category C Area. Surge protection shall not have a cutoff frequency less than 400 kHz (for a 600 Ohm system) to allow HART protocol and other superimposed smart digital signals to function. 2-wire analog field surge suppressor shall be Phoenix Contact Pipetrab Series or approved equal. 4-wire analog field surge suppressor shall be Phoenix Contact Boxtrab or approved equal. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 17 -- Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 17 of 23 D.Surge suppressor for antenna shall have multi -strike capability and low strike throughput energy. Suppressor shall be metal housed and surface mounted. Connectors shall be N type. Suppressor shall be designed to withstand a maximum 10 kA test current of an 8/20 AS waveform according to ANSI/IEEE C62.41 Category C Area. Clamping (turn -on) voltage shall be 600 VDC±20%. Response (turn -on) time shall be < 100ns as tested. VSWR shall be <1.1 to 2.0 with an impedance of 50n. Insertion loss shall be <O.1dB over frequency range. Operating temperature shall be -25°C to 80°C. Antenna surge suppressor shall be Phoenix Contact COAXTRAB, Polyphaser Corporation or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A.AII work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. B. System equipment shall be installed where indicated in the Contract Documents. Power and signal connections between components shall provide the specified functions. Install according to equipment manufacturer's instruction. C. The system Supplier Contractor shall utilize their own printers, monitors, and computers for testing, and start-up. The use of the OWNER's computers, monitors, or printers shall not be acceptable until the entire system has been installed, debugged, programmed, and operated to ENGINEER's satisfaction. 3.2 PROGRAMMING A.The loop descriptions and diagrams shown in the Contract Documents are functional only and do not attempt to specify detail program coding that may be required. The SCADA System Integrator Contractor and HSQ shall utilize this functional information to develop complete application programming for the PLC equipment provided under this CONTRACT. All programing must be done in function block, no exceptions. Programs shall be designed to provide fail-safe operation of equipment in case of PC logic or power supply failure. Fail-safe shall be defined as "stopped" for all drives and "closed" for valves, unless otherwise specified. Up to twenty (20) graphic pages shall be required for the operator -interface, and will be developed via a menu -driven color graphics editor. Interrupting logic between the PLC and central computer system shall be required as per system sequence of operation. An additional 15 graphics shall be developed in the field in coordination with the OWNER and the ENGINEER. The graphics shall be sufficiently detailed to include all equipment, pipes, valves, solenoids, meters, switches, etc. Graphics shall include equipment tag numbers and display the current flow rates, levels, quantities, status, elapsed time of equipment, etc. All such work shall be done at no extra cost to the OWNER. Before programming the graphics, the CONTRACTOR shall furnish a set of drawings for ENGINEER'S AND OWNER'S review. 3.3 DOCUMENTATION A.Following delivery to the site, the equipment manufacturer, in the presence of the ENGINEER, shall demonstrate operation of the complete system. B.The CONTRACTOR shall provide documentation for all application software. Documentation system shall be diagrams in ladder -rung format, and shall show all input devices to the left of the left "power rail" and all outputs to the right of the right "power rail." The diagrams shall show all device codes and functional description used in the project manual, and shall also show HSQ address codes, element codes, and 1/0 assembly codes, modules numbers, and terminal numbers. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 18 — Addendum 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 18 of 23 3.4 TESTS A.AII elements of the SCADA system, both hardware and software, shall be tested to demonstrate that the total system satisfies all of the requirements of the Specifications. B.The Contractor shall furnish and install the field instruments, HSQ, remote input/output (RVO), and interface equipment in a schedule to meet the construction sequencing. C.As a minimum, the testing shall include the following: 1. Software Acceptance Tests (SAT) 2. Operational Readiness Tests (ORT) 3. Functional Demonstration Tests (FDT) 4. 3O-Day Acceptance Test D.Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied. E. All tests shall be conducted in accordance with Engincer-approved procedures and documented. Each specific test to be performed shall be described and a space provided after it for signoffby the appropriate party after its satisfactory completion. F. Copies of signoff test procedures, forms, and checklists will constitute the required test documentation. G.Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. Define these simulations techniques in the test procedure. H.Coordh-late all testing with other Contractors, the OWNER, and the Engineer. 1. The OWNER will actively participate in many of the tests. The OWNER reserves the right to test or retest any and all specified functions whether or not explicitly stated in the approved test procedures. The OWNER reserves the right to observe and/or inspect the work during any phase. J. The Owner's decision shall be final regarding the acceptability and completeness of all testing. 3.5 SOFTWARE ACCEPTANCE TEST (SAT) A.Prior to the start of the witnessed Software Acceptance Test (SAT), the entire system shall be installed on site, inspected and tested to ensure that it is fully operational and ready for the SAT demonstration testing. The test shall be witnessed by the Owner. B. All panels and assemblies of the subsystem shall be completely installed except 1/0 signals to field elements or devices shall not be connected. The system shall be inspected and tested to verify that they are in conformance with related submittals and the Contract Documents. C.The PLC and subsystem primary elements, shall be interconnected and tested to ensure that the system is fully operational. The system shall be operated without signals leaving or entering from the field elements or devices for at least one week to verify that it is capable of continuous operation. Outputs to and inputs from the excluded primary elements shall be simulated. D.The system shall be tested, installed on site to demonstrate that it is operational and in conformance with the Contract Documents. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CFI'Y PROJECT NUMBER: 103410-2 40 90 02 - 19 — Addendum 83 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 19 of23 E. Notify the OWNER in writing a minimum of 30 days in advance of the proposed starting date for the Software Acceptance Test. At the time of notification, submit any revisions to the detailed test procedure previously approved by the Owner in the Project System Plan. F. The purpose of the test shall be to witness and verify the functionability, performance, and stability of the hardware and software. The system must operate continually for 24 hours without failure before the test shall be judged successful. Successful completion of this test shall be the basis for approval of the system. G.The Software Acceptance tests shall be performed on all the equipment installed including the HMI system, HSQ panels and subsystems. The SAT shall be a two-part text procedure; Part I shall include the PLC sub -system to verify all 1/0 addresses and proper step sequence for all features. Part 11 shall add the HMI to verify all screen displays, addressing and report generation. H. Where hardware items are of standard manufacture and in current production, the manufacturer shall certify that applicable tests have been performed and met, in accordance with IEEE and ISA Standards, and be prepared to supply copies of data to Engineer upon request. Such statements shall accompany the equipment submittals called for in SUBMITTALS of this Section. Any assemblage of devices together with operating programs shall be tested together as provided herein. I. The various tests performed during Software Acceptance Test shall be designed to demonstrate that the hardware and software fulfill all the requirements of the Contract Documents. The test conditions shall resemble, as closely as possible, actual conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the OWNER. J. Some of tests to be performed shall include, but not be limited to, the following: 1. Building and loading the system database. 2. Conduct online modifications to the database. 3. Demonstrate operability of the interfaces (hardware and software). 4. Demonstrate operability of the data communication network. a. Radio Modem Communications 5. Demonstrate all system software functions specified. 6. Verify the displays and interactive capabilities of an operator's console. 7. SimuIate selected normal and abnormal operating conditions to verify the performance of the monitoring and control functions. 8. Simulate every 1:/0 point by opening or shorting digital inputs, inject appropriate signals into every analog input point, and measure the output signal from each analog output point. K.AII deficiencies identified during these tests shall be corrected and retested prior to completing the Software Acceptance Test. L. The following documentation shall be made available to the Engineer at the test site both before and during the Software Acceptance Test. 1. All drawings and specifications, addenda, and change orders. 2. Master copy of the test procedure. 3. List of the equipment to be tested including make, model, and serial number. 4. Design -related hardware submittals applicable to the equipment being tested. 5. Preliminary software documentation submittal. M. The daily schedule during these tests shall be as follows: CITY OF FORT WORT[I Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 40 02 - 20 — Addendwn4l SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 20 of23 1. Testing and meetings: Nominally 8 hours per day; 24 hours per day if required to meet schedule. 1 Morning meetings to review the day's test schedule. 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule. N.AII test data and procedures followed during testing shall be logged, and certified copies of the logs shall be provided to the Engineer and. OWNER. O.The Owner will observe each test once on a pass -fail basis. The Owner alone has the authority to determine if a test passes or fails. Only four (4) fifteen minute windows per day will be allowed during the test procedure to make corrections to software and successfully pass a re -test. Otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test passing, then the following tests will also be placed on a retest schedule even though they were not tested before. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. P. All time and expense incurred by the Engineer and/or OWNER'S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and Material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. Q.The CONTRACTOR shall expedite the correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel from each trade to standby during the test period to immediately correct, or adjust any item of software or hardware or equipment causing a test to fail. 3.6 OPERATIONAL READINESS TEST (ORT) A.General: Prior to start-up, the installed system shall be certified (inspected, tested, and documented) that it is ready for operation. Download all database on job computers from this test onwards. The OWNER shall be notified when ORT starts. Copies of ORT forms that have been signed off by the CONTRACTOR shall be copied and sent to the OWNER on a daily basis for record purposes only. No signature by the OWNER is required for ORT forms. B.Loop/Component Inspections and Tests: The system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittals and these specifications. Actual real-time signals generated from the field devices shall be used. Simulation of field signals shall not be permitted. This test is intended to actually operate the entire process and to find and correct all real-time operational deficiencies. 1. The Loop/Component Inspections and Tests shall be implemented using Engineer -approved forms and checklists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the Following: 1) Project name 2) Loop number 3) Tag number for each component 4) Cheekoffs/signoffs for each component a) Tag/identification b) Installation CITY OF FORT WORT[I Backup Power and Nectrical Improvements at Four Pump Stations CITY PROIRCTNUMBER: 1034L0-2 40 90 02 - 21— Addendum 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 21 of 23 c) Termination -wiring d) Termination - tubing e) Calibration/adjustment 5) Checkoffs/signoffs for the loop a) Panel interface terminations b) 1/0 interface terminations c) I/O signal operation d) Inputs/outputs operational: received/sent, processed, adjusted e) Total loop operational f) Space for comments g) Space for signoff by Contractor b. Each active analog subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall include the following: 1) Project name 2) Loop number 3) Component tag number or 1/0 module number 4) Component code number analog system 5) Manufacturer (for analog system element) 6) Model number/serial number (for analog system) 7) Summary of functional requirements, for example: a) For indicators and recorders: Scale and chart ranges b) For transmitters/converters: Input and output ranges c) For computing elements: Function d) For controllers: Action (direct/reverse) control modes (PID) e) For switching elements: Unit range, differential (fixed/adjustable), reset (auto/manual) f) For I/O modules: Input or output S) Calibrations; for example: a) For analog devices: Required and actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling b) For discrete devices: Required and actual trip points and reset points c) For controllers: Mode settings (PID) d) For I/O modules: Required and actual inputs or outputs of 0, 10, 50, and 100 percent of span, rising and falling 9) Space for comments 10) Space for signoff by the Contractor 2. Maintain the Loop Status Reports and Component Calibration Sheets at the jobsite and make them available to the Engineer and Owner upon request. 3. These inspections and tests do not require witnessing. However, the Engineer will review the Loop Status Reports and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.7 FUNCTIONAL DEMONSTRATION TEST (FDT) A.Once ORT has been completed and operational readiness has been confinned, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with the Contract Documents. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and component -by -component basis. This test shall be scheduled and conducted only after all new pipeline construction is complete and the new pipeline and metering construction is completed and operational. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034I0-2 40 40 02 - 22 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUl5[TION (SCADA) SYSTEM Page 22 of 23 B.Loop-specific and non -loop -specific tests shall be the same as specified under SOFTWARE and OPERATIONAL READINESS TESTS except that the entire installed PICS shall be tested and all functions demonstrated. C. Simulation of field signals, or simulation of the response of the process, or the response of individual components, or the functions being monitored or controlled, shall not be permitted. Simulation may be permitted with the express permission of the OWNER. The decision to simulate is the OWNER'S alone. The CONTRACTOR shall include in the Contract Price the time necessary to wait for all process responses. D.Updated versions of the documentation called for under SOFTWARE and OPERATIONAL READINESS TESTS shall be made available to the Engineer at the jobsite both before and during the test. In addition, one copy of the approved Instrumentation O&M Manual shall be made available to the Engineer at the jobsite both before and during testing. The approved schedule shall be followed strictly on an item -by -item basis. Combining of test items shall be at the discretion of the OWNER alone. The CONTRACTOR shall include in the Control Price adequate time necessary to complete each test item one at a time. E. The daily schedule called for under SOFTWARE and OPERATIONAL READINESS TESTS shall also be followed during the Functional Demonstration Test. F. The Owner will observe each test once on a pass -fail basis. The Owner alone has the authority to determine if a test passes or fails. Only one (1) fifteen minute window per day will be allowed during the test procedure to make corrections to software or to field equipment and successfully pass a re -test, otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test which has failed, then the following tests will also be placed on a retest schedule even though they were not tested. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. G.AII time and expense incurred by the Engineer and/or OWNER'S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. H.The CONTRACTOR shall expedite the repair or correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel. representing each trade to standby during the test period to immediately correct, repair, or adjust any item of hardware, software or field equipment causing a test to fail. L The system shall operate continuously for 100 hours without failure before this test will be considered successfill. 3.8 30-DAY ACCEPTANCE TEST A.AII database errors must be corrected prior to the start of the 30-Day Acceptance Test. The 30- Day Acceptance Test will not be considered successful until all databases are correct. B. Any malfunction during the test shall be analyzed and corrections made by the Contractor. The Engineer and Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat or the test. The cost of a retest shall be borne by the CONTRACTOR as specified. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 23 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISIT10N (SCADA) SYSTEM Page 23 of 23 C.After completion of the Functional Demonstration Test and Plant Start-up, the Contractor shall be responsible for operation of the entire System for a period of 30 consecutive days, under conditions of full plant process operation, without single non -field repairable malfunction. D.During this test, Contractor personnel shall be present as required. The Contractor shall provide personnel for this test who have an intimate knowledge of the hardware and software of the system and also are familiar with the overall plant process. The Supplier shall be on -site a minimum of 8 hours a day and be on call for the rest of the day, during the first two days of the 30-Day Acceptance Test and shall be on call for the rest of the time period. During the rest of the test period the supplier shall be available and on the job site within 24 hours of any failure. E. While this test is proceeding, the Owner shall have full use of the system. Only plant/City operating personnel shall be allowed to operate equipment associated with live plant processes. F. Any malfunction, during this 30 consecutive day test period, which cannot be corrected within 24 hours of occurrence by the Contractor's personnel, or more than two similar failures of any duration, will be considered as a non -field -repairable malfunction. G.Upon completion of repairs, by the Supplier, the test shall be repeated as specified herein. H.In the event of rejection of any part or function, the Supplier shall performm repairs within 5 days or replacement within 30 days. I. Upon successful completion of the 30-Day Acceptance Test, approval of all as -built drawing and O&M Manuals, and delivery of all spare, expendable, and test equipment, the systems shall be considered substantially complete and the warranty period shall commence. 3.9 ON -SITE SUPERVISION A.The Supplier shall provide, on -site, an experienced resident engineering manager to supervise and coordinate all of the on -site activities. This resident engineering manager shall be on -site as required during the total period to affect all the activities relating to the PICS. 3.10 START-UP AND TESTING TEAM A.The Supplier shall provide, on -site, a team of experienced engineering, technician, trades personnel, and software/configuring personnel during the total construction period to: 1. Thoroughly check the installation, termination, and adjustment of all the subsystems and their components. 2. Perform and complete all on -site tests. 3. Provide start-up assistance. 3.11 IIO LIST Refer to Section 40 90 03 "Control Narratives". END OF SECTION CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBFR: I034t0-2 40 90 02 - l — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 1 of23 SECTION 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PART1- GENERAL 1.1 SCOPE A.This section specifies furnishing, installing, testing, and start-up operations of a complete control sub -system as indicated in the Plans and as specified herein. The system shall be totally integrated with the existing SCADA system. The system shall be configured to operate as a Distributed Control System having an open system architecture. B.The SCADA System Integrator Contractor shall provide all hardware, softwarc, and configuration and integration associated with the HSQ RTU based Instrumentation and Process Control system at the plant. Provide a complete and operational system in accordance with these Contract Documents: 1. Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. 2. Programming to be done by the SCADA System Integrator Contractor. 3. Eastside and Como: a. Modifications for additional I/O as required for new VFD, ATS, and Generator. b. Provide fiber patch panel in existing enclosure. 4. Altamesa & Edwards Ranch: a. HSQ cabinet shall be provided by the contractor. HSQ cabinet will be provided with Modicon M340 PLC, a HSQ 25x86 RTU with HSQ Power supply module & Communications board, and MDS Orbit MCR radio with associated communication equipment. This HSQ cabinet will be used to communicate to a repeater station. Contractor responsible for coordinating with HSQ. b. HSQ 25x86 RTU with HSQ Power supply module & Communications board provided by Owner, installed by SCADA System Integrator Contractor. 5. Modify existing PLCs at the Owner's main site as required. 6. Set up and develop GUI screens on Owners' SCADA system provided by HSQ. Coordinate with HSQ for all cost associated with set up and development of GUI screens. All cost shall be included in base bid. 7. Provide all required software for a complete and operational system in accordance with these Contract Documents. 8. Provide personnel to check out, test and commission the system. 9. Provide the required drivers to receive and transmit data over the specified Radio System to fully communicate with the HSQ system. C. System Components: The system will consist of the following major components and subsystems: Altamesa: a. One (I) HSQ RTU cabinet. b. One (1) Yagi antenna with coaxial cable and connectors. c. Software d. Spare Parts CITY OF PORT WORTH Back-up Power and lleetrical Improvements at Four Pump Stations CITY PROlHCT NUMBCR; 103410-2 40 90 02 - 2 — Addendum #3 SUPERVISORY CONTROL. AND DATAACQIIISITION (SCADA) SYSTEM Page 2 of 23 2. Edwards Ranch: a. One (1) HSQ RTU cabinet. b. One (1) Antenna Tower c. One (1) Yagi antenna with coaxial cable and connectors. d. Software e. Spare Parts 3. Como; a. One (1) Existing HSQ cabinet. (Existing) b. Addition 1/0 modules as shown on the drawings. c. One (1) Antenna Tower d. One (1) Yagi antenna with coaxial cable and connectors. e. Software 4. Eastside: a. One (1) Existing HSQ cabinet. (Existing) b. Addition ILO modules as shown on the drawings. c. Software D.Software Requirements - The SCADA System Contractor shall work with the Owner, to provide as a minimum the following software modifications: E. Onsite Requirements - The Instrumentation System Integrator Contractor shall have technical staff on site as required to provide a complete and operating system and shall include as a minimum: 1. Startup Site Visit — 4 hours of assistance over the phone or VPN as needed by HSQ. F. Reference Standards: 1. American National Standards Institute (ANSI)/Institute of Electrical and Electronic Engineers (IEEE) 2, Electronic Industries Association (EIA) 3. National Electrical Manufacturers Association (NEMA): a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 1. 1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. c. ICS 2, Industrial Control and Systems Controllers, Contactors and Overload Relays Rated 600V d. ICS 4, Terminal Blocks for Industrial Use. e. ICS 6, Enclosures for Industrial Controls and Systems. f. ICS 19, Diagrams, Device Designations, and Symbols for Industrial Control and Systems. g. Publication No. 250, Enclosures for Electrical Equipment (1000 V maximum), 4. National Electric Code. S. ISA Standards 6. IEC 2 KV Isolation test 7. IEEE472/ANSI C37-90A Surge withstand capability test. 8. IEEE 8023 9. Factory Mutual (FM) 10. Underwriters Laboratories, Inc. (UL) 11. National Fire Protection Association (NFPA) 12. Joint Industrial Council (JIC) CITY OF FORT WORTH Backup Power and Eleetrical Improvements at Four Pump Stations CITY PROJECT N UMBER: 103410-2 40 90 02 - 3 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 3 of 23 G.Path Study for Radio Communications 1. Prior to purchasing any equipment associated with the Altamesa and Edwards Ranch sites SCADA system, the Contractor shall do a path study to determine the exact antenna height required for a clear line of sight and good reliable communication path year around between the site and the existing Central SCADA computer station. 2. The results of the study shall be submitted to the Owner/Engineer as an official submittal for approval prior to purchasing any equipment. Tower height shown on plans in the minimum required. if radio path study shows a taller tower is required for this application, the contractor shall provide all the required equipment, such as tower sections and concrete base as required for a complete system at no cost to the owner. 3. Any interferences shall be noted in path study. 4. Upon completion of the installation the Integrator shall sweep the radio line and document the cable length, losses and all characteristics. 1.2 SUBMITTAL A.Submittals shall conform to the requirements set forth in Section 0133 00 "Submittals". Submittals for 40 90 02, "Supervisory Control and Data Acquisition (SCADA) System" shall not be combined with any other submittals. B.Loop diagrams shall be prepared according to ISA Standard ISA-S5 and using loop numbers provided. C. Shop Drawings: 1. Schematic ladder diagrams shall include all terminal blocks, hardware devices, software interlocks, software data links, and control. 2. Drawings, Diagrams & Schematics shall be on l lxl7 paper a. PLC panel layout, plans, elevations, sections, details, etc. b. A schedule defining all I/0, database reference, and point of origin or destination, and PLC system internal address. c. IIO Drawings shall show where the signal originates from and the destination. All I/O associated with a Il0 card shall be shown on the a single sheet. Each field device shall be identified by instrument tag, loop number, and instrument range (if applicable). d. Elevation drawings shall include mounting heights of panel mounted devices including but not limited to the indication lights, switches, etc. . 3. Software manuals shall be provided to configure the central system and technical review information. Provide sample program documentation from previous projects. 4. Hard Copy of software program including programs and rung comments 5. Radio Path Study Results a. The radio path study shall include a summary page indicating the findings and recommendations. b. The radio path study shall include screen shots from the radio path software study. D.Operation and Maintenance Manuals CITY OF FORT WORTH Backup Po"r and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 4 — Addendum 93 SUPERVISORY CONTROL AND DATA ACQUIS1T10N (SCADA) SYSTEM Page 4 of 23 1. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19, "Low Voltage Electrical Conductors and Cables" shall be followed. 2. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 3. A schedule defining all I/0, database reference, and point of origin or destination, and PLC system internal address. 4. Submit written description of functions, loops, and logic. 5. Submit all SAMA Logic and Wiring Diagrams and ISA Logic Diagrams for all equipment requiring programming at the HSQ, with all set points and ranges indicated. 6. Provide a hard copy of the "as -built" "as -built" wiring diagrams, panel layout, elevations, sections, details, and associated drawings in a separate binder. 7. One PDF copy of the "as -built" wiring diagrams, panel layout, elevations, sections, details, and associated drawings burned on a CD. a. Maximum file size is 5MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. b. All files shall be compatible with the latest software version available. c. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e, WWTP-PC1-Manufacturer-200503.pdf. d. Provide a master Table of Contents which includes links to navigate to all the files on the CD. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. e. Each PDF file shall contain a table of contents at the beginning of the file which includes hypertext links or bookmarks to navigate the file contents per section/chapter. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. f. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. g. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide 3 copies of the electronic manual to the Owner. E. Factory Test Reports F. Equipment Installation Report CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 5 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 5 of 23 1.3 QUALITY ASSURANCE A.Suppliers Qualifications: The complete system shall be configured, programmed, and installed by one qualified system supplier who is regularly engaged and qualified in designing and building instrument control systems. The system suppliers shall assume complete systems responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The installation supervisor shall have had experience in overseeing installation and start-up of at least three similar installations. The bidder shall submit, upon ENGINEER'S request, complete company history, resumes of full time project manager for this project, other key full-time system analysts, programmers, technicians, and submit project list with costs, OWNER, contact person, phone number, etc. B. Tests: The complete system shall be assembled and tested at the job site. The OWNER'S representative and the ENGINEER'S presence will be required at the time of final testing at the system supplier's facilities. C. Standards: All applicable NEC, ISA, IEEE, NEMA, UL, ANSI, IEC, FCC, FM standards shall apply. All equipment shall be new and UL listed and labeled. D.Assembly, Storage, & Handling: Once assembled and tested, the system shall be stored in air- conditioned and heated rooms. Ship the unit to job site only after the control room has been built and its HVAC system is in operation. 1. The Owner may approve partial payment for SCADA equipment ready to be onsite but is stored off site. Partial payment may be disallowed by the Owner. a. For partial payment, the Owner shall receive as a minimum a sales receipt, lien release, proof of insurance and the Owner's name shall be stenciled on the equipment being paid for. E. Acceptable PLC Manufacturers: 1. Schneider Electric 2. No others. F. Acceptable SCADA Installers: 1. Signature Automation 2. GAI 3. Prime Controls 4. RLC 5. No Approved Equal. 1.4 SPARE PARTS, TOOLS, AND SUPPLIES A.As a minimum, provide the following compatible spare parts, tools, and supplies as a part of this CONTRACT: 1. Two (2) each 1/0 modules for analog and discrete input/output signals. Each module to have 8 I/O points. 2. One (1) spare PLC CPU of each type Furnished. 3. Two (2) spare 24 V. DC power supplies of the type Furnished. 1.5 WARRANTY A.The Equipment supplier and the CONTRACTOR shall warrant to the OWNER that the equipment delivered with reference to this specification complies with this specification. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 6 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page b of 23 B. The equipment supplier and the CONTRACTOR shall warrant the equipment as to defects in material and workmanship for a period of one year from the date of final acceptance of the project. Vendor shall include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification shall be exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. C. Warranty for equipment shall be through the equipment manufacturer and shall include the option to purchase additional service agreements/extended warranties after the initial warranty for up to five years. PART2- PRODUCTS 2.1 PROGRAMMABLE LOGIC CONTROLLERS A.The control system shall be configured using microprocessor -based programmable controllers for local process control functions. Each controller shall be equipped with central processing unit, power supplies and individual uninterruptible power supply (UPS) to perform logic control functions based on the program stored in memory and the status of inputs and outputs. Memory will be required such that there is a minimum of 20 percent spare, and will be non-volatile. Automatic shutdown feature shall be selectable such that the desired field condition will be the default condition in the event of power loss or system failure. Power supplies shall be provided for the process controller as required with built-in protection against short-circuits, overcurrent, and over -voltage. The programmable controller shall be capable of complete control, including PID control, digital logic control, batch, and setpoint control. The entire PLC system shall immediately shut down and annunciate the occurrence of any of the following abnormal circumstances: 1. Memory parity error. 2. Loss of signal communication between CPU and I/O's. 3. Loss of logic power to any portion of the system. 4. Halt or interruption of memory scan. 5. Detection of any incomplete relay ladder rungs in memory. B. The PLC system shall accomplish the control requirements of the loop descriptions, and Contract Documents. C. The design application and installation of the PLC system shall conform to NEMA ICS I.I. D.PLC programming shall be documented annotated in detail, and factory tested. 2.2 ENVIRONMENTAL CONDITIONS A.The PLC system shall operate in: 1. Ambient conditions of 0-40°C temperature. 2. 0- 95 percent relative humidity without the need for purging or air conditioning. 3. Elevation: 1000' above sea level. B. Environmental Controls: 1. Furnish circulation fans in solid state control system enclosures. 2.3 INPUT/OUTPUT CONNECTION REQUIREMENTS: A.Outputs shall be fused: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER- 103410-2 40 90 02 - 7 — Addendum 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 7 of 23 1. External fusing shall be provided if output module does not possess internal fusing. 2. Fuses provided external to output model shall: a. Be in accordance with module manufacturer's specifications. b. Be installed at terminal block. B.Install bleeding resistors across input from field devices which leak current sufficiently to flicker input status light. C.Make connections to 1/0 subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. D.Prewire 1/0 modules to terminal blocks. E. Provide terminal blocks with continuous marking strip. F. Size terminals to accommodate all active data base points and spares. G.Provide terminals for individual termination of each signal shield. Stripping back twisted shielded pair and twisting together all the shields is not acceptable. H.Field wiring shall not be disturbed when removing or replacing an I/O module. I. PLC 1/0 arrangement: 1. Where the PLC is utilized to control multiple trains of equipment, the PLC components (I/0 modules, power supplies, etc.) shall be assigned so that the failure of one component does not affect equipment on all trains. I/O modules shall be segregated on a train basis unless required otherwise for safety reasons. J. All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per ANSI/IEEE C37.90.2. K.Incorporate the following minimum safety measures: 1. Master Safety Relay: a. Cuts off power to 1/0 devices upon de-energization b. Multiple Master Safety Relays shall be available as required to provide ability to control separate designated blocks of the control program. 2. Watchdog Function to Monitor: a. Internal processor clock failure b. Processor memory failure c. Loss of communication between processor and 1/0 modules d. Processor ceases to execute logic program e. Peer to Peer communication between PLCs. 3. Safety Function Wiring: a. Emergency shutdown switches shall not be wired directly into the controller. 4. An emergency power disconnect shall be placed in the power circuit feeding the power supply as a means of removing power from the entire PLC system. a. Capacitor shall be placed across the disconnect to protect against current outrush through trails. 5. Safe Wiring: a. Equipment failure mode shall be selected so that the loss of power or control signal to the equipment will result in the equipment either shutting down or operating. safely. b. Activation of alarms and stopping of equipment shall result from the de-energization of control circuits, rather than the energization of control circuits. c. Low voltage control signal wires: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 8 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 8 of 23 1) Place in conduit segregated for that purpose only 2) Twisted shielded wire pair 3) Not located in the same conduit or bundle with power wiring 6. Initial Safety Conditions: a. Utilize program module to dictate output states in a known and safe manner prior to running of control program. b. Utilize program each time PLC is re -initiated and the control program activated. 7. PLC Fault Relay: a. Placed in series with any other emergency stop conditions b. Opening of PLC Fault Contact: 1) Upon unsafe or undesirable system operation, including: a) Loss of memory b) Processor fault c) Power supply fault d) Isolation failure e) Communications failure t) Scan time overrun g) Module failure 2) Results from de-energization of PLC fault relay 3) Causes Master Safety Relay to do -energize 8. Monitoring of Internal Faults and Display: a. Internal PLC system status and faults shall be monitored and displayed. Monitored items shall include: 1) Memory ok/loss of memory 2) Processor ok/processor fault 3) Battery ok/battery love 4) Power supply ok/power supply fault 5) Isolation failure 6) High CPU temperature 7) Scan time overrun 8) Module failure 9. Control of Programs; a. Protect access to PLC program loading with locked, key operated selector switches, 10. Effects of Failure; a. PLC system shall incorporate safe responses to the following failure effects; 1) Power losses, interruptions, excursions, dips, and transients. 2) Loss or corruption of memory 3) Information transfer corruption or loss 4) "Fail on" or "Fail off' of inputs or outputs S) Unreadable signals 6) Addressing errors 7) Processor faults 11. Design PLC system with high noise immunity to prevent occurrence of false logic signals resulting from switching transients, relay and circuit breaker noise or conducted and radiated radio frequency interference. 12. incorporate noise suppression and inductive load suppression design into input, output, and logic modules CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 9 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 9 of 23 2.4 COMPONENTS A.PLC System Central Processor Unit (CPU): Completely solid state CPU designed to provide: a. Digital relay logic b. Analog loop control c. Other required control functions: 1) Counting 2) Floating point math computations 3) Timing 4) Analog Scaling 2. To provide communications with other control systems and man -machine interfaces as specified. 3. To use functional block diagram style programming for discrete logic applications. 4. Memory: a. Flash non -battery ram. 5. Memory battery backup shall be capable of 60 days memory retention with fresh battery. a. Provide visual indication of battery status and alarm low battery voltage. b. Memory battery backup shall be capable of 14 days memory retention after the 'Battery Low" indicating LED is on. 6. 20 percent minimum spare useablc memory capacity after all required programming is in place and operating. 7. Capable of executing all control functions required by the Contract Drawings including digital and analog loops. 8. Built-in three -mode (proportional -integral -derivative) control capabilities. a. As directly selectable algorithms requiring no user knowledge of programming languages. 9. On line reconfigurable. 10. Lighted status indicators for "RUN" and "FAILURE." 11. Capable of manual or automatic control mode transfer from the HMI system or from within the control strategy. Transfer shall be bumpless and balanceless. 2.5 INPUT/OUTPUT (I/O) MODULES A.Provide plug-in modular -type 1/0 racks with cables to connect to all other required PLC system components. B.Provide I/O system with: 1. 1/0 solid state boards with status lights indicating I/O status and board failure. 2. Electric isolation between logic and held device. 3. Individually fused outputs with blown fuses indication. 4. Capability of withstanding low energy common mode transient to 1500 V without failure. 5. Incorporate noise suppression design. 6. Capable of meeting or exceeding surge -withstand capability tests, per ANSI/IEFF C37.90.1. 7. Capable of meeting or exceeding electrical noise tests, NEMA ICS 1 C. Discrete I/O Modules: 1. Interface to ON/OFF devices CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 10 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 10 of 23 2. 1/0 status indicator module front 3. Voltage rating to match circuit voltage 4. Output current rating: a. Match maximum circuit current draw b. Minimum 1.5 A/point for 120 V AC applications 5. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. 6. Individually fused with blown fuse indication. D.Analog I/O Modules: 1. Inputs to accept signals indicated on Drawings or Specifications 2. VO chassis supplied power for powering connected field devices 3. Isolated (differential) inputs and outputs 4. User configurable for desired fault response state 5. Provide output signals as indicated on Drawings and Specifications E. Spare I/O Modules: Each LPU-PLC shall have a minimum of 20 percent spare analog and 20 percent spare discrete I/O points installed and wired to terminal blocks, isolates, surge devices, and relays inside the LPU. 2.6 POWER SUPPLY UNITS: Provide regulated power units: a. Designed to operate with PLC system and shall provide power to: 1) All components of PLC system 2) Two -wire or four -wire field instruments 3) Other devices as indicated on Drawings or Specifications b. Capable of supplying PLC system when all of the specified spare capacity is utilized c. Each power supply shall be sized such that it will carry no more than 75 percent of capacity under normal loads, 2. Electrical service to PLC system is 105 to 125 V, 60 HZ, ±1 percent, 1 PH power. 3. Separate AC circuit breakers shall be provided for each power supply. 4. If the PLC system is field expandable beyond the specified spare capacity, and if such expansion requires power supply modification, note such requirements in the submittals and allow room in the PLC system enclosure. 5. Provide integral battery backup to maintain 60 seconds upon loss of all AC power. This is required to ensure transient power surges and dips do not affect the operation of the PLC system. 6. Capable of meeting or exceeding electrical noise tests, NEMA ICS 1 7. Capable of meeting or exceeding surge -withstand capability tests per ANSI/IEEE C37.90.1. 8. Power Distribution: a. Immune to transients and surges resultant from noisy environment. b. Shall provide constant voltage level DC distribution to all devices. 9. Provide UPS at each PLC and in its own separate enclosure(s). CITY OF FORT wORTi-i Backup Pourer and F.1cetrical improvements at Four Puanp Stations CITY PRO]FCT NUMBER: 103410-2 40 90 02 - 11 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page I 1 of 23 2.7 HMI CENTRAL CONTROL AND DATA ACQUISITION SYSTEM A.The HMI central computer system shall be configured and programmed to maintain a real-time database of all input/output points within the system. The central system shall monitor and control the local process controllers; it will log selectable points within the system and be capable of data management such that all data is available while monitoring concurrently. The system provided shall include the following features: 1. Multi -tasking Operating System 2. Data Collection of Analog and Digital 1/0 3. Historical and Archival Data Logging 4. Alarming S. Trending -Historical and Real -Time 6. Networking 7. Real -Time Multi -tasking 9. Event Processing - Control Strategy Initiation 9. Easily Configured Displays and Display Modification with Graphic icons. 10. Real -Time Display with Status Change Color Change Feature L 1. Pre-emptive multitasking 12. Dynamic objects for configuring 1/0 devices 13. 1/0 Driver software for PLCs provided B.Data Collection: The real-time database shall be modified to manage an additional 1,000 points minimum in any combination of analog/digital 1/0. C.Data Logging: Real-time database points shall be selectable for logging. D.Report Generation: Contractor shall develop or modify reports for up to 20 daily and 20 monthly reports. Alarm/event logs shall record all alarms immediately as they occur. The message is to include the time of the alarm, point name, and a description of the alarm. Time of the operator acknowledgment and return to normal are also to be recorded. Events, including operator log on, system control point change, and operator control functions, are also to be reported. The system is to be equipped with a facility for time -generated reports such as alarm summary, shift log of events, etc. The following custom reports shall be generated: a. Standard Format: 1) User configurable 2) Contain selected information from any log, event, or alarm list 3) Capable of producing custom log report for periodic and on -demand printing of a list of process or calculated variables b, Variable Format: 1) User configurable 2) Ability to include any system data including: a) Calculated time based on averages b) rotalizations c) Minimum values d) Minimum times e) Maximum values CITY OF FORT WORT I Back-up Power and Electrical Improvements at hour Pump Stations CITY PROJECT NUMBER; 103410-2 40 90 02 - 12 — Addendum 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 12 of 23 f) Maximum times c. Reports shall not require software programming to setup. d. All data setup in reports shall be output to Microsoft Excel unless specified otherwise. E. Trending: Trend graphics are to be provided as either a stand-alone tool for analysis, or as a real- time recorder. Compressionn techniques shall be provided for automatic resealing, optimal resolution, and time slot averaging to give the operator an efficient interface for analysis. Datapoints for trending are to be selectable directly from the database by scrolling through the tag database and selecting the desired points to trend. The trend facility is to provide the ability to generate reports to provide the operator with a hard copy of his analysis. F. Networking: Facilities shall be provided to network the system such that the real-time database generated within the system can be easily transferred to other computers for manipulation and analysis. G.Displays: Displays are to be accessible through the use of the mouse and/or touch screen. Status is displayed on the screen through the use of color and alphanumerics. The mouse and/or touch screen can change the status of a discrete device or the output value of an analog device. Displays shall be easily built or reconfigured through the use of an established library of symbols. The system shall be easily modified to change the values displayed, the format and arrangement of the display. Status colors changed within each display shall include tanks, line, rotating equipment, etc. H.The graphic displays shall have the following additional capabilities: 1. Utilize ISA symbols for devices 2. Have selectable colors 3. Utilize loop numbers, equipment numbers, and valve number 4. Devices shall dynamically change colors on status change 5. Graphics shall be pixel oriented 6. Level indication shall be dynamic 7. Have bar -graph capability 8. Have complete touch screen interface. 9. Graphic icon library, 2.8 UNINTERRUPTIBLE POWER SUPPLY A.The system supplier shall provide an Uninterruptible power supply (UPS) for the programmable controllers, and control panels. All UPS must include a network interface for web browsing. The systems supplier shall size the UPS for the connected load plus 20% spare capacity. The UPS shall have capacity to supply power for a period not less than two hours continuously for RTU cabinet. Provide PLC power alarm and UPS alarm monitored via SCADA. 2.9 RTU CABINET A.Furnish and install the RTU cabinet at the location indicated. 1. Cabinet located at each site shall be a NEMA 1, 304 stainless steel enclosure suitable for floor mounting that shall have a three point latch and pad lockable handle. The enclosure shall have a I 1 gauge mounting panel inside. The enclosure shall be minimum 72"H x 72"W x 24" D. The PLC shall be housed in the RTU cabinet. The cabinet shall be adequately sized to provide spare physical space for a future fiber patch panel. CITY OF FORT WORTH Backup Power and Electrical [Gnprovements at Four Pump stations CITY PROJECT NUMBER: t03410-2 40 90 02 - 13 —Addendum 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 13 of23 B.AII discrete inputs/outputs shall have interposing relays. interposing relays contained in this cabinet shall be 3PDT, shall have 24 VDC coils, shall each have a pilot light indicating energized coil, and shall each be mounted in a plug in socket with relay retainer clip and screw terminals. Relays shall be Square D KU 13M 1 P 14 or approved equal. C. Instrument panel wiring shall be as follows: 1. Single conductor wire shall be stranded, tinned 16 AWG and MTW insulation, as manufactured by American Insulated Wire or approved equal. Color -coding shall be purple for ungrounded conductors and white for grounded conductors. 2. Pair shielded cable for 4-20 mA DC loops shall be as specified in 26 05 19, "Low Voltage Conductors & Cables". 3. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 4. Each conductor has its own number, and no number is used more than once. 5. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in 26 05 19, "Low Voltage Conductors & Cables". 6. The wire numbers, as actually installed, match the numbers on the shop drawings, O&M manuals, wiring diagrams and interconnection diagrams for this instrument panel. 7. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6" with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross section, and shall be securely fastened to the panel framework. Conductors carrying different voltages that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Wiring carrying voltages that originate at different source shall not run in the same wireway. 8. Terminal blocks shall be installed for wire terminations and shall be capable of mounting on a 35mm DIN -rail. Terminal blocks shall have a method of labeling for easy identification. Typewritten labels shall denote terminal block numbers and shall match numbers shown on shop drawings, 0&M manuals and wiring diagrams. 25 percent additional terminals shall be provided for Owner's use. Terminal blocks shall be available with screw clamp technology and be made of a non -corrosive material. The metal body shall contain a serrated pressure plate that will provide a gas-tigbt connection with the conductor. All terminal block wiring points shall be "touch safe" with no live voltages that can make contact with a misplaced finger. Terminal blocks shall be rated 600V and shall be Phoenix Contact UT Series, Allen Bradley 1492-H 1 Series or approved equal. 9. A separate 120VAC Terminal Block and circuit breaker shall be provided for RTU cabinet. 10. To allow for cable routing from conduit to the wire way there shall be a minimum of 5" from the top edge of the backplanc to the inside wall of the enclosure in each direction. 11. The cabinet shall be suitable for cable to enter/exit from the side and/or bottom of the enclosure. D.A print pocket shall be provided in the panel and shall contain an 11 " x 17" wiring diagrams, panel elevations and drawings. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. CTTY OF FORT WORTH Backup Power and Electrical Tmprovements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 14 — Addendmr_ 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 14 of23 E. Enclosure shall be provided with an enclosed switched fluorescent light and 120 volt grounded duplex receptacle. Switch for light shall be mounted on inside of cabinet, easily accessible. F. All equipment shall be mounted in such a manner that all maintenance may be accomplished with easy access through the RTU cabinet doors. G.The RTU panel shall be UL 698A listed and shall have intrinsically safe barriers for all circuits feeding intrinsically safe apparatus located in hazardous locations. All installation and wiring shall be in accordance with the NEC requirements for intrinsically safe systems. H.Provide intrusion alarm monitored via SCADA. I. Acceptable RTU cabinet manufacturers: 1. Hoffman 2. Hammond 3. Rittal 2.10 PATCH PANELS AND ENCLOSURE SYSTEMS A. Patch panels shall be used for all cable termination points. All strands shall be terminated to a connecter on a CCH panel. B. Acceptable types are Corning LANscape series or equal. For terminations made in equipment enclosures the WIC type are preferred or as shown on the drawings. C. The panel shall meet the following requirements: a. The patch panel shall be the wall rack mounted type, having provisions for terminating multiple fiber optic cables. Splice trays, strain relief cable attachment points, fiber organizers and bend radius hardware shall be furnished with each termination cabinet. b. Panel size shall be suited to the number of fibers to be terminated within the cabinet. Bayonet/flanged couplings shall be furnished and mounted for each fiber to be terminated. C.Fiber terminations shall be spliced to pigtail cables having SC connectors. The pigtails shall be terminated in an orderly method. 2.11 INDUSTRIAL ETHERNET SWTICH A.Ethernet switch shall be (8) 10/100 POE+ports, and (4) 100FX/1000Base-X SNP ports by Extreme Networks, no approved equal. I. Performance a. Full Wire Speed Layer 2 Switching b. All PoE ports IEEE 802.3af and 802.3at compliant and support up to 30W concurrently c. Dual DC power input and reverse power protection d. -40°C to +75°C operating temperature 2. Form Factor a. DIN Rail or Wall Mountable b. Rugged IP30 Enclosure 2.12 LICENSED SPREAD SPECTRUM RADIO A.The licensed spread spectrum transceiver radio shall be a GE Licensed MDS Orbit MCR. The frequency range of the spread spectrum radio shall be 902-970 MHz. The operating voltage of the spread spectrum radio shall be 12VDC. Radio output will be configured as necessary for establishing a stable and secure connection. The following functions shall be indicated: 1. Power — on C1TY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 15 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 15 of23 2. Transmitter — active 3. Receiver — active B.The following alarms shall be indicated: 1. Transmitter RF Power low 2. Transmitter Local Oscillator — low/high 3. Backup Battery — Iow 4. Receiver Signal Strength — low 5. Radio transceiver shall be housed in the RTU cabinet. 2.13 COAXIAL CABLE A.Coaxiat cable shall meet the following requirements: Characteristic impedance: 50 ohms Outer Conductor: Aluminum Tape Inner Conductor: Stranded Bare Copper Dielectric: N 1. Coaxial cable shall be Times Microwave LMR-600 Ultraflex type or approved equal. 2. Diameter of coaxial cable shall be sized as indicated on the drawings and so that feedline loss from the antenna -side of the coaxial surge suppressor to the antenna does not exceed 1dB for directional antennas and 2 dB for omni-directional antennas. Feedline losses shall be calculated at the operating radio frequency and shall include losses in cable and connectors. The minimum size coaxial cable provided from the panel to the antenna shall be'/Z" diameter unless larger size is shown on drawings. 3. All coaxial connectors shall be Type-N connectors. Connectors shall be manufactured by the same cable manufacturer which furnishes the coaxial cable. Connectors shall be Times EZ-600-NMC-2 connectors, or approved equal. All connectors shall be constructed of brass or be silver plated as recommended by manufacturer. Connectors shall have o-ring seal. 4. All connections shall be weatherproofed using 3M-brand cold shrink weatherproofing kit or approved equal cold shrink weather proofing kit. 5. Provide a pre -made cable assembly of Times Microwave LMR-600 Ultraflex type coaxial cable to connect from the radio antenna port to the radio -side of the coaxial surge suppressor. Provide straight or angled N-type connectors as necessary to route cable assembly within panel without exceeding manufacturer's recommended bend radius. The pre -made cable shall be assembled by the coaxial cable manufacturer and shall be shipped with a certification of assembly and testing. 6. Cable hangers shall be Andrews Hanger Model 42396A-5 for 7/8" cable or 43211 A for %" cable with Andrews Round Member Adapter Model 31670, or approved equal. The use of plastic tie wraps is not acceptable. 2.14 COAXIAL GROUNDING KIT A.Grounding straps shall be solid copper for high current handling. Construction shall be of the non -braided type. Grounding cable shall have field attachable grounding lug with a two-part tape system for weatherproofing. Grounding kit shall be Andrew Corporation or approved equal. CITY OF FORT WORTII Back-up Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 16 — Addendum ##3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 16 of 23 2.15 RADIO ANTENNAS A.Yagi: Antenna shall be specifically designed for 928/960 MHz SCADA band. The antenna shall Mounting casting shall permit horizontal polarization. Internal balun, coax feed and connectors shall be sealed in a foam potting system which prevents moisture penetration. Antenna shall be a Laird PC901 ON. Antenna shall have a wind rating of 125 mph. 1. Frequency range: 928 to 960 MHz (Broadband) 2. Gain (over dipole): 20 dBi 3. VSWR: 1.5:1 Maximum 4. Impedance: 50 ohms 5. Front -to -back ratio: 20 dB minimum 6. Input power rating: 200 watts 7. Polarization: H or V 8. Termination: N female B. Contractor shall verify exact antenna requirements after results of radio path study are obtained and provide type of antennas required for a clear communications signal between the different sites. 2.16 SURGE SUPPRESSOR A.Surge suppressor for AC power circuits shall be UL listed or recognized, Suppressor shall be designed to withstand a maximum 10 kA test current of an 9/20 µS waveform according to ANSI/IEEE C62.41 Category C Area, Suppressor shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. Surge protection modules shall have a visual indication of circuit integrity. Devices shall include a SPDT contact rated for at least 120 VAC, 1 Amp, for remote failure indication. AC power surge suppressor shall be Phoenix Contact Mains-Plugtrab Series or approved equal. B. Surge suppressors for analog, discrete and data signals shall be UL listed or recognized. Suppressors shall be designed to withstand a maximum 10 kA test current of a 8/20 lLS waveform according to ANSUIEEE C62.41 Category C Area. Suppressors shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components, Analog, discrete and data signal surge suppressors shall be Phoenix Contact Plugtrab Series or approved equal. C. Surge suppressors for field protection of analog signals shall consist of a multistage hybrid circuit utilizing only diodes and/or gas discharge tubes but no metal oxide varistors (MOV). Suppressors shall be designed to withstand a maximum 10 kA test current of an 8/20 µS waveform according to ANSI/IEEE C62,41 Category C Area. Surge protection shall not have a cutoff frequency less than 400 kHz (for a 600 Ohm system) to allow HART protocol and other superimposed smart digital signals to function. 2-wire analog held surge suppressor shall be Phoenix Contact Pipetrab Series or approved equal, 4-wire analog held surge suppressor shall be Phoenix Contact Boxtrab or approved equal. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations. CITY PROJECT NUMBER: L03410-2 40 90 02 - 17 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 17 of23 D.Surge suppressor for antenna shall have multi -strike capability and low strike throughput energy. Suppressor shall be metal housed and surface mounted. Connectors shall be N type. Suppressor shall be designed to withstand a maximum 10 kA test current of an 8/20 µS waveform according to ANSIIIEEE C62.41 Category C Area. Clamping (turn -on) voltage shall be 600 VDC ±20%, Response (turn -on) time shall be < 100ns as tested. VSWR shall be :sl.I to 2.0 with an impedance of 5M. Insertion loss shall be :5O.ldB over frequency range. Operating temperature shall be -25°C to 80°C. Antenna surge suppressor shall be Phoenix Contact COAXTRAB, Polyphaser Corporation or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A.AII work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. B. System equipment shall be installed where indicated in the Contract Documents. Power and signal connections between components shall provide the specified functions. Install according to equipment manufacturer's instruction. C. The system Supplier Contractor shall utilize their own printers, monitors, and computers for testing, and start-up. The use of the OWNER's computers, monitors, or printers shall not be acceptable until the entire system has been installed, debugged, programmed, and operated to ENGINEER's satisfaction. 3.2 PROGRAMMING A.The loop descriptions and diagrams shown in the Contract Documents are functional only and do not attempt to specify detail program coding that may be required. The SCADA System Integrator Contractor and HSQ shall utilize this functional information to develop complete application programming for the PLC equipment provided under this CONTRACT. All programing must be done in function block, no exceptions. Programs shall be designed to provide fail-safe operation of equipment in case of PC logic or power supply failure. Fail-safe shall be defined as "stopped" for all drives and "closed" for valves, unless otherwise specified. Up to twenty (20) graphic pages shall be required for the operator -interface, and will be developed via a menu -driven color graphics editor. Interrupting logic between the PLC and central computer system shall be required as per system sequence of operation. An additional 15 graphics shall be developed in the field in coordination with the OWNER and the ENGINEER. The graphics shall be sufficiently detailed to include all equipment, pipes, valves, solenoids, meters, switches, etc. Graphics shall include equipment tag numbers and display the current flow rates, levels, quantities, status, elapsed time of equipment, etc. All such work shall be done at no extra cost to the OWNER. Before programming the graphics, the CONTRACTOR shall furnish a set of drawings for ENGINEER'S AND OWNER'S review. 3.3 DOCUMENTATION A.Following delivery to the site, the equipment manufacturer, in the presence of the ENGINEER, shall demonstrate operation of the complete system. B.The CONTRACTOR shall provide documentation for all application software. Documentation system shall be diagrams in ladder -rung format, and shall show all input devices to the left of the left "power rail" and all outputs to the right of the tight "power rail." The diagrams shall show all device codes and functional description used in the project manual, and shall also show IISQ address codes, element codes, and 1/0 assembly codes, modules numbers, and terminal numbers. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 18 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISIT10N (SCADA) SYSTF',M Page 18 of 23 3.4 TESTS A.All elements of the SCADA system, both hardware and software, shall be tested to demonstrate that the total system satisfies all of the requirements of the Specifications. B. The Contractor shall furnish and install the field instruments, HSQ, remote input/output (RI/0), and interface equipment in a schedule to meet the construction sequencing. C.As a minimum, the testing shall include the following: 1. Software Acceptance Tests (SAT) 2. Operational Readiness Tests (ORT) 3. Functional Demonstration Tests (FDT) 4. 3O-Day Acceptance Test D.Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied. E. All tests shall be conducted in accordance with Engineer -approved procedures and documented. Each specific test to be performed shall be described and a space provided after it for signoff by the appropriate parry after its satisfactory completion. F. Copies of signoff test procedures, forms, and checklists will constitute the required test documentation. G.Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. Define these simulations techniques in the test procedure. H.Coordinatc all testing with other Contractors, the OWNER, and the Engineer. I. The OWNER will actively participate in many of the tests. The OWNER reserves the right to test or retest any and all specified functions whether or not explicitly stated in the approved test procedures. The OWNER reserves the right to observe and/or inspect the work during any phase. J. The Owner's decision shall be final regarding the acceptability and completeness of all testing. 3.5 SOFTWARE ACCEPTANCE TEST (SAT) A.Prior to the start of the witnessed Software Acceptance Test (SAT), the entire system shall be installed on site, inspected and tested to ensure that it is fully operational and ready for the SAT demonstration testing. The test shall be witnessed by the Owner. B. All panels and assemblies of the subsystem shall be completely installed except I/O signals to field elements or devices shall not be connected. The system shall be inspected and tested to verify that they are in conformance with related submittals and the Contract Documents. C.The PLC and subsystem primary elements, shall be interconnected and tested to ensure that the system is fully operational. The system shall be operated without signals leaving or entering from the field elements or devices for at least one week to verify that it is capable of continuous operation. Outputs to and inputs from the excluded primary elements shall be simulated. D.The system shall be tested, installed on site to demonstrate that it is operational and in conformance with the Contract Documents. CITY OF FORT WORTH Backup Power and Electrical Improvements at hour Pump Stations CITY PROJECT NUMBER; 103410-2 40 90 02 - 19 — Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISIT10N (SCADA) SYSTEM Page 19 of 23 E. Notify the OWNER in writing a minimum of 30 days in advance of the proposed starting date for the Software Acceptance Test. At the time of notification, submit any revisions to the detailed test procedure previously approved by the Owner in the Project System Plan. F. The purpose of the test shall be to witness and verify the functionability, performance, and stability of the hardware and software. The system must operate continually for 24 hours without failure before the test shall be judged successful. Successful completion of this test shall be the basis for approval of the system. G.The Software Acceptance tests shall be performed on all the equipment installed including the HMI system, HSQ panels and subsystems. The SAT shall be a two-part text procedure; Part I shall include the PLC sub -system to verify all 1/0 addresses and proper step sequence for all features. Part 11 shall add the HMI to verify all screen displays, addressing and report generation. H. Where hardware items are of standard manufacture and in current production, the manufacturer shall certify that applicable tests have been performed and met, in accordance with IEEE and ISA Standards, and be prepared to supply copies of data to Engineer upon request. Such statements shall accompany the equipment submittals called for in SUBMITTALS of this Section. Any assemblage of devices together with operating programs shall be tested together as provided herein. I. The various tests performed during Software Acceptance Test shall be designed to demonstrate that the hardware and software fulfill all the requirements of the Contract Documents. The test conditions shall resemble, as closely as possible, actual conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the OWNER. J. Some of tests to be performed shall include, but not be limited to, the following: 1. Building and loading the system database. 2. Conduct online modifications to the database. 3. Demonstrate operability of the interfaces (hardware and software). 4. Demonstrate operability of the data communication network. a. Radio Modem Communications 5. Demonstrate all system software functions specified. 6. Verify the displays and interactive capabilities of an operator's console. 7. Simulate selected normal and abnormal operating conditions to verify the performance of the monitoring and control functions. 8. Simulate every 1/0 point by opening or shorting digital inputs, inject appropriate signals into every analog input point, and measure the output signal from each analog output point. K.All deficiencies identified during these tests shall be corrected and retested prior to completing the Software Acceptance Test. L. The following documentation shall be made available to the Engineer at the test site both before and during the Software Acceptance Test. 1. All drawings and specifications, addenda, and change orders. 2. Master copy of the test procedure. 3. List of the equipment to be tested including make, model, and serial number. 4. Design -related hardware submittals applicable to the equipment being tested. 5. Preliminary software documentation submittal. M. The daily schedule during these tests shall be as follows: CITY OF FORT WORTTI Backup Power and lilectrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 1034t0-2 40 90 02 - 20 — Addendum 43 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 20 of23 1. Testing and meetings: Nominally S hours per day; 24 hours per day if required to meet schedule. 2. Morning meetings to review the day's test schedule. 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule. N.All test data and procedures followed during testing shall be logged, and certified copies of the logs shall be provided to the Engineer and OWNER. O.The Owner will observe each test once on a pass -fail basis. The Owner alone has the authority to determine if a test passes or fails. Only four (4) fifteen minute windows per day will be allowed during the test procedure to make corrections to software and successfully pass a re -test. Otherwise, that test will be declared a failure. If a test fails, it will be put on aretest schedule. If other tests to follow rely on a particular test passing, then the following tests will also be placed on a retest schedule even though they were not tested before. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. P. All time and expense incurred by the Engineer and/or OWNER'S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. Q.The CONTRACTOR shall expedite the correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel from each trade to standby during the test period to immediately correct, or adjust any item of software or hardware or equipment causing a test to fail. 3.6 OPERATIONAL READINESS TEST (ORT) A.General: Prior to start-up, the installed system shall be certified (inspected, tested, and documented) that it is ready for operation. Download all database on job computers from this test onwards. The OWNER shall be notified when ORT starts. Copies of ORT forms that have been signed off by the CONTRACTOR shall be copied and sent to the OWNER on a daily basis for record purposes only. No signature by the OWNER is required for ORT forms. B.Loop/Component Inspections and Tests: The system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittals and these specifications. Actual real-time signals generated from the field devices shall be used. Simulation of field signals shall not be permitted. This test is intended to actually operate the entire process and to find and correct all real-time operational deficiencies. The Loop/Component Inspections and Tests shall be implemented using Engineer -approved forms and checklists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the Following: 1) Project name 2) Loop number. 3) Tag number For each component 4) Checkoffs/signoffs for each component a) Tag/identification b) Installation CITY OF FORT WORTII Backup Power and Electrical [mprovemenN at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 21— Addendum #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 21 of 23 c) Termination - wiring d) Termination - tubing e) Calibration/adjustment 5) Checkoffs/signoffs for the loop a) Panel interface terminations b) 1/0 interface terminations c) 1/0 signal operation d) Inputs/outputs operational: received/sent, processed, adjusted e) Total loop operational f) Space for comments g) Space for signoff by Contractor b. Each active analog subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall include the following: 1) Project name 2) Loop number 3) Component tag number or I/O module number 4) Component code number analog system 5) Manufacturer (for analog system element) 6) Model number/serial number (for analog system) 7) Summary of functional requirements, for example: a) For indicators and recorders: Scale and chart ranges b) For transmitters/converters: Input and output ranges c) For computing elements: Function d) For controllers: Action (direct/reverse) control modes (PID) e) For switching elements: Unit range, differential (fixed/adjustable), reset (auto/manual) f) For 1/0 modules: Input or output 8) Calibrations; for example: a) For analog devices: Required and actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling b) For discrete devices: Required and actual trip points and reset points c) For controllers: Mode settings (PID) d) For 1/0 modules: Required and actual inputs or outputs of 0, 10, 50, and 100 percent of span, rising and falling 9) Space for comments 10) Space for signoff by the Contractor 2. Maintain the Loop Status Reports and Component Calibration Sheets at the jobsite and make them available to the Engineer and Owner upon request. 3. These inspections and tests do not require witnessing. However, the Engineer will review the Loop Status Reports and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.7 FUNCTIONAL DEMONSTRATION TEST (FDT) A.Once ORT has been completed and operational readiness has been confinned, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with the Contract Documents. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and component -by -component basis. This test shall be scheduled and conducted only alter all new pipeline construction is complete and the new pipeline and metering construction is completed and operational. CITY OF FORT WORTIT Backup Power and Electrical linprovenients at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 22 — Addendutn #3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 22 of 23 B. Loop -specific and non -loop -specific tests shall be the same as specified under SOFTWARE and OPERATIONAL READINESS TESTS except that the entire installed PICS shall be tested and all functions demonstrated. C. Simulation of field signals, or simulation of the response of the process, or the response of individual components, or the functions being monitored or controlled, shall not be permitted. Simulation may be permitted with the express permission of the OWNER. The decision to simulate is the OWNEWs alone. The CONTRACTOR shall include in the Contract Price the time necessary to wait for all process responses. D.Updated versions of the documentation called for under SOFTWARE and OPERATIONAL READINESS TESTS shall be made available to the Engineer at the jobsite both before and during the test. In addition, one copy of the approved Instrumentation O&M Manual shall be made available to the Engineer at the jobsite both before and during testing. The approved schedule shall be followed strictly on an item -by -item basis. Combining of test items shall be at the discretion of the OWNER alone. The CONTRACTOR shall include in the Control Price adequate time necessary to complete each test item one at a time. E. The daily schedule called for under SOFTWARE and OPERATIONAL READINESS TESTS shall also be followed during the Functional Demonstration Test. F. The Owner will observe each test once on a pass -fail basis. The Owner alone has the authority to determine if a test passes or fails. Only one ( 1) fifteen minute window per day will be allowed during the test procedure to make corrections to software or to field equipment and successfully pass a re -test; otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test which has failed, then the following tests will also be placed on a retest schedule even though they were not tested. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week, All retesting shall only occur on a day designated in the schedule or at the end of testing. G.AII time and expense incurred by the Engineer and/or OWNER'S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. H.The CONTRACTOR shall expedite the repair or correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel representing each trade to standby during the test period to immediately correct, repair, or adjust any item of hardware, software or field equipment causing a test to fail. I. The system shall operate continuously for 100 hours without failure before this test will be considered successful. 3.8 30-DAY ACCEPTANCE TEST A.AII database errors must be corrected prior to the start of the 30-Day Acceptance Test. The 30- Day Acceptance Test will not be considered successful until all databases are correct. B.Any malfunction during the test shall be analyzed and corrections made by the Contractor. The Engineer and Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of the test. The cost of a retest shall be borne by the CONTRACTOR as specified. CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 02 - 23 — Addenduin 93 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 23 of 23 C. After completion of the Functional Demonstration Test and Plant Start-up, the Contractor shall be responsible for operation of the entire System for a period of 30 consecutive days, under conditions of full plant process operation, without single non -field repairable malfunction. D.During this test, Contractor personnel shall be present as required. The Contractor shall provide personnel for this test who have an intimate knowledge of the hardware and software of the system and also are familiar with the overall plant process. The Supplier shall be on -site a minimum of 8 hours a day and be on call for the rest of the day, during the first two days of the 30-Day Acceptance Test and shall be on call for the rest of the time period. During the rest of the test period the supplier shall be available and on the job site within 24 hours of any failure. E. While this test is proceeding, the Owner shall have full use of the system. Only plant/City operating personnel shall be allowed to operate equipment associated with live plant processes. F. Any malfunction, during this 30 consecutive day test period, which cannot be corrected within 24 hours of occurrence by the Contractor's personnel, or more than two similar failures of any duration, will be considered as a non -field -repairable malfunction. G.Upon completion of repairs, by the Supplier, the test shall be repeated as specified herein. H.In the event of rejection of any part or function, the Supplier shall perform repairs within S days or replacement within 30 days. I. Upon successful completion of the 30-Day Acceptance Test, approval of all as -built drawing and O&M Manuals, and delivery of all spare, expendable, and test equipment, the systems shall be considered substantially complete and the warranty period shall commence. 3.9 ON -SITE SUPERVISION A.The Supplier shall provide, on -site, an experienced resident engineering manager to supervise and coordinate all of the on -site activities. This resident engineering manager shall be on -site as required during the total period to affect all the activities relating to the PICS. 3.10 START-UP AND TESTING TEAM A.The Supplier shall provide, on -site, ateam of experienced engineering, technician, trades personnel, and software/configuring personnel during the total construction period to: l . Thoroughly check the installation, termination, and adjustment of all the subsystems and their components. 2. Perform and complete all on -site tests. 3. Provide start-up assistance. 3.11 I/O LIST Refer to Section 40 90 03 "Control Narratives". END OF SECTION CITY OF FORT WORT11 Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: WWO-2 SECTION 40 90 03 CONTROL NARRATIVES 1.00 GENERAL 1.01 WORK INCLUDED 409001-1 CONTROL NARRATIVES Page 1 of D A. This section describes the process control narratives for the Altamesa , Edwards Ranch, Como and Eastside Pump Stations. The control narratives are not intended to be an exhaustive list of all components required to execute control strategies. Rather they are a supplement to the drawings, schedules, and other specification sections. B. The design intent is that the majority of the control strategies will be developed into PLC based (function block diagram programming format) control strategies. C. The additions to the existing control strategies for the Como and Eastside Pump Stations with the associated scope to be programmed into the existing PLC/RTU as indicated in the narratives below. 1.02 RELATED WORK A. Section 40 90 00 "Instrumentation and Control for Process Systems" B. Section 40 90 01 "Instrumentation Specifications" C. Section 40 90 02 "Supervisory Control And Data Acquisition (SCADA) System" A. Submittals shall be made in accordance with the requirements of Division 1, Section 0133 00 and as specified herein. 1.04 SYSTEM DESCRIPTION A. The control loop descriptions provide the functional requirements of the control loops represented in the Contract Documents. Descriptions are provided as follows: 1. Control system overview and general description 2. Major equipment to be controlled 3. Major Field mounted instruments (does not include local gauges) 4. Manual control functions CITY OF PORT WOItI'H Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 03 - 2 CONTROL NARRATIVES Page 2 of 27 5. Automatic control functions/interlocks 6. Major indications provided at local control panels and motor starters 7. Remote indications and alarms B. The control loop descriptions are not intended to be an inclusive listing of all elements and appurtenances required to execute loop functions, but are rather intended to supplement and complement the drawings and other specification sections. The control loop descriptions shall not be considered equal to a bill of materials. C. Provide instrumentation hardware and software as necessary to perform control functions specified herein and as shown on drawings. 2.00 EXECUTION 2.01 CONTROL LOOPS - ALL A. General -All calculations, alarms, and/or shutdown point determinations based on analog values, timer functions, numeric manipulations, etc. shall be accomplished in the PLC and not in the operator interface software. B. Safety Monitoring and Control Features 1. All open/close valves and on/off motors monitored by the PLC system shall have a maximum time value allowed to either open/close or start/stop. Failure to achieve the control function within this maximum time value will result in a discrepancy alarm for each piece of equipment. (e. g, Screen XX-XXXX-XX FAILS TO OPERATE) An alarm will be generated from the PLC to the OWS software for indication of the control function failure (e.g. Pump XX-XXXXX-X FAIL TO START, Valve XX-XXXXX-X FAIL TO CLOSE, etc.). 3. Other specific alarms are designated in the control loop descriptions. 4. All alarms shall be latched at the control level where they are originated (e.g, alarms that are determined in the PLC are latched in the PLC). All latched alarms can be reset from the OWS. C. Trending 1. Analog points: All analog 1/0 points associated with the PLC shall be configured in the OWS software for historical trending. 2, Discrete points: Contractor to submit all discrete points recommended to be historically trended. Recommendations to be based upon the following guidelines: CITY OF FORT WORTII Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 409003-3 CONTROL NARRATIVES Page 3 of27 a. Pump Start/Stop commands, etc. b. Various critical discrete alarm conditions c, Owner will choose which specific discrete points to be configure for trending in the OWS. Contractor shall configure the specific points for trending in the OWS. D. Operator Entry 1. Operator entries require password -protected controlled access to the OWS. This security system limits the level of access to various functions by individuals. Contractor shall maintain the current OWS configuration conventions throughout all new application programming. 2. Entries made by the Operator (such as operation modes, set points, etc.) shall be displayed on the process screens for information. 3. All Operator changes shall be logged by the OWS software and shall include the point that was adjusted, OWS station where the change was made, the Operator that made the change, the date and time of change, the old and new value. 4. The software shall test all Operator entered set points. All such set points are to be between minimum and maximum values. These minimum and maximum values shall be Plant Engineer adjustable via the OWS software. E. Control Modes F, Remote Manual: In this mode, all automatic functions associated with a specific control loop are disabled except for safety interlocks and alarms. Provisions shall be provided to allow Operations staff to access the following functions from the HMI: 1. Start/Stop Motors Open/Close Valves — Ali valves that are provided with limit switches are used as a stop permissive to stop the pump. b. Reset c. Start/Stop Screens 2. Remote Auto: In this mode, all automatic functions associated with a specific control loop are controlled by the PLC automatic logic. Operations staff can only adjust the following functions from the OWS: a. PI D Loop Setpoints (Pressure Setpoints, Timer Values, etc.) Local Manual: This mode is available only with those pieces of equipment (motors, pumps, etc.) that have an HOA, LOR, or similar switch. In this mode, all remote control (remote manual or remote auto) functions associated with that piece of equipment are CITY OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 409003-4 CONTROL NARRATIVES Page 4 of27 disabled, including any PLC -based safety permissives. Operations staff shall set or adjust the following functions from the local control devices (e.g. pushbuttons, hand switches, etc.): a. Start/Stop Pumps b. Open/Close Valves c. Reset d. Soft Starters (SSRVS) Ramp Time 2.02 ALTAMESA PUMP STATION OPERATION A. GENERAL 1. Altamesa Pump Stations consists of — a. One (1) 9.2 MG Ground Storage Tank (GST) b. Two (2) existing 5 MGD horizontal pumps c. Three (3) existing 10 MGD horizontal pumps 2. The existing tanks have level transmitters to indicate water elevations. See below for elevations. The contractor shall coordinate all pump on and pump off elevations with the Owner prior to programming the PLC. There is an HIGH LEVEL ALARM float switch in the GST. The pumps will only allow for one pump to start at a time. All logic for pump operations shall reside in the PLC allowing the pump station to independently operate during loss of communication. The last set points will be held in the PLC until communication is restored. 3. The contractor shall program the all pump start pressure set points into the PLC. Each pump AUTO mode (HAND -OFF -AUTO) and alarms shall be monitored. When a pump is not in AUTO mode or has alarmed, the program shall remove the out of service pump from the alternating sequence and use the backup pump. 4. The contractor shall program a control function that shall provide for the operation of pumps under normal conditions. The control function shall compare the run times of all the pumps and choose the pump with the lowest run time. Also, when a pump is called to stop, the pump with the highest run time shall be selected. The control function shall have time delay relays for on -delay of each pump starting cycle. Only one pump at a time is to be allowed to started at a time. Next pump will not be allowed to start until previous pump has reached operating speed. If only one pump is available, the pump shall continue to run until another pump is available. The Operator shall have access to the lead -lag set points via the OWS. This shall include the capability to choose the pump(s) included in the lead -lag sequence. CITY OF PORT WORTH Backup Power and Electrical lmprovernents at Four Pump Stations CITY PROJECT MJMBER: 103410-2 409003-5 CONTROL NARRATIVES Page 5 of27 5. Individual pump run times will be accumulated at the SSRVS as well as the PLC and displayed in the SCADA system. If any pump has 25% more run time than the average run time of all of the pumps, then a pump run time alarm will be triggered. 6. Upon a recovery from a power failure, the operator will be required to sequence the restart of the pumps. The sequencing restart shall be configured such that only one pump starts at a time. 7. When the Station is shut down, all digital output run and open commands shall be de - energized unless they need to fail closed for safety. 8. GST Level Control a. The GST elevations will govern the Altamesa Pump Station system operation. The tank will monitor the following levels: 1). High Water Level 2). Low Water Level 3). Minimum Level 9. Pressure Transmitters a. Altamesa Pump Station consists of two existing pressure transmitters on the Suction and Discharge headers. b. High Pressure Alarm: TBD. c. Low Pressure Alarm: T13D. 10. Pressure Switch a. Suction pressure is utilized as a stop permissive for the pump controls. 11.. Intrusion Alarms a. Intrusion alarms shall be wired in series and transmitted back to the OWS for display as a common alarm. An intrusion alarm shall be programmed for each of the following: 1). Electrical Roam Double Door 2). Electrical Room Single Door 3). Pump Room Main Door 4). Pump Room Electrical Room Door crrY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump SLalions CITY PROJECT NUMBER: 103410-2 40 90 03 - 6 CONTROL NARRATIVES Page 6 of27 5). GST 12. HMI shall display the alarm and shall include an "acknowledged" button for each alarm. The HMI operator shall be capable of setting an adjustable time timer on the acknowledge button allowing personnel to enter and leave a location without multiple intrusion alarms sounding. 13. Flow Meters a. An existing venturi flow meter is located on the discharge header. b. Provide a pulsed totalized flow. B. SEQUENCE OF OPERATIONS - 1. REMOTE SCADA MODE: Each pump SSVRS panel has a HAND-OFF-SCADA (HOS) switch. Each pump can be controlled automatically by placing the SSVRS HOS switch in "SCADA" and then placing the central SCADA system in "Remote Automatic" mode. Remote - Automatic shall be programmed into the OWS. The logic for remote operation shall reside in the PLC. On loss of communication while in Remote Auto the PLC shall switch to Local -Manual. In SCADA mode the pumps shall started and stopped by the operator via the HMI system. The system will monitor pressure signal as a primary basis of control. Under normal operating conditions, the pump ramp time will be adjusted in the field. c. When the Suction Pressure is confirmed within the operating pressure, and the Lead pump is called to start. The operator will be allowed to start a Pump and the pump shall be turned on to full speed. d. During loss of power event, the PLC shall signal a stop for all pumps, When power is restored either by generator or utility power the pumps will not be available to start until permissive timers have been satisfied. 2. LOCAL MANUAL MODE: Each pump can be controlled locally in a manual mode by placing the HOA switch in the "HAND" position and then manually starting, stopping, or adjusting the ramp time of the pump through Operator controls on the SSRRS, a. It is recommended local manual operation is used during maintenance only. b. The PLC will have no control of the pump station but alarms shall still be operable. c. OWS shall display when the SSVRSs are in Local —Manual mode and shall alarm every 3 hours. 3. Displayed on OWS shall be the following; CITY OF FORT woRTti Backup Power and Electrical Improvements at hour Pump Stations CITY PROJECT NUMBER: 103410-2 409003-7 CONTROL NARRATTVES Page 7 of 27 a. Pump Run Status (Typ.5) b. Pump Run time meter (Typ.5) c. Valve Open Status (Typ.5) d. Valve Closed Status (Typ.5) e. RTD Trip (Typ.5) f. RTD Alarm (Typ.5) g. Check Valve Failure Alarm Acknowledge (Typ.5) h. Pump Pressure Alarm Acknowledge (Typ.5) i. Pump SCADA enable status (Typ.5) j. SSVRS Common alarm (Typ.5) k. SSRVS Voltage Trip (Typ.5) L GST High Level alarm m. GST Low Level Cutoff n. Ground Storage levels o. Pressure set points (Pressure set points shall be programmed into the PLC and displayed on the OWS screens) p. E. Stop indication (Typ.5) q. RTD module Temperature (Typ.5) 4. Regardless of whether the selector switch is in the Hand or Auto position the following shall prevent the motor from starting: a. RTD Trip b. SSVRS Fault c. Pressure Failure d. Valve Failure e. E. Stop (At Drive or via SCADA) f. SCADA E. Stop. C1Ty of ['ORT wo=i Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBli.R: 103410 2 IM ALTAMESA 1110 LIST A. Inputs & Outputs; E1M�acIG•iptEl�n ireTa�� - Pump No.I SSRVS SCADA ALT_EB SS01 DIS Start/Stop SCADA E. Stop AL.T_EB_SSO1 DIS SCADA Reset ALT EB SSO1 DIS Hottest RTD ALT_EB _SS01 ANL Temperature RTD Alarm ALT EB SSO1 DIS RTD Trip ALTEB_SSO1_DIS Low Suction ALT EB SSOI DIS Pressure Alarm E. Stop ALT EB SSO1 DIS Indication SCADA Enable ALT EB SSO1_DIS Check Valve ALT_EB_SS01 DIS Failure Pump Run ALT EB SSO1_DIS Valve Closed ALT EB SSO1 DIS SSRVS ALT_EB SS01 DIS Common Trip SSRVS Voltage ALT EB_SSO1_DIS Trip SSVRS Data ALT IB SSOI SOFT Highway Pump No.2 SSRVS 40 90 03 - B CONTROL NARRATIVES Page S of 27 PLC --j - Tyke. Tag ALT BLD PMP01 CMD DO ALT BLD_PMPO1_STP CMD DO ALT BLD_PMPO1RST DO ALT BLD PMP01 _TEMP01 Al ALT BLD PMP01 TAH DI ALT BLD PMPOI_TAI-III DI ALT HDR PI PSLL DO ALTBLD_PMP01_STP_CMD IN DI ALT BLD_ PMPOI AUTO DI ALT BLD_PMP01 VLV FTO DI ALT BLD_PMPOI_STS DI ALT BLD PMPO1 VLV CLS DI ALT_EB_SSO1 _COMM DI ALT EB_SSOl_VOLT ALM DI ALT EB SSO1 SOFT CAT6 CITY OF FOR'r WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SCADA AL'f EB SS02_DIS Start/Stop SCADA E. Stop ALT_EB_SS02 DIS SCADA Reset ALT_EB_SS02_DIS Hottest RTD ALT_EB_SS02_ANL Temperature RTD Alarm ALT EB_SS02_DIS RTD Trip ALT EB_SS02_DIS Low Suction ALT_EB_SS02_DIS Pressure Alarm E. Stop ALT EB SS02 DIS Indication SCADA Enable ALT EB_SS02 DIS Check Valve ALT_EB_SS02_DIS Failure Pump Run ALT EB_SS02_DIS Valve Closed ALT EB_SS02_DIS SSRVS ALT_EB_SS02_DIS Common Trip SSRVS Voltage ALTEB SS02 DIS Trip SSVRS Data ALT_EB_SS02_SOFT Highway Pump No.3 SSRVS SCADA ALT_EB_SS03 DIS Start/Stop SCADA E. Stop ALT_EB_SS03_DIS SCADA Reset ALT EB SS03 DIS 409003-9 CONTROL NARRATIVES Page 9 oC27 ALT BLD PMP02_CMD DO ALT_BLD_PMP02STP_CMD DO ALT BLD_PMP02_RST DO ALT BLD_PMP02 TEMPOI Al ALT BLD PMP02_TAH DI ALT BLD PMP02 TAHH DI ALT_HDR PI PSLL DO AL.T_BLD—PMP02_STP_CMD IN Di ALT_BLD_PMP02_AUTO DI ALT BLD_PMP02_VLV_FTO DI ALT_BLD PMP02_STS DI ALT BLD PMP02 VLV CLS DI ALT EB_SS02 COMM DI ALT EB SS02 VOLT ALM DI ALT EB_SS02_SOFT CAT6 ALT_BLD_PMP03_CMD DO ALT_BLD_PMP03 STP_CMD DO ALT BLD PMP03 RST DO CITY OF PORT WORTH Backup Power and Llnctrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 Hottest RTD ALT_EB_SS03_ANL Temperature RTD Alarm ALT EBSS03 DIS RTD Trip ALT EB_SS03 DIS Low Suction ALT_EB_SS03 DIS Pressure Alarmy E. Stop ALT EB_SS03_DIS Indication SCADA Enable ALT EB_SS03_DIS Check Valve ALT_EB_SS03_DIS Failure Pump Run ALT EB_SS03_DIS Valve Closed ALT EB—SS03_DIS SSRVS ALT EB SS03_DIS Common Trip SSRVS Voltage ALT_EB SS03 DIS Trip SSVRS Data ALT_EB _SS03 SOFT Highway Pump No.4 SSRVS SCADA ALT_EB SSO4D1S Start/Stop SCADA E. Stop ALT_EB_SSO4_DIS SCADA Reset ALT EB SSO4 DIS Hottest RTD ALTEB SSO4 ANL Temperature RTD Alarm ALT EB SSO4 DIS RTD Trip ALT_EB_SSO4_DIS 409003-10 CONTROL NARRATIVES Page 10 of 27 ALT BLD_PMP03_TEMPOI Al ALT BLD_PMP03 TAH DI ALT BLD_PMP03 TAHH DI ALT_1-IDR_PI_PSLL DO ALT BLDPMP03STP_CMD IN DI ALT BLD_PMP03_AUTO DI ALT BLD_PMP03 VLV_FTO DI ALT BLD_PMP03 STS DI ALT BLD_PMP03 VLV CLS DI ALT EB SS03 COMM DI ALT EB SS03 VOLT ALM DI ALT_EB_SS03_SOFT CAT6 ALT BLD PMP04 CMD DO ALT_BLDPMP04_STP_CMD DO ALT BLD PMP04 RST DO ALT BLD_PMP04_TEMPOI Al ALT BLD PMP04 TAH ❑I ALT_BLD PMP04^TAHH DI CITY OF PORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410 2 Low Suction ALT_EB_SSO4_DIS Pressure Alarm E. Stop ALT—EB—SSO4 DIS Indication SCADA Enable ALT_EB_SSO4—DIS Check Valve ALT EB_SSO4—DIS Failure Pump Run ALT EB_SSO4_DIS Valve Closed ALT EB—SSO4—DIS SSRVS ALT EB_SSO4_DTS Common Trip SSRVS Voltage ALT—EB—SS04 —DIS Trip 409003-11 CONTROL NARRATIVES Page I of27 ALT HDR Pl PSLL e ALT BLD PMP04 STP CMD IN DI ALT BLD_PMP04_AUTO ALT BLD_PMP04_VLV—FTO ALT—BLD—PMP04—STS ALT—BLD—PMP 04—VL V—CLS ALT—EB SSO4 COMM ALT_EB SSO4—VOLT ALM SSVRS Data ALT EB SSO4 SOFT ALT_EB_SSO4_SOFT Highway I I Pump No.5 SSRVS SCADA ALT_EB_SS05—DIS Start/Stop SCADA E. Stop ALT EB_SS05_DIS SCADA Reset ALT EB—SS05—DIS Hottest RTD ALT EB—SS05—ANL Temperature RTD Alarm ALT EB SS05 DIS RTD Trip ALT EB_SS05—DIS Low Suction ALT—EB_SS05—DIS Pressure Alarm E. Stop ALT_EB_SS05_DIS Indication SCADA Enable I ALT EB SS05—DIS ALT—BLD—PMP05—CMD ALT BLDPMP05STP CMD ALTBLD PMP05—RST ALT BLD PMP05 TEMP0l ALT_BLD_PMP05_TAH ALT_BLD_PMP05—TAHI-I ALT_HDR_PI—PSLL DI DI DI DI DI DI CAT6 ME DO DO At Di DI DO ALT BLD PMP05 STP CMD IN DI ALT BLD_PMP05_AUTO DI CITY Of [SORT W0R'1'll Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 Check Valve ALT EB_SSOS_DIS Failure Pump Run ALT EB_SS05 DIS Valve Closed ALT EB_SS05_DIS SSRVS ALT_EB_SS05_DIS Common Trip SSRVS Voltage ALT EB SS05 DIS Trip SSVRS Data ALT EB SS05 SOFT Highway 40 90 03 -12 CONTROL NARRATIVES Page 12 of 27 I ALT BLD PMP05 VLV FTO ALT BLD_PMP05_STS ALT BLD_PMPO5_VLV_CLS ALT EB SS05 COMM ALT EB SS05 VOLT ALM ALT EB SS05 SOFT Pressure Suction Pressure ALT_HDR_PI01 PRES � ALT_1-1DR_PI01_PRESS (Existing) S Discharge ALT—HDR_PI02_PRES ALT HDR P102 PRESS Pressure S (Existing) Intrusion Pump Station ALT BLD XE01_INTR !-ALT_BLD_XE01INTR Main Door Pump Station ALT BLD_XE02_TNTR ALT BLD_XE02 INTR Electrical Room Door Pump Station ALT_BLD_XE03_INTR ALT_BLDXE03_INTR Electrical Room Double Door Electrical Room AL`I'_EB_XEOI_INTR ALT_EB_XE01 INTR Single Door Electrical Room ALT_EB_XE02 INTR ALT EB XE02_TNTR Double Door I DI DI DI DI DI CAT6 Al DI DI DI DI DI CPPY OF uoizT woRTII Backup Power and Electrical Itnprovuments at Four Pump Stations CITY PROJECT NUMBER: 103410-2 409003-13 CONTROL NARRATIVES Page 13 oC27 Ground Storage Tank (Existing) High Level ALT—GST—LI—LSH ALT—GST— Li— LSH Alarm Level ALT GST LI LEV ALT GST Ll LEV GST High Water ALT—GST—XE02—INTR ALTGST XE02 INTR Alarm Butterfly Valve ALT GST VLV01 AN ALT GST VLVOI_POS Position L Valve Open ALTGST VLVO1—D1S ALT—GST—VLVOI—OPN Valve Closed ALT—GST—VLVOI—DIS ALT GST—VLVOI—CLS Valve OII/C ALT GST—VLVOI DIS ALT GST—VLVOI—STSI Valve Position ALT GST VLVO1_AN ALT_GST_VLVO1_POS_SP Control L Venturi Flow Meter ALT HDR FI FLOW ALT 1-IDR FI FLOW (Existing) i — — — — — — Generator Fiber ALT_PLT_FIB ALT PLT GEN FIB Communications DI At DI Al DI DI Al AO Al FIBER Common Alarm ALT EB SWBD DIS ALT EB SWBD COMM DI Utility Power Mode ALT EB—SWBD—DIS ALT—EB—SWBD—UTIL—STA DI Utility Available AL`I EB—SWBD—DIS ALT—EB—SWBD—UTIL AVL D1 Transfer Failure ALT EB SWBD DIS ALT EB SWBD TRAN FTL DI Generator Power ALT EB SWBD DIS ALT EB SWBD GEN STA DI Mode CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Purnp Stations CITY PROJECT NUMBER: 103410-2 Generator Available Switchboard ATO PLC Data Communications ALT EB SWBD DIS ALT EB SWBD SOFT 2.04 EDWARDS RANCH PUMP STATION OPERATION A. GENERAL 1. Edwards Ranch Pump Stations consists of — a. One (1) existing 5 MGD horizontal pumps b. Two (2) existing 16 MGD horizontal pumps c. One (1) existing 10 MGD horizontal pumps 40 90 03 -14 CONTROL NARRATIVES Page 14 of 27 ALT_EB_SWBD_GEN_ AVL ALT EB SWBD_SOFT ]l CAT6 2. Each pump AUTO mode (HAND -OFF -AUTO) and alarms shall be monitored. When a pump is not in AUTO mode or has alarmed, the program shall remove the out of service pump from the alternating sequence and use the backup pump. 3. The contractor shall program a control function that shall provide for the operation of pumps under normal conditions. The control function shall compare the run times of all the pumps and choose the pump with the lowest run time, Also, when a pump is called to stop, the pump with the highest run time shall be selected. The control function shall have time delay relays for on -delay of each pump starting cycle. Only one pump at a time is to be allowed to started at a time. Next pump will not be allowed to start until previous pump has reached operating speed. If only one pump is available, the pump shall continue to run until another pump is available. The Operator shall have access to the lead -lag set points via the OWS. This shall include the capability to choose the pumps) included in the lead -lag sequence. 4. Individual pump run times will be accumulated at the SSRVS as well as the PLC and displayed in the SCADA system. If any pump has 25% more run time than the average run time of all of the pumps, then a pump run time alarm will be triggered. 5. Upon a recovery from a power failure, the operator will be required to sequence the restart of the pumps. The sequencing restart shall be configured such that only one pump starts at a time. 6. When the Station is shutdown, all digital output run and open commands shall be de - energized unless they need to fail closed for safety. 7. Pressure Transmitters CITY OC FORT WORTH Backup PDwcr and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: t 03410-2 409003-15 CONTROL NARRATIVES Page ] S of 27 Edwards Ranch Pump Station consists of two existing pressure transmitters on the Suction and Discharge headers. S. Intrusion Alarms Intrusion alarms shall be wired in series and transmitted back to the OWS for display as a common alarm. An intrusion alarm shall be programmed for each of the following: 1). Electrical Room Double Door 2). Electrical Room Single Door 3). Pump Room North Door 4). Pump Room South Door 9. HMI shall display the alarm and shall include an "acknowledged" button for each alarm. The HMI operator shall be capable of setting an adjustable time timer on the acknowledge button allowing personnel to enter and leave a location without multiple intrusion alarms sounding. 10. Flow Meters a. Magnetic flow meter is located on the discharge header. 1). Provide Forward and Reverse Flow Indication B. SEQUENCE OF OPERATIONS - 1. REMOTE SCADA MODE: Each pump SSVRS panel has a HAND-OFF-SCADA (HOS) switch. Each pump can be controlled automatically by placing the SSVRS HOS switch in "SCADA" and then placing the central SCADA system in "Remote Automatic" mode. Remote - Automatic shall be programmed into the OWS. The logic for remote operation shall reside in the PLC. On loss of communication while In Remote Auto the PLC shall switch to Local -Manual. In SCADA mode the pumps shall started and stopped by the operator via the HMI system. The system will monitor pressure as a primary basis of control. b. Under normal operating conditions, the pump ramp time will be adjusted in the field. c. When the Pressure is confirmed within the operating pressure, and the Lead pump is called to start. The operator will be allowed to start a Pump and the pump shall be turned on to full speed. CITY OF Fom, woici,H Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 409003-16 CONTROL NARRATIVES Page 16 of 27 d. During loss of power event, the PLC shall signal a stop for all pumps. When power is restored either by generator or utility power the pumps will not be available to start until permissive timers have been satisfied. 2. LOCAL MANUAL MODE: Each pump can be controlled locally in a manual mode by placing the HOA switch in the "HAND" position and then manually starting, stopping, or adjusting the ramp time of the pump through Operator controls on the SSRVS. a. It is recommended local manual operation is used during maintenance only. b. The PLC will have no control of the pump station but alarms shall still be operable. c. OWS shall display when the SSVRSs are in Local —Manual mode and shall alarm every 3 hours. 3. Displayed on OWS shall be the following: a. Pump Run Status (Typ.4) b. Pump Run time meter (Typ.4) c. Valve Open Status (Typ.4) d. Valve Closed Status (Typ.4) e. RTD Trip (Typ.4) f. RTD Alarm (Typ.4) g. Check Valve Failure Alarm Acknowledge (Typ.4) h. Pump Pressure Alarm Acknowledge (Typ.4) i. Pump SCADA enable status (Typ.4) j. SSVRS Common alarm (Typ.4) k. SSRVS Voltage Trip (Typ.4) I. Pressure set points (Pressure set points shall be programmed into the PLC and displayed on the OWS screens) m. E. Stop indication (Typ.4) n. RTD module Temperature (Typ.4) 4. Regardless of whether the selector switch is in the Hand or Auto position the following shall prevent the motor from starting: a. RTD Trip CITY OF FORTWORTH Backup Powar and lacebical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 03 - 17 CONTROL NARRATIVES Page 17 or27 b. SSVRS Fault c. Pressure Failure d. Valve Failure e. E. Stop (At Drive or via SCADA) f. SCADA E. Stop. 2.05 EDWARDS RANCH 1/0 LIST A. Inputs & Outputs: PLC Description WireTag ag Type Tag Pump No.1 SSRVS SCADA EDW_EB_SSO1_DIS EDW _BLD_PMPOI_CMD DO Start/Stop SCADA E. Stop EDW _EB_SS01 DIS EDW BLD PMPO1 STP CMD DO SCADA Reset EDW EB SS01 DIS EDW BLD PM -POI AST DO H Hottest RTD EDW_EB_SSO1_NL A EDW P _BLD_MPO1_TEMPOI Al Temperature RTD Alarm EDW EB SSO1 DIS EDW BLD PMPO1 TAH Di RTD Trip EDW EB_SSOIDIS EDW _BLD PMPO1 TAHH DI E. Stop EDW EB SS01 DIS EDW_BLD PMP01 STP CMD IN DI Indication SCADA Enable EDW EB SS01 DiS EDW BLD PMPO1 AUTO DI Check Valve EDW EB SS01 DIS EDW BLD_PMP01_VLV_FTO DI Failure Pump Run EDW EB SSOI—DIS EDW BLDWPMPOI_STS Dl Valve Closed EDW EB SSOI DIS EDW BLD PMPOI VLV CLS DI SSRVS EDW _EBSSOI DIS EDW EB SS01 COMM DI Common Trip CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SSRVS Voltage EDW _EB_SS01_DIS Trip SSVRS Data EDWEB SSO1 SOFT Highway Pump No.2 SSRVS SCADA EDW_EB_SS02_DIS Start/Stop SCADA E. Stop EDW _EB_SS02 DIS SCADA Reset EDW _EB_SS02_DIS Hottest RTD EDW_EB_SS02 _ANL Temperature RTD Alarm EDW EB_SS02_DIS RTD Trip EDW EB_SS02_DIS E. Stop EDW EB_SS02 DIS Indication SCADA Enable EDW _EB_SS02_DIS Check Valve EDW _EB_SS02_DIS Failure Pump Run EDW _EB_SS02_DIS Valve Closed EDW EB SS02 DIS SSRVS EDW _EB_SS02_DIS Common Trip SSRVS Voltage EDW _EB_SS02_DIS Trip SSVRS Data EDW EB_SS02_SOFT Highway Pump No.3 SSRVS 40 90 03 -18 CONTROL NARRATIVES Page 18 of 27 ALT EB_SSO1 VOLT ALM DI ALT EB_SS01_SOFT Ethernet EDW BLD PMP02 CMD DO EDW BLD_PMP02_STP_CMD DO EDW BLD_PMP02_RST DO EDW BLD PMP02 TEMPOI AI EDW BLD_PMP02_TAH DI EDW BLD_PMP02_TAHII DI EDW BLD_PMP02_STP_CMD IN DI EDW BLD_ PMP02 AUTO DI EDW BLD PMP02 VLV FTO DI EDW BLDPMP02_STS DI EDW BLD PMP02 VLV_CLS DI EDW EB_SS02_COMM DI ALT EB SS02_VOLT_ALM Ll ALT_EB_SS02_SOFT CAT6 Cri'Y OF FORT WORTH Backup Power and Electrical Improvements at Pour Pump Stations CITY PROJECT NUMBER: 103410-2 SCADA EDW_EB_SS03_DIS Start/Stop SCADA E. Stop EDW _EB_SS03 DIS SCADA Reset EDW EB_SS03 DIS Hottest RTD EDW_EB_SS03_ANL Temperature RTD Alarm EDW EB SS03 DIS RTD Trip EDW EB SS03 DIS E, Stop EDW _EB SS03_DIS Indication SCADA Enable EDW EB_SS03 DIS Check Valve EDW EB_SS03 DIS Failure Pump Run ED W _EB_SS03 DIS Valve Closed EDW _EB_SS03_DIS SSRVS EDW _EB_SS03_DIS Common Trip SSRVS Voltage EDW _EB_SS03_DIS Trip SSVRS Data EDWEB SS03 SOFT Highway Pump No.4 SSRVS SCADA EDW_EB_SSO4_DIS Start/Stop SCADA E. Stop EDW _EB_SSO4_DIS SCADA Reset EDW EB SSO4 DIS I lottest RTD EDW EB SSO4 ANT. Temperature 409003-19 CONTROL. NARRATTVES Page 19 of 27 EDW _BLD_PMP03_CMD DO EDW BLDPMP03_STPCMD DO EDW BLD_PMP03_RST DO EDW BLD—PMP03 TEMPOI Al. EDW _BLD PMP03_TAH DI EDW _BLD_PMP03_TAHH Dl EDW BLD_PMP03_STP_CMD 1N DI EDW BLD PMP03 AUTO Dt EDW BLD_PMP03 VLV FTO Di EDW BLD PMP03_STS DI ED�k BLD_PMP03 VLV CLS DI EDW _EB_SS03 COMM DI ALT EB_SS03 VOLT ALM DI ALT EB SS03 SOFT CAT6 EDW BLDPMP04_CMD DO EDW _BLD_PMP04_STP CMD DO EDW BLD PMP04 RST DO EDW BLD PMP04 TEMPOI AT CITY OF FORT WOIt l'H Backup Powcr and Blcclrical Improvements aL Four Pump Stations CITY PRODUCT NUMBER: 103410-2 RTD Alarm EDW _EB_SS04 DIS RTD Trip EDW _EB_SS04 DIS E. Stop EDW _EB_SSO4_DIS Indication SCADA Enable EDW _EB_SSO4_DIS Check Valve EDW _EB_SSO4_D[S Failure Pump Run EDW EBSS04 DIS Valve Closed EDW EB_SS04 DIS SSRVS EDW EB_SSO4_DIS Common Trip SSRVS Voltage EDW _EB_SSO4_DIS Trip SSVRS Data EDW EBSSO4 SOFT Highway 409003-20 CONTROL NARRATIVES Page 20 of 27 EDW BLD_PMP04 TAH DI EDW _BLD_PMP04 TAHH DI EDW 13LD_PMP04 STP CMD M DI EDW BLD_ PMP04 AUTO DI EDW BLD PMP04 VLV FTO DI EDW _BLD_PMP04_STS DI EDW BLD_PNP04_VLV CLS DI EDW EB SSO4 COMM DI ALT EB SSO4 VOLT_ALM DI ALT_EB_SSO4_SOFT Pressure Suction Pressure EDW HDR PI0l PRESS EDW_HDR_P101—PRESS (Existing) Discharge EDW_1-fDR_PI02_PRESS EDW_HDR_PI02_PRESS Pressure (Existing) Intrusion CAT6 Al Al Pump Station EDW BLD_XE01_LNTR EDW_BLD_XE0l_INTR DI South Door Pump Station EDW BLD XE02 1NTR EDW BLD XE02 INTR DI North Room Door CITY OF PORT WORTH Backup Power and Electrical Improvements at P our Pump Stations CITY PROJECT NUMBER: 103410-2 Electrical Room EDW_EB_XE01_INTR Single Door Electrical Room EDW EB XE02 INTR Double Door Transfer Valve (Existing) Butterfly Valve EDW_VLV_ANL Position Valve Open EDW VLV DIS Valve Closed EDW _VLVDIS Valve Raise EDW VLV ANL _ Lower Valve Position EDW VLV ANL Control 409003-21 CONTROL NARRATIVES Page 21 of 27 ED W_EB_XE01_INTR EDWEB XE02 INTR EDW _VLVOI_POS EDWVLV01 OPN EDW_VLVO1 CLS EDW VLVOI STSI EDW VLVO1_POS_SP Venturi Flow Meter EDW_HDR_FI_FLOW EDW_HDR_FI_FLOW (Existing) Generator Fiber ED W_PLT_GEN FIB EDW PLT GEN FIB Communications DI DI Al DI DI At AO Al FIBER Common Alarin EDW EB SWBD DIS EDW EB SWBD COMM DI Utility Power Mode EDW_EB_SWBD_DIS EDW_EB_SWBD_UTIL_STA DI Utility Available EDW EB_SWBD_DIS EDW_EB_SWBD_UTIL_AVL DI Transfer Failure EDW EB SWBD DTS EDW EB SWBD TRAN FTL DT Generator Power EDW_EB_SWBD_DTS EDW_EB_SWBD_GEN_ STA DI Mode CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 Generator Available Switchboard ATO PLC Data Communications 40 90 03 - 22 CONTROL NARRATIVES Page 22 of27 EDW EB SWBD DIS EDW EB SWBD GEN AVL DI EDW EB SWBD SOFT EDW EB SWBD SOFT CAT6 2.06 COMO PUMP STATION (COM) A. GENERAL 1, Como Pump Stations modifications consists of the following: a. One (1) new standby generator and associated automatic transfer switch. b. New electrical building housing the new 480-volt MCC with a Power Quality Meter (PQM), two Variable Frequency Drives (VFD) and other associated electrical appurtenances. c. The existing Pump No.-1 is a driven by a 480-volt motor and is to be modified to utilize a new VFD and a new electrical valve actuator on the pump discharge. d. The existing pump No.-2 is to have a new 480-volt motor and VFD installed, with the existing discharge valve actuator. 2. Modifications to the existing control narrative a. The pump station control additions include modify the existing pumps No.-1 and No.-2 to utilize variable frequency drives, The existing database points are to be modified as shown within the plans. The requested pump speeds are to be set from the SCADA display with a minimum initial speed set point of 70 percent. Operations staff will have the ability to request a pump start and the VFD controls will accept the command and send a control signal to begin opening the electric actuated discharge valve. When the valve has opened passed the 10 percent open position and continues to open the pump motor will be called to start and ramp to the speed setpoint. c. When commanded to stop the VFD will send a close signal to the electric actuated valve and begin to ramp down to the minimum speed. When the valve is again at the 10 percent open position the VFD will stop the pump motor. d. When pump station power has failed and the generator has automatically started based an the ATS, operations will have the ability to start pumps No.-1 and No.-2. CITY OF FORT WOXfH Backup Power and Elcctrical Improvements at Four Pump Stations CITY PROJECT NUMBER; 103410-2 40 90 03 - 23 CONTROL NARRATIVES Page 23 of27 When normal power has returned the ATS is to remain in the generator position until the generator is commended to stop by operations staff. 2.07 COMO PUMP STATION 1/0 LIST CITY OF FORT WORTII Backup PDWer and FIcaticai Improvements at Four PwnP Stations CITY PROJECT NUMBER: 103410-2 40 90 03 - 24 CONTROL NARRATIVES Page 24 of27 DESCRIPTION WIRE TAG PLC TAG 1/0 TYPE ATS Normal Power COM_ATS—SWBD_DIS COM_ATS_SWBD_UTIL_STA DI Generator COM_ATS—SWBD_DIS COM_ATS_SWBD_GEN_ STA DI Power GENERATOR FIBER OPTIC COM_PLT_GEN_FIB Communications DISCONNECT FUSE OPEN REMOTE STOP RUNNING NOT IN AUTO HIGH WATER TEMP LOW OIL PRESSURE OVER SPEED BATTERY SYSTEM MALFUNCTION LOW FUEL ALARM FUEL LEVEL FAIL INTRUSION PUMP 1 COM_PLT_GEN_FIB COMS COM_GEN_CTRL_AVL DI COM_GEN_CTRL_STP_CMD DO COM_G EN_CTRL_STS DI COM_GEN_CTRL_AUTO DI. COM_GEN_CTRL_TAH DI COM_GEN_CTRL_PAL DI COM_GEN_CTRL_SAH DI COM_GEN_CTRL_JAH DI COM_GEN_CTRL_LAL DI COM_GEN—CTRL_LVL Al COM_GEN—CTRL—FAIL DI COM_GEN—CTRL—INTR DI CITY OF FORT WORTH Backup Power and Electrical ImprovemMItS at Four Pump Stations Cf1TYPROJECTNUMBER; 103410-2 DISCHARGE COM_VLV1_DIS VALVE IN REMOTE Valve Open COM VLV1_DIS Valve Closed COM_VLV1_DIS E, Stop COM_EB_VFD1_DIS Indication SCADA Stop COM_EB_VFD1_DIS SCADA Start COM_EB_VFD1_DIS Common Fail COM EB VFD1 DIS Speed Control COM_EB_VFD1—ANL Speed Indication COM_EB_VFD1_ANL PUMP 2 COM_EB_VLV1—AUT0 40 90 03 - 2S CONTROL. NARRATIVES Page 25 of27 L71 COM_VLV01_OPN DI COM VLV01_CLS DI COM_BLD_PMP01_STP_CMD_IN DI CO M_B LD_P M P01_STP_CM D COMB LD_P M P01_STR_CM D COM_BLD_PMP01_COMM CO M—B LD_P M P 1^SPD_CM D CO M—B LDWP M P1—SPD—I N D DISCHARGE COM_VLV2_DIS COM_EB_VLV2_AUT0 VALVE IN REMOTE Valve Open COM_VLV2_DIS COM_VLV02_OPN Valve Closed l COM_VLV2_DIS COM_VLV02_CLS E. Stop COM_EB_VFD2_DIS COM_BLD—PMP02^STP—CMD—IN Indication SCADA Stop COM_EB_VFD2_DIS COM_BLD_PMP02_STP_CMD SCADA Start COM_EB_VFD2_DIS COM_BLD_PMP02_STR_CMD 1 Common Fail 1111 COM_EB_VFD2_OIS COM_BLD_PMP02_COMM Speed Control COM_EB_VFD2_ANL COM_BLD_PMP2_SPD_CMD Speed Indication COM_EB_VFD2_ANL COM_BLD_PMP2_SPD_IND " * "These point via communications link and wire tag is not applicable. 2.08 EASTSIDE PUMP STATION (ESP) AO Al M IJD AO Al CITY OF FORT WORTH Backup Power and Electiical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 90 03 - 26 CONTROL NARRATrVES Page 26 of 27 A. GENERAL 1. Eastside Pump Stations modifications consists of - a. One (1) new standby generator and associated automatic transfer switch. 2. Modifications to the existing control narrative a. When pump station power has failed and the generator has automatically started based on the ATS, operations will have the ability to start pumps No.-1 and No.-2. When normal power has returned the ATS is to remain in the generator position until the generator is commended to stop by operations staff. 2.09 EASTSIDE PUMP STATION 1/0 LIST CITY OF PORT WORTH Backup Power and F,leetrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 409003-27 CONTROL NARRATIVES Page 27 of 27 DESCRIPTION WIRE TAG PLCTAG ATS Normal Power EPS_ATS_SWBD_DIS ESP_ATS_SWBD—UTII—STA Generator Power ESP_ATS_SWBD_DIS ESP—ATS_SWBD_GEN— STA GENERATOR FIBER OPTIC ESP_PLT_GEN—FIB ESP_PLT_GEN_FIB Communications DISCONNECT * ESP_GEN CTRL_AVL FUSE OPEN REMOTE STOP ESP GEN CTRL STP CMD RUNNING * ESP GEN CTRL STS NOT IN AUTO * ESP GEN CTRL AUTO HIGH WATER * ESP_GEN_CTRL_TAH TEMP LOW OIL * ESP yGEN CTRL_PAL PRESSURE OVER SPEED * ESP GEN CTRL SAH BATTERY SYSTEM * ESP_GEN y CTRL WJAH MALFUNCTION LOW FUEL * ESP GEN CTRL LAL ^ ALARM FUELLEVEL * ESP GEN CTRL LVL FAIL * ESP GEN CTRL FAIL INTRUSION * ESp GEN CTRL INTR " * "These point via communications link and wire tag is not applicable END OF SECTION 1/0 TYpE I COMS DO DI DI DI K I Al DI DI CITY OF FORT NORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 SECTION 40 9610.00 RADIO TOWERS PART1- GENERAL 1.1 WORK INCLUDED 40 96 10.00 - 1 RADIO TOWERS Page i of 4 A.Furnish labor, materials, equipment and incidentals to free standing and guyed radio tower heights as indicated on the drawings. Electrical work shall be in accordance with Section 26 00 00, "Electrical — General Provisions". 1. Acceptable Tower Manufacturers a. Rohn b. Trylon Super Titan Installation shall be done by qualified and experienced personnel regularly engaged in the installation of radio towers. 1.2 SUBMITTALS A.Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: 1. Complete description of all equipment, including catalogs, cuts and pertinent data. 2. Manufacturer of equipment. 3. Manufacturer's type. 4. Complete installation drawings on a per site basis. The drawings must show all of the necessary pieces, their part number corresponding to the number stamped on the piece itself and the connecting hardware sizes, weight of each vertical section of tower. 5. Complete foundation drawings showing anchor bolt placement and size signed by a Registered Professional Engineer in the State of Texas. 6. Radio Path Study Results a. The radio path study shall include a luminary page indicating the findings and recommendations. b. The radio path study shall include screen shots from the radio path software study. 1.3 STANDARDS A.The applicable provisions of the following standards apply as is written herein in their entirety. The most stringent requirement shall govern. American Institute of Steel Construction (AISC) Electronic Industries Association (EIA) Standard RS-222 Manual of Steel Construction Structural Standards for Antenna Towers and Antenna Supporting Structures American Welding Society (AWS) D1.1 Structural Welding Code FAA Advisory Circular #AC 70/7460 Obstruction Marking and Lighting National Electric Code (NEC) Tower Lighting Kits American Institute of Steel Construction Specification for Structural Joints (AISC) Using ASTM A325 or A490 Bolts FCC Federal Communications Connnission Rules and Regulations - Part 17 American Society for Testing and Materials (ASTM) for: CITY OF FORT WORTH Backup Power and Electrical Improvements at Four Pump Stations CITY PROJECT NUMBER: 103410 2 A-36, A-50, A441 and A572 A-53 A-123 A-153 B-695 A-3 85 A-307 A-325 1.4 DELIVERY AND STORAGE 409610.00-2 RADIO TOWERS Page 2 of 4 Structural Steel Welded and Seamless Steel Pipe Zinc (hot -dipped galvanized coatings on products fabricated from rolled, pressed, and forged steel shapes, plates, bars and strips) Zinc Coatings (hot -dip) on Iron and Steel Hardware Coatings of Zinc Mechanically Deposited on Iron and Steel (minimum thickness 0.0026") Zinc Coatings (hot -dip) on Assembled Steel Products Low -Carbon Steel Externally and Internally Threaded Standard Fasteners High Strength Steel Bolts A.Store materials according to manufacturer's instructions. PART2- PRODUCTS 2.1 GENERAL A.Towers shall be designed for t 10 MPH wind loading and 1/2" radial ice load. Towers shall be three legged triangular configuration. B. Self supporting towers shall be manufactured by Rohn model number 25G unless the self supporting height exceeds recommendations by the manufacturer based on load. A Trylon Super Titan tower shall be provided for heights exceeding recommendations by Rohn. C. Guyed towers shall not be allowed. D.Contractor may perform actual radio path studies to lower the tower heights required by contract but must perform an actual 900MHz path study using project specific radios. The results of the radio path study shall be submitted to the engineer for review prior to purchasing and installing a tower. 2.2 CONSTRUCTION A.AII fabrication, erection and identification of structural steel shall conform to RISC specifications. B. Under no circumstances shall "dissimilar metals" be used in contact with one another. C.Hot-dipped galvanizing of sections shall be inside and outside. D.Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedure". E. No field welding shall be permitted unless specifically approved in writing. CITY OF FORS' WORTH Backup Power and Electrical Improvements at four Pump Stations CITY PROJECT NUMBER: 103410-2 40 96 10.00 - 3 RAD10 TOWERS Page 3 of 4 F. All members shall be connected with galvanized structural bolts unless otherwise approved. G.The vendor shall provide bolts, nuts and lockwashers in a quantity in excess of the actual bolt count, for each size required for each tower site. Bolt Counry FErr-entage Excess Millinitlm I ECM. 0-200 5% 1 200-500 4% 10 500-000 3 % 20 1000 and over 2% 30 H.AII towers will be provided with the correct size and length of anchor bolts necessary to carry the anticipated tower loads. If the tower loads require more than one bolt per leg, they shall be shop welded into a cluster to eliminate the need for a template during field installation. 1. All threaded fasteners shall extend not less than 1-1/2 threads beyond nuts and locking devices. J. Towers may use approved step bolts. Anti -fall devices, meeting the requirements of ANSI 14.3 shall be provided with each tower over 50 feet high. K.The maximum allowable spacing of the horizontal step rungs will be 16 inches. The minimum diameter of the step rungs will be 33/4 inch. Runs will support a concentrated load of 250 pounds. The minimum allowable spacing of the side rails shall be 12 inches. L. All steel members and fasteners shall be galvanized (zinc coated) per standards in Section 2.0 of this specification. M. Under no circumstances shall any coating on any metal member or fastener be cathodic relative to the base material. N.Use "Devcon", or equivalent, zinc rich paint, or approved equal, to touch-up damaged galvanizing. Touch up may be done by either a spray or brush application. O. When required, tower structures shall be painted per FAA specification AC70/7460. P. All painting shall be performed in the shop using an acrylic latex paint specifically formulated for application to galvanized material. Q.Field painting shall be limited to touch-up of paint damaged during transportation and erection. Use the same paint as was used in the shop to touch-up damaged paint and provide the same protection as original shop painting. R.AII towers shall be supplied with a complete grounding system which conforms to the minimum requirements of ElA RS-222, Section 12, "Protective Grounding". S. Each tower with a height greater than 30 feet must be equipped with a Iightning rod fastened at the extreme top of the tower. T. A galvanized steel lightning rod, with minimum dimensions of 5/8 inch diameter by 4 feet long, shall be attached so as to extend a minimum of 18 inches above the highest point of the tower, including all attachments. U.AII grounding wire shall be not less than #6 bare copper, and connected by use of approved mechanical connectors. V.AII equipment mounted on the tower shall be effectively grounded. W. Towers shall come with steps specifically designed for climbing. X.Towers accessible to the public shall be surrounded by an 8' chain link fence topped with razor wire, or have anti -climbing cage around the bottom of the tower. Cf fY OF FORT WORTH Backup Power and Electrical improvements at Four Pump Stations CITY PROJECT NUMBER: 103410-2 40 96 10.00 - 4 RADIO TOWERS Page 4 of 4 Y.Tower shall come with manufacturer supplied cable kits. PART 3 - EXECUTION 3.1 INSTALLATION A.Any members which sustain damage shall be replaced at no expense to owner. B.Radio tower supplier shall provide a full-time field supervisor during installation. Contractor shall maintain a check of tower plumbness during all phases of the construction work. C.Plumbness shall be measured by means of a transit placed so that the sight elevation angles are less than 45 degrees. At least two sights shall be made for each check, oriented at right angles to each other and taken within the shortest practical time integral. At all times the tower shall be plumb within the tolerance specified in drawings. After completion of tower construction, with all joints tight, and all appurtenances installed, the contractor shall make a final check of tower plum bness in the manner prescribed above. D.Field modifications, including welding or burning of holes in members, is not acceptable. E, Set structural members accurately to Iines and elevations indicated on the erection drawings. Align and adjust the various members forming each tower bay before permanently fastening. END OF SECTION CITY OF PORT WORTII Backup Power and Electrical Impravements al Pour Pump Stations CITY PROJECT NUMBER: 103410-2 APPENDIX 1 ALAMES, PS GETCHNIL MEMORANDUM 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 TO: Charlie Erwin, PE tE OF ret, FROM: Mike Shiflett, PE � *F.........-r ......... M M SHIFLETT QC: Holly Saez, PE ;..................... ��II+Q •..<4 76 SUBJECT: Station No. 1, Altamesa Pump Station i� `XN�s PROJECT: FTW21473- Four Stations Backup Generators, 4320 Altamesa Blvd. 07/22/2022 City Project No. 103410 DATE: July 21, 2022 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144 1.00 PROJECT DESCRIPION www.freese.com The City of Fort Worth (COFW) is planning to add backup generators and electrical buildings to 4 existing pump stations in Fort Worth. This Geotechnical Memorandum No. 1(GM1) presents subsurface data and foundation design recommendations for Station 1, Altamesa Pump Station (PS) located at 4320 Altamesa Boulevard, Fort Worth. The backup generator project will include a generator pad that will be 18 ft by 36 feet, an electrical building that is 20 ft by 45 ft, and a concrete access road that extends from the existing driveway between the new generator and the electrical building. 1.01 PURPOSE AND SCOPE OF WORK The purpose of this GM1 is to provide foundation design recommendations for the generator pad and electrical building at the Altamesa PS. The scope of work included ® Drilling two exploratory core borings at the site ® Performing laboratory tests on recovered soil samples as appropriate ® Developing site specific foundation design recommendations. 2.00 FIELD EXPLORATION Subsurface core borings at the site were conducted on May 25, 2022. Total Depth Drilling performed the borings. Two borings were advanced to a depth of 25 feet. Boring locations B-2201 and B-2202 were located by referencing existing structures. Latitude and longitude of the bore locations were determined by hand-held GPS device and verified by Google Earth coordinates. The ground surface elevations were determined from surveyed topography being used by the design team. Table 1 presents ground surface and top of rock elevations at the two boring locations. 1 Station 1, Altamesa Pump Station Backup Generator and Electrical Building July 21, 2022 IFRIEIESE Table 1. Gore Boring Information B-2202 Generator Pad 822 822 1 Soil samples were obtained from the surficial soils. The rock was tested in place using the Texas Cone Penetrometer test. Attachment A contains two Boring Location Maps and a Vicinity Map, and Logs of borings are presented in Attachment B. 3.00 LABORATORY TESTING Representative samples of the soils were selected for testing in the laboratory. Beyond Engineering and Testing provided the laboratory testing, Soil classification tests have been performed. The results of the laboratory tests are presented upon the logs of borings in Attachment B. 4.00 SUBSURFACE CONDITIONS 4.01 GEOLOGY The Altamesa Pump Station site is located within a surface outcropping of the Grayson Marl and Main Street Limestone (undivided within the Geologic Atlas of Texas) geologic formation. The Grayson Marl is mostly marl, greenish gray to medium gray with some thin interbeds of limestone. The Main Street Limestone occurs in thick limestone beds, hard, and interbedded with thin marl beds. The borings encountered mostly limestone which has been interpreted to be the Main Street Limestone member of these (undivided) formations. The soils overlying the limestone at this site exist as a thin, surficial mantle of soil. The soil (including a thin surface of fill used forsite grading) is about 2 feet or less within the two borings. The soils are underlain by highly weathered to weathered limestone that is light yellow -brown to white in color. Within each of the two borings, and interbedded within the limestone, are clay layers. This material is hard as indicated by the field penetration tests. The clay can also be labeled as marl, which are the marl beds interbedded within the limestone as referenced in the preceding paragraph. 4.02 GROUNDWATER The two borings were drilled with continuous flight augers that permits direct observations of seepage or groundwater during drilling. At the time of drilling, seepage was noted in boring B-2201 at the 8-foot depth and seepage was not encountered in B-2202. The seepage noted is likely due to surface infiltration that has been conveyed in cracks or fissures of the weathered limestone. 0) Station 1. Altamesa Pump Station Backup Generator and Electrical Building July 21, 2022 r FREESE 5.00 ANALYSIS AND RECOMMENDATIONS 5.01 FOUNDATIONS Both the generator pad and the electrical building can be slab -on -grade foundation systems at this site due to the shallow rock. Table 1 in the previous section shows the elevation of the top of limestone in each boring. The finished floor elevations of the generator pad and electrical building will be near or slightly above the existing site grades, It is recommended that the existing shallow, surface soils be removed to expose the underlying weathered limestone. Non -expansive, compacted select fill can then be placed within the building area and about 3 to 5 feet beyond the building lines. The floor system will then be supported upon the select fill. Grade beams should be extended through the select fill and be supported upon or within the limestone. Loose or fractured surfaces of limestone that are exposed when the soil is removed should be removed to expose a competent, uniform rock surface for support of the beams. Keying the grade beams 6 inches into competent rock would be more positive than simply founding the beams upon the rock, although from a bearing capacity perspective, either approach will provide sufficient support to the anticipated loads. The grade beams should be uniformly supported; that is, do not support a portion of the grade beam in fill and another portion in rock. Grade beams supported slightly within competent rock can be sized using a net allowable unit foundation load of 3,500 psf, factor of safety of 3 or more. The non -expansive select fill can consist of crushed limestone base material, or non -expansive select fill soil as summarized below: Crushed Limestone Base Material —TXDOT Item 247, Flexible Base, Grade 1-2, Type A. Compact in maximum lifts of 6 inches to 95% or greater of maximum dry density at a moisture content of -2 to +1% of optimum moisture when compared to Standard Proctor, ASTM D698. Or, Similar to FNI Class 4 Earth Fill. Soils which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35, a plasticity index of a minimum of 8 and a maximum of 15, maximum passing No. 200-mesh sieve of 70%, which are free of organic materials. Compact in maximum lifts of 6 inches to 95% or greater maximum dry density at a moisture content of -2 to +3% of optimum moisture when compared to Standard Proctor, ASTM D698. By viewing the plan sheet, Existing Site Plan and Control Points for Altamesa Pump Station, boring B-2202 was drilled near the toe of slope that has a slope height of about 5 feet. If there is room on the site for the generator pad to be located so that the existing slope does not need to be cut resulting in a section of the slope to be steeper than currently exists, the slope maintenance and erosion protection will be less impacted. Station 1. Altamesa Pump Station Backup Generator and Electrical Building I y + r July 21, 2022 5.02 DUCT BANK Several duct banks will be constructed underlying the electrical building. Generally, these duct banks are ground supported about 3 feet below finished floor elevation, Depending upon the final grades and finished floor elevation, the 3-foot depth could require excavating a portion of the weathered limestone. Proper bedding material should be placed between the limestone and the duct bank using a standard plan detail for the bedding and support. If there is anything unusual or different about the duct bank placement and the site limestone, please contact us if additional information is needed. 5.03 PAVEMENT A concrete driveway or access road will be constructed to provide access to the generator and electrical building, It is recommended that the concrete pavement be placed upon 6 inches of crushed limestone base material which will provide a non -pumping subbase for the concrete pavement. Site grading may require some minor grade adjustments. If fill is required, it should be compacted using the compaction recommendations for Class 4 Earth Fill previously given. Additionally, the soil subgrade beneath the subbase material should also be compacted like the Class 4 Earth Fill. If site grades remove all the surficial soil and expose the underlying limestone, the pavement subbase material may be placed and compacted directly upon the exposed limestone after any loose limestone has been removed or replaced. The crushed limestone (non -pumping subbase) should be TxDDT Item 247, Grade 1-2, Type A, compacted to 95 to 100 percent of Modified Proctor (ASTM D1557) density at a moisture content of -2 to +2 percent of optimum. The supporting subgrade should be 6 inches of soil compacted to 95 percent or greater of Standard Proctor (ASTM D698) density at a moisture content of -2 to +3 percent of optimum. A minimum section of concrete of 6 inches for the pavement is recommended. If heavy truck loads or equipment will be using this drive section for construction or servicing the generator or electrical building, the pavement section should be increased. 6.00 SEISMIC CLASS The project site class is Site Class C in accordance with Chapter 20 of ASCE 7. Even though the site has shallow rock, Site Class C is a conservative design class and is selected due to the highly weathered rock at shallow depths. 7.00 LIMITATIONS This GM1 was prepared specifically for use by the City of Fort Worth and Freese and Nichols for the Altamesa Pump Station Electrical Building and Generator Pad project and shall not be used for other projects or purposes 4 Station 1. Altamesa Pump Station Backup Generator and Electrical Building July 21, 2022 FREESE gammas NICHOLS1 This report has been prepared in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc. makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The borings in this Geotechnical Memorandum contain information related to the types of soil and rock encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. It is not warranted that these logs are representative of subsurface conditions at other locations and times. Attachments A Vicinity Map and Boring Location Maps B Logs of Borings B-2201, B-2202, Boring Log Legend & Nomenclature 5 Station 1. Altamesa Pump Station Backup Generator and Electrical Building July 21, 2022 FRElE E ATTACHMENT A VICINITY MAP AND BORING LOCATION MAPS - 3 PAGES 'imnbrook BJvd (-I L: -i e 1-lillwo Ra Q < L 5 01 liter.j 183 dr, j6 PeriD Av.F! 4Z, VV Boll Sl Y BEN aIROW C AlLurR D 2 P, Seminary 0, V —g2o Q FO z - Is Cst 1. .: , i % fu Fj 41 In 0 Lln I R�i Jl)end Rci �11- Bllfj!�2db Rd < w 'Y sk km do(106- -P V, CL -43 COT 1. <j cl Va ri J1 ij fj IL'.r Won I , I = . f 41% 03: bV f��7 1110 LC Oa 13 P -Tuk Z nj by 01 Co. Jcv- - .. Q wallor m iuri 8lyd i Ave Rd AID Gtt fRez F)Ry Dr 0 Y S fb P.? FTJ 41 01 �3. fproTirew LoCa fion EDG ECL IF F V.1 LLAGF W YI 4111113ky-Lagzi al.,.rd V I r Dr, ?�- -- - - �?% Es -Lr FORT WORT ;L fly O 'U 1i r ofww! > :0 fL4qd;13b L6 br Sycarnoi-o 'Subool Rd t 4;� Fj- 6% LL Ifil L m A G ff i',-rmF;0d(M Jr Fir 4� Brida�waath Dr -iftW!DA4 s Tr I -w -2 ColurkL)uki Tr! COU1 �wk Piry Cr Cir U Ilk: 69 cu St %rlfl Ln' D r :d 0 Lr b uAN Rlsia%jer Rd T.Ovq] 4V R13idjol-Rci ,U �f rL Ard�.-nv,�qm)tl Dr Gioluui Hnm -n A1'rjj,.- 1-019 D.2 t. 7. Ro 0. T N (;rf)Mew 01131KIN16 Rd 0 II On 80-w(j Clark Rd I�F-01131d Dr :5 i. 0 4,000I116000 mm C 1141C Dri Feet' L CIKCFW �ae no City of Fort Worth FTW2147.1 MMEESE N ME ALTAMESA VIG -NICHOLS W+ Altamesa, P.S. Backup Generators DATE ' _I , — 0 2 E 513112022 N1 Cherry St, SOW 2800 MALE 1 Fort Worth, TX 78102-6800 .S lfi L T3S - 7300 S Vicinity Map — " FIGURE oanEreo Mike Shifigil Z. Z , ;, . Crossley Legend Boring Locations O* • • NAME LATITUDE LONGITUDE B-2201 32.652088-97.387409 INS w B-2202 32.652233-97.387262 Z, r 8-2202 •+ ► ~ JP Ifernnge 01V a � _ IL 0, F r � E5 4 . w m UP f 0 2550 500 Feet raFREESE N City of Fort Worth oN,CH®LS Altamesa, P.S. Backup Generators WEB — 891 28C4 Location g Fora WD BI )739-1300 00 S Boring Location Map PhunD , 917I 735-71tl0 J PILE N-TAMFSA_BLM Dare 5/3112022 2 $GALE 1,2 50 CM—. FIGURE Mika Sled DRAFTED 7. Crossley Cif R — — WEDGEWOOD ADDITION VOLUME 388-39, PAGE 36 P.R.T.C.T. CPN 103410 REVISIONS I ND. A DESCRIPTION RATE LOT 1, BLOCK 1 Il 1 A ALTA MESA PUMP STATION ADDITION 3 Q CABINET A, SLIDE 9636 INSTH D204332235 P.R.T.C.T. CONSTRUCTION NOTLS rxus�jirh"7 exRevl � r� F - - 923.. - - - - - - - - -- - - 821 822-— Cry �, "r�`T <,uex m wivvai�t - - LOT 2, BLOCK 1 ALTA MESA PUMP STATION ADDITION CABINET A, SLIDE 9636 INST# D204332235 P.R.T.C.T. 1 ar�,M ^ewhX� \ rly.=ruwnvl 8�Q If_ x.e�imlial 8-2202'i ' I ALTAMESA rant Wm 1TlVM s0. TaatlFDg9l l \ O.Q.. wu_ ra:.wir B-2201 }ro"��1 uu,ssv , 2wuuE� TI it uorcw,u ` pp �_ l ,- �• ��;• a» {lJ G - -_ __ -- , .--—------------------� - `�"A°.&"'t,„ _ .`- i �� 55 R �2s L ,`owrrlTu- _. _ _ _ --vti v, ��Ea J �ry0 rnsux_ ' ,ro N P tb� N C I�2 M h 9 O � v �oN i N � � z a E Z SUH� aLLa FTW21473 Plot ate; 5/3(2O72455 PM Plot Sy; D8094 Tllename: Nt\WTU\Dmwtng5\FTW21473 Backup Generators\ALTAMESA\CV-ALL-PL CTRL.dwg CONTROL POINT TABLE 'DINT NORTHING EASTING ELEVATION T-1 69219D0.48 2311027.54 825.46 T-2 6921931.66 2-310590.33 819.24 T-3 6922224.78 2310590.11 921.20 T-4 6922130.32 2310900.08 826.82 ALTA MESA BLVD S3i1 ALfAMe{A 9LYD a,V Dr ruRTWDRTx YDtDIAEP3G60, PrWE52l BENCHMARK TABLE RIGHT.OF,WAY DEDICATION BM BENCHMARK NUMBER NORTHING FASTING ELEVATION DESCRIPTION NO. 1 6921875.87 2310972.64 824,04 BM SET BORING LOCATION MAP NOTE: 1. CONTRACrORSHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESSOTHERWISE NOTED. 2. THE CONTRACTOR SHALLCONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T (817) 338-6202 FORT WORTH WATER DEPT.-FIELD OPERATIONS (817) 392-8296 FORT WORTHT&PW (817) 392-9100 ATMOS ENERGY (469) 299-7613 DNCOR ELECTRIC ,(817) 215-6688 TIME WARNER (214) 320-7406 CHARTER COMM. (817) 29&-3632 AL -OTHER FACILITIES 1-800•DIG-TESS 3. CONTRACTOR SHALL PROTECT ALL EXISTING WATER SERVICES, WHETHER OR NOT THEYARE INDICATED ON THE PLANS. 4. CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHEHEROR NOT THEY ARE INDICATED ON THE PLANS, S. PROTECT EXISTING MAILBOXES. NOT FOR CONSTRUCTION T14I5 DOCUMENT IS RELEASED MR THE PURPOSE Of INTERIM RENEW UNDER THE AUTHORIIYOF! CHARLES H. ERWIN P.E. TEYASNO:LE88g2 ONDATES(%fi➢22 IT ISNOTTOBE USED FOR CONSTRUCTION, DIDDINGOR PERMIT PURPOSES, Frm and Nichols.Inc. T.., Heaistered Engineering Firm F-7144 FREESE NICHOLS 801 Cherry Street, Suite 2800 Fart Worth, Teltas 76162 Phone - Ot7) 135-7300 Web - www,Freese.com HORIZONTAL & VERTICAL CONTROL CITY PROIECT H CPN 103410 RR MAPSCOR ## CITY OF FORT WORTH, TEXAS WATER DEPARTMENT FOUR STATIONS BACKUP GENERATORS TCEQ EMERGENCY PREP AND S133 SUPPORT CIVIL STATION 1- ALTAMESA PUMP STATION EXISTING SITE PLAN AND CONTROL POINTS DESIGNED: ❑L FULLSIZE DATE: SHEET 60% SUBMITTAL I DRAWN: At AS NOTED APRIL 2021 c-1 C4 0 M4 C/] Cl) CQ ai U W W W a I4 L) H Station 1. Altamesa Pump Station Backup Generator and Electrical Building July 21, 2022 FREESE ATTACHMENT B LOGS OF BORINGS - B-2201 AND BB-2202 - 2 PAGES BORING LOG LEGEND & NOMENCLATURE - 2 PAGES ffi.00,%FR���� LOG OF BORING NO. B-2201 Project Description: Backup Generator Altamesa PS Project Location: FortWorth,TX Project No.: FTW21473 Date Drilling Started: 5/25/2022 Phase Ncl *** Logged By: D. Rohmer Drilling Ca: Total Depth Date Drilling Completed: 5/25/2022 Rig Type: CME 55 HammerType: Automatic Drill Method: CFA Latitude: 32.652088 Longitude:-97.387409 Elevation: 820.5 ft. SAMPLE a 6 w > ^ ' LU J Z Z w a DESCRIPTION an2�MATERIAL LU z `� oW a Za o °C a !w ° 0b; a mFo z D u-1 4.5+{P) 58 ! CLAY, brown (Fill) 0.2518203 SPT-2 503 1 50" 50/0.50" 5 TCP 50/0.25" 50/1" 1p TCp 50/0.50" 15 TCP 50/4.5" 50/1" 20 SPT- 3 16-27-35 (62) SPT-4 17-28-35 (63) 25 LEAN CLAY, yellow -brown to light yellow -brown, hard, moist LIMESTONE, white, hard, weathered to 1.2�aaas highly weathered FAT CLAY, gray, hard, marly 12/808.5 LIMESTONE, gray, hard to soft, 14/80s5 weathered FAT CLAY, dark brown, hard, moist, marly VIS03.5 and slightly fissile Total boring depth 25.0 ft. — 816 — 811 —806 — 801 796 GROUND WATER OBSERVATIONS Remarks: Boring advanced with continuous flight auger. Back(illed upon MEASUREMENT -V At Time Of Drilling T_ At End of Drilling NE Alter Drilling completion. DATE DEPTH (R.bgs.) e 23 NOTES The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 f FREEST 9LOG OF BORING NO. 13-ZZUZ �lO��i1® Project Description: Backup Generator Altamesa PS Project Location: Fort Worth, TX Date Drilling Started: 5/25/2022 Logged By: D, Rohmer Rig Type: CME55 Latitude: 32.652233 SAMPLE M Z UJ a O a i~ Z24 D m= a p oWe Mw SPT-1 15-31-26 (57) 5 501V TJ 50/1,25" 50/0.75" 10 TCP 50/0,25" 15 50 /2.25" �TCP,r 5010.25" A-2 sPT-3 12-26-48 20- (74) SPT-4 18-30- 25 _ 50/5.75" Drilling Co.: Total Depth Hammer Type: Automatic Longitude:-97.387262 MATERIAL DESCRIPTION LEAN CLAY, light yellow -brown to white, hard, dry LIMESTONE, light yellow -brown to white, 2/820.0 hard, weathered to highly weathered Project No,: FTW21473 Phase No.: *** Date Drilling Completed. 5/25/2022 Drill Method: CFA Elevation: 822.0 ft. x F- ¢ a ;Aa Z a liJ H 0 '--� 3 �N a W u G. 1- ow Q O a W 0 � � � v� a z a z a ",� a 3 z 31 33 16 17 LIMESTONE, gray, hard, weathered 11/805.0 FAT CLAY, dark brown, hard, moist, marly 191903.0 and slightly fissile 100 61 21 40 Total boring depth 25.0 ft, — 817 -:31z — 807 — 802 797 GROUND WATER OBSERVATIONS Remarks: I MEASUREMENT g Boring advanced with continuous flight auger. packfifled upon At Time Of Drilline T At End of Drilling _T Alter Drilling j compjetion. DATE DEPTH (Il.bgs.) NOTES None I The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 BORING LOG LEGEND AND NOMENCLATURE U — Undisturbed Sample (tube) A —Auger Sample CS —Continuous Sample C — Rock Core phbrEviations __ SPT — Standard Penetration Test TCP—Texas Cone Penetration CFA — Continuous Flight Auger HSA — Hollow Stem Auger NT— Not Testable NP —Non Plastic ATD —At Time of Drilling AD —After Drilling �larblT�r Term Description Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a �) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Clijal Ofcohla5Il Sail Description Comp. Strength, tsf SPT Blows TCP Blows Criteria Very Soft < 0.25 0-2 0-8 Sample sags under its own weight and is easily deformed Soft >_ 0.25 — < 0.5 > 2 — 4 > 8 — 20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff Z 0.5—< 1.0 > 4— 8 NIA for TOOT Imprinted easily with fingers and remolded with firm finger pressure Stiff >_ 1.0— < 2.0 > 8 —15 >20 —40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff 2 2.0—< 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indentwith fingernail Hard ? 4.0 > 30 >80 Difficult to indent with fingernail RPparim nt Density of Cnhesiarl Sol Description SPT Blow Count Texas Cone Blow Count Very Loose 0-4 0-8 Loose >4-10 >8-20 Medium Dense > 10-30 > 20to 80 Dense > 30 — 50 80 to >_ 5" Very Dense > 50 0" to < 5" 5o11 Slril Description Criteria Stratified Alternating layers of varying material/color with layers>-1/4-inch thick Laminated Alternating layers of varying material/color with layers < 1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy; shows movement direction Blocky Cohesive soil that can be broken into small, angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout maistore Condition Description Criteria Dry Absence of moisture, dusty, dry to the touch Moist Damp but no visible water Wet Visible free water T,-xtul Ad)eil Textural Item Description ' Pit Pinhole sized openings Vug Small openings up to 4 inches in size Cavity Opening larger than 4 inches Honeycomb Numerous and grouped pits and vugs Vesicle Small openings in volcanic rocks =FREESE <Ij,,,Ho ns Page 1 of 2 Copyright Freese and Nichols, Inc., Version 1.4 [September 8, 20141 BODING LOG LEGEND AND NOMENCLATURE Flock Hordness descriptors Approx. Comp. Approx. Grade Field Test Strength, tsf TCP Range Very Soft < 10 -100 >6" Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard 500 -1000 1" - 5" Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer Very Hard 1000 - 2000 0" - 2" Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0" Specimen requires many blows of geological hammer to fracture it 6f Roek-werathi!rl". Description Criteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10% volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock-Ilke texture Rock BoddInK 5trueture* Description Criteria Laminated <3/8 inch Very Thinly Bedded 3/8-1 inch Thinly Bedded 1 inch-4 inches Moderately Bedded 4 inches-1 foot Thickly Bedded 1 foot-3 feet Very Thickly Bedded 3--10 feet Massive > 10 feet W 504 Caiumn Graphic symbnLx' Graphic Represented Soh Types Graphic Represented Soil Types ®MZ�m'Wv Fat Clay, Fat Clay with sand, Sandy Fat Clay Well•Graded Sand or Poorly -Graded Sand; little to nvfines ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay Clayey Gravel, Gravel Sand -Clay Mixtures ® Inorganic Silt and Organic Silt o o Silty Gravel, Gravel -Sand -Silt Mixtures Clayey Sand, Clay -Sand Mixtures �p Well -Graded Gravel or Poorly -Graded Gravel; little to no fines Silty Sands, Sand -Silt Mixtures Fill with Significant Debris or Deleterious Material Rock Column Graphic Symbols• Graphic Represented Rock Types Graphic Represented Rock Types Ila Limestone, Shaly/Marly Limestone, Limestone with Shale ® Marl, Marl with Limestone, Marl with Shale aShale, Shale with Limestone Sandstone, Shaly Sandstone, Sandstone with Shale g3;'- Mudstone Generic Bedrock Symbol * Combined graphics may be used for dual classifications. Not all graphics represented. Refer to lithology description For soil classification or rock type. ��� Page 2 of 2 E Copyright Freese and Nichols, Inc„ Verslon 1.4 iseptQmbw S, 20111 61L APPENDIX ALTAMESA F S RECORD DRAWINGS MIC HAE L MO NC RIFF MAYOR CHARLES R. BOSWELL CITY MANAGER ROBERT GOODE, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S. FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT A. DOUGLAS RADEMAKER DIRECTOR, DEPARTMENT! OF ENGINEERING e .e 0 Id Oa eeaa llslppa............. CHRIS P. HARDER as eee pa4 ee e61s all e;001i1pa .855470 Chris P. Harder, P.E. Project Engineer Date THE CITY OF FORT WORTH., TEXAS WATER DEPARTMENT ALTA MESA PUMP STATION IMPROVEMENT PROJECT CAPITAL PROJECT NUMBER 00355 N 267 35 K:IIER sn W E A+ 287 CTI uE gLU>r t.FL'ut A �+ WATAUEA 26 EnnS SAGIAW, } SEDFORD + 1 RICH -AND + PARK SET FN AmMaTI , 'u DAL-wCA FtltdW)a R>av OOK 20 �, GArtpEhtS 37 0 Ing$-:0Alj 35 2a Alta Mesa Pump Station FORT WORTH PROJECT LOCATION MAP PREPARED BY ' 4 Maebell ro , P-E-, Assistant Director, Welter l Tepaent ChadY � An adicheril Assistant Director later Department P FORT WORTH WATER DEPARTMENT JUMP 2006 �7ate .Date 0 Q a S rh ONE LINE OR PLAN DESCRIPTION CONTROL DIAGRAM lk 81 CS _,.- MMEEDIUM VOLTAGE DRAWOUT TYPE POWERCIRCUIT EAKER Y` CS -CONTROL SNITCH OMaMED CASE LOW VOLTAI! CUIT TF� REANCE R, 3�POLE UNLESS OTHERWISEAIR NOTED. COMBINATION MOTOR DRCRT PROTELTOR AND 3 MADNEAO MOTOR STARTER. FULL VOLTAGE L NON-14EVMSINO UNl ccc OTHERYASE NOTED: HE FULL VOLTAGE REVERSING ^Y-'31F RTRlR-REDUCED VOLTAGE NOR-REVEIMNG 2511U-TNO SPEfo, ONE WRNgING 2S2W-TNT SPEED, TWD YAHNN's f �--{� L--,L L--,I NON-FUSIM.E DISCONNECT ClI TPJL 600 VOLT, 3 POLE (. AMPERE RATING NOTED IF OTHER THAN 30A I pp�� ��pp �1 FAU PEKE RAV NONRI NP AIIE ABMMOT9 PDIF. *AMPERE RATING NOTED IF DINER THAN 30A • ♦ FUSE RATING EXAMPLE 16 -y I-1- \` Y VACUUM CONTROLLER P MOM STAITIM 1M14 THERMAL OVERLOAD .... HANUA� - r ii:wi,.AT25 Wniri PiwT uQfl '2- INDICATES TWO PO.£ �C >}-• -- DRAWOUT TYPE EMPMENT CR DEVICE --p — NOUN VOLTAGE CABLE TO MINATON ----e MEDIUM VOLTAGE AIR INTERRUPTER SWITCH �-L�- MEDIUM VVLTAOE FUSED AIR INTERRUE TER SMITH ( H}-- --- MED1uM VMTA6E FUSED MOTOR CONTROLLER :CCV' G TRAK ORMIR RATINGS NNO CONNECTIONS AS INDIO. TO 120 208Y 3o xY UNLESS DTF1 WA K OL THE SENILE UNE OIAGRAM9 ALL DRY TRAMSFORIAEA6 SERNCING K-"` T❑ ADMINI,y5{�TR1R(AF�7IVE AHOU FL"A1BORA70PRY SPACES SNALL �SFUlL L.IAAI n RANSFORl1 RpRAYEAA K REDiVLDRY � ISOLATION TRANSFORMk3t6 STWI. HAVE A x-20 RATING 70 5 CURRENT TRANSFORMER * QUANTITY A - PRIMARY AMPERES V TO 20 POTENTIAL TRANSFORMER — *QUANTITY Y - PRIMARY VOLTAGE 0 o C NERAiOR, RATINGS AND CONNECTIONS AS NOTED AEI AUTOMATIC TRANSFER SETCH ND.1 (AIS-1) �\ 'N' INDICATES NORMAL SOURCE ^ \ S w INDICATES STANDBY SOURCE JT 100A INDICATES CONTINUOUS CURRENT RATING VARIABLE SPEED DRIVE CONIROUSR O ADA- D.C. DRIVE CONTROLLER SCR., SIUCON CONTROLLED RECTIFIER VFD- VARIABLE FRBQRIENCY DRIVE R(W I ` .i UNIT NEATER - ELECTRIC HEATING COIL AND FAN FmI HEANE - STEAM OR IWATER HEAT1Np CGL ANO — �-- MOSED CONDUIT — ----- HODEN/DUAIED CONDUIT ---- CORMT TURNED UP — 0— CONDUIT TURNED UP D6/06 MC ISSUE FOR BIT} REV. DATE DRUM REMARKS 140. ONE LINE OR ' PLAN DESCRIPTION CONTROL. DIAGRAM \J O MOTOR. NUMERAL INDICATES HORSTYOTIEH vs TEA — VOLIMEM WITH SNP". 3 PHASE AS AM AMMETER WITH SWITCH, 3 PHASE METER wu - WATT METER MHO -TIATTHWR METER WHOM DEMAND METER IX W HOR-WATTHOUR p�E DER PF - pOMLR FAOT�R W FIT - RUNNING nM M TRANSDUCER WA - WMPTTFW4'SI111NGER RELAY, ND, AS INDICATED 25 - SYNCHRONISM CHECK RELAY 27 - UNOERVOLTAGE RELAY O+ M 4 PROTECTIVE - L� RELAY At IS - RE IERSE PPHHASE/P� BALANCE/C RRENT AY 47 - PHASE SEQUENCE VOLTAGE Y aD - MACHINE CR TRAN ER �nM�nN1,1, RELAY 50 INSTANTANEOUS OVER C1RR - ri.nY 500-1NSTANTANECUS WPM 511 - TIME OVER CURAMNT RETRY SIC -TIME OVERWflRRFcEtHnT Y, GROUNDING aIWE OVER _ &IN -TIME OVER CURRENT RELAY, RESIDUAL TYPE 61V -TINE OVFIt CURRENT RELAY WITH VOLTAGE go-NVE SEQUENCE VOLTAGE RELAY 82 — 7p1yM�E DEHAY BELLY IN - AC ODtEC AA o1 R CURRENT REUIY 03 - AgrAwc SELEcDVE CONTROL CR TRMISFER - LO =701 UT RELAY i TnAL PROTECTIVE B7 - ULAY B - SUFFIX CNGICATES 'BUS' G - 93EFTR1�xE WbICATE3 'GQIMtATCR' GF - [iRWNO FAULT TT- FF x IN GATES -RA115FORMER' x '.ATILT - SUFF1R WOCATES l + SPECIAL CAPACITOR �Pf - P051fR FA6T�OR�CdRRECTION CAPACTDR ❑� ENYARY CONTACT. SPRING RETURN, NNORPMADLU.M651EADOM ❑PUSH � RUM MMMVARY CONTACT. SPZMO RETURN, NORMALLY OPk9 EE h OR EMERGENCY .OPR(lil NNNNECOFWITH RNTAMMOI-ROCi START STOP O""' � MART STOP PN BU IX. STATION (MOMENTARY CON AC'T) "L DEMO LOGCOIY TYPE STOP START PBM SrART-STOP PUSH BUTTON CONTROL STATION t V MAINTA>NED rJ3NTAGT V41H LOC ROUT DEVICE N STOP S%6 OFF ON L-.J53 OFT/TIN sIaECTcre swiTrH OR � [j]LR LOCALJREMOTE SELECTOR SWATCH B 3 POSETECE SELECTOR SWITCH, MAINTAINED CONTACT CAE O-OPER X-CLOSED yy��ppOD��FF ��7777 POSIDON CONTACT CRTACT CCTITACT I A X O 0 a 0 D 0 I (ORx) V C O 0 X t *NAMEPLHOA ATE (A/S/C) NOR -HANDAND/U ore R- RAISE /� WER TOA �-TEST /AiETO DasOr+�D sY� omwN gr: L$ MAC GA, I Af Ml tuN'D er: VKG Gupta & Assariates, Inc. nwwl as�lw �00 AaPRqutd IVY: VKC crosuN,hgw4"a+A19 n1: nz�ssmsl F¢9]SJ90.1f2S DAtE. JUNE 2006 ONE LINE OR PLAN 4EsORipmoN CONTROL DL49PM MOTOR STARTER COIL. NUMBER AS IHDCATED \% CONTROL RELAY CDCL. NUMBER AS INDICATED PILOT UGHT. COLON AS MOM a OWN W - A - AMWHRAtITE OR PILOT PUSH -TO -TEST 1Y& COLOR AS NOTED AT ALL LLIGHT. YPR 6lIPPUEO PP�AIn1EI.S) A IRED —i} TIME MAY RELAY TD RANGE AS NOTED .�- "DINT AS NOTED TDD-TIME DELAY AFTER M-CNEROZATION-OFF DELAY TIDE TIME DELAY ASTER ENFRSIZA1164-014 DELAY NNOTC-®MALLY OPEN, TIMED CLOSHO WHEN ENERC p_ ALLY CLOSED. TIMM OPENING MEN EMRCNFRGIN Q_ NOTO-NORMALLY OPEN, TWO OPENING W4M DE -ENERGIZED �. NRO OORNY CLOSED. TEMM CLOSTNQ WHEN UED y'- N READ INSTRUMENT, TAG NO. AS INDICATED '-- - M - W CCATES INSRiV11ENT TYPE DEFINED ON [/ - INDICATES LOOP HQ UMID LEVSL (FLOAT) SWITCH NORMALLY OPEN. OLD= ON RISING LEVEL LS NORMALLY clmmf OPENS 00 RISING UNU PREMRE OR VACUUM SNITCH �� PS NORMALLY OPEN. CLOSES GN RISING PRESSURE OR NORMALLY OPEN. CASES ON DROPPING PRESSURE PS --o'ro-- NORMALLY CLOSED. OPEN$ GIN "NO PRESSURE NORMALLY CAUSED. OPENS DH DROPPING PRESSURE TEMPERATURE 6VMTCH OR THERLEOSTAT NORMALLY OPEN, OLOSEa ON RISING TEMPERAIV14! p� $ OR lJ NORMALLY OPEN, OASES ON DROPPING TEMP, NORMALLY O,OSEM, WENS ON RISING TELIPfRATURF .-.-p.. - C�• NORMALLY CLOED. OPENS ON OROPPMD TEMP. E ..-1- 3 FLOW SWATCH (TOR. WATER, ETC) OR NORMALLY OPEN. CLOSES ON INCREASED FLOW FS NORMALLY CLOSED, OPENS ON INCAEASFLI PLC% B POSITION (UNIT) SNMTCH NORMALLY OPEN C'.A —OCR NORMALLY OPEN - HELD CLOSED NORMALLY GLMD _1r_ •. NORMALLY CLOSED - HELD DP434 TQ TORQUE SWITCH DR NOrR401' Y CLOSED, OPENS 04 WON TORQUE Mtft CONTROL �EMMAATIC SYYMMBOOLLS TP K YNCT TINS PHYSICAL LOCATION OF THE 13MVE P REPRESENTS UD 7� 017MCE ACE i TRE ONE LINE OR CONTROL DIAGRAM r I l L _ L -aA 30A FORT'WORTH my Rap powwoRTH WATERME PUMP STATION IMPROVEMENTS PLAN DESCRIPTION ABBREVIATIONS AC ALTERNATING CURRENT CONTINUED BLLOW LEFT — cm U,TGR6 pORR Pulls AFF ABOVE PINTSHED FLOOR MTC MOUNTING CROs51x0 PAINS BU NOT CONNEC70 AG DROVE GR:AE MID MOUNTED ALUM ALUMINUM MTS MANUAL TRANSFER SWITCH +du ELECMC"Y AMP/A AMPERE MV MEDIUM VOLTAGE (V 1000) — Gat+NE ATS AUTOMATIC TRANSFER SNITCH NC NORMALLY CLOSED AUTO AUTOMATIC NO NORMALLY OPEN OR NUMBER — INBICA'I)gTU11T5 dFNO FIFO AUX AUXILIARY NTS NOT TO SCALE ENa E O�IA AWG AMERICAN WERE GAUGE OL OVERLOAD C CONDUIT CLX OVERLOAD CONTROL RELAY CB CIRCUIT BEAX RER IRS PUSH BUTTON UGHTN{NG ARRESTER�T CIRCUIT PCC PUMP CONTROL CONSOLE CLF CURRENT LIMITING FUSE FIR PHASE FAILURE RELAY 0 GROUND OR GROUND ROD CPT CPT CONTROL POWER TRANSFORMER PHASE GROUND GROUND Add WELL CR CONTROL RELAY PMU PRIMARY METERING UNIT CS CONTROL SNITCH PR PAIR CT CURRENT TRANSFORMER PT POTENTIAL TRANSFORMER — FUSE, AMPERE RATING AS NOTED CU COPPER PTT PUSH TO TEST TYPE DC DIRECT CURRENT PVC POLYVINYL CHLORIDE N17R STRIP HEATER OR NEARHC ELEMEAIT III DOOR INTERLOCK QTY QUANTITY DN DOWN RCP RELAY CONTROL PANEL DWG PRALWNG SC SURGE CAPACITOR EWH ELECTRICAL HAND HOLE SCN SCHIPUMATIC ,--.. INDUCTOR EO EMPTY CONDUIT SEC SECONDS OR SECONDARY ELEC ELECTRICAL SH SHIEW.CED OR SHEET TACHOMETER GENERATOR FIEV ELEVATION SHT SHEET ETA EMERGENCY QN MR In NnITRAI, EMH ELECTRICAL MAN HOE S5 STAINLESS STEEL --- CONTACT, NORMALLY WEN (NO) FBd FURNISHED BY OTHERS SW SWITCH FO FIBER OPTIC SWGR SWATCHGEAR — CONTACT, NORMALLY OLOSED (NC) FRP iJBERGLASS RETNFORCI=D TC TERMIRA11ON CABINET POLYESTER TEL TELEPHONE FU FUSE TC TIME DELAY ON OPENING — OVORLIOAD PaAY mDR OW GEN€PVATdr CONTROL PANEL 75 TEMPERATURE SWITCH GEN GENERATOR TVSS TRANSIENT VOLT. SURGE SUPP. — NEY INTERLOCK a ,GRD GROUND TW TMSTED GF GROUND FAULT INTERRUPTER IXU-ED ELECTRIC UTILITY TXk1 - --- CRS CALVANMED RICO STEEL ENERGY DELIVERY — TERMINAL OR TEST BLOCK HH HANDROLE TYP TYPICAL HT HEIGHT US UNDERGROUND --^^- RESISTANT£ TEMPERATURE DE107M HI HERTZ V VOLTS IMH INSTRUMENT MAN HOLE WFLI VARIABLE FREQUENCY DRIVE — MBRADON DETECTOR INST INSTRUMENT VO VALVE OPERATOR LA LIGHTNING ARRESTER W MIRE LC UGMING CONTACTOR WHIM WAIT -HOUR ME7ER ------ DAMPER MOTOR LOTS UGHTS VYr WEATHERPROOF LP LIGHTING PANEL XP EXPLOSION PROW — RUN04 NO TIME METER LV LOW VOLTAGE (V < IWO) XFYAR TRANSFORMER MCC MOTOR CONTROL CENTER MCP MOTOR CIRCUIT PROTECTOR MW MOTION OPERATED VALVE MFR MANUFACTURER MH MANHOLE ,.�... MLNIIUU VOLTAGE NON LOAD BRKAKER MTC MOUNTING SEPARABLE ZBQW TYPE CONNECTOR CONTINUED ABOVE RIGHT ELECTRICAL LEGEND PROJECT Na. 522 FILE NAME: AW-E--01.dwg SHEET N0, E-1 SHEET T OF X ELECTRICAL GENERAL NOTES O1 ALL CONDUIT AND EQUIPMENT SHALL BE INSTALLED AND GROUNDED IN ACCORDANCE WITH THE LATEST EDITION OF THE NATIONAL ELECTRICAL CODE AND APPLICABLE CODES, THE DRAWING NOTES AND DETAILS SHALL BE OBSERVED IN ADDITION TO THE REQUIREMENTS IN THE SPECIFICATIONS. CONDUIT INSTALLATIONS SHALL BE INSTALLED IN A MANNER TO PREVENT CONFLICTS WITH EQUIPMENT AND STRUCTURAL CONDITIONS. EXPOSED CONDUITS SHALL BE INSTALLED PARALLEL TO BEAMS AND WALLS. �1 COpWU11S +AI.L SE TERMINATED SO AS TO PERMIT NEAT CONNECTIONS TO MOTORS AND OTHER EQUIPMENT. �4 ALL CONDUIT INSTALLATIONS CRMSANO- r._ONURLI-E EXPANSION JOINTS OR RISERS FROM THE GROUND SHALL HAVE EXPANSION OR EXPANSION/DEFLECTION TYPE MMNGS - AS REQUIRED US NO CONDUIT SMALLER THAN 3/4" NOR WIRE SMALLER THAN NO.12 A.W.G. SHALL BE USED UNLESS OTHERWISE NOTED: ® ALL UNDERGROUND CONDUIT SHALL BE SCHEDULE 4D PVC, ENCASED IN REINFORCED RED CONCRETE, DYED RED BEFORE PLACEMENT AS SPECIFIED. 7� NOT USED. ® ALL CONDURS ENTERING BOXES, CONTROL STATIONS, OR OTHER EQUIPMENT RATED NEMA 4X SHALL BE TERMINATED AT THE BOX WITH A TYPE NHUB HUB PER SPECIFICATIONS. J ALL EXPOSED CONDUITS SHALL BE RIGID ALUMINUM. MINIMUM SIZE CONDUIT SHALL BE 3/4", ALL FLEXIBLE CONDUIT SHALL BE SEALTIGHT PER SPECIFICATIONS. THE USE OF FLEXIBLE CONDUIT SHALL BE LIMITED TO CONNECT TO ITEMS WHICH VIBRATE SUCH AS MOTORS, TRANSFORMERS, PIPE OR PUMP MOUNTED DEVICES ONLY. i u=niRLE CONDUIT, . HALL NOT UL =Nff 2. ".:°TE' .^. USING COLUMN "OTHER BENDS".LEX FIBLE CONDUIT LENGTH s"ALL BE LIMITED TO A MAXIMUM "LENGTH EQUAL TO THE LENGTH OF A LONG SWEEP ELBOW. ALL FLEXIBLE CONDUIT SHALL BE ALUMINUM CORE SEALTIGHT. MINIMUM SIZE FLEXIBLE CONDUIT SHALL BE 3/4'. WHERE OPENINGS IN OEM —SUPPLIED ENCLOSURES ARE LESS THAN 3/4-. A REDUCER SHALL BE PROVIDED AT THE ENCLOSURE TO ACCOMMODATE THE 3/4" SEALTIGHT FLEX. 1�1 ALL SLOTTED CHANNEL, SLOTTED CHANNEL SUPPORT MATERIAL, WASHERS, SCREWS, NUTS, CONDUIT CLAMPS, ALL THREAD SPRING NUTS AND MISC. MOUNTING HARDWARE SHALL BE 316 STAINLESS STEEL ALL JUNCTION BOXES. PULL BOXES, TERMINATION BOXES AND EQUIPMENT ENCLOSURES SHALL BE 316 STAINLESS STEEL PER SPECIFICATIONS. CONDUIT AND WIRE (NOT SHOWN) FOR THE HVAC CONTROL EQUIPMENT AND MISCELLANEOUS DEVICES SHALL BE FURNISHED AND INSTALLED UNDER THE HVAC SPECIFIMIONS AND SHALL BE - A. 3/4' (MIN) RIGID ALUMINUM. B. NO. 14 TINNED CU. WIRE (MIN). NUMBER OF WIRES AS REQUIRED. C. IN ACCORDANCE WITH ALL DIVISION 16 REQUIREMENTS. ALL FACTORY MOUNTED EQUIPMENT AND ELECTRICAL EQUIPMENT ENCLOSURE LOCATIONS ARE APPROXIMATE. ALL EQUIPMENT AND ELECTRICAL EQUIPMENT ENCLOSURES OR TERMINAL BOX LOCATIONS SHALL BE VERIFIED WITH THE EQUIPMENT SUPPLIER_ ALLOW FOR LOCATION CHANGES AND INCLUDE IN THE CONTRACT PRICE THE EXACT 40CATIONS OF ALL ELECTRICAL EQUIPMENT AND ROUTING OF All CABLES AND CONDUITS SHALL BE COORDINATED WITH AND APPROVED BY THE ENGINEER DURING CONSTRUCTION. ALL ELECTRICAL EQUIPMENT, INCLUDING CONDUIT AND FITTINGS 1N HAZARDOUS AREAS INDICATED ON THE DRAWINGS, SHALL COMPLY WITH THE LATEST REQUIREMENTS OF THE NATIONAL ELECTRICAL CODE FOR HAZARDOUS LOCATIONS. CLASS, DIVISION, AND GROUP AS INDICATED. ALL CONDUITS AND WiRES SHOWN ON THE OTERFACE DIAGRAM SHALL BE INSTALLED BY THE CONTRACTOR. Q CORING OF THE EXISTING STRUCTURE SHALL BE COORDINATED WITH THE OWNER/CONTRACTOR. CORING THROUGH STRUCTURAL BEAMS IS STRICTLY PROHIBITED WITHOUT PRIOR WRITTEN APPROVAL FROM THE OWNER. 1�8 DIRECTION CHANGES MORE THAN 20 DEGREES IN BELOW GRADE OR CONCEALED CONDUIT WHERE PVC IS PERMITTED SHALL BE DONE WM4 PVC CRATED ALUMINUM CONDUIT. FOR BENDS OF 45 OR 90 DEGREES, PRDVIDE FACTORY BENDS. 1(R THE WIRING DIAGRAMS, BLOCK DIAGRAMS, QUANTITY, SIZE OF WIRES, AND CONDUIT REPRESENT A SUGGESTED ARRANGEMENT BASED UPON SELECTED STANDARD COMPONENTS OF ELECTRICAL EQUIPMENT. MODIFICATIONS ACCEPTABLE TO THE ENGINEER MAY BE MADE BY THE CONTRACTOR TO ACCOMMODATE EQUIPMENT ACTUALLY PURCHASED. ALL MODIFIc O0N5 SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL THE BASIC SEQUENCE AND METHOD OF CONTROL MUST BE MAINTAINED AS INDICATED ON THE DRAWINGS MID/OR SPECIFIED, ® ALL MOTOR STARTER CONTROL TRANSFORMERS (CPT) SHALL BE A MINIMUM OF 100VA AND, IF NECESSARY, 6E INCREASED IN SIZE SO AS TO PROVIDE SUFFICIENT VOLT—AMPERE CAPACITY FOR OPERATING ALL ELECTRICAL DEVICES ASSOCIATED Mi THE CONTROL OF YHE 610TOR. THIS S'rW.L_ INCLUDE STARTER COILS, RELAYS, TIMERS, MOTOR -F,•TERS, R CAT INC LIGHTS, ETC. WHERE EXISTING MOTOR CONTROLLERS ARE RE —USED, THE CPT SHALL BE INCREASED AS REQUIRED TO SUPPLY THE CONNECTED LOADS. ALL CONDUIT RISERS EMERGING FROM BELOW GRADE AND ATTACHING TO STRUCTURES SHAIl HAVE EXPANSION OR EXPANSION/DEFLECTION FITTINGS TO ALLOW FOR SEASONAL SOIL FXPANSION OR SETTLING. WHERE FIELD CONDITIONS INDICATE SEASONAL SM MOVEMENT MORE THAN T INCH, PROVIDE A 6 INCH TO 12 INCH (MAXIMUM) LENGTH OF SEAL/TIGHT FLEXIBLE CONDUIT INSTALLED IN AN "S—TURN" TO ALLOW FOR LARGE DIFFERENML MOVEMENT BETWEEN BELOW GRADE CONDUITS RISERS AND THEIR FIRST ATTACHMENT POINT ON THE STRUCTURE. 06/05 MC ISSUE FOR BID yesT:n sr; MAC GmA l jG VKI; u fa & Associates, Inc. HfoNvd w 4s� xvf S+Eff GIIK'A Br. P o.n.,,7rw Y7fW Lerrawyr,gavy�, felllTfalPTG6S IFP"Oi'ER 6r; VKC f¢V)f4lRTIf3 �t,fs�v �ems„�rK flo. DATE DRWN REWRKS - DO- JUNE 2006 PROVIDE LINK SEALS FOR ALL CONDUIT PENETRATIONS IN EXISTING OR NEW EXTERIOR WALLS. ALL CONDULETS SHALL BE TYPE 9 AND SHALT_ HAVE CLAMP COVERS. SCREW DOWN COVERS ARE UNACCEPTABLE. ALL DEVICES, WIRING AND CONDUIT FOR ALL OEM PROVIDED EQUIPMENT ARE BASED ON PRELIMINARY DRAWINGS AND INFORMATION. ALL DEVICES, ENCLOSURES, ELECTRICAL RACEWAY AND CONDuRS WHICH MAY BE REQUIRED T3Y EACH OEM SUPPLIER FOR A COMPLETE AND PROPERLY OPERATING SYSTEM SHALL BE COORDINATED WITH THAT SUPPLIER AND INCLUDED IN THE BID PRICE. Ig EACH CONTROL SCHEMATIC ASSOCIATED WITH THE EQUIPMENT SHALL BE LAMINATED IN PLASTIC AND PERMANENTLY ATTACHED TO THE INSIDE OF THE DOOR OF THE CONTROL ENCLOSURE. ® SEAL ALL CONDUIT OPENINGS USING DUXSEAL POWER COMPANY COORDINATION NOTES 0 THE CONTRACTOR SHALL PROVIDE WRITTEN NOTICE TO THE OWNER ONE MONTH IN ADVANCE WHEN THE NEW UTILITY TRANSFORMER AND PRIMARY METERING UNIT NEEDS TO BE INSTALLED. NOTE: ALL ELECTRICAL EQUIPMENT SHALL BE U.L LISTED. I FoR`I' WORTH CITY OF FORT WORTH ALTA MESA WATER PUMP STATION IMPROVEMENTS PROJECT NO. 622, BLE WME: AM—E-02,dwg ELECTRICAL GENERAL NOTES SHEET NO. E-Z SHEET 2 OF X rc C. Iee4 Motorized S=V y+w*: �I:s kEtl�tor 'A a Vtal:it wl Sump Pump t IlSQ PGnei Level Tra: smik+vr rStoirway to Al c Mem Ground Stonooe Tank 9.2 MG Volurne 230'-In 4err=_e= Diometer •ii .mac j J-SOX J l Gy r. NEW WER POLE BY Uf TYOCOMPANY •r �. 9 n .UTILITY POLE$ AND .EASMENT 20'RAHS'j"<RIJ +'sS I / ~� _ .� raEF51'I� pVERHEAD aD/ _y L. UTILITY N EASMENT /// Z �F1 p 1 REFER TO SHEET E-5 FOR THIS AREA RK 1N c .�/ ,. ..�.�..o.. •tee �.. 4 l +D —4w W (r''1Y• 't I - •. v..asi�Ay. ....'�`�'.xa,..�u:! era /f i. f�� �. aj- t;Et;- 0 1-ol *.,W3 SITE PLAN 1' = 30' O6/06 MC ISSUE FOR WO Ls GAIa /� �JyI�t�,� n tVRlEuv:� MAC I Sr r cwj) sr: ,_._, VKG Gupta & Associates, Inc_ .L Wna�rfs _ — a PRWec III:VKG �'°"s °i � tn:rnaso-ilu REV. RD DATE DRWN REKWS Iurt, JUNE 2008 ct,.�e T Rt4;:L ££ASEBALL 'H: IE.D �iA�W8��k. I�r IWLi, FORT WORTH CITY OF FORT WORTH ALTA MESA WATER PUMP STATION IMPROVEMENTS UNMUTY EASMENT NEW POWER POLE: SY TXUED n 40' UTIM EASEMENT DETAIL 0 I"=10 NOTES: Oj REFER TO SHEET E-4. O2 DIMENSIONS ARE APPROXIMATE. REFER TO CIVIL SITE PLAN. O3 THE POWER POLE SHALL 13E FURNISHED AND INSTALLED BY THE POWER COMPANY. ® THE CONTRACTOR SHALL PROVIDE EMPTY CONDUITS FOR PRIMARY FEEDER, THE PRIMARY CONDUCTOR SHALL BE FURNISHED, INSTALLED AND TERMINATED BY TXU-ED. �1 THE CONCRETE PAD FOR THE TRANSFORMER AND PMU SHALL RE FURNISHED BY THE CONTRACTOR. O THE CONTRACTOR SHALL COORDINATE ALL INCOMING SERVICE RELATED ITEMS WITH THE POWER COMPANY. ELECTRICAL OVERALL SITE PLAN SERVICE IK PRIMARY O PROJECT NO. 622 FILE NAME: AM_E--03,dwg SHEET NO. E-3 SHEET 3 OF X UTILITY I S1 1 S2 / 1 EASMENT / I' I � I 53 •S4 �!� r >I t!� f/ n n N ff � �i•'r r/ / B n� f N n /ROD II t/ FI II F2 { 5 6 n �� r/ u r/ II 24"x36"x I B" t/ a PULL BOX ,L( - ..... ,........ � --- - --. -- -...--......-.,.-...............�......,.........---._..,-...... .__..,_._..._..._ AM Evil 171r- 1 2410CxIB" PULL BOX- 0 06/08 MC ISSUE FOR BID REV, DATE DRWN REMARKS NO. PARTIAL SITE PLAN 3/32" = 1'-0" EXISTING SERVICE DUCTBANK OE91G,.`EO kT: LS oanax er. MAC GAI s„al 01WO M .. VKG Gupta & Associates, Inc. 0. Pw)Dp ar VKG consoling M9inearinQ Fay-e-nen�fy m, ubFyga,�Jmua6lq cw Gn1E- JUNE 2006 NEW UTILITY COMPANY SERVICE DROP NEW UTILITY COMPANY POWER POLE �F `a" RIGID ALUMINUM / CONDUIT TXU�-ED TRANSFORMER V IJ L"! 2' S• —�i J ' B" EXO� ERMIC r 10' GROUND �- A4' PVC LUMINUMOCONPU III I I 4/0 GRND.... I [� e PVC 5" PVC 36" RADIUS S. PVC COATED TYPICAL ALUMINUM CONDUIT NEW SEWCE POLE a PYC 'DATED ALIJMINuM CDNDuIT DETAIL NTS 0 C TRANSFORMER PAD Q 1/4!' = 1 1/4" — 1 —0" M I TXU--ED PMU �f � 4/0 GRIND. i 4" PVC 4" PVC COATED ALUMINUM CONDUIT GROUND ROQ 4/Q RND.^-, !�— 31 OYP)SECONDARY 2 y 2 1 , i 52 PRIMARY ,,.1 I i mPOSED 1 iOppQKVA 11' TI�Ai(& RMER I _ '`•CDNRETE EQUIPMENT PAD + y sa GRAVEL 10' 1 ; ` z''s' b i ` 4/0 GRND. I WIRE GROUND WIRE (TYP) /. PROPOSED I PMU �CONRETE EQUIPMENT h,_t•� 7• I Fi � PAD O 4" — GvI-AANmu�, I..F2._I I CURB 4/0 GRND. GROUND TEST WELL TRANSFORMER AREA DETAIL 1/4' 1'-0" E-3 N101'E.i: �1 WALL MOUNTED PULL BOX. BOTTOM OF ENCLOSURE SHALL BE 13- ABOVE FIN11HEO GRADE,. PULL BOX DIMENSIONS ARE MINIMUM AND MUST COMPLY WITH NEC. SOX DIMENSIONS SHALL ALLOW FOR CABLE MINIMUM BENDING RADIUS (18"). MOUNT WITH LONG DIMENSION IN THE HORIZONTAL PLANE. �2 PULL BOX WALL MOUNTED AS HIGH AS POSSIBLE ABOVE FINISHED GRADE. COORDINATE THE LOCATION OF EXTERIOR PULL BOX WITH THE INTERIOR CONDuir ENTRY INTO THE SWITCHGEAR. PULL BOX DIMENSIONS ARE MINIMUM AND MUST COMPLY WITH NEC. BOX DIMENSIONS SHALL ALLOW FOR CABLE MINIMUM BENDING RADIUS (16"). MOUNT WITH LONG DIMENSO,NN IN THE HORIZONTAL PLANE. CONDUITS TO PENETRATE INSIDE WALL AT W-6" ABOVE FINISHED FLOOR. COORDINATE THE LOCATtO": OF THE EXTERIOR PULL BOX WITH THE INTERIOR CONDUIT ENTRY INTO THE SWITCHGEAR. CONDUIT ENTRY AND BOX DIMENSIONS MUST ALLOW FOR THE MINIMUM BENDING RADIUS OF FEEDER CABLES TO BE OBSERVED. 4� CONTRACTOR SHALL RETURN EXWNG METERS TO ELECTRIM UTILITY ALONG W€TH LRILRY'S CURRENT AND POTEMTAL TRANSFORMERS. CDNTRACTOR SHALL PROVIDE THE OWNER WITH A WRITTEN NOTICE TO THAT EFFECT. Fo RT Y Y ORTH CITY of FORT WORTH ALTA MESA WATER PUMP STATION IMPROVEMENTS 4/0 BARE Cu 4/0 BARE CU GROUND I`^ GROUND O DUCTBANK DUCTBANK SECTION SECTION �5 CONTRACTOR SHALL COORDINATE WITH THE UTILITY BEFORE DISCONNECTING AND REMOVING EXISTING SERVICE ENTRANCE CONDUCTORS, ABANDON EXlMG CONDUIT IN PLACE. CAP ON BDTN SIDES. © CONTRACTOR SHALL INSURE THAT THE NEW SERVICE ENTRANCE CONDUCTORS ARE IN PLACE AND READY TO BE CONNECTED AND ENERGIZED IMMEDIATALY BEFORE DEMOLITION OF THE ELECTRIC SERVICE TAKES PLACE FOR A MINIMUM INTERUPTION OF THE PUMP STATION. 24" RADIUS MINIMUM, �8 THE CONTRACTOR SHALL CONTACT THE UTILITY, TXu ENERGY DELIVERY, TO VERIFY THAT THE SERVICE INSTALLATION S14OWN INCLUDING PAD SIZES AND LOCATIONS ARE ACCEPTABLE. MODIFICATIONS TO THE SERVICE ENTRY DESIGN SHOWN ARE PERMITTED WITIi ENGINEER'S APPROVAL. 4 PROVIDE A 4/0 AWG TINNED BARE COPPER GROUND CONDUCTOR THE FULL LENGTH OF ALL DUCT BANKS, BOND TO ALL NEW AND EXISTING GROUND GRIDS AND BUILDING COUNTERPOISE. BOND TO ALL ELECTRIC EQUIPMENT ENCLOSURES, BOXES AND SWITCHGEAR GROUND BUS. 10 EXISTING TXU-ED POWER POLES AND SERVICE TRANSFORMERS. ELECTRICAL PARTIAL SITE PLAN PROJEW NO. 622 FILE Me.. AM-E--04.dwg SHEET 140. E-4 SHEEP 4 OF X NEW STARTER I! (E4 1 1 l 7 5B r 5A V 4 15p:5 I s R 9 k R U o �J � N � w m n m a � a � w N v 6i14, 2# 12, #12'G J 7 VALVE J 400 I RTU I 6 PUMP L� N05 06/06 MC ISSUE FOR BID REV. No_ PATE PAWN REMARiLs V,4LV:: 35D PUMP rd04 f I 1 I EXISTING iODDA,2400V, 30, 3W MOO 'IMC' ! 1 HLj _ (3}-•CT 9 JJJ � � ! SET ON tiCO �--.--I I ! I f EVS 2i20V , i I F a I { I TRANSFORMER n F1 TXwMLC r --- . I F2 _ � TO Lj _L I I 1 �� I muED 5f�/ i WNM k S4 s I / TRANSFORMER PROVIDED i 4 i I T�BY TXU—ED Sl U I °1k Y 43.v RTU ik vE c 0� i' 1n`,_kE t dili 1 RTU I i ?ROnt NEW POWER PUMP PUMP PUMP t;x;snrac NOi NO2 Nr43 IDLE 13Y TVANSILr�TRYM A ELECTRIC RAC{TUTILITY EXISTING MCC 'IMC' — MODIFIED 5KV CABLE SCHEDULE LEGEND: ONE LINE DIAGRAM TACT POWER/CONTROL CONDUIT a� CONDUIT IF REFER NTS NO. WIRE SIZE SIZE TO FLOOR PLAN $1 EMPTY CONDUIT WITH PULL WIRE 4"0 S2 EMPTY CONDUIT WITH PULL WIRE 4"C NOTES S3 EMPTY CONDUIT WITH PULL WIRE 5"0 1� GE MULOON 339 MOTOR MANAGEMENT RELAY. 2Q VACUUM CONTROLLER. 54 EMPTY CONDUIT WITH PULL WIRE 5"C 30 ALL TEEMS SHOWN W BOLD ARE NEW. F1 3#500 KCMIL, SKV, 2/QG g"G ® CONTRACTOR SHALL PROVIDE A SEPARABLE ELBOW II F2 EMPTY SPARE CH THE ON THE PMU. OERWTH k 5"C CDODIN TTHTE UTILrTYpU5T11NG 1 501 3ff2/0, 5KV, 1#2G g"C Q5 SEE NOTE 5 AND 6 ON SHEET E-4. I © MOTOR SPACE HEATER AND THERMOSTAT CONTACTS. Q7 MOTOR TERMINAL BOX, If ....•.•r••.•r.•.r•1• �I:oe xr A. nuruus x r �d%ofo ©esfc Eo s,: LS PROJECT NO. 622 MAC GAI FORT WORTH CITY OF FORT WORTH ELECTRICAL FILE NAME AM—E-05.dwg s"CET cx"•o er: VKG Gupta d: Associates, Inc.n',u°.,uv�a.°,°'dswas'&� ALTp MESA WATER PUMP STATION EXISTING MCC"IMC' ONE LINE DIAGRAM SHEET No. gPPA0YE0 91 VKG wr,suxklQaAglrre" 7,r, MAWIME F 93Hi9o-1115 IMPROVEMENTS E-5 JUNE 20D6 ante: — _ _ SHEET 5 OF X 4 r �-EXISTING GROUND (• 4/0 GRND { V E I I I I.If I•i € Ili I � f I L_. I II i IEI€ I I•II I i • I j Illi EXIS'tlN�a ) I I.I i0 MCO i I•I i otsmp �T I i i 1�11 I ti i•il E'fi r--- ilii i.l i i•, 1 I El'I I I I T I € I? I• I I E 1 T r - i Ei L-- -- EXISTING .. `".• �XI.4',TfNL' ri EXIS=j'o NEW E 10 MGD "f 10 MGT7 C 'F 30 iSCD r 1 ID MGP Oi€ Bump 62 Tljrnp #3 i AjIr �R l 1 Uil l I n it F 1 n€ �I f 2 13 I I € I I ! f�11 I r l I I I I l I f I I 1 1 t !4 R2V /MIN, F1 Ft V � � 1`2 F2 9 EXISTING GROUND �7F li J PUMP #5 POWER SECTION 3/16" = 1---0- O I '- € I I \ € 9 € I I INEW STARTER. INSFAL'L € € € I TIN EXISTING CUBICLEI 4/0 BARE EU I I MEE SHEET E-7 ! € ' 1'C GROUND I E%TSTip cm cc-IMC , E 3. F_.I_......_-.Ii- I _.1_ I I i «S.ST. g1(: I i t i 11 4 "r.0%2Or3V i T 11 i 3 1 I I i T 1 (n•P) PUMP #5 POWER PLAN Ile - 1'—v F— Q REFER TO SHEET E-S FOR WIRE SIZES, D CONTRACTOR TO DISCONNECT AND REPLACE EXISTING SPACE HEKTER WITH NEW IOKW UNIT HEATER, 1/3HP FAN AT 206V,30 AS MANUFACTURER BY QMARX OR EQUIVALENT. RECONNECT TO EXISTING DISCONNECT_ �3 ALL CONDUIT- CONTAINING MEDIUM VOLTAGE (IGOOV OR HIGHER) CONDUCTORS SHALL NOT CHANGE OIRT_C710N WITH A RADIUS LESS THAN 24 INCHES. NOT ALL REQUIRED BOXES MAYBE SHOWN, DO NOT MAKE MORE THAN 27T IN OFFSETS OR BENDS 13EFORE ENTERING A PULL BOX. THE USE OF CONDUIT BODY IN MEDIUM VOLTAGE CONDUIT IS STRICTLY PROHIBITED. 4� WALL MOUNT J-13OX AT APPROX. 9'-G- (BELOW EXISTING CONDUIT). FIELD VERIFY. NOT ALL,. PULL BOXES FOR RACEWAY SYSTEMS CONTAINING CONDUCTORS 6OO VOLTS AND LESS ARE SHOWN. CONTRACTOR SHALL PROVIDE PULL BOXES FOR ALL RACEWAY SYSTEMS TO MEET N.E,C. ARID THESE SPECIFICATIONS WHETIHER SHMN OR NOT. OB SEE SHEET E---4. �7 MOUNT BELOW GRATING IN PIT AS HIGH ON WALL OF THE PTT AS POSSIBLE. L PROVIDE HINGED DOOR 304 SS NEMA 4X HOFFMAN -CONCEPT" PULL BOXES. OB TIE TO EXISTING BUILDING COUNTERPOISE GROUND CONDUCTORS 1F THEY EXIT (TYP FOR AT LEAST TWO LOCATIONS). 06/06 MC ISSUE FOR I31p LS o>`slcr.�o er. os+wo er: MAC GAI FORT �%oRTH CITY OF FORT WORTH ELECTRICAL PROJECT NO. 622 RLE NAME: AM-O6.dwg sheer cWo ea: Gupta & Associates, Inc, n:n�� T rs''zw �° ALTA MESA PUMP STATION POWER PLAN s" "°" mrl+wtm9�Yneen,>A -.,d y„�,ya, WATER PUMP STATION -- urxo�ao er: VKG rr : rn�so-rers IMPROVEMENTS NO, DATE DAWN REMARKS n+>E JUNE 2006 E-� 1 - _ _ SHEET 6 OF X SG4 v 502 5A � PUMP NO,5 ° ° CONTROLS o �= 58 ° PUMP NO.S ° O ° STARTER ° 3 PUMP #5 V 5C EXISTING MCC—IMC PICTURE NTS a 06/06 MC ISSUE FOR DID LS 3 ca.wr� ev, MAC PUMP f4 «A 3A �A C4 lTROLS CCiRrRoLS COhTTiOLS 39 23 Imp PUMP f2 FiIMF g3 SHLO Ok"u er VK_ 9 IGupra & Associatcs, Inc. carnuNHlq angmeenrp Td; ln�90.7G6� Aeaewtn ar: VKG F—wz: wnss av V' GATE DRWN REMMKS 041F, JUNE 2068�4�r<����Y� EXISTING MCC—IMC ELEVATION ]NITS SM TC i k'+OR YYORTH CiTYOFFORTWORTH ALTA MESA WATER PUMP STATION IMPROVEMENTS VAIK LTi F3 SSEE HEET E-6 �r I — F2 I'c wrrH 4/0 BARE GROUND t t i PTI do ONCOMING LUGS NOTES: O EXISTING MCC—IMC MANUFACTUREO EaY SIEMENS —ALIAS 20 CONTRACTOR TO PROVIDE ALL NECESSARY HARDWARE FOR THE INSTALLATION OF NEW STARTER, COWRACTOR'AND MANUFACTURER SHALL BE RESPONSIBLCC TO VISIT THE PROJECT SITE TO DETERMINE THE NECESSARY MOUNTING HARDWARE. ® SIEMENS SHALL PROVIDE FIELD SERVICES TO MOUNT CONTROLLER AND INSURE THAT ADDEO STARTER AND CONTROLS CAN FIT THE ALLOCATED SPACES 5A do 59 IN MCC—IGM. Q MULTIUN 389 RELAY. MOUNT IN UPPER DOOR AS LOW AS POSSIBLE. ® CONNECT A/C CUCKBANK GROUND TO SWITCHGEAR GROUND BUS, O CONTRACTOR AND MANUFACTURER'S REPRESENATIVE SHALL INVESTIGATE EXISTING SWITCHGEAR CUBICLES (MIDDLE AND UPPER SECTIONS) TO DETERMINE AI-L COMPONENTS REQUIRED PRIOR TO BID AND INCLUDE IN 81D PRICE. ELECTRICAL EXISTING MCC ELEVATION PRDJWT N0, 622 FILE MME., AM _E--07.awq SHEEP NO. E-7 SHEET 7 OF X I I 4G I lj MAIN CONTACTOR M1 CT'S 150:5 t o D I r i v- t R I �M 1 Oo �J C M = I o - C E SHORTING TYPE TERMINAL BLOCK I PT's 2400 TO 120V� I 751CVA CONTROL — POWER TRANSFORMER Z T., sT- SWITCH Ivd�tlMs F!"aed -JEE TI C OI N16G DI I WI"WON*MM 4O Dms lO f L I TIE I � RM GE MULT1lJN 369 MOTOR M.4wEm NT �—+--� RELAY 7 RM Up " TO UNE 40 12 j c RTO1 N To UNE 41la WA 1 NOG 1 Ea VIM tl+e Naze 1l + T! I � xrns cow my 7 SFM >w I AC= + svt7[11 K - eTae a E3REST Y + pQ I kiC9 I a� ap — it o t RTDU I ow:a Dwxi e � aTlne t71�Tz�n 1+�T�s 71 n�T6N O LSI =t MEDIUM VOLTAGE 2400V E C CONTINUE ON SHT E-8 D t CLASS E2 STARTER � ENCLOSED IN MCC 'IMC' I lI PUMP #5 { PARTIAL SCHEMATIC 1 I➢ D6/D6 MC ISSUE FOR DID - £ oesc"Ln in: LS MAC V �s, AI FORT WORTH CITY OF FORT WORTH K� VKG Gupta & Associates, Inc. �� "° ✓ALTA SA WATER PE PUMP i'r1 912-19a�d61 fpp"Q p g{. vKG °0"ttln`"g°"�"001� t.,:en�xsass IMPROVEMENTS REM. NO DATE DRWN REMARKS tµ,p. JUNE 2006 NOTES TO MULTIUN 366 1. OUTPUT RELAY CONTACTS SHOWN: CONTROL POWER APPLIED, N.O. TRIPS, N.O. ALARMS & FACTORY CONFIGURATIONS IN EFFECT. TRIP - FAIL-SAFE ALARM - NON -FAIL-SAFE AUX.1 - NON -FAIL-SAFE AUX.2 FAIL-SAFE 2. USE ZERO 3EOUENCE CONNECTION FOR GROUND FAULT INPUT. 3. USE TWISTED PAIR WHEN USING THE 5 AMP INPUT-TCRMINALS. ELECTRICAL SCHEMATICS - I PROJECT N6. 622 FILE NAME. AM—E-08.dwg SHEET No E-8 SHEET 8 OF X C D CONTINUED FROM SHT E--7 I +J RUN TEM Push TO 'MST POx ON 2XO I G , I 4 i x0 I � 55 xO �OX 54 R51 _ TFU T O 120V TEST !I 9 POWER I 6 CR CR I ® 25C I MOL 1 100% HANDOFFAUTO 2 STARTRI-2 + 14' R� f 41-, t _ I 3 REM` to START ZSC 7 25 SOY. 26 1 16, ygOX i � P J+ 23 U 24 FC a UV� iR 34 E . J 15 CONTINUED ON LEFT BELOW 1 ! 1 I4f 37_ _ OR I 1 I 1 E as I W 1l1 CR-2112 11 F 40 -+�-: REC MULTILIN TRIP I 1 SIP I M -� M , M T MULTIMN OR ZSO C 2SC TRIP 42 I , 115 I16 32 3334 35 36 3738 3% TO RTU TO RTU STOP TO RTU RUN ALARM I I� , INDICATOR INDICATOR PUMP #5 PART JAL SCHEMATIC VALVE SHOWN FULLY CLOSED i X00 STO 1DRE ' , 8..T I "°-,rA.... CRt0,t2,301 30,37 TC i 2O, TR211 v R2 14.20 1 22 i 24 t 76,, 26 3D 32 34 , t 36 06/06 MC ISSUE FOR 010 REV. RD, DATE EIRWN K0RKS N REM_ A 24 STOP t DX 27 28 I —a I 4 A M 6 5 R1 R-2 R1 24 I 29 ® 3G P® 31 I MEDIUM VOLTAGE 2400V 50L CLASS E2 STARTER 1y ENCLOSED IN MCC 'IMC' 1 R I OR OR I I AR . 32,32 i AR AR i II � I I UVIR T• I TO _TDB ! RE 19 i I CONTINUED ON RIGHT ABOVE 3 DEStl. W sT: LS MAC GAG DRAW6r "m cWo er. VKG Gupta & Associams, Inc. TSN � VKG wnn+EliugdiTn6�Py T11 9TZ49hTG6t — APPP KD ST: wF. -- - -JUNE 2006 EQUIP. NO. LINE NO. ZSO 34.35 ZSC 35,39 OR (NC) 32.33 CR (NO) 36,37 MULTILIN 115,116 REM START - 3,7 STOP 4,27 i D 30 I STARTER VOLTAGE /-CURRENT 16CIt4 I RTU FORT WORTH CITY OF FORT WORTH ALTA MESA WATER PUMP STATION IMPROVEMENTS I MEDIUM VOLTAGE 2400V CLASS E2 67ARTER ENCLOSED IN MCC 'IMC' I f EQUIP. NO. LINE NO. ZSC 1,2 ZSO 25,27 PS 30,37 ZSO 34,35 ZSC 35,35 � VALVE CONTROL PANEL N=S: RSI IS SHOWN WITH DRAW -OUT CONTACTOR IN RACKEO-IN POSITION RSI CLOSES IN RACKED -OUT POSITION. CONTACTORS BFS CHANGES STATUS WHENEVER ANYONE OF THE MAIN LINE FUSES BLOWS. O LSI OPENS TO DISCONNECT CONTROL CIRCUIT WHEN CONTACTOR IS RACKED -OUT. ® MOTOR WINDING THERMOSTAT CONTACTS. ELECTRICAL SCHEMATICS - I PROJECT NO. 622 FILE NAME: AM-E-09.4vrg SHEET NO. E-9 SHEET 9 OF X CONCRETE OR 1 MASONRY WALL ] I AS SPECIFIED 316SS HARDWARE 316SS CLAMP TYPE 316 SS (SIZE AS HILT[ EPDXY REQUIRED) ANCHOR 1-5/8"X 1-5/8' j� 316S5 STRUT CHANNEL NOTE: PROVIDE DIELECTRIC ISOLATION BETWEEN DISSIMILAR METALS. EXPOSED CONDUIT INSTALLATION CEILING OR WALL DETAIL xrS : 316SS STRUT CHANNEL LENGTH AS REWD, Z CONDUIT AS SPECIFIED a 316SS CONDUIT CLAMP, s r, NUMBER AND SIZE A5 REQUIRED (IYP.) TYPE 316 SS 3' MIN HILTI EPDXY ANCHOR NOTE: PROVIDE DIELECTRIC ISOLATION BETWEEN DISSIMILAR METALS. CONDUIT RACK WALL MOUNTED DETAIL NTS 3/4' DID. 'TYPE 316 SS HILTI ■ • 316SS STRUT CHANNEL TYPE 318 SS ANCHOR (TYP)� 316 STAINLESS STEEL 31 (MIN} / CONDUIT STRAP TH655REAALL ROD--, = SEE DETAIL #1 A—C NOTE EQUIPMENT, ENCLOSURE I ---� OR PULL BOX v NOTE; DOUBLE UNISTRUT WHEN ENCLOSURE IS 316SS NUTS, MOUNTED TO STRUCTURE WITH WATER ON OTHER WASHERS (TYP) STAINLESS SIDE. STEEL SLOTTED CHANNEL ELECTRICAL EQUIPMENT MOUNTING TRAPEZE CONDUIT SUPPORT DETAIL DETAIL NTS'O NTS NTS CAST IRON MONUMENT CASE WITH COVER NEEMAJ CPT. No. R-1978—B OR EQUAL FORM SQUARE PROVIDE IDENTIFICATION TAG AS SHOWN ALL AROUND $" FINISHED GRADE S !� OPENING IN BRICK OR i ' CMU SHALL HAVE EDGES ;t 12, : ',_� CONCRETE ALL AROUND AS SMOOTH AND STRAIGHT AS POSSIBLE EXOTHERMIC WELD WATERTIGHT SEAL AS SPECIFIED STAINLESS STEEL CABLE —TO —ROD WALL COLLAR GROUND CONNECTION ' - CONTINUOUS TIN PLATED 4 _ COPPER GROUND CABLE, Q1, GRAB PILL SIZE AS INDICATED ON CONDUIT PLANS GROUND ROD 316 55 SLEEVE WITH WATER STOP, SLEEVE DIAMETER AS REQUIRED GROUT SLEEVE IN A NEAT + � : 4 INCH SQUARE ENGRAVED 8ftA55 BY SEAL MANUFACTURER AND WORKMANLIKE GROUND IDENTIFICATION TAG. DRILL AND TAP MANNER WITH SMOOTH COVER AND FASTEN WITH STAIN— CONCRETE CONDUIT INSTALLATION SURFACES LESS STEFL SCREWS, EXTERIOR 13LOCK OR BRICK MALL GROUND ROD AND WELL DETAIL DETAIL NTS NTS 2,-0" 4 LETTER STROKES TO HE 1/2' L.J WIDE AND t/4' DEEP IMPRESSED Z' I J IN CONCRETE. LEITERS SCRATCHED INTO SURFACE WILL NOT BE i ACCEPTED P ARROWS AUGNED TO SHOW DIRECTION OF DUCT BANK CONCRETE 1/4" RADIUS - \ ` I NOTES: ELEVATION I. INSTALL AT AO' INTERVALS MAXIMUM OR ONE MARKER BETWEEN EACH MANHOLE OR HAND HOLE DUCT BANK MARKER DETAIL IOW VOLTAGE CONDUCTORS DETAIL NTS ENTER BOX WD•11 MEYERS HUD PULL BOX OR TERMINAL E APPLICABLE 4— WALL WALL PENETRATION OETA#L5, CABINET AS INDICATED — /- THIS SHEET ON THE DRAWING S 7G ALUMINUM LB LV FOR PVC COATED CIRCUITS ONLY. USE AWMINUM 3ISSS J--BOX CONDUIT AND RISER MATERIAL. AS SPECIFIED FOR MV CIRCUITS PVC COATED ALUMINUM EXPANSION HITTING CONCRETE SLOPED AWAY FROM SLOG. 1' CHAMFER ALL AROUND CONCRETE ENCASEMENT AS PVC COATED ALUMINUM .. w•. INDICATED ON PLANS CONDUIT -- . : , y 3.. COMPRESSIBLE y/ ' JOINT FILLET _ EXISTING/NEW F019MPW OR FOUNDATIQ�' '�.•- ,� — — — — — PYC COATED ALUTAINUI�I-1""`�J. ` — — — — ONO SWEEP ELBOW •;.-� SCHSO C ALUMINUM R ADPATEABOVE GRADE CONDUIT TERMINATION DETAIL NTS p 65/05 MC ISSUE FOR BED � - LS — �scseo er: OR-V sr: MAC FORT WORTH CITY OF FORT WORTH ELECTRICAL a sHeC exMo ar VKG 30D irupm & tkssoeiates, Inc, n,a...I.. Ina ALTA MESA STANDARD DETAILS VKG censvulrg�,S:meanng xe: cn.�vo-irsi WATER PUMP STATION - ----- ti REV. DAIE DRWN REMARKS --- aPasavroar: o.TE JUNE zoD� Fn:vn•aaviu ®.a.�bwwL3'e�im.�+w>Aem. IMPROVEMENTS PRDJECT ND, 622 FILE N:WE: AM_EZ-01.dwg sliFET NO. EZ-1 sfieg 10 or X TYPICAL FREE STANDING EQUIP, PROVIDE MID -SUPPORT BOND ALL CONDUITS 70 WHERE REQUIRED BY EQUIPMENT GROUND BUS WITH MANUFACTURER ALUMINUM #4 AWG BONDING INSULATED BUSHING WITH JUMPER (SRE PER NEC) GROUND LUG (TYP) REMOP OLT. FLUSH VE NUT. CUT BSTEEL AND UG WELD TO PRIOR EQUIPMEW CHANNELT TO SETTING EQUIPMENT (TYP) 4" HIGH CONCRETE PAD WITH FULL LENGTH 4" STAINLESS STEEL CHANNELS LAID LEVEL ALONG ENTIRE I" CHAMFER ALL AROUND LENGTH AND WITH EACH OTHER. DRILL AND TAP FOR EQUIPMENT ANCHOR BOLTS, FINISHED GRADE EQUIPMENT PAD �. y STRUCTURAL FLOOR " 1 BOX OUT CONCRETE AS 1/2' HILTI EPDXY ANCHOR BOLTS REQUIRED. FILL VOIDS WITH FIRE RETARDANT FILLER AFTER AT 24' D.C. WITH LEVELING NUTS. CONDUIT INSTALLATION IS OA•) COMPLETE -/ EQUIPMEW PAD DETAIL NTS cuNcilEit [ ul,f WIIN CHAMFERED EDGES 3" MINIMUM CONDUIT AS SPECIFIED CONCRETE FLOOR OR SLAB � COATED COUPLING CONDUITS AS SPEC 4R AS PLANNED �COATEDIM}MI- .: CONCEALED CONDUIT INSTALLATION CONCRETE SLAB - INTERIOR OR EXTERIOR DETAIL NTS FILL OPENING WITH FIRE RETARDANT SEALING COMPOUND INDOORS OR NON -SHRINK CEMENTIIOUS GROUT OUTDOORS, PITCH AWAY FROM CONDUITS— 3 z1 CONCRETE S PVC COATED CONDUIT AND COUPLING (TRANSITION Bt TO OUTDOOR LOCATIONS) PVC COATED CONDUITS //// - (OUTDOOR LOCATIONS) [ j T-FINISHED FLOOR FORM OPENING SQUARE FOR NEW WORK. SAW CUT EXISTING STRuCTUR£5 2" INTO SURFACE AND BREAK OUT CONCRETE, LEAVING REBARS INTACT WATERTIGHT CONDUIT PENET 71ON CONCRETE SLAB -WET LOCATIONS DETAIL NTS RLM 2 1/2" LETT£R STROKES TO BE 1/2" WIDE AND 5/4" DEEP IMPRESSED IN CONCRETE, LETTERS SCRATCHED INTO d' SURFACE WILL NOT BEA'�IL ACCEPTED. PLACE ONE EII MARKER AT -LEAST EVERY 40 FEET OR ONE BETWEEN ff MANHOLES OR PULL BOXES 5/4' RADIUS CONCRETE ELEVATION a) DUCT HANK MARKER DE7WL MEDIUM VOLTAGE CONDUCTORS DETAIL NTS FINISH GRACE I z' T � A" "A. 4/O BARE NNEO COPPER STAINLESSWIRE',_-3/4"xlO'-O" C7FF1 WELD GROUND ROB EXOTHERMIC WtID 4/T 3/4"00'-0" STAINLESS STEEL SECTION A" WELD GROUND ROD GROUND BUS CONNECTION TO GROUND ROD DETAIL NTS ELECTRICAL DUCT BANK STEEL IN DUCT BANK �--• CADWELD YELLOW POLYETHYLENE WARNING TAPE FINISHED GRADE SUB BASE OF RESTORATION OR NEW SURFACE z --- NOTE 2 4/0 BARE WIRE TIN o PLATTED CU GROUND en wS ID B" TOP CONCRETE ENCASEMENT. #4 AT 12"O,C. TRANSVERSE MAINTAIN 3" MIN. COVER MIX IN RED DYE FOR ALL DUCTS REINFORCEMENT (SPACE A ENCASEMENT HEIGHT OVER •"") FILLS OR PIPES) PLASTIC DUCT SPACERS AT 5 FT. Q INTERVALS CONDUIT AS INDICATED ." • 1 "t, •gym ON PLANS AND IN SPECS. ' MINIMUM 6" OF X(TYP) 4"(TYP) _• WELL -GRADED GRAVEL 95 M 6" ROT.--TYPI UNDISTURBED EARTH. PROVIDE WEI.I. COMPACTED FILL IN 6" BOT. AREAS WHICH HAVE BEEN OVE R PIPELINES UNDERCUT. OR FILL) NOTES. 1, PROVIDE MIN. 3 INCHES 3000 PSI CONCRETE COVER OVER REINFORCEMENT. 2. SELECT FILL TO A MINIMUM OF 2 FT. ABOVE DUCT BANK. COMPACT ALL BACKFILL IN 8 IN, LIFTS TO 90 PERCENT OF STANDARD PROCTOR (ASTM D 098) DENSITY, UNLESS UNDER EXISTING OR PROPOSED PAVEMENT, OTHER UNDERGROUND UTILITIES, OR STRUCTURES. IF DUCT BANK IS UNDER EXISTING OR PROPOSED PAVEMENT, OTHER UNDERGROUND UTILITIES, OR STRUCTURES, COMPACT ALL BACKFIL.L IN 8 IN. LIFTS TO 95 PERCENT OF STANDARD PROCTOR DENSITY. REINFORCED CONCRETE ENCASED CONDUIT DUCT BANK DETAIL NTS TYPICAL FOR TRANSFORMER PRIMARY METERING UNIT GROUND GRADE (TYP) BUILDING OR \ GROUND WIRE STRUCTURE CADWELD (TYP) . N' CADWELO _lw DUCT BANK GROUNDING ©ETAIL O NTS / GROUND ROD 06/OB 1JC ISSUE FOR BID -.10to W: LS PR0.1ECi STD. 522 OWN BY; MAC GAI FILE NAVE; A5A_E;L•�02.dwg SHfFr CNkro W: yKr Gupta 8r Associates, Inc o�",;"T�„";; "O - 5HFiT No. Wa __Nh g Omdn9 FQ.s�e-Bro-vu "rPaOVEe dr: JUNE 2006 �,a�,+�h9mC-0,aronM'oxm" SHEET 51 OF X ol FORT WORTH Rom. bATE DRWN - -- - Ak�A1RkS�r HD, , CITY OF FORT WORTH ALTA MESA WATER PUMP srnnoN IMPROVEMENTS ELECTRICAL STANDARD DETAILS - II APPENDIX 3 'BARS RANCH PS GEOTECHNICAL MEMORANDUM 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 www.freese.com TO: Ci rarl[e Erwin, PE `'%OF ���1 �,��i ...... rf ys►t "�" FROM: Mike Shiflett, PE ; ""I "•"''"'' - M.M. SHIFLEi7 M. i QC: Holly Saez, PE " "............I.........y.. i i0�i.� 43763 ���^.,<�ccNs�°•':�'`� SUBJECT: Station 2, Edwards Ranch Pump Station ) � .' - PROJECT FTW21473, Four Pump Station Backup Generator, City Project No. 103410 UATe July 21, 2022 1.00 PROJECT DESCRIPTION 07/22/2022 FREESE AND NICHOIS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144 The City of Fort Worth (COFW) is planning to add backup generators, switchgear and electrical buildings to 4 existing pump stations in Fort Worth. This Geotechnical Memorandum No. 2 (GM2) presents data and foundation design recommendations for Station 2, Edwards Ranch Pump Station (PS) located at 3211 Overton Park Dr. W, Fort Worth. The backup generator project will include a generator pad that will be 18 ft by 36 feet, an electrical building 20 ft by 45 ft, and a concrete access road that extends from the existing driveway between the new generator and the electrical building. 1.01 PURPOSE AND SCOPE The purpose of this GM2 is to provide foundation design recommendations for the generator pad and electrical building at the Edwards Ranch PS. The scope of work included: * Drilling two exploratory core borings at the site, 0 Performing laboratory tests on recovered soil samples as appropriate, o Developing site specific foundation design recommendations. 2.00 FIELD EXPLORATION Subsurface core borings at the site were conducted on May 26, 2022. Total Depth Drilling performed the borings. Two borings were advanced to a depth of 25 feet. Boring locations B-2205 and B-2206 were located by Freese and Nichols, Inc. (FNI) after coordinating a site visit with the COFW to verify clearance of existing utilities. Latitude and longitude of the bore locations were determined from Google Earth coordinates and verified by a hand-held GPS device in the field. The ground surface elevations were determined from surveyed topography 1 '.NStation 2. Edwards Ranch Pump Station Generator and Electrical Building `� y } July 21, 2022 being used by the design team. Table 1 presents ground surface and top of rock elevations at the two boring locations. Attachment A contains boring location maps and Logs of Borings are presented in Attachment B. Table 1. Core Boring Information B-2206 Electrical Building 582 560 3.00 LABORATORY TESTING Representative samples of the soils and rock were selected for testing in the laboratory. Beyond Engineering and Testing provided the laboratory testing. Soil classification tests and unconfined compressive strength tests have been performed. The results of the laboratory tests are presented upon the logs of borings in Attachment B as well as a summary sheet and individual test data sheets provided in Attachment C of this memorandum. 4.00 SUBSURFACE CONDITIONS 4.01 GEOLOGY AND STRATIGRAPHY The Edwaru, Rand'i PS is underlain by the Fort Worth Limestone and Duck Creek Formation, undivided (Kfd) according to the Geologic Atlas of T enas� Ne Fort Worth Limestone formation typically consists of alternating layers of limestone, clay and/or shale and is typically light to medium gray, and weathers yellowish -brown. The borings encountered about 2 feet of clay fill and alluvial materials down to the 22 to 23-foot depths. Fhe alluvium consists of lean clays coarsening downwards to sand with gravel. The slightly weathered limestone was encountered at 22 to 23 feet below ground surface and described as gray limestone. 4.02 GROUNDWATER Groundwater was encountered at approximately 15 to 16 feet in the borings. This is also the depth at which the soils changed from sandy lean clay to gravelly sand. The water levels measured at the time of drilling are shown upon the logs of borings. Both borings measured a slight hydrostatic head. The seepage noted is likely influenced by an un-named tributary of Clear Fork Trinity River, 4.03 EXPANSIVE SOIL MOVEMENT The clay soils overlying the limestone at the Edwards Ranch PS site are moderately expansive material that may exhibit shrink and swell behavior as moisture fluctuations occur over the life of the structures. The magnitude of the shrink/swell behavior is dependent upon the thickness of the expansive soil and the depth of the active Station 2. Edwards Ranch Pump Station Generator and Electrical Building July 21, 2022 1FREIESE JICHOLS moisture zone. Moisture fluctuations occur due to seasonal cycles but are also influenced by drainage conditions and site grades, landscaping, irrigation practices, vegetation, groundwater, and the presence of flatwork or other impervious barriers. An estimate of the potential expansive soil movement was made using a variety of sources, including the PiotenUat VerTA;df Rise (PVP.) Method 124-E published by TxDOT, laboratory!,ndox and swell testing, engineering judgment, and engineering experience. Based on this information, the estimated soil movement, or PVR, is approximately 2 inches for a full seasonal moisture cycle (dry to wet or wet to dry) with an active zone of 10 to 12 feet. Recognize that these values are not an exact determination of movement and are only an indication of the potential movements due to expansive soil and seasonal moisture fluctuations. Actual movements may be significantly larger than estimated due to inadequate site grading, poor drainage, ponding surface water, and/or leaks in utility lines. Significant changes to existing site grades can also alter actual PVR movements by changing the thickness of the expansive soil and/or altering the depth of the active moisture zone. To limit the PVR to less than 1 inch, approximately 4 feet of overburden soils would need to be removed and replaced with non -expansive fill. 5.00 ANALYSIS 5.01 FOUNDATIONS The finished floor elevations of the generator pad and electrical building will be near or slightly above the existing site grades. Both the generator pad and the electrical building can be slab -on -grade foundation systems. The foundations can be designed to withstand a potential differential movement of 2 inches, or a portion of the expansive clay soils can be removed and replaced to reduce the shrink -swell potential. To reduce the calculated PVR to slightly less than 1 inch, 4 feet or more of overburden clay soils should be removed and replaced with non -expansive select fill. Non -expansive, compacted select fill should be placed within the building area and about 3 to 5 feet beyond the building lines. The floor system will then be supported upon the select fill. Electrical duct banks will be required and constructed beneath the slabs -on -grade. Duct banks are commonly supported about 3 feet below the finished floor elevations. Placing 4 feet of select fill beneath the slab will result in the duct banks being within the select fill therefore a relatively uniform support within similar material (the select fill) for the duct banks and the slab -on -grade system will be provided. Grade beams will be supported within the compacted select fill. The grade beams should be uniformly supported; that is, do not support a portion of the grade beam in select fill and part in in -situ clay. Grade beams 3 Station 2. Edwards Ranch Pump Station Generator and Electrical Building July 21, 2022 ffm7IRIEIESIE _MF:JICHC%Lr supported within the select fill can be sized using a net allowable unit foundation load of 2,500 psf, including a minimum factor of safety of 3, when the beams are supported at least 2 feet into the compacted, non -expansive select fill or within natural, undisturbed soil. If a portion of the existing clay soil is replaced with non -expansive select fill, the surficial clay fill will have been removed and grade beams and slab will be supported within compacted fill as well as providing firm support for grade beams and slab. The non -expansive select fill can consist of crushed limestone base material, or non -expansive select fill soil as summarized below: • Crushed Limestone Base Material TxDOT Item 247, Flexible Base, Grade 1-2, Type A. Compact in maximum lifts of 6 inches to 95% or greater of maximum dry density at a moisture content of -2 to +1% of optimum moisture when compared to Standard Proctor, ASTM D698 Or, • Modified FNI Class 4 Earth Fill. Soils which are classified as SP, SM, SC, CL or dual classifications thereof, which have a liquid limit less than or equal to 35, a plasticity index of a minimum of 8 and a maximum of 15, maximum passing No. 200-mesh sieve of 70%, which are free of organic materials. Compact in maximum lifts of 6 inches to 95% or greater maximum dry density at a moisture content of -2 to +3% of optimum moisture when compared to Standard Proctor, ASTM D698. Where the select fil I extends outside the building footprint, the surface should be capped with 18 inches or more of low permeable clay and sloped away from the structures to prevent water from entering the select fill pad and creating a "bath -tub effect" beneath the structure. The onsite soils can be used forthis clay cap. Excavations made for material replacement must not undermine existing utilities and structures. Excavation plans including the need for support systems to protect the existing site facilities should be considered priorto beginning site excavations. 5.02 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures since ground supported- floor systems will be used. if water is permitted to pond or be trapped next to or below the structures, excessive soil movements (heave) can occur, Ponding water can result in soil movements exceeding those previously given. 5.03 PAVEMENT A concrete driveway or access road will be constructed to provide access to the generator and electrical building. It is recommended that the concrete pavement be placed upon 6 inches of crushed limestone base material which will provide a non -pumping subbase for the concrete pavement. 4 Station 2. Edwards Ranch Pump Station Generator and Electrical Building r July 21, 2022 Site grading may require some minor grade adjustments. If fill is required, it should be compacted using the compaction recommendations for Class 4 Earth Fill previously given. Additionally, the soil subgrade beneath the subbase material should also be compacted like the Class 4 Earth Fill. The crushed limestone (non -pumping subbase) should be TxDOT Item 247, Grade 1-2, Type A, compacted to 95 to 100 percent of Modified Proctor (ASTM D1557) density at a moisture content of -2 to +2 percent of optimum. The supporting subgrade should be 5 inches o-so-ii compacted, to q5 percent or greater of Standard Proctor (ASTM D698) density at a moisture content of -2 to +3 percent of optimum. A minimum section of concrete of 5 inches for the pavement is recommended. If heavy truck loads or equipment will be using this drive section for construction or servicing the generator or electrical building, the pavement section should be increase. 5.04 SEISMIC SITE CLASS Seismic designs in Texas are typically based upon the criteria established in the 2015 International Building Code (IBC). The seismic design is based on the Site Class in accordance with Chapter 20 of ASCE 7. Based on the site - specific borings, the average subsurface conditions correspond to Site Class "C", 6.00 LIMITATIONS This GM2 was prepared specifically for use by the City of Fort Worth and Freese and Nichols for the Edwards Ranch Pump Station Electrical Building and Generator Pad project and shall not be used for other projects or purposes. This report has been prepared in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc. makes no other representation, guarantee or warranty, express or 'Implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The borings in this Geotechnical Memorandum contain information related to the types of soil and rock encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. It is not warranted that these logs are representative of subsurface conditions at other locations and times. 5 Station 2. Edwards Ranch Pump Station Generator and Electrical Building July 21, 2022 ATTACHMENTS A -Vicinity Map, Boring Location Maps-3 pages B-Logs of Borings- B-2205, B-2206, -2 pages, Boring Log Legend- 2 pages C-Lab Results, Unconfined Compressive Strength Test Results-14 pages FRIEEE 5 V Station 2, Edwards Ranch Pump Station Generator and Electrical Building July 21, 2022 '0 FREESE ATTACHMENT A VICINITY MAP, BORING LOCATION MAPS-3 PAGES WESTWORTH l�1LL ;; s nuta w v0 Ider D1 Hl' to I is �N C F l I tF: C w ti Q'.1 - 3 LL �f � may, i'19fE1 m WIL-TT}'.MQ0TL S A ve $'b r- I �+.� E}1 I. y4�.K� w 3 VER 1111' Y\ n, 41 J+ ".$'{. {',t' ,par .;Y :, PRr Ji,11p,AV, �# .J �4 � � i. ! . Vr•~ - P f IrCf.11��l5 r7koG if r,3 C j ' S1 i. ——fi,ftslVuy.,�kVa * — V k�v.}� n Y1t t1 Fwy .. } 303 „,3D3: as �o keAv4 *� `Lovai'lAvo y { u±Znli iti':,� STY of� 4 E Diaz Avc- I - CZ �n I yr} In CL. 0.- a .L cF ��/ ,�*J: rtwarll I- Pi o.° Y•.J`�'.s.itI� ;W inn I CJ ]? ..t,s�dtznfcl �7+CL ` Project lgCBtlan f 0 'Lt �s ll,lre fir hl,St LL W Berry St F O 1 �INV O '; ,} Ly � fie, �W q ^,d k i'i L7r VII2 t Y'; BarYbrook Blvd 14 u 083; i ''� r lr ."Tiff rid S C- 4 w — to r+r VV Hidd;mon i's $Y rn at +3dR� nnfr„fir, I {A +i RENB O S Allic t^fBoll c, m fh, as lra7. +4 Suifallt [-I-, Sominary 1)r : I//.I In GwrrUrull S1. V { kid. a �F 1 V 4' I' L �.l I I Ij r :� •i u .•^,J' I'+ _ �. ,� NI p ad�r Fed � t*r �e11rY Rd rYG.n H1C.5�' P'lwlf * ` nv+ ` 1 �7 yfu m' rn _ � Ir _ r't;,� r' ,fir r ik # cr"'ay W ra c J 4 3 it'Vvyen Ave Q; e1 rrrl 11 s OpKmt,n ,61v {` a�" Edger-liff R-d Y Daoroileu EDGEEDGEC 1.IIFF V,i1fLAGE 0 4,000 8,000 II II17pyLar�aorea LJI Feet ' + (iurnm �. -��• � �• FNJaairJ^ City of Fort Worth FTW21473 MIFFMIESIE N °E EDRANCH_VIC WICH®a� { Edwards Ranch, P.S. Backup Generators DATE W�E � _ 5Y3i12022 i 6CALE 901 cherry St. S.R. 2800 5:50.000 Phune-,,,T]7ass173,, c Vicinity Map DESIGNED- Mike Shitletj t FIGURE J ��T� b NA"ED Z. Crossley , 0VILE LATITUDE LONGITUDE tB-2205 32,703533• 1 d. .14 ♦ 06 •+ wo 901Lst "''' 11111 - a r •' ��r 4 _ • ■ eft OP P.Of i 0, 4: 8-,2205 0-B_2206 + � ,� y op � �' • � �� '} �� - ti� � `'fir �. ' rt�' PIP #r•Jra 4 . 1 .. 1250 500 Feet o- m',+ _may,' Adw ' go \ 01 01 CONTROL POINT T1 iq 40 BENCHMARK In N 6940662.41 1` E 2311628.09 ELEV 580.03 BM SET BENCHMARK TABLE POINT BM NORTHING EASTING ELEVATION BENCHMARK NO. NUMBER DESCRIPTION 50 6940662,41 2311628,09 5$U.03 BM SET CONTROL POINT TABLE POINT NORTHING EASTING ELEVATION DESCRIPTION �\ T-1 6940687.14 231163117 SR0,56 T-2 6940455.55 2311766.44 582,29 T-21/2" RANDOM \ FTW21473 Plot Date: 613/2D22 4:55 PM Plot By: D8094 Fllen :\WTU\Draw€ngs%FTW21473 Backup Geoerators\EDWARDS RANCH\CV-ALL-PL-CTRLdwg Generator 18 x 36 B-220, I PSpN� e1� Electrical Building 20 x 45 4x ° B-2206 B-a000 o i o g o cm aF FORT woRTH VOLUME 3287, PAGE 615 gt ` DA.T.C.T. CONTROL POINT 1 T2 1 \ 1� A 1 Boring Location Map 1 60% SUBMITTAL I CPN 103410 REVISIONS NU. Q DEScRIPnorz oniE 1 � A T Q CONSTRUCTION NOTES NOTE: 1. CONTRACTOR SHALL PROTECT ALL EXISTING TREH, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. 2. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST48 HOURS PRIOR TO EXCAVATING ATEACH LOCATION: AT&T 18171338-6202 FORT WORTH WATER OEPT,-FIELD OPERATIONS 1817)392.8296 FORT WORTH T&PW {817) 392-8100 ATMOS ENERGY 14691289-7513 ONCOR ELECTRIC 18171215-fiG88 TIME WARNER {214) 32D•7406 CHARTER COMM. j8171298-3532 ALL OTHER FACILITIES 1-840-DIG•TESS 3. CONTRACTOR SHALL PROTECT ALL EXISTING WATER SERVICES, WHETHER OR NOT THEY ARE INDICATED ON THE PLANS, 4, CONTRACTOR SHALLPROTLCT ALL EXISTING SEWER SERVICES, WHETHER OR NOT THEY ARE INDICATED ON THE PLANS. 5. PROTECT EXISTING MAILBOXES. NOT FOR CONSTRUCTION THIS DOCUMENT FS RELEASEO FOR THE PURPGS£oFIWUum RFYIEW UNUERTUE AUTHORITY OF: CHARUSH. ERWIN RE TEXA5 No: t7R642 ON UATE:S/2%E022 IT IS NOTTO RE USED FOR CONSTRUCTION, eIUF]INGUR PERMITPURPOSES. Freese and NkhaN, Inc. Texas Registered fnencerinN rinn F-2144 M-M NICH®LS . 801 Cherry Street Suite 2800 Fort Warth, Texas 761p2 Phone -(817)135-7300 Web - www.freese.com HORIZONTAL & VERTICAL CONTROL CITY PROTCT 0 CPN 103410 4R MAPSCON NR CITY OF FORT WORTII, TEXAS WATER DEPARTMENT DOUR STATIONS BACKUP GENERATORS TCBQ EMERGENCY PREP AND SB3 SUPPORT CIVIL STATION 2 - EDWARDS RANCH PUMP STATION EXISTING S1TE PLAN AND CONTROL POINTS DESIGNED: OL FULL 517E DATE: I SHEET SCALE: DRAWN: AL AS NOTED APRIL 2021 C-5 Station 2. Edwards Ranch Pump Station Generator and Electrical Building July 21, 2022 i FREirmsr: NICHOLS ATTACHMENT B LOGS OF BORINGS B-2205, B-2206 -2 PAGES, BORING LOG LEGEND-2 PAGES Jr,1,NU�ft�9SE LOG OF BORING NO. B-2205 UUM Ill Project Description: Backup Generator Edwards Ranch P5 Project Location: Fort Worth, TX Date Drilling Started: 5/26/2022 Logged By: D. Rohmer Drilling Co.: Total Depth Rig Type: CME 55 Hammer Type: Automatic Latitude: 32,703533 Longitude:-97.384210 SAMPLE _r �y z W (J LU a. o 0. W W W MATERIAL DESCRIPTION U I_0LUZ 7 d u}i d O MiX0 cc � F - U-1 4.5+ (P) 33 - U-2 4.5+ (P) 29 5— U-3 4.5+ (P) 33 U-4 4.5+ (P) 33 - u-5 4.5+ (P) 33 10 u-6 U.50 (P) 33 15 SPT-7 B-23-26 - (49) 20 — A-8 50/0.50" 25 TCP 50/0.25" LEAN CLAY, brown, hard, moist (Fill) LEAN CLAY, dark brown, hard, dry, silty, trace fine-grained limestone gravel, subangular LEAN CLAY with SAND, light brown, soft, moist, trace fine-grained limestone gravel, sub -rounded SAND with GRAVEL, light brown, dense, wet, medium -to coarse -grained sand fine -to coarse -grained sandstone gravel LIMESTONE, gray, hard, slightly weathered to unweathered Total boring depth 25.1) ft. Project No.: FTW21473 Phase No.: *** Date Drilling Completed: 5/26/2022 Drill Method: CFA Elevation: 581.0 ft. Q W H W z I_" In rn N F- co Z W N p J V }+ a LL O ~ aw OC a W o x ci F F. Z � a CJ L z ct LU 15 113 89 43 17 26 5 7.3 21579.o 15 97 93 49 20 29 —576 12 119 15.1 3.2 — 571 12/569.0 16 111 83 21 11 10 0,6 14.8 - -566 171564.0 — 561 23155$ 0 956 GROUND WATER OBSERVATIONS f Bonn s: Boring advanced with continuous flight auger and steel tube MEASUREMENT 7 At Time Of Drillitle Y At End of Drilling -7 After Drilling I sampler. water at 15 ft; roseto 13 ft. Boring backfllled upon DACE I completion. D1 PT11 (fl.bgs.) 15 13 NOTES The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 911111111111111FOU0% LOG OF BORING NO. B-2206 Project Description: Backup Generator Edwards Ranch P5 Project Location: Fort Worth, TX Bate drilling Started: 5/26/2022 Logged By: D. Rohmer Drilling Co.: Total Depth Rig Type: CME 55 Hammer Type: Automatic Latitude: 32.703372 Longitude:-97,384049 SAMPLE $ z u, a! 9 o a o 0.L"W W o g MATERIAL DESCRIPTION a ?� z�� o m =a0 UJ F- r LEAN CLAY, brown, hard, dry (Fil) - U-1 4.5+(P) 33 - U-2 4.5+(P) 33 5— U-3 4,5+(P) 33 - U-4 4,5+(P) 33 u-5 10 SPT-7 18-12-7 - [19i 20 — A-8 25 TCp 550/�i5 4.5+(P) 44 1.5 (P) 33 LEAN CLAY, dark brown, hard, dry, trace calcareous nodules SANDY LEAN CLAY, brown, stiff, moist 7/530.0 12/570.0 SAND with GRAVEL, light brown, medium 161556.0 dense, wet, flowing fine -to coarse -grained sand, fine -to coarse -grained sandstone gravel, sub -rounded LIMESTONE, gray, hard, slightly I weathered to unweathered Total boring depth 25.0 ft. 22/560.0 Project No.: FTW21473 Phase No.: *** Date Drilling Completed: 5/26/2022 Drill Method: CFA Elevation: 582.0 ft. C a � r aE ui z tu c=a 2W z LWz z �_ 3 o 03 aN = N t77 LU a j a n aBz a u� z a '= a Z " > W > LA 98 46 18 28 - 15 109 83 47 19 28 12.3 2.7 —517 —572 15 117 75 33 12 21 1.7 10.6 - - 567 — 562 GROUND WATER OBSERVA'1'LONS Remarks: Boring advanced with continuous flight auger and steel tube MEASUREMENT V_ Al Time Of Drillina I At End oPDrilling _T Alter Drilling sampler. Water at 16 R; rose to 14 ft. Boring backfilled upon DATE completion. DEPTII ([Lbgs.) 16 14 NOTES The stratification lines represent approximate strata boundaries., In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 BORING LOG LEGEND AND NOMENCLATURE AlbbreuEatlans lJ— Undisturbed Sample (tube) SPT—Standard Penetration Test NT— Not Testable A — Auger Sample TCP —Texas Cone Penetration NP —Non Plastic CS — Continuous Sample CFA— Continuous Flight Auger ATD —At Time of Drilling C — Rack Core HSA — Hollow Stem Auger AD — After Drilling Ganeral Toms Term Description Blow Counts Results from eitherthe Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Consistency of Cohesiva Soil Description Comp. Strength, tsf SPT Blows TCP Blows Criteria Very Soft <0.25 0-2 0-8 Sample sags under its own weight and is easily deformed Soft ? 0.25 — < 0.5 > 2 — 4 > 8— 20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff >_ 0.5— < 1.0 > 4 — 8 MIA for TOOT Imprinted easily with fingers and remolded with firm finger pressure stiff >_ 1.0—< 2.0 > 8-15 >20 --40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff z 2.0 — < 4,0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail Hard 4.0 > 30 >80 Difficult to indent with fingernail Apparent Density of Cohesic nl6ss Soil — Description SPT Blow Count Texas Cone Blow Count Very Loose 0-4 0--8 Loose >4-10 >8-20 Medium Dense >10--30 > 20to 80 Dense > 30 — 50 80 to >— 5" Very Dense > 50 0" to < 5" Sol Structure Description Criteria Stratified Alternating layers of varying material/color with layers >— 1/4-inch thick Laminated Alternating layers of varying material/color with layers < 1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy; shows movement direction Blocky Cohesive soil that can be broken into small, angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout MpEstore rrondIHorl Textural Adjectiuj2x Description Criteria Textural Item Description Dry Absence of moisture, dusty, dry to the touch Pit Pinhole sized openings Vug Small openings up to 4 inches in size Moist Damp but no visible water Cavity Opening larger than 4 Inches Honeycomb Numerous and grouped pits and vugs Wet Visible free water Vesicle Small openings in volcanic rocks rMFREEST Page 1 of 2 Cupyrlght Freese and !Nichols, Inc., Versfnn 1.4 {September S, 2014) INICHO� BRING LOG LEGEND AND NOMENCLATURE Rack Hardness Descriptors Approx. Comp. Grade Approx. Field Test Strength, tsf TCP Range Very Soft < 10 -100 >6" Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard 500 -1000 1" - 5" Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer Very Hard 1000- 2000 0" - 2" Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0" Specimen requires many blows of geological hammer to fracture It Degroa of Nc;ck Weathering Description Criteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10% volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock -like texture hock Bedding Structure Description Criteria Laminated <3/8 inch Very Thinly Bedded 3/8-1 inch Thinly Bedded 1 inch-4 inches Moderately Bedded 4 inches-1 foot Thickly Bedded 1 foot-3 feet Very Thickly Bedded 3-10 feet Massive > 10 feet Sall Column Graphic symbols• Graphic Represented Soil I ypes Graphic Represented Soil 1 ypes 0 Fat Clay, Fat Clay with sand, Sandy Fat Clay MeU Well -Graded Sand or Poorly -Graded Sand; little to no fines ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay Clayey Gravel, Gravel -Sand -Clay Mixtures ® Inorganic Slit and Organic Silt c o Silty Gravel, Gravel -Sand -Silt Mixtures Clayey Sand, Clay -Sand Mixtures Well -Graded Gravel or Poorly -Graded Gravel; little to no fines Silty Sands, Sand -Silt Mixtures Fill with Significant Debris or Deleterious Material Rork Cetumm Graphic Symbols' Graphic Represented Rock Types Graphic Represented Rock Types Limestone, Shaly/Marly Limestone, Limestone with Shale ® Marl, Marl with Limestone, Mari with Shale Shale, Shale with Limestone Sandstone, Shalt' Sandstone, Sandstone with Shale Mudstone FA Generic Bedrock Symbol * Combined graphics may be used for dual classifications. Not all graphics represented, Referto lithology description forsoil classification or rack type, .11111111 R��®E Page 2 of 2 Copyright Freese and Nichols, Inc„ Version 1.4 (September 8, 2014) �11UI 1L Station 2. Edwards Ranch Pump Station Generator and Electrical Building July 21, 2022 FREESE men 7-1 ATTACHMENT C LAB RESULTS - 1 PAGE UNCONFINED COMPRESSIVE STRENGTH TEST RESULTS - 13 PAGES SUMMARY OF LABORATORY RESULTS PAGE 1 OF 1 PROJECT NAME Baekua Generator PROJECT LOCATION Fort Worth, TX Unit Borehole Depth, Water Dry ft Content, % Weight I b/ft3 B-2205 0.0 15.0 113.2 B-2205 4.0 14.5 97.4 B-2205 6.0 11.8 119.0 B-2205 13.0 16.4 110.9 B-2206 2.0 B-2206 4.0 14.5 108.6 B-2206 13.0 15.4 117.2 PROJECT NUMBER FTW21473 PROJECT PHASE *** TESTING PERFOMED BY: Bevond Engineering and Testing Pallo. sing Liquid Plastic Plasticity Compress ve Strain at Limit Limit Index Failure, % Sieve Strength, tsf 89 43 17 26 5 7.3 93 49 20 29 15.1 3.2 83 21 11 10 0.6 14.8 98 46 18 28 83 47 19 28 12.3 2.7 75 33 12 21 1.7 10.6 EngIneerfng & Testing One -Dimensional Swell or Collapse of Soils Beyond Engineering Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)35B-604B Client: FREESE AND NICHOLS, INC Beyond Project No,: Ul'2205034 Project Name: PS Backup Power Generators -Edwards Ranct Test Method: AS TM D4546 Sample ID: B-2205 at 4-6 It Test Date; 6/7/2022 Specimen Conditions Specimen was inundated with lap water during testing. Loading Avg. Water Content of Trimmings (%) 14.5 increment duration was minimum 24 hours.. The calculation Final Specimen Water Content (%) 26A included the machine deflections that measured in each loading Initial Specimen Height (in) 0,798 steps. Final Spocimen Heip�ht (in) 0,809 Ky Initial Unit Weight, y (pcf) 97.4 Gs assumed to be 2.70 Final Dry Unit Weight, yf (pct) 96.1 Initial Void Rado, eq 0.730 Specimen Diameter: 2.499 inches Final Void Ratio, of 0.752 Initial Degree of Saturation (%) 53.5 Final Degree of Saturation (%} 94.6 Swell Strain (%) 2.9 Vertical Effective Stress, a'}, (psf) Vertical Effective Stress, 6'v (psf) 10 100 1000 10000 10 100 1000 10000 0.78 I I 3.0 -- 2.0 = a 0,76 — - Swell 1.0 — e - C7 0.7A o" — 4+ a 010 Q /, � Loading w Gn -1.0 — :d v - j 0.72 — is -2.0 — .o - d Q -3.0 — 0,70 — Wetting - -4.0 — 0.68 -- -5.0 -- Dry Inundated Stage No. l 2 3 4 5 6 a'v(pso 20 150 300 600 600 1200 IIeight (inch) 0.798 0.795 0.794 0.790 0,813 0.809 Void Ratio, a 0.730 0.724 0.720 0.712 0.762 0.752 Axial Strain (%) 0.00 -0.36 -0.59 -1.06 L86 1.30 Note: Stage 6 was tertninated about 4 hours, and was not presented on above graphs Huamiao Cao, P.E. 06/14/22 Analysis & Quality RoviewMate Specimen prepared and tested by: 132.11. The results shown on this report are for the: exclusive use of the client For whom they were obtained and apply only to the sample tested anti / or inspected, They are not intended to be indicative of qualities of apparently identical products. The use ofour name must recieva prior written approval. Reports must be rcproduccd in [heir entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than tho client For the spcciFtc project. Page 1 of 3 engineering & Testing One -Dimensional Swell or Collapse of Soils Client: FREES AND NICHOLS, INC Beyond Project No.: LT2205034 Project Name: PS Backup Power Generators -Edwards Ranct Test Method: ASTM D4546 Sample ID: B-2205 at 4-6 ft Test Date: 617l2022 JAMPLIMM Q� � >SEt+1 M w P, ,. - �, r y rreWk-cw M4, I I `.u.iiF.� �+rr..arrr F++:I1'til:e�:L��ptaar, �F11t#1llu#��aM IaM! i LARFI'1.F IPF. �� 4�LiFlkt 1.�. I F Ph 0 ipatl F 3 2 1 A Beyond Engineering Testing. LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)35B-6048 Page r of :1 Engineering &Testing Beyond Engineering Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)35B-6048 One -Dimensional Swell or Collapse of Soils Client: FRUESE AND NICHOLS, INC Beyond Project No.: LT2205034 Project Name: PS Backup Power Generators -Edwards Ranc} Test Method: ASTM D4546 sample ID: B-2205 at 4-6 R Test Date: 6/7/2022 20-nsf Load (Seating Loadl 600-nsf Load Ttme (mlri� Time (min} D.1 1 10 100 o.i 1 to o.DaoD •-�--�-�- -0.00200 D.0010 -0.001 Co n.a13211 o � o E p.00000 E 0.0030 0 0` a 0.0040 0,00100 0.0050 - 150-nsf Load 600-usf Load finundatedl. Time (min) Tfine (min) ❑.1 1 10 100 0.1 1 10 ion 0.0000 . ---0.0250 T �,T 0.0005 -D.0200 D DD1n i i 0.0015 -0.0100 -I- a0.a020 . 1 I -D_aalin O.OU26 i 0.0030 0.0000 y� 0,0035 _ . �_-�__ �, _ 0.0050 300-psf Load 1200-nsf Load (inundated) Time (min) Time (min) 0.1 1 10 100 0.1 1 10 ion - 0.0000 0.0000 - - 0,0006 1 ❑.0010 0.0010 0.0020 Y 0.0030 •,., 0.0015 m 0.0020 m 0,0040 a p 0.0025 ' 0.005o - D,0U3P 1 O.00fiO 1, � 0.0070 .�-- 1000 iumo 1000 10000 Page 3 of 3 -$rzvoNa Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3861 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM ❑2166 Strain Rate: 1.0 %/min Edwards Ranch Test Date: 6/6/2022 Sample 1.D,: B-2205 at 0-2 ft 100 80 is 60 a 40 L u 20 0 0 2 LO m GC I~ a, I i 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 100 i I 80 I 60 -- - S„ 3 5. 0 ps 40 ................. - — - 20 —.. -- .._._ _.... i 0 0 20 40 60 80 100 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) Da 2.68 Avg. Height (in) Ha 5.94 Water Content (%) wo 15.0 Total Unit Weight (pc1) ytalal 130.2 Dry Unit Weight (peo rdry 113.2 Saturation (%) S' I 82.8 Void Ratio eo 0.49 Specific Gravity (Assumed) GS I 2.70 Stresses at Failure Compressive Strength:, q,, (tsf) 5.0 Axial Strain at failure (%) 7.3 Axial Strain at 50 % of q ,(%) 1.0 Total Stresses at Failure Major Principal Stress, at (psi) 70.1 Minor Principal Stress, a3 (psi) 0 Undrained Shear Strength, Sr, (tsf) 2.52 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first, HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use of the client for whom They were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative ofgnalities ofapparently identical products. Theuse ofour name must recieve priorwrilten approval, Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project, $EYOND Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Edwards Test Method: ASTM D2166 Ranch Test Date: 06/06/22 Specimen: B-2205 at 0-2 ft Failure Mode: Shear Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and/or inspected. They are not Intended to be in dicaliYe of gnahtk% of apparently identical prodnets, The use of our imme inust 1'ecicvc prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Edwards Ranch Test Date: 616/2022 Sample I.D,: B-2205 at 6-8 ft 250 i Initial Specimen Conditions j Avg. Diameter (in) D° 2.69 Zan- = i Avg. Height (in) H° 5.97 E 150 - -- - -'- - - _ .. .. �- ....- . - ...... Water Content {°/a) w° 11.8 Total Unit Weight (pef) Yrotgl 133.1 I 100 - -Asa% - - — - --- I Dry Unit Weight (pcf) Tdry 119.0 - I Saturation (%) SC 76.9 GJ 50 - . � - - - - - - - - ... - - �- - - - I Void Ratio eb 0.42 Specific Gravity (Assumed) Gs 2.70 0 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure Stresses at Failure 250 Compressive Strength, q, (tsf) 15.1 { Axial Strain at Failure {%) 3.2 200 -- Axial Strain at 50 % of q 1.0 1f - Total Stresses at Failure ISO ... _ .... _ ......... ............ . .. :.. .... .. Major Principal Stress, o•I (psi) 210.3 y Sr, k 105.2 psi Minor Principal Stress, a3 (psi) 0 w vi 100 I Undrained Shear Strength, S„ (tsf) 7.57 b i Note: Failure was determined at the maximum deviator 50 - - -- E- - - -- stress or deviator stress at 15 % axial strain, whenever is obtained first. a �....' �.... 0 50 100 150 200 250 Compressive Stress (psi) HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M. The results shown on this report arc for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected, They are not intended to be indicative of dualities of apparently identical producls. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. O O Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite R Round Rock, TX 78664 (512) 358-6049 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Edwards Test Method: ASTM D2166 Ranch Specimen: B-2205 at 6-8 ft Test Date: 06/06I22 Failure Mode: Brittle Failure The results shown on this report are for the exclusive use ofthe client for whom they were obtained and apply only to the sample tested and / or inspected. They arc not intended to be indicative or qualities arapparenlly identical products. The use ofeur name must rcciwe prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. l�EYONa Unconfined Compression Test Report Beyond Engineering &. Testing, LLC 1801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Speciten: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Edwards Ranch Test Date: 6/6/2022 Sample I.D.: B-2205 at 13-15 ft 20 1 15 .J - � - I I I I d c. _ g G 5 — U �'65 I o 0 2 4 6 S ._.... 10 ......... I 12 14 I I i � � I 16 Initial Specimen Conditions Avg. Diameter (in) Do 2.66 Avg. Height (in) Ho 5.81 Water Content (%) we 16.4 Total Unit Weight (pcf) Yro,al 129,1 Dry Unit Weight (pen Ydry 110.9 Saturation (%) Sr 85.2 Void Ratio eo 0.52 Specific Gravity (Assutned) Gg 2.70 Axial Strain (%) Mohr Circles for Pear Stress at Failure Stresses at Failure 20 i Compressive Strength, q„ (tsf) 0.6 i Axial Strain at Failure (%) 14.8 Axial Strain at 50 % of q (%) 3.7 15 ----- 14 Total Stresses at Failure m^ � Major Principal Stress, at (psi) 8. t 10 - - - - - _..._----- I_--.. _ -.- -----._....... _.._.._--- Minor Principal Stress, rs3 (psi) 0 U j Undrained Shear Strength, S„ (tsf) 0.29 S„1= 4.0 psi I 5 _ .. _...... _ . ; _.-__..—__. __—.__.. -- --t. - Note: failure was determined at the maximum deviator - o o stress or deviator stress at 15 % axial strain, whenever is obtained first. 0 0 5 10 15 20 Compressive Stress (psi) HuaMiao Cao, P.E., 6/I3/22 Quality Review/Date Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use ofthe client for whom they were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC YO O 3801 Doris Lane, Suite B 9 Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No,: LT2205034 Project: PS Backup Power Generators -Edwards Test Method: ASTM D2166 Ranch Specimen: B-2205 at 13-15 ft Failure Mode: Bulging Test Date: 06/06/22 The results shown on this report are for the exclusive use of the client fnr whom they were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicative of qualidcs of apparcntly identical products. The use or our name must rceieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. EOND Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Reek, TX 78664 (512)358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Edwards Ranch Test Date: 6/6I2022 Sample I.D.: B-2206 at 4-6 ft 250 Initial Specimen Conditions - Avg. Diameter (in) Do 2.70 w 200 ---+---- --- - - �, _ Avg. Height (in) H. 6,00 150 - --- — - - -` - - - - - Water Content (%) w° 14.5 d Total Unit Weight (pcf) Yr°tat 124.3 100 - .........-_......_.. ......_..__L._...._..... - ---------- - — -- I Dry Unit Weight(pc 1'dry 108.E Saturation {%) Sr 71.0 50 - I — � I Void Ratio CO 0.55 l Specific Gravity (Assumed) G, 2.70 0 ... ... 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure Stresses at Failure 250 Compressive Strength, q,r (tso 12.3 Axial Strain at Failure (°/n) 2.7 200 Axial Strain at 50 % of q,,°LO Total Stresses at Failure 150 -- — — — -- -I- - -- Major Principal Stress, crl (psi) 170.9 Minor Principal Stress, 63 (psi) 0 g5 4 Cie 100 psi ; -- — ----S" . i Undrained Shear Strength, S„ (tsf) 6.15 i Note: Failure was determined at the maximum deviator Cn 50 — - - --- - stress or deviator stress at 15 % axial strain, whenever is obtained first. 0 . . . i Ii I 0 50 100 150 200 250 Compressive Stress (psi) HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use ofthe client for whom they were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicative of qualities ofapparenlly identical producls. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this doeumcnt is strictly prohibited by anyone other than the client for the specific project. / 4E Y0 N W Beyond Engineering &c Testing, LLC 3801 Doris Lane, Suite H Round Stock, TX 78664 (S 12) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Edwards Test Method: ASTM D2166 Ranch Test Date: 06/06/22 Specimen: B-2206 at 4-611 Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of tho client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative orqualitins of apparently identical products. The use orour name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibitcd by anyone other than the client for tlto specific project. OEYOND Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 Wmin Edwards Ranch Test Date: 6/6I2022 Sample I.D.: B-2206 at 13-15 ft 30 25 .�J 20 CA ,A 15 a 10 - 0 5- 0 0 2 4 6 8 10 12 14 16 Axial Strain (%) Initial Specimen Conditions Avg. Diameter (in) D° 2.75 Avg. Height (in) H° 5.95 Water Content (%) w° 15.4 Total Unit Weight (pcf) yt°tRt 135.3 Dry Unit Weight (peo Ydry 117.2 Saturation (%) Sr 95.2 Void Ratio e° 0.44 Specific Gravity (Assumed) Gs 2.70 Mohr Circles for Peak Stress at Failure Stresses at Failure 30 Compressive Strength, q„ (tsf) 1.7 � I Axial Strain at Failure (°/n) 10.6 25- Axial Strain at 50 % of q ,, (%) 1.9 i Total Stresses at Failure 20 -.. Major Principal Stress, al (psi) 23.6 15 Minor Principal Stress, a3 (psi) 0 w 11 {8 psi .. Undrained Shear Strength, S„ (tsf) 0,85 to •� j Note: Failure was determined at the maximum deviator _ - - - stress or deviator stress at 15 % axial strain, whenever is obtained first. 0 5 10 15 20 25 30 Compressive Stress (psi) lluaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use ofthe client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the spcei ftc project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 79664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Edwards Test Method: ASTM D2166 Ranch Specimen: B-2206 at 13-15 ft Test Date: 06/06/22 Failure Mode: Shear Failure The results shown on this report are for the exclusive use of the client for whom tlicy were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicalivc orqualitics of upparenlly identical products. The use of our name must recievo prior written approval, Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. APPENDIX ED 'A1 DS RANCH PS RECORD DRAWINGS S TI-IOMAS A. MC CA J.J. LY LDS T D T4-I OM PS O N � A.4-\. JACKSON C.15I APPROVED AuGUST 1957 J F v S tT�TAAAN, Ac,E2 - J . -F. DAV IS ON Tzav&/b C. M. TtI[LI N a0z&(lslc�, Mbtks U-EL STD, NEN S O&f,c� , W -0 off. qr j- n1 �Cho ih Clnk Pe ce as Speri`leiil — ��-- ° I ! I Bar rna o'l I 3' fjfa-k Topsoil Light Br- wnClaq rime Yellow Sand 171 211 Sand 0 Gravel P451 FI'rm Blue 917ale 271 y Sol'f Gray Limeslone Wale, al 14r LOG /ai0" Sarinq 09 ° 7' 31 Black 7opspi! IF i ighl Brown Clay I2r 1Q1 Clgh! Brown Sandy Black Topsoil r Lighl Brown Cla qr ' Grown Clay ay Ibr Fine Yellow 9and r'r very Fine Sand 21/- 241 = Very Erne Sand c Gra veI 77.5' So!'f Blur Shale 2Or 2::' 3WI Gray Umev Wale, of 22r Of 0raI NCS ti ° 'iI I I 6dCrushed.Sfane 8ese n TYPICAL 17RIV-P-IVAY SF-CTiON J. .; �11 I ' f B! 06 61 ad S10= 3ti'.'I?.-foat m Strea? _ % Sloae same as ,pavement F to ° bypovi 1 _3 oars - 1 ` I — i I C20IGe1�-�� 3-p�L�arS as 5'ho+v/I l°Sand Cushion I (Gscuhle (ors 2-'6 ° DETAIL S I I7 E 1V,�1 L 4i i. L CURIb E IZ DETAIL 1 — IP = N-o" NoT4: Place a/gapremou/r✓eef Asphsll Expansion „crnf rS1B.err9/ rr; Curd and Cutler ono Srde valC s e! 1 r C. n 7>r r S/o�e 3ef 5.'cpe'a".- =3 8S:•:; _.— y �. Aer Fao? e'er Fvoi_ r3othliu�r / cy' Y .. Tcn. l Sea ed 7 � YA,rzn-- VAT-FMiN G _L Q Angle Control Valve I Anf! Syphon Valve I Quarter Clrcfe Spray � One-f[ra!/'Clrcle Spray 0 rhoce-Quirter Circle Spray O Full Circle Spray 13 {a: s �!?"`� .Ezpa•r:a+art Joinf .�nfh:vay DRIVEWAY AppRO,[1C14 ApRom S C a i e— I' = 3.0' CITY WATER DEPARTMENT FORT WORTH, TEXAS �l4r � G w• EDWARDS RANOP BUMP STATIC *� - LAYOUT PLAN AND ...... x moats � PAVING I �A V I ld G D E_T A I L$ '4�p'O�°ISIEP�"0. 4wS c� FRoES '-- G'NIC.HS S 4���hp'n.4"�� ieca.•v./x r.ieo '-iG-s.�/[s-.�-lv Flyl`Ir, +1^. JtG'6 E!'/•,��G�� R[co. .....oar 1 PF-Z®J;-:CT NO. 90 W - 2 P - C ®NTP AC T pum, STATION `Y i ` F '5 / �CT�JISF JJCCYI �_ c • b i O r g^F i a THOMAS A. M9CANN %22410r) J.J. LY LDS T D T�IOMRSON A.-k\. JACKSON C . 13. WILLIAMS JOSS TAR.LTON 74n �lov JOE B. OWN ASH E. R.OAC�I MRS. RE-ECY Mc-KNI&IT 1957 �R.EISE .r.,md NICflOLS &vooe� NO. 2 APPROVED AUGUST 1957 V'S - !TyMANAGErt J . F. DAVIS od� T71�zwnb 7tj&,) Y)otks UAL STUrHENS Fray I'slrP " e Slopes .Top op E'xr51rng I ' !Sf Creek Bank-4p,,arox Ele%5790 175 r Properly Line ; r -` ' �yCharn Lrnk fieGjce Conc. J/eadivalJ / f I e ' by 580. Sub Sls!! ' a . f �' 6l.bl B1.71r 81.88- -�_ _ 3/e" 3/4N _l/1 n .__ • ° 3 I / S815- B C.I Sumpprarh7 / ° 9144 54 \ 12Sdewalk �' I � I I I I -- 4"7 2p rrlf"-� 582..5_ --- V4"^� -� `1 ° 920, ° 18C0,7 �i grrny '-5gg n 8orrng /I $Jack Topsoil Light 8ro�vn01ay r3' Fine Yellow Sand !7r 911 Sand 8 Gravel Firm Blue Shale 2T 4QPl Grr3y Limasfonc Wafer a! !9' LOG 16!0N Qorino =2 3, j Black Topsoil Light Brown Clay , M l4I ' Llghl Brown Randy 0 0ring Slack Topsoil 6r Gighl Brown C/a qr Qrown Clay Fine Yellow Sand 16f — 0 = Very Fine Sand 2N T Q'jr r- Very Fine Sand c Gravel 27.5r � SoPI Blue Shale 901 SQPI Grey Limes? Wafer a/ 22r OF BORINGS '2f'f/o/A9rx/ispna// Fin Grade 6�'Crxrshed3lone gasc >7uMn 5T<1710N - 1 0 q TYPICAL DPIV4:WY SECTION ° 8r 337: I 1 'f 82,tl• lrn. floor flev 5C,86. 0 \\ n a 9D"fiend a 64' 7.' J{lO7 L7av, �'- 96 582 I v I I - /!fe Gas r P sro 3 3 �3Lrs as Shawn Ges, 57e.75 Ciev. 578. ". -Fnof :n Ga? i' slag sane as n�ve� enl 582.0 Ir-" ' 20'8cnd s reel?rlobF p rnhrve{ . ° a ( ins/alled 6y olhPrr r 4n I h'PrT,,1 �rwld:c°� o, l .�I 30'{iend ` 30.8end ' k2 4ry';1 31 " 9091 810, ?/j ` ac -r /O l C.582C rFleLl rs79.�? -_ 3liars fJIF3 c: D 'E T A I L. S I n£ IVA L, K �� fDQublel as$airr�f! 3a`L3cnd-_�i - , 30°Deed �1' 3(3ars IrO 2rOH 1 2°� 1rGale,l _ �`', 2Srdelvalk I Jq I S c a e !'- Q _ c � n " J TYPICAL C:URP5 s zf � fti Q �+ �TZ �j�11L 0-!.�i�`ii III °iI GU7Y and A. � ,�, ` `-�( L �i J c � rn.r?r5'?^Jron �.•"fdsl rrrFE.^lu . ohNON Gre?�0nerlelLirreoPRall4ire ti P.race3fANQreiYrouldedisnnB/IfxpaSron��nlrb9aEerra/r. ° J grd., —�u+ 3fa"-, ___.'.''-, � _-- `_� --- / _ _ ..test?"� Cur(, and Golfer anc Sidewalks sI- G/osure SecfIon C. 83.549 I ^ c' c, `r, 74 7 •- �5 -I --. - E'!e✓ 5]4.?5 _ Ere l' S; 4. y5 l . �r , f, !' L'apfaPr /prESSbrE Le°d5 IG - ' ' - --- - -rJ2"Cone !Under .�er_arsfo Canrrsr.l ; • .1 $'x,'er, d f ast ,nrcoer : rr Lrn for C_:r7neclrcn of �eitrlrau/frvnrchrsfcbe - - -I - LL 1 _- --� - .ur Under Senara.'e Gcn,'rficr'. 7'�i•%:u�'on --- ;44s1k - Barr 2 7 C 58/... _ - F n r s - iuh Srgoe 3�, Stone!v" "3 3ars ?/2 __r'''rj_. - - ---J- - n- r. per Foal 'sr•,4ao1L r7n: rhr'�uy) r I ' � rc =sso.o1. �, Slee' . ,n •• wlUre =x}en 5r[-n -r-} - r r - ��, ' .34EJt - pO.M•'!?i°` Expa.75,0n Joint �:•a f ov�RjoN rsx!Sr f)nIVEW,AY APPROAC14 APROM L A Y o U is L A N 132crn s a n e I H - for - 011 CITY WATER DEPARTMENT _ FORT WORTH, TEXAS Five C3r&nula3 _.-.. .� IBC'^G,57aF,..�}-, + I .4fdfer',ar -7Ap ZP EDWVARDS RANCH PUMP STATIC L Q�1 IZ AngIn Conf of fvaly - G LEG -M(� - _w,.. Leo '." ^' L A Y O U T P L A N -A N D a Inli Syphon Valve �.. PAVING P�TAIL.S f ORf 5 Quarter Circle S,nrac/-;...., 458d o :'w n. ryisrEaE,'i, Ff2EESE ones IVICHOLS Oneal/ Circle 5`Pray O Three-Quarfer Crrcle 3/�ray 4,�tfiQE�Gr _ oNSv.T�NG er:01:.eEas EMBEDMEKIT FOR "m`�" O Full Circle Spray 3011 8- 4.2r+PI f�E , �.,,"A °�-. --4EOF �r 11,. fiEV ..�gnp:q rz.......... rid, cflai�r, CC ES ti�TEO 572I 90W.2P I 1 W-0-v. Imp C 6,.Y ra-141 lAl..Ah, (Al9 SLV?ior,, Prevp I'V Slarage F0, - Chlo-1�111C.1; 1 T 7 Container �'� C*nc gidalvalk Q5 Ij K Im �7c' 5)atio.� rA>, 1 1 K, -A : : I i ; A I , A Scarf n1,01 -ng co '.00--m l,l 4; Z, 9tv#chgc9r J o.) I 91010 Plank guidaP2, Provide Alcom curb) re panel I�CcV of' Panel por 4ccerp ftlor 2110#. _V, — TELEMETERING El CONTROL 1121 OA 1916e gzge I I PANEL FOR EDWARDS 5obway Cwahiiq- -Vulborgy Oraling RANCH PUMP STATION IIl{ r pZI 9/v mm P": Ohl. Ng 9 eaA T CAJ Si R-111) 5 UOD L_J I— pump }ul,Qr uo p Poser t* L_ j /0 U60 Pump - 6 C;i2m V� /Ve /V Voicr -Z�_( 16'y Cone V91ve L VO'chcck �p 011LORINE I Ell IVY 1QJ 1,ivaier- 0 0 m 16# GrVff we—cirz, 20gx 16Reducer 01 -0 77 Float prate g Uf." F. za, /Ozov, Chronogo Frans F/bw Model U.4. d Fl� Ya4m led N. m P 0 q//_90 p u 0 (10,wl CK -Th N9,f d.eiff.f.— L TELEMETERING CONTROL PANEL FOR SOUTH HOLLY PLANT ass erg To I L E T U T I L I T Y Q 0 0 M WA rlale,fr, G G -A 0V N9 K_ F L 0 0 (k P L A N fjr,. _?-condu'? Each &'_vl/ Room -TIRb c a c - On Shl. A1F4 -J -re" See 9heel hb q for ylal"• Gar and . /'OP 80(h p/alp Shl N9 4 vewv POWng, 2 hTc: Provide 5/coves m W.-Al and Slab For Removability lovabill'iy qfpfpc. t V1, En 12� �V 'g/V4A 40.2dars R /01V 1K - t as An _q)7, Xe9, (V S -E: C T 1 0 N \�K— KI/ SEC 01 - Seal PLAN DCTAIL or"', PLAN'T BOX' -F- C T I ON "J^,Jr 6 7rada. il' CITY WATER DEPARTMENT FORT WORTH, TEXAS '3( EDWARDS PANGH PUMP STATION 9 c AA4—::CHANICAL FL.00r2 PLAN AND NJeb12•%a (a 40 13,V 5% MISC. DF_ T A I L G FFV ESE A,o NICHOLS -qC- 4917 IWIS' C1 9 5 f Od -'Z-1 sp 2- fo; T C) N ­,o. -2 C T 1 0 N 'F S 5 1 -q/w T 1 0 N 7 j o'�, S a 1 0" cxtcKea qNf n,s 5, 1.1 0 1 A � '!''�''�'�, lDY! 21 Aurhn 3fSarsr& 9r Jc Each Way lohc21 Purl"J to Ytc2I Pyu urlrn ! - - 1p91 Pur/m - TSBaha 9 rs x`k I - Each Way -! f 5 Ton Crane • as 8roecr/'rad Lav Rool' - - - - -- - -- - - - - m 16 M.G.IJ Pum/0 '7 16 "GD Pump � �1GQAump• IOMGD/�vm� ii � l3aosler f�urnp�`1 - } } �3xx12®Oak 8wn er I { J39ars 138ars(af)'%' �Fuiure l6MGDFurmi[ o) p f — 7k2 .. ��� ',r. :eZ v3=:�: !. r• .... ,. � ,,;'.---r-�7��-. �rhii _:,c-•s::,,:.:,.':r •c• 1! �'►"-._.,l .. 'r. ,. n. 'i :•�„ °;F� _ r- �. - -- _..r. ys•/.: ���,Tsr- { fir' % l e. r nl q \ �' '� a i' r - .. ., k /; e ? Bars (06/s %,'H�x ..r' r�Qran L"?ears06/2u%/ p �I d �2 Suclicn _ L%L.~'"Care Valve3 $ N/?�Orarn f / ilxGone�Varve -' - �:..• T' d6Bars q/D 4 w_J /.,. r Ali Filr Grade • Z Cou Irh , --` Drain rnl Vicfauhc 2 f`$Bars !�/one £1ev592o t4Barsl�IDsck !! �,cfaulrcCoullrng rn - - /2/8 VrUP/,;, r7 �' lg.Fn Vrcpuh� 13.ff Coupling --- fUpx U' J?'Bq 813N j f 13x E/ev Grade n w n P 9 , Cou /rn -- -- -- - 582.01 t„� f .._.. r' '94or gr,ps I er,r r • 6iaa Ifln,Drainfo9umn �irzr'sr-rl1,.r•Inr3rr�;l Bars P wick �- ._ r •�f _ v C* 4ir Releaso and e 3 1I G5' `ti" 2�sfee/ Sucfron �' A,r Release sod y°�, p�A�,,VA oafe Vatre S 30 411f�V4 Gafe halve See 9hee/No8 far Prbe gg 1 A,r Inlef f/alve VrcfalrC� I 3 (Anchors ai Ihis Loeaficn l2rA1VIVl�. �JI,r•/n/etValve i 1 Elegy' 57d76 ® LGsfe Valve w _ Coupling, ' aa�y !2x•44°Sfee/Bend 121I/ moN1= r - ,?nr'r>• _ o ,.8hnd Flange 3Pa Sfeel Elev5785 [ :. . 930n Conc. ` �rEdBrr; dr/D"Grcr �°� .\P 'i{.�!' � - '��_.1 • ...i.' ..-;e.-.'e-•.' .L/..'-,�-'..�1 /; L.'- I .. ., .. Con -e �C_r --- �#98arS ID�cfc .. ...qe - I- `- - L x Ile. .. - l ry",' ` a1r�' .. .. ram' •• ! „>� ' ..i. M �5-1V A*r9 as n .9ho w 2nOrarnl�lhJ d-¢¢8ar'sasShown �-rYAgarsreOx'!&7/0�'�/e �- �ABarsxA!OxI7l0®% Gale Valve firoorvels (IO/c- S z C T 1 ® N D S H E E T N° 2 ' p../j ;1 • S C a I e 3/8�' 17 = op 37 64 8 /c y.fnchors _2_5', 2!5: 215_d �2(fn 2lfa qll' _gvla 8,, G C 13 �. 12' ?d !f!l. /ale 2. rE 38rs - - Fin. Floor !p° r, S/e v frrrn• l3d3 h r � 1-Volorlin m Aemfuba, h! - ------ ..i .. I GTh&dherby t* I �Ii b •_ m r I`2 rd Bars - I 4�- cp QC _.. ~ 1 r q l d 3 0�30'Fr74'rP�-_ r-If . t ft'// _.. _ r o o o I• 6,r3........; ! - - a'-a'(a'6s6n; ¢lie r DETAIL OAK BUMhEA • y 5�1yaq _ �� AIL ^n 1�UMr� r ra PLAN- fLOOM PLATES and FPAMES TYPICAL CRADLE DETAIL T S C a I e- I.a I,- a" ANC�lora BOLTS PLAN- 10 M.G.0. PUMP PLAN ~ 1$ M-G.D. DUMP Scale ^- '3/8r I r - ON Scale. -- ,�° = I`- Or 218°' Scale -• I" It- Or Scale - Ir4d ` 1'-O�' Scats _ 1/40 It b" ?r•5 �8m 3/4nr/4°ialy 3116'-rSea Plan Coune-SunkPlug <rr®•CITY WATER DrPARTMENT Sfralo-Vleld k [ lrap7lE'diO [ ` ' Fin -1oor L_ FORT WORTH, TEXAS L2gx!/2rx/a" r/e', 110.41umrnvrrrF/cor L2dx/�2nr�4 ('nlgllumrnumFfoor r C afe r r �lafe 1 COvp/fnlf 'Os't4; EDWARDS RANCH PUMP STAN (Ga/v)Four Srdes� ? Ga�✓1 FourS,des LONGkTUf]INAI_ S-C-G"j'ION II r/4 AND Dir=YAILS s - � 1 a � � q r 1 a ` ° _I. - -8-g_ hrg1j,+�•c�sTca�a;� FF2EfeSE : NICHOI,S ��r t� 9aCl78Aluminum 3 Cl.. 78 Alummum - k��avaLE 2 Frame n Frame q r q //q �2 DETAIL- 1�In SLEEVES ti �`sa /'�'� L2/2 cn/2 a d iGa/vJ SECTION C..� a/ .��} ¢ V - �- • Tito sides-�---�-•• d rID''Anchors ne I2pWc /�2n x12aAnchors�7l2ar% Sc a 1 e- 3a= I'. o° FUG FUTURE (�l7Ml� +�NCHo125 usd Er. p nn N/eidtoAn /e Me Id fa An le " '- " PLAill 7 hi G.V. nUMn �-adl � aCi6C.AL16f ✓ ° c, _. 9 Scale I I O G•]� 9 S c a l c V4. �{�f>r i�, pa r`.9 ..576! o lW ❑ r s x r €, C i l® N A— A � E C T i ®N � A �1 Sre:Y.1L�a;. r�F�•.;CrSYER? `r0 e: �c \h-`•""+ 4�'rsraMaifa:� onaw•: ,e u � r;oreo 5721 Scale - -V �r-Os sr- 2le-30 Ir-ox PUMO 9ETTING DETAILS w.� — -,,Er•.---..� -- - C�E«_rz s W G UG 1q 9ow-4a 3 '3 Sara '. 9'jE Each .h Afw r. 91 J 1:_10 It' 21 Purlos 91-G, - -5 roo Crane nis0 .5 Specified --- IG 'Cone - I Valve WH I 5D Pw7p,_ --, - I/- _L \ � I Swdchqear_� - ti t Elul 587 94 D k L SOV 5,96. 0�: '13 as's L' 7'fv' 9 7 e 801J Cischa V2 .4 Airs. 24' 0P.4orl Red. (9101,11- eon X' MWA 6-M' VVve 77 " esl7d L 0 Cle v.5,-.9. Elev, 517675 44 Bars -a i0x% - 2 W 2, 3* 04'AWWA a, � V &?to Vo/ve W10"M Bars 12 YO 15,� 21 t6 aw;et - Awe . " f-� � �- ' 44 00)aels C. lwx _"4 Bars -Spaced 9 8a's 20, G - 14 Bars, 5pacod'r 6_4 saz M6,-01 '4 8,qr.Sx GlmoomfolyE as Shown Alt w1loag ears as Shown L-10'5, SECTION A -A SHEET Na 2 '3 6- 9 'Bar6 L 6.pq'fE ar.5 e 0.�12 Ij JI.L. 07215i ia 218 3 .a 8 .4 '>baqt as Specified 2-1 Ton CcWamers I 68o-6 a 141'1 �g so's C 0, Scale as 7 1/0 aars ",3 Liars i 14 15E L 51 - -3, ­_ a yq 'V, 7 - '3 ears SW!� 03xd� 9"qar3e8A1,% N_I.� 43 B� F1 I 6--r- Y��? 3 6a, R49-1 RB-?.-)'- 81 16.4- =:i C'10int Here" job7l Merc. 1`ol51 r5 Gas tl -spaces If) Fin crrade Elev 582, 0 1!4' a, Y3 r6s 918ars,-8S41r q 3'..0 7'-O' rn• rye COOSA jGjn1 to Step '3 Bars -� 15 00-n at Grade co"m_:c1lon SECTION 8-8 SHEET 4/9 2 's 5fC7'/0A/ D-D SHEET UP 7 S c: a I C 3/a , - 1, 0, 3 ears B 5 15%: SEC T/0H H-1-1 SHEET A19 2 & C A t. 1z -%, - 1, 0, Ct?to,inalor � Cabinet 0,61 fo&Furnished by City cab", to T I ff x '5,t G G'Sars - '349arn 8ars j.dasar-, Z, d49ars e.IS'N Spmern Fin Grade? #3 B&,,, 0 15'% gag r r 2- '/0 Cars A �9- f9 Bars gcOr 20 t 0' SECTION C-C SHEET A/9 2 S c ale .33"81-P-01 CblbrZaL keader Valve f 3/s'U Bolt R_ (9 tc) L Sri aircli PV I L 5'x a', 31a x 71L.S Pes as S"701M K ert, 4-'7 H- 4.'7kL-rhC8l_ 4 7 Ile, -hcl -0/ V L71 Bars Bars F ISECTION' lleadcr Valve A N, A A Chlalrl,ne Ptwrue Reducin 48ari. Valve (waildo e 0 6) Bars-1 aC& 0:1,9V 3 Bars Rlat PLAN I' c1lbrin-- *ac*r FcJ - I FA Chlorine HeaCer Val 7- a 4'0' SZ(1dr& `Square 31 xo'6;1o/v, . - . -..- -1 — _.__ - 1 �,5quare . DETAIL of DETAIL of Of TAIL of FOOTING F /, F 2 & F3 F007-IAIG r4 FOOTING F5s,7a,, CITY WATER DEPARTMENT FORT WORTH, TEXAS 61,0,'a Cb,%%CctrC?a r?eo."s 10 COnMb7CP aw OWARDS WON PUMP STATIC .3Tres T r2 A N S V-F- Q S -F- E-CTIO NS (VTAIAND DE LS ... . ....... *1fl . ..... 84 SECTIOAl A -A FRUSE k-,D NICHOLS -1 .1. , ... NAt SECT 10 AJ -Max DETAIL-CNL0121AIE HEADED% j IQ 9OW-29 -��- 16/04' r 76!01' - - -- ILda rdtal AtOd 916o djoe 918m iIVOs 1l! 9d I/3p i2-{ -Openingy For Venf a Cl 'r� �b $aYS na /pd% d!O+' 6r, ,d!dr ur `i'\Louvers-SeeOelaif ••+"dd'%we/st10 �I �N 1 fm 9hsel snd Arch. Fooling i 9(lars012011% .411lYlbenf Bars'- -8001 Of 05 Dorve/ras i'lAyn 6dGvl/ef� r Ca er Lead 10 Tefemar 9nh , -- 'r - �' ;"Vlclaulic Cou lire *c ,, PP 8 Aurora SumpArlmp rJPe -� P 9 "Vrcfaulre Coup/rng f Canfro! Pane! sirmPILe M9M!COBPMI Br Gale Valve =Sfl3r�r -�,• rim~ r j Arr McMlse $r Arr _ I�rOJschsr'7" �.r (`�-Y4't°IarS' I lnlct Va/ve II 42gSleel' ] - — -� 36rSfeel r' 2•�f.Y'srn Belaly > �a -- - - I - ' II /� CD? 4 i9Bers 20d'`i, ' devv-d8ars0 I �i� �Foafinq �66ars 10•'S4 . r/iClduliC Couphngv _ 4rr lae/easeJ 44"Sleet- - ! !!7x 5_Or 1dagIYIVT r a 2� 4AVIVA 2 Y.\,` 2ar4vtv�l &Arrinlef a�rnd vy ae es 1,M' '11A Gafe Valve r lalve fl Gate Valve �' „ Gate VOA e Flan e W ¢s'Jey Lhoive--��-� g ShJp (adder y .l Orain 13_&N_ rr6 I3-re® 1318a Br: ''..- r •1/ss -716, •€ C T 1 8 N 10 S C/` 6°rF!G°lccess loArea U /a Bass m J/pfo Bases (lyLa/lrarn rCopper Lead to c under Chlorine Roar".Prcvfde ' I 2GySr'eel r Taemelerinq 23,Pe� IR,7d M7er (9��r �'� '! _ .... /. ... Panel Footing Nal rlr,N-.ar Poll; Each S;d l 0®Sfeel p , 9 r Boflom o!'Ae: _^sS fo be aJ -- \ `• Jd�SYeeJ r I cgrier Up !o j / Crne o/ve n 2rr ?0 41VW Ga, a i e ark" 30 A1I.IVsf, Cone, Vafve n n 8fe1582.60 � v ` q _ l ...- - - -- J) rra-- Geie valve' e 4lcfeulrc v I v c l 121AIViV4 !"Cone valveOra,n' ValveDrarn Tpe? r pJ®xComb+lrr Cac�Gng? i ` G� ro i2d A3°Sfee/ate halve r ) used Arr Inlet Va/ve - - a2 "S/ee ).. i 3Q Steer rj R am @ rs a�3f 1 �. 1y2!'C/J/orrne -!.F�J IV Ie/gq•1{r [ ----- - -2 lo�v� Send Y d (� So/u',an Nose e - 20l SYee1 i �•�. See .f2"/IIV IVA ;{ ' - VicfauJre - 20'AIVIVA. � �• 20FAN.IV4 2ITr!ia n; fionler� -, •- - W;.,�. �.....• I - - .� dq u �- _ (Gafe Ve/ve Sfe 9 Bendd �d ' Cavp/,ng I 'I -r Gafe Valve n'lan Pump suetron / _ - Gafe Valve } ..L. r ((( !6•vr1)MA �I 2G Iv -Booster ) u f r A,rr Release apI @ Gaie I/ Jve E - Pump Orschar e °.. a A slandard P Irap Shalt be &A,r /nJel Va/ve !6 Steel! �� ���111 2od5yee/ ���111JJJ�20FSfeel9 3 0 ��„ $ 1noa/led al 4"0verf'/owr r ' 9 d " ii ° Bars 10 S+s zi /Pressure /Nducrn 30 :IIV.II/A p S/a CoAAer D ererfia/ 6 Q dand 2yPbor Drain. C —j," /Vafve Leads 12, / u j ® Gafe Valve - ��'� sL d n+ , m N71 r / _ Meter 8 Cif II 6- I� rE 4.00anfivrf Bnder/ -f Cnlenne SoI r/ ;i 11 ; I 1 I I c° S�E C T^ 1 0 N 1, i✓ '� N rlWefer. fo 1NlYafer U to Pi I I I Z/2dRiser /o IJase Bibb _ Ifp I P Ae �.__� _ yr S C a I e ^- �8n = Ir - OW I d A O:erP/v r a d °Ga> J Chlorinatarsl these _ J a o• 6 CaAPEr fa Age/Cr fav/ y r ( - - xl ChJori afors h l�r V ' Fonlin ` 2 fD /v.1 2 Aar lVafer/pr£refer Basement J8 Leads Up to Seslhle- } JI Transm,ffer 1-:532rs Each Face of E7ev 550.5 I 64,'C J FronirfYow•Orarriim Ch/arrrie Top4anr`Bofforn - L . / ¢4 6rEr•Chvr < �r7 Id^ er rFa01rn9 i '� Lr ta Sanitary 4evi_r ' aJ k NoB Feofr>gNay e r i h I I Yard lYalennq-- _r t I g i i1/`i N T 1-' tti 111lfrp4'ose Adapter r Confral i s/cosI- I __ ^� c e I e 114 7= 1 f - d° Ir/2n.0ub6er L,:aad_ --f -- Check Valve N�Ilub6er Cined (Fooling r ) / 1r r •y �19 Mole: provlds sr extra loop oP Diaphragm Valve 2_ IJoe Fooling Nab �; I !2•� �(u'�8° _r /2� 7-0 - --_ I?�j ,2.0 • ,'12 ,10ia alp rolutionhose of the Point s Bars -Each d+0/ Rv-Aassfrom Ch/orina/or.Poom Floor' ol'App/i¢ahon Face Drain fo be Used Unlit 4anifary Sewer is Flangred Adap/_r Melded Conrecled Q2r Dips I 10 dZ ,D/pe All (dale Valves on /)ump OiSCharge Lines d6 iae 3'/jd 'n 8asemenl Cxeepl 30RG'ale Ya/ves to be - - -- — - - --- - -- — Nandwheel Goeraled Oubter Lined 12dCane Valve 10 90°Lon9 �r 10 M011 P mp Rad Bend E Elev 58767 r Elcv 566.0 t. prprf `. Val re P,at fCJow•Nalional 110 F•lG08) ,� �� 20dx IBF�@e'UCG'r ar7g '� �/3x r d,3n 8r3s � �rOr ' vre/auhc Coupling e /160A1VIVA � xbi l Gafe Valva �flev &1E 57&5D? . r' • `U 20,Y'AIV IVA Gafe Vp/ue -F- C 7 1 0 IN see 111/6#= II- V 2-f7BarS-f, { Face, Each t 5 4100 Pump p 90°Lang Y / Check - 2ya" - ad Bend L % V '[ 10 N X `j' R •A 1 N -F . Qi ' 0P-F_N1Nr) V��»T Leuv-RR Elev 586 0 r A ,oF....h 1*,3�gpn M1*�E opr pipe 5uoporl1 I �. �' 3/j-"Oump 89sb (Crow-rVaelonBl 1, J Drain a g s oulwlmtrr6e-Lss... f -• 5 r' 'Se,[ ,Vo.F-l608 Elfi Slk?.,fr� rr Q4AoesIL w'�� i,••�$S "'I" r,riah`v��£�`� '1{?�f's°st,csrir��rr I'r'14`q��r• 8W61 J'G" CITY WATER DEI ARiMEN`i e "drrRelease ---11 1°qo°Lang Aifdelea6e ._.. _ I Rad Bend bArir /nfet h4h-1nlcl ) Us/ve FORT WORTH,'VV-XAS r � Va1vc I d58ar� �w r •I I i s - .T-i -7`- EDWARDS RANON-PUMP STATH tFlev.576.5r") �: _ ��15� WAIVlM- a , �r 13AS-Enn-ENT PLAN, S-ECTION'� "tj— a _ Gafe Valve 4� I }- Gredr Corr Melal AND E T +n { l 5 y. o '"7. Tres c�l2° Conduit --_ .4pm 7- FREESE ;.:,,� NICHOt.9 I � yprcal for Purrs r I � � . , .. , ,_ . y•• '. , , . ... '. -. � .. - .. _ f _+++---III--- , . I ter. L C I Ream„ „9 ,t� q[coMM..rs.o S C C T I O N p R 1� i1 !r 7 + I! L �N T++ev�ri. OrAiCjaRWffioG SYOn KS 0 P_S,GV OCA-Rik I iLicE JF+3 I7T2I ,•- pAtE �QOJELr YO S.rEEI <nEG NEO sw' =,uc A57 Onw-97 P. _ DJFf}s•or D£TAI L "All g2!01/ 76�01! 74?617I-13' l8"OiamOpeAPumonlnq f a 1,�sr } V, X11.4.4� 5�'8a ,1fal 5!8b IIF,t( n I elv N I A u I �—Ti— ${ , I _ Iff 1 t l/z f3 r• I _ .rtr -�+ - � � � E !3'6" I' I _ _ _ �•8 ild f r9'8� 14� 4 2 ' i .. 1. N a r- a L -' E "I I cn I e - � x r1 ° i� Q ' , u "i N \ i 'm' �ilc" Q•5 J, iF M.. c� I r53/Q 9-6 5 � i rn /?� 2�6! 70.I R I 7" 416" 71' I o ` I I yr I 6 0' 1I -_..- ;*s•. , I+n •,,. (154•I� _ � 1. I`° 1 im I �r I� I .� ! I r� I InOI I�i(rva/ve6ax �I� a ICI C slveBox Ili �I '�''•' Imo'I Va/veBaX I E o; / I a eBox 11DII O '(;; m GVa/va I�0E I r. to I a? I I I I I O I I I M- I I I I I I 1 v1 tii• I I I I I I I I k I ' ; ' r I I I I �" 1�;5' 1 I I I I ch, °S:•:5 I I Box I I ... III I- ! I �' I _ _____J I. .i._ I L__-----_J L J „IS�y'' J L_-___._l IX51f° 2'9 L -J L---------J --�--1 rl e.8-9 II1De 8!! iW 24 d Pl3 - 0 13� e o 0 B l3/a 4 o Bldo r 1 c, I I -----I 12-5 I. �-- _'K,--"__ fo[2"'� `� I I q•7x I I I �� 1- --`l I 217" `._� L-- b r I I I s r �... 41 I i _._8%24-- °I °8J3• I �8135 s 63-1.3 68-/'?5 aB%dam fir I � I ram— I i I -- I - r--------'• L-____.----� --- ---7 r----_.---�' IV..N U0/veF2455 )-(CJwv'Nallonal vw,v, I ii. _17"- 4-6" 7tl 17? 4l6" V I ! I I6•4,48Ars y I S7— r' r I I _r I as 5ho,vn//ryp. I I-- ---� 1 L o I o for CircuYar I'ti, � I �,,"_�a 3!d' fz( a, I1 � I I I IO,oeninys} I� � I I o! a I' I n i I ' I i •rb' I I °' 0 1 --- I I I I I ,Q - I � _� `?'-a ��; • I I V M I _I L-1 ----------- Ua,#vim ox� 'iv I "� \' 4 i I `IT ------- --- ----- L---I --J L -----' I---- -- I----�--- - ' --I I- ._. __ _J L.-- --' - J L - ----[ L------ _J L------- I L---1 --[- II ------�---------- - - ----- ----''--ry r r r -__ I--�' 1- pU' i � I �� ti• � I 7?' bl I � ThicEened Section aP iNd/I '`� I I i I RI al Plpc Fnlrance -111Vt% -_I-IF2 F3 r.i._.i= FS �. L O O R R ,F1 M I N G L ,L1 NI!_ O11C Bolt to Conc 2' 9" �2-�,9Bars TT. R5 ;n,r r{ /9 51irrupS 2--46 Bars - J� 2- 9 6ars��1�, 3-wgEtars % f 9paces M AP 7p ?Sfrrups - HP -� L-E V •A T I O N B-F -A M (Beams 13-2, 6 3,64,8 5, 6 6 a I'z-I Similar) Scale- 3/e°'= Ir - 0, 2-f&dsrs 2- �5 Bars ' h 245 Bars Top' y3 Sfirrrrc s - Ni - r QGon� 5498ers-/� S-ECT10N„FS-�J� �L-F-V•AT10t4 B-F--AM B-•8 S -E C T^ 1 O N � `�/J S c a I e - .3/er , 1' - ON ( beams B-9, B-10, f-ll,6-12,6-13,B-14e, 6-15 Similar) Scale 3/'Be I' Ox Scale - ?/a°= rl- 0", (-//?l/'NG Subway vrai{nq ;,;� f7u l8"5'c-1I�cId in dng/e 1--- 1 T,A i I_R,AT-, and -FR-Am-l± Scare-- 3J1= I'- Ox 1 I-�58sr r� - ^ L+, V-A T IO N BC AM 5-I6 S-r-CT ION "C-C! (Boom B-11 Similar) 5c a O" S c a l e -- 3/811 = I' - ON n-E TA I L Stig/J S c a I a-IEi2u= ['_ 00 N,2mP� Nandrarl Fin floor fle v 3', See 0efa11 arc i 710 Q 2dp�pe �/ I Nandrall� see re/ail asp riverd. �' %1raIh SECTION THQU SHIP L•ADr)ER S c a I e 3/8r1 = I' - ON _ Tv Lon" �llveld .'o f AXOnc I.; "A 2• I � _ IRUING'.r•r3er Sars/ep�- -' - . Type A -A 6r/a"lYcre --- _ yP„ n£TI L nja 5car-1112"= 11-o!r S,1pS6 O� TF*rr 6£ CITY WATER DEPARTMENT FORT WORTH.TEEXAS EDWARDS RANCID PUMP STATIC STQUCTU12AL 'FLoor2 -Fr2AA41NG PLA1 a. ran oaLis A N f) r) Z T A I L S q584 I 4s �'ONrtL��6 - - FREESe aua rVICI-IOLS G�.•.9,_ ,.v [',Gti EE'i5 5761 7y1 ;'-� - n:awH :r 3 I .,G E1? I �7T� Iia N LSE .1 h0T [HEGkEn 5•%'f' I{ S., If. ,[]S-! L1Ig111_AA G Purlin _ '�/8i Sfil'Pener Ip SEach 9lde I 4 1J2rifil'ffner/ � \ !p Each Side I I I �I _ l2r 2J'.51 C loC I h' Q40F �O+Rai/ I y II ffd rn�7a I ,�1 � � �I o � oa See Delail This 9heel r _ i I I I I I I � I I I I Base /p FA" Io be ured of I inlermediaie Rigid'Fra es and Rave Jp #81lobe �} use[jaf (End Pana1S' �I - r i I I I " I I o DETAIL G I u FRAME 9 c a I e: 31p - P--0" For Deta%/S OPCOIIm-- See Sheet h'o 8 ll f rFe Details of Seat 'br Marginal t No. 3/cool flalch Above III l /3eam F�J//E A/3 2•Se: Shee --------.----- --- --_ YI---- _---- __----LLL� - zl _ E �I PB2 I i - _argina! Beam rrax tllaydr Fe l/nils above (/ " I I III I I �`71ed eam fo be Conc /aY1KPl f�urlm 10 9'F 21 Purfln nj I I I I J /O YF2t Aurlin n1. L__JI � I IOYf ?I Aurlin� /1 game - /-�P/enlAbove I I 9 I I' Aigid Frae-�, S I� 131 i � m- Rigid Frame I i t I I Cool vepf 4bojo k I ~ j 21 Purlrn -, / �I it Marginal Beam/ a ] lO1tF?/ Rurlin ( purlin !f 21 •DurRn -� �' - { Ili ii . I III I I lo! ?/ Partin Jp Y,r2/ Jaurhn JD Mc?I lour/ir7 n I Marginal seem IDY4c2/ Purlr li-- Q/3/------------ 18=ar � III � -�Ir-----�.;-•—. Jae — _._ _—�..—/8�B'" _ _ I 7rP� ----�-------------------- � (*toe - LForDefailrofColumns,Caa Male and Base vwv 5'ee _L r _ .. .___... I , DOai! this Sheet �t n �•8_" I 321-_411n Sheel hb 4 - —.-.. r U 13'•d 4'.8•r O O F F Q A M E N G Q L A N d, 34�" 2!o"_ 5 r rdv aydifa Units to be - _-: �T;; J�8" e A'i1+ ConL B/oekln 5 c a 1 e: o'! - /=oa one. ndl above _ ` -' " " +. _ Iva 3/04V Anchors L Ig" ,>< arginal beam -d- _ lsl8 e M Cm/. B/oekmq vnlh i i .. Imo- • . >' l , - �;: �• � - - -�a"� Anchors c Ja"e�' � - -._ -\ � .-d oars. as' 335'hrruPs 1 - -_ . `�: 03 Bars 0 $r1Y"% `c I '�38ars ' _ - F33-+6'-R°BarsGB!/e"ck Shvvin Each t/2'•c6_ l- �I ` I. `fide oPpaeninq dI, Boflom .onc Forms to /?omaln I n I sE C T I D N C ^C. in /}lace unlit ComPJetion of a3 Bears 9 312 r12"ck "AJ" r ?c6" 1 =9 Barc �dp% -� /QBsflnry V/aJ1 a6pve � F \ Cap A/ate � 2.,yA,.,xc,,s. yJeldad S c a f e r/7" - !! 0^' o Cap ptale f2r t i =� , _ C,Uer &I and gr� 3<d" 4s 91d 9) eel Pipe Wo^skier--�i+.�\. Z I ,�i-r3s1"•GrBars-] Cut From 14A-.?d + I - _ _ ach Slde Top cP Conc ' S E C T I O N A ^ Q Taa �_ - ..... __ 7' 10+ n•F�"r8, III 2" Sid Abe S c a ! e: sse" = t 0+ S E C T I O N [3 q= 9 w S c ate: 314* _ /! oe •• I -r - /i !•3'.q I k - — }� 1 2�5Anchors $s *E6FlFkts f3rVor Diaa�� I s3/l>x!/2"�x3,/1e I �Melded /oCau t"e,,h - -I �t." }i�!,+ Bar•as5'h17 Barr? 7--- - 1'afd fo Pipe Sleeve$p{y� R � _t. ��Sx5'•d Diagona, ".�-•iiurroa # J.3/G"9Ba'fr { Cap Alafe o-. ....._ _ `..,..-..7�.,,,I , I 111 � Bars (Batfom) d ETAiL� QNCHOl2 BOLT I C12�x/"x3'-6e Q jai{E °r`'' — I—`Fr�••� + EXTRA REINF. AT I�pOF IIATCI! /•Cul Itom tBII 30 I( f s�e*:EH f S c a ! e. 1/2/ = t-oe �� .!"SId S'I I o' `s.� c e o1 .g ,•"s�rr 7�" h + NDYE: 8® 9U2- s:ir'r^sner Ra%1 6 be 47r/en0d wdh ?V d {� Eacp S•de I J1oo4- Bolts Q 9"eis •?G� o/ DETAIL^CRANE 12AIL BIIIET S c a 1 a: 1�p" = 1'-0" S/0 PF?/ Aup//n o (P"XP-PX!/d"VOtCIO Long • Each 9/de 1 /61 YIFQp � i/Q PU12LIN CONNECTION TO QIG1D Fr2AME S c a 1 e: It12* = 110" r— -- --jj 5f/2v 5t/2" 1 �Io!"FQ5 Chi I I 11Q llae d ;4fcies %'Or � r' y 3`0ll r BASE PLATE IIArr cat er /0"• l'•Or Ile _ Omil Pipe Sleeve al Eeterfor, Face 5le- YlheredNBr/ek - Seal is Indicated - tfpA 8" to dfFd-6 C � M m, �1 I: L h I ` 0, Noles 11d for 91$ Balls BASE PLATE IIBA Scale: 14121-/!0r c a 1 e: !RU = /1.0" � 8asev�ale t�ilrh� c8�dllo,'esP°r f _ 31drg�ltr �` CITY WATER 05-PARTMENI id ELEVATION LAN \� orFORT WO}�TM,TEXAS rT*�TI,.......I..•Fyrllrr EDWARDS RANG! PUMP STATIC $V Sid 91eel Pipe I I s caasais a+oki'sg' ' ....,..................... I OO FPAMING PLAN O. — vge'vulssvi/h yr;c;.�4a8dwor:w�> locb Washer, AND D-ETA I LS (Cant SIa6 +� °ry<. E "" FREESE ago INICHOLS EXTRA REINF. AT OPENINGS ,s I `9--3IdAJx 12r q" ?'�° q " FOR QOO1 —_ _ J Anchor Rots VENTS L (_ 8r.6v S c a I a: lP /Loh' rsa OF..:, P L A N LEVATION- Sral. ssc— D ETAI LS - CAP PLATE DETAILS- BASE PLATE 9 c a/ e: l"=f'•O" S c a/ e: J". Jr. pr `�w:on'h<<c..-~ casy�N q u a Ef - - .. --- "�•-•••" o..n arto�eer Ho.- -- sHeE� 5to" T Lep ?aSBarr I I � 391;rlu.�sZ?de5ca I ?•rroears� � I: + _ .� +` �_ .,� I = 2•�`98a�rJ -- -- _ �,•I I 1 1-14 11..:� 1 ] F , 11 IJIII fAargina! 8eaml I � ?- IDearr I I` 11 /.i SRaees 8:c"S=; •s'r!;" l3 Spaee5@6�x4�=7rOtdf .m�a .�7pL/'Gp,� e3 $t: N=urr -� =3 Stirrups 0 d4S/d 5'lee/ Aipe Col. ELEVATION moor- d EAM-3 �� �-M—_ �f?S1:rrupls — 2•*S Bars -- m +'?SHrrUpr �i Sl:rrunt'1 I m? ! • • l• —� I I F I I --- �slxi,, 7-x10Barx y �, Q I I 3 S1;rr�px �• - S E C T 1 0 N B-B S EGTION A^A S C a I e; s/dn = /to: S c a ! e: Slap - 110" E L I- VAT10N- I200F BEAMi S c a t e: -RV - 1!0" h' 8118d whnorcil 7� I - T33S1lrrups I I= I.r_ I 1 3/¢ <FG'I2p BkS- 1-1/0 Dowel 2•Y 9 Oov elr 1-i/OBar Mld' P-44 Bars fo Co: EL EVATION ^ ROQF 51-AM 5' c a I e:?,V=l!0" 619 O/2! d 1061Fd5 CQ{ —r U V �d Z � 3 �I.=/0ear S E C T 1 O N E-E 4' c a 1 e: �41* - 1'•off _711F ?•*6 0ef`ormedBars lJo6 eId One End 1, f ' 1 Vx 10" 'r ,Vulr vdl/ocL .FYashErr Col Cap Plate Br I 41191d. S}eel Pipe _c l21 Sgia a �' 411- s#rCol. Rase Role-"!Ir We w/lock 11165,h-m anchor Bo/fs 3- x? Tit r -- -- ar Shown d-+'6 Bars 4 �I V.. d• 04 Barr Each Way 000 S uare DETAIL - PIPE COLUMN 4 c a I e: 3/dd - P.LV Xp-P . Ajd I �3l4"f� o3,eOPrerfbr dN S/d Sfesl Ai peg !` COL. CAP PLATE 9 c d 1 el I1/2" _ /1.0', ftrgx) 2�'G Deformed Bars T (Nooked One End i I �r I ve,e Nul4 wi)hJ Shim A/afe Loci' washgrp ar /pequirad d BI fad fdanorail D ETA I L-MONORAI L CONNECTION S C a l e: Ylda=/aOd _ 8,r off. Es -- 3dxBo/lr dp91d91ee1Aipa' _ Irydx COL. BASE PLATE S c o l e: N/8"= 11.09 /Op _ 1.96 Defbrmed Bars r-eked One End r. S'.himl�-� BFfB.Id d 7 u x DETAIL - MoNOf2AIL SPLICE 8"L'./.Drain fff � CBarr . .. I o m :d 8arr 10"O Gh `Ri 8pF/apY$ve� � 'rGBareC4x�i[ •. Sek rr29 L-- alud4y81 a Ega 1 1 -¢d Barr C 8aOra:\EJav57d.19 Elev 57192 �I rdBarr 4�°k 12p ID1 .2 6p �s x 3'•0d long q/ 3 Slrrrups 912aSf .2/3.2 if ,{araina! 8edm dA0 J v e. / cu All dngtes fp be Aluminum. wee Sheet No 2 i`dr localion r - I ' d.458811r f I I t ____-_ - - - - I �': Jr�4;= ,Gagt'- Slop Planks to be 21'xV Pedcs�-od { 1A,vonry OAeningi-- - � At L .n N 81,._ j.,.Fs DE}All_ - STOP PLANK GUIDES 5' c a ! e. 9"= I'•Od TYPICAL DETAIL l•s/0D.O"el-1 1 i. : f pAlurn Sfopr T �� MARGINAL BEAM 2•*9DDwels- S c a 1 e: AJs = l'•00 /01Scd5 C0I long " } 'i1 t D D ETAI L BEAM SEAT L_. i' - -- 3". �I 4!6Ax /1-6p ,Wum 9 A89.4/um 0 Q. +x/r/2pMUM l2p- /andles C� Tap for - : /Aach+he Bolls �2v vt Anchors Bol sGnef7or �8*Anchor (d 8ollr .Pepwr 01) Boffs F Bolls /2u /r/2pvun L f- V AT 1 0 N S09 ECTION f'-f Scale:31=Irod S Cale V-/1-O„ D f— TAILS - CoV-Ef2 FOR LouVER 0PI-Ni uGS p4Qorralr� �: x4sarrC�dprk G4 Dowels GJB�p% La JOncic $ d4 8arr : J_ _ - p?v110p� 2'f�' I SECTIONAL ELAN ELEVATION S-ECTION C-C W E A D W A L L D E T A I L S a Frr;*'yl � E..°•r rEy ads °_rFt� S c a 1 a: 3�Jp = l; Op � 311[T ''� ly * +� ` sx ,,6•'" � RAPS *.41 90Y771£4 S'T WALL (End Wall) 15-a? Extra bars G 6+12pck x 7v00l0nq, alfernale with long bars (,'enlered on pipe) SOUTHWEST W41 L (Front Well) 17-*3Ex1ra hers 27wp% x 27'ON10n9, alfernale vnlh regular reinl' (Cenlered on pi j7e) BAQS "13" SOUTHEAST VIALL (End Wa"1/J l4•fG Exlra 8arr a lop%x 901L Od/ong, alfernafe vith longhars (Cenlered on pipe) 9OUT14WE,97' WAL1 (Front Walt) /0•a9 &lrabars, tPrOpc/c x 29'•8+long, alfernale with regular rein' (Cenlered on pipe) ,_ k -.. �;- 13A4'Ad1 ' 9 8arr, e 5611v cg x8Bsrr N5/zg% - Od ears L-1016A Imes or Polled Angle lobe xre/d 'welded Io ApeGrler E*lerior Angle has been 4"x4"r$$",Pulled ; Angle with 6•;$"Gursef pulled Flush w lh Cone i p/ales Equally Spaced +_. --------- t•'90"6C2, { Pipes Cement Mo Placed m Fr d _ ---- 5•Od@arr as-�Shn ° _- .r Jn;nl Material •, Around Ape *dQarsx4'Ot@IOiek� *4Oowelpe011c TYPICAL- DETAI L_ PIPE. ANCHORS Scale 3/g"=/!0" ''�.. S. EeA[IYIV L�U&F$$� �•CCiE C. AEL�if �.,.. �...r.. '•, v % � 9y��;� .E584 ,� : � h+hc 5i31 F1^j•EQS'r 4�•�'•��'rssLnl: •�a- 41�rF.;g+src"``=',.'3 CITY WATER DEPARTMENT FORT WORTH,TEXAS EDWARDS RANGW PUMP STATIOt M ISC-ELLANEOLIS STQL)CTUIZAL DETAILS FREESE ->;o NICHOLS G F".G'NfERB 4eca,n �rtcw4e6 �x ypr �/ �u sY.. sA�ns-o�wxnnafar" " Rzcom geeo,n.r-oea c ai TH'ii;N, o, c' ,�c.onv��tvo,is - resw:, r �7'Z I orsawa Jug ns No-r: I I}—r- ---" nnrol�1eyc�r /�la. v GHC LKEO y-NF I AGG IQl ,l W. 01 T o - 3. 3'. W OAY OYP R__ ;D1 tv ;t V_ 4. V:.-931 3' 8AKMUAIPER_ I j�W,05r. U14 Kqi� II II M&ORAIL U L. T? -�kt STRUCTURAL 0VU6 FOR QETAIL CHL �T OF rv5PEWSjOpJ _oRWE ROOM 0 G- v : k- v�v. OR wNT - 1� WATER -SEF SHE N I"rAs, RUM T MAIU VPXT, %y =OR cOmVqUAT1OyjT FAQ CV�iLIWC;-- 27 lu Sma Id' a- TOILEI _..T T4' 8' - 4V V ps, UWT HEATER U- I ZO MF3H CYJT QT? LL �WEI -0. 19. HUNG Frto.m Melt j1W &tAb wiTHI V'Rip Ca: 11 no .6 mj=: 0 DIV. 21 a, 4'U' I ,. :MUI 41' �161 1 t 'OUT I 4' Fn _-R_ PLAUT BOY CONCRETE FINISH SCHEDULE QLJ13BED FINISH 111 13LSEMENT WA).LS BEA,Mq F L 0 Q _R-- A 345EMEN7 CEILING UKDEw3mE OF ROOF SLAP STEEL 7QOWEL FMISW: BASEMENT FLOOR MAi[N FLOM 'TEEL TPGVVEL rlNiSW-3QLISWED: SIrEP3 ANO tA.,40MOq SIDEWALKS BOTTOM or rtoor &Laa aLtv- CI-T-Y- OF-FOA 7-- WORTH W_ _RU MR75TATI _Ek� Lf I 7 FIN FLOOR P, ........ . ....... ­6 TON P SOUTHWEST E L E V Aj 10 W A L F V41 = 1,- 01, C) I 0, 4' 0 4'- 0 —rt, U v e cq) 1 oil j'.ODER_ ff -1 L.03 2 :J KA40m4n, - 7T U1117 HI.A.Irrl,,T3 loo S:."'GA5 RUN ovLow Roor 15FA51S HUNG FqOPA ROOF nLAD iviTA ig mp!!b PWJ) 04140 0 qomufim 4L F cn) 4' 2' AL 43 -1. -6, C? _41 B. 581. 41 i : -13WL7. UR QcoF SJTTeR L - dh 4,t7 4A I E %L - T+oS Ru.p gaic V11"TILA7OR TOP OF ROOF SLATS IT-1 GRADE 7 TSL -a 0 '10eL 'mrf -0-V- wOtLO. C )A'R0LLO11 M1 rAL r4uEIL ! 00OR5 CUT FOR ALUM. THREBOOLD lloHOCZXJL R�TAL RANEL PAIIEL DOOR 00OR V�v -:0 Em OC 5TA nApf) lao- a EE—] . p cr -AYN-P 0 Y i5g H E DU L E ............. ........ . .............. . ............ 6, 4 I..T CITY WATER DEPARTMENT FORT WORTH, TEXAS EDWARDS RANCH PUMP STAT101 f LooQ PLANAND -FPO t-4 T 47-- LEVATIOM FREESE a%o NICHOLS Rt_Alll IF NOT Ep -l!MlLT- UP rtooF ALUMINUM 6VTTETI� a i� rt i co Pq L kfj*i 'r Po 0 1 ic A Akln UNI L L AL.P FL ZV GOG b-) 4 JT F-1 P- PE C01-9 6� 't ^, PAJ FLO.R MORTHEA,5T ELEVATION Q A LE— r4l - 1'- 01 VQP OF WOOF Z,LAS 9Vl LT -LP JR0OF I P 05 200� &%A� _UM I NUIN, GUT7Er2 Go, S9 T T_ T MP OF ROO,- �-L15 LEv .484 R I L L 10 11 1109, ELI'. 196.00 two -OAN t U41IER C.Qc Z.FT SOUTHEAST ELEVATJOINI M0RTHVF_ZT ELEVA TION] C A L F -- Xl"V. 0n C A L• E - 1'- 01 CITY WATER DEPARTMENT FORT WORTH, TEXAS EDWARDS RAN64 PUMP STAT101 A T 1 0 N s a............ FRFESE NICHOLS U. c 5721 =ys 0 'FAR STOP'. 3?b '14"1" , SIETAL OR4VEL CJ4RE) OONT "I. Pju'LT up Roor SLAY L 10 'el 21 , 71 ri F.. M q 7- ar WA L L S E C T 10 M AT WV. F__' KLE. -51 (D ES of HIGH_,.ArZ_EA In F—et-WIL D 1` 0 G 5 C A L F A. V- W „Tan of AE>N A EAVE SECTIOM AT W.U.8- 6,F-. 6tj)K4_qf_ _P.0 I L D 1?J G SCALE 3/4"=$'-C' .J1.L GRAVEL ISUI LT U P ftOOr rU.ND & F4,'A TAn sroP r Ckg Tv L _V-0. Flu. FLOOR 8�At7� Z., rim OR L GLEN I. TYPICAL WALL SECTIOU op_ LOW AREA OF D.UALDINIG ,S C A I F. - 5,A. 1 1'- 0' .. I"'-- - A Cou"T":11 FIM0. FLASHING Cog T, L 'rex CANT r. L LZ I Q TM5 E LOW NIGA AfZP-AS bUILDIMG PITCH 34 AVAY FROM OUILOI.QG.2 SAVOY LOAM IF PI"t, 2, Drf!a bTON F. -Maj""NF %ATEqPrZOCFfQr- 4', AV -L C61jc. WAL117 .�j c A Le 3/4' u+ 11TONIA1 IC �c —EXHAUSTFAM w-CALORWE ROOM FL�. A SHZILIG d•COr.IC CANT 3_1 I �1110 �=_ POWER ROOF VEKITILATOR C A L. E 5/4 11 - 0" :4 P'Q' FLOOR . I r ELE, 5ar-00 5. W 3!'­ ' FE �'RUCTLJRAL 46 ;0'2 r2LJAIF0nC1trG HEAD wOUT JAMB sca ee Q %L% -GR OUT T 4"LL pI Ll _AWU,S,T_A__P_)._L_E MUVER DRTAILS ox"""'Er" "0" '111Y1 'A"11_10 L ------------ 11 G V- 0 Roor HATCH ROOF V. 1; I'j 2, ITU?' .41 FF 7 77711 2 '2 z 47, FLOGR:7 '2 2 LEGS. --_ j, V�LQED jO 3OLTII r­q''X" - 611Acli LADDER FLAW FIN PLO- 7 x '2 EACH LEG - A4CO3 WITH F­AUSIOk OOLrTS A LA D QE R DETAILS 6 C A LE 31 r 5 zu 3 q — . F��L. O-C Ix.— CITY WATER DEPARTMENT FORT WORTH, TEXAS EDWARDS RAMON PUMP STATIC WA L L S-r-- CT 10NS ANO Of -TAILS FREE15E 4 C NICHOLS _P L A Ij AvZ En. C .. .... .•....... I... y 766 &kl , I - 0 9. 57'21 ML N_ AL J %RICIG� DIt2-44 BARS Ake MARAMC -AEMDrZA?Jr PIRIcle DARS IIRAIII� 4 JT,'x 4L JT AL FA �c ZGROUT 4? C A Ulx -GROUT HEAD HEAD V le ryy cl CAU L 'MOUT PR 65 D EEL FE RAA16 STEEL�j 5/4thlE7AL rJCOR JAMD 0 TrZAKrGOtA epAl", C.' 1. LK UZ k z I., TAMPS of V SILL oa If DETAIL or DOOR M 5 CA LE - S" 1'-Q' JAMS PARS :7 S'ALVXTHRESHO�,'M SET im -AST c. Zu W.T�, MEn IN wa TARPS y 'GROUT ' IE JT JIB' RAr S 1 L L F. DETA I LS or DOO-R (1) 5CALE - 3'm $'- HEAO 3 ANCHORS IJT2. 87EP.L FRAME V2. 0 MUMTIW 0 DETA I L6 of DOORS Fw J A A 15 W 0 z 01 JAMB 77— AnrOVEi RKOMmF -7 t I [ dff-" -5 -T 10 MASTIC 12, SILL DETA ILS _oF 3(.DE., LI G HTS A'r DOOR (1) EA D [DETAIL OF ROLLING DOOR -- SC A Le, C-O' Z(7 ALF -6 AA AbICRORB MF.%%PRANE. E(X�e OF 000fz '/Zx 5/IG st ED GTO, c FELT - T- rxon 2 844s ATTACH4je F pinakl2a 1,JT mow7e Gaon T EJT2 ELEVATION OF DOORS AT MONORAIL 1 5h - 5 CAULK Z, C A LE 0-W I- A D I- .1: oH E A 0 CJ72' S JT ELE;%D9642 9R, 0 U A .'C NOBS 11 2 J A� M b- -FMq A- C.L14 GROUT X &P .10 JAM5 0 Q L DETAILS or SLIDIMG DOORS___.- a C A L E - 0/2' 0- IL JT -I im � I L L AULK DETAILS OF WIMIDOMS 0 & rt '2 -14 F)AR5 SCALE - 51-s--w E qOTE HEAU & JA.R, lOWE TRIM QF ME.P3RAgE. WINDOV 0 'mILAR To wluonkv 53-C k 3 V2 OVID I Tack wtLO ;-J7' V ,5 1 L L 10A 0 9 EA r) DETAII-6 or V I q DOV CB) F. SCALE 3- 0- -ro w a ch He +lt,Q A 4 T. I r JAMDrT i DETAIL OF ,SILL OF \VI W DOW 6 C A L. E 51 T 4 0 OF TICIJOT E IleAJ & JAMPb &-LAR TO 4 CJT-,. -�LJ :(pf"OUT V1400V A R en' ma -T T G 0 F 7 az�ED ZrEEL u 01 pa..E CITY WATER DEPARTMENT '7 i; i A i Q FORT WORTH, TEXAS I MEMEnAME 9 3Y41 cp WWARDS PANGH PUMP WTV E: Quirl— W I N �_, V OOW AND SILL DOOQ r)-ETAII-S FRr:ESE —,o NICHOLS DETAILS or- Wl Q DQ\V Q0 AL— B CA 4 E. 041 JT e VXJ J: ........... A 81 DETAILS OF FIXED V I I— V \VI w DO\V SCALE - BO.V-01 n-'- I., E 5721 1 rl r0� (Vent �of Roo( L I ^ ��• �Slorter £ g err Fa, r $ a 2 3W2 { 3 12-3/4 Al �f I � 1 Nan Fusible dHV-3 ec! �Weafnernead - ," Connect to tratly wire, -A-2fir V for Chlorine Horst f A-7=�. - 1 am -'CHLORINE 2-[3 "410 (5000V) -3] f to Substation 30 KVA Tron,former YYJ••/ an G°fraor pod, ,-3 3(5000V)-If/2"(Pr1mor7) / 4"2 > W - 2 " (Secondary) ?' a A8=- �{ Bus Duct w/ I Auxiliary Pone! i 6'!2 Control, 6' f2 Power 3 Up to Fan nt F001, I ROOM t/f5np PUMP ROOM Photoelectric A-5 Refoy 1140 Ap To Floods A-4 A-6 I O I -_L II III 1� ,BASEMENT PLAN 5CPlE-I/p'vr'-e" �vo rW wire / Ground 9ed Ground Rods 4"Sleeve \tI-do rW Wire Empty """far Terephone 2" Steave I 12" Underground Run un der Crone Rail �.`-�--- -�T, � I �Weafherhead - -� -- P4 2 �l2'12-1 !/4 f j 1 �1 I�� •C Ietepnane Boaili -- —V - �• 1 a Down Jo Telephone losirumenl 0 Control Panel V2" T- GandWel,. A•10 Elbow C-H"IBY15, P S h r Q v_. _ I I— A ressure wrto 41 I LT ` 3 /O(s000ll Y 8"i2rw r' I �6i2Tw-r" -I — 2 r/2"C `ddIIII I I 2 12 !/2fo ^ �J .21) 1 3"2/0f5000V12r' III _— _- See Note I L Limit Switch for r --ice--- - -- I - - - -----. Mlotar Co ntrot {-� P � p 4 -- -� I 3/4" 1' Gondu7' l -� - I�i ] I� uf_I I r3"12-3/4" Ru1231P 712-JVF105.. Union C -N "UNFt05 " Check A -3 Floor £lev 4"Plug 4 "Gondar! / IUipAre ff J DETAIL '.4 4 YJire, 30-120/208V .e rt r tom_ 2 Solono,d Valves o Short Elbow C-N"EL-14 Condulef 1 'Closed L+mil switch Open Limit Switch .-,Up to B-Cvncffl7ef '—-- I See 0etarr A" Union' �i 1\ / �,_b To Starter I a Up tB Gane"� 2Cabinet I/^rV2',3" C-Fl Condure7 s£T-3 7a12-l.� Check Va1Ve Vent Fan p2, f FP — Cone Check Valve 3 i�a-J' P L A N — — &d�12'I I TYPICAL CONE CHECK VALVE II I' CinBBoosfer- I I n.r.S. AumM� A-8 _:-I ---- T F L OOR PLAN 5 c a to: 1/4"= 1'— 0" _ _Flk 2-. f'un� :4w:m Lights ---J Chlarme+EQ4sG Lights Pump Room Lights 3 4 Sosement Lights Oulslde Floods -4----5 6 Basement Lights Recepioctes 7 9^ �-« Unil Heaters spore 9 _ Instrument Power 1J !2 Spare LIGHTING PANEL -n__ PL Ald ELEVATION FLOODLIGHT DETAIL SeAc EM4"=s-a" � 1/15hp4r' / I Flow Meter I / Fronsmifler mod]✓ T FIXTURE SCHEDULE QX7'URF SYMBOL WATT-S EACH MOUNTING HEIGHT QESCRrP170N A 2-100 CLG. Westinghouse e20'V0 7QOR closed ends I louver,, 1-96712/WW/RS BOOMA lamns. , � I 8 200 9' Benjamin RL M dome !7201, GJosslae7 C 150 CLG. Benjamin shallow dome 09423 D I GO V/011 A laboA n AL 2382 I I E 2-75 CLG Art Mefale3279 -�I F 500 Ground Ftaad"hl, Grouse -Hinds type ADE-14 "`42740 ' lens'1HL6186, J 4 Oo fitter, V!/PS 40 !a" G ISO Hall Molophone '�415 12" Ca Wales: I Slab ground wire out of basemen! Ceiling 6" for futuro exlensran thru pump blackout to future motor. iw t SIEP" n 1i 1'�rea1� E�Q: CITY WATER DEPARTMENT 'LB Contd CGB FORT WORTH, TEXAS 192 Connector WA ®ReeRFVOcPUMP Sidi { O� FSCG Condulet w/cover ,OSN60906'ket and 'E L t C T i2 I C A L P L AN CGS 192 Connector AND DETAILS FREESE Ati.- NICHOLS •F�14 Ti.G aNci•i�z as " "UNI'IXlEA albSifsi•"• p,sYlll P. iV{l5jl •s••� C .1 a 9 WAxt'1' S Fotv__ scn_c ersTtr . 8 v • uE, { DPW As ntOTEO... 5721 o 04TP [iaJECT N4 3teE ET NV c zzHEn "_- nut, tg5T 9bW2T5 1% 1A • �IIIIIIYIIIIµ �{^I� 23O_ V A C b0 M rRemote Slop 1 2Y MR7L IX Stop/ Starp, GCS X �- 'r� oq 4Z OL 3 2 Ia cS RCRILW IG$ lb— IIRC <3 R R A, ��15G CONTROL SCHEMA TIC FOR PUA11P PI 230 V A.G 60 Lrml! 5Witch (Stop) Closed Llrut Swrlch IX VIOL CLS Slur! 2Y rL� IL I a�q-,,�I G5' RC 7TA'I 9 Z2 sr 2A R C. Remote 5torl— 724r F 7 a L.W. 180 � — Rr. > Q113 ,R— IRC Pre55ure Switch BIl5 Normal Solenoid 1 C ;Rt'z4 �.R2 rz5 `.' Fast Close 5tl7Anpld, IRI r25 r O G� '$rOP t-d7 U -Remote Slap CONTROL SCHEA11ATIC FOR P 2, P3, 8 P4 230V AC CO— MD.L Gry7 coil CR'D d 5ed Swrlth G u I AUx GONi4L1 4 Pt 5 �on pumps 211 IPI 2tr2 P L�Q 1 2f7 2•! 2!I ZJ2 CONTROL SCHFIWATIC FOR VENT FAN NO. I h O•A' MOL 00 cod c Lli•r�'rI' L �/ Z13 P'3�Zr`�r-4�� r3 P4 Zf4 CONTROL SCHEMATIC FOR VENT FA N NO.2 �';r-a �r MOL Op Gat �. a _ �� - A! 43rs16 ZN CONTROL SCHEM4I7C FOR CHLORINE BOOSTER PUMP 1 FNMM W3R"', CIO t'A0 r0ACA NAr C?O$AO rOACA.• V!3VN T—a Wtj •---p Ff j rr mA3 Vl � _ Crl F 1 Ad r CI�1 r [A3'3 � dY �V3 R /L A RG IL 1 � ArlL GJL � NINGEO RELAY PANEL FRONr VIEW) R IL A 71 G !L Ill � TO REAR _fir RrL GAL s yC5 ss r -� r rk'.g.l rl ,�, =4--2A ` A starlI r 3 cm o--ot- I i � 6 Rr� Stop o O 0 0 R 9 s m r4 o rew ,� re Aa A c'O VI/1 Via 1wr 1W3 1m la�f--Il, q14 p �LOCIf I L s s ODOR (REAR VIEWf cavracTs Paslrrolvs ON DFF REv.7rc ,WFOz x so-li-o5 x C4' SWIre" FOR Pr I BROURO BUS L AA TO FR0Nr__0 re. TO REMOTE CON rR04 C4 AI1/E CHLORine 04-03TER PUMP veRr FAN R0.1 11 AUXILIARY PANEL REMOTE SrOP—_­ ___1 / "`-•nEMorc srAar" 400 a TERMINAL? To Exrs T1mr ra PmhrAR✓ SfYIrCHIAra E00lP 30 A.0 BUS A GANG OPERArFo OrSCUNNE" '5"" N - Mr3 t-II�'r•cfL r� •- Nrl _cll-�ke 'ri ar r 2 C3-Mr/ %jH HCAA 2A �:_2Y re3 Jx Aux- BI . r RIL RECr OIL 7 • 5 �2A L S RES R 2V GIL � � A K ` 5 < Ez ST'N IJAL TO G r 9. r � a 1.-PA AI 1Y /NnlCArE'9 AD My W/¢rS B EOD,e tr E.vY WIRING DIAGRAM FOR PUMP PI �Wea/herhead an pale 01 TF 5Co Sudslotlen :-TES.C,O Malerfng Panel ��LIph11Ag /-POOV 3 p _ I �} 1,-?300 V 30 3P I` 400 / 3P 3Pa 1)900 3P or p 1 I llA.l C� 15�✓� 150 �P�P22 `oa c�I ---- 330 KVa p1 nqv 2300-120/208V P3 aR UIn by i ONE LINE DIAGRAM .'4,Furn,Shed by C1ty - Ra'-z'; TAG0n1r0f 4 P4 I -124" U -d-$� 0q6 'fir REMOVE Ji MPE✓S, T¢-2f'� pS CIO -p I-3 a l-5 da sa 4l ' r v Start 22_0 Z2A- 12a r b 210 as - 4P -7 stop •1A ­0Z7 •LTO Me INS ✓11 V12 V13 ��dbbsdb ? Test BLOCK �r1 a�7 Y I COOR (REAR V7E W) Ii O5rnnns cONrACrS PM OF= RzMre X X so--IF-Ds X Tu-{I-oe X 9o--IF-or0 _)( it0- -0" X CS" SWITCH FOR PP,P3 8 P4 P P3 PY NOG ftl[ MO[ F F F f1l'11 arc'1JJ",3HI 6P11 RELAY II.-C 1L Taur 9Wr rCN� STOP CLs, CWSEO LlN/r SIYrrCN\ PRESSURE 8W1reel --- ON CONE VA LYE r REMOTE START NORMAL SOLENOID/ !N AL%rL IAAY PANEL FAST CLOSE SOLENO/D - REMOTE S70P�` TO REMOTE COIITROL PANED. REMOTE RUN IrlO'CAr10N+ YERr FAN MO I STARTER VENT FAH Yet STARTER CHEORme UM57ER PUMP rerMAVIS to 0xitlmq Y6 PRIMARY -r ,cHwa N4RY 3 0 A. C. Bus - 81b G GRNO 011MA7E0 O1scanmrr sW1rco CIF, A A I -I CL F I -I rn FRorrr ICI "R IIILLL���III Nl� h h j"1,1 n pH3 lsAaoNa aus }f v�'��II�Y1111ffI�VV/Lcr xi CO r _ �5�4� C' — a r rE rP - MT2�h py A fF Ti Ali i 1 T/ IA ICJ M71 ��--�F•Q� GIL T•3 rJ cY Aux 5rN 2J i9 TS ECr Y PAr rC IND Rk IF IX MOTOR L/L r 6 t9 — E/O TI2 JL_ I 'Pu 2I3 1�_ -�ZS -0 fO dF IA4 -0{ IA F3 Adtl 15 lermoors 10 °iM ,lielo—Pe� awsneq rs. x�w-02-ajFy.241- -04 -01¢0-z43- 3E /NOICA 7C-6 sEpDFp WIRES _�i I,¢, rl$- & EOUfp,NfNr al Eo �2Y Rl . ZA_ ,-.,.....,. WIRING DIAGRAM FOR PUMPS P2,P3 3 P4 CITY WATER � EPARTM r_NT FOOT WORTH, TEXAS r�u,ll EDWARDS RANGM PUMP STKI I® R*one Irl L£CTQICAL MwNG O I IA G Q A M S dssa's;A1 1l9^•'' 69+•� �tt4y, FR"SE _'.NICOLS r..._r. 1-I ,NAt i •rF�'ti Or rF ui �i€v =.s,o, - ;s•:erEnc n. At¢'� ..s''1` sue•* k qi !'j �1 9 *yY y #rr(I O y_l.°°61+. e<o n.•r ..eo ytFA�EFS� 5s .••_..s*A �•Q51'ie i r�Clf fA�/ `,%; /iAsFq:.41 .-, :, L14 D Psv I wlS 572 1 I _ SNOT-6 - u nne n _ •caft«o ~ .1 w lua I` IJ a3T C%MAt.0D I E.A o lry o � � /2/ 3s • - -- � Pump Discharge 02 5"S7:67' YV � 42"SUc-1 !'on C. 4 `X42" T¢o ' o a SCALE: a `Dischg z 1. 0 �x 3 x3a"Tare C� F . 4t E D W A Rr,.,)'S 15631,SS GI/ .2'X3Gm IlFadvc¢r RANCH z-, 06, 170 JE-4 ge er 0 44'ei lecovex-,a 0'/2"e"L f''4v6 97 f o' &,c' 7"/ / T.e w�oFo ���ar fay fr�w W-1kv 3� burr 5newAITS 8707 -- - -- -- . - z Vol /Bit Z.,az 33G'• 3°d0 `Evv '�P . . \ 7-a 1,? : PC' •� d� CMG' q - �AA 10,0 - • _ .r. _ . ^ cu o CL ? — w v, .[.G C�ivr,G,�7' t ,� � /o..`'�.�9.U4 •�3.s:t+�� � : ' ��,.�'� _ .';�;� , t'. ^ . . i'74.?A'IZ' 3U:iW 4b 5ra fd.2" 32 dQ ` 292•.J4.?� // 5r0 2" 176.Lag' i0 o° S°do'G7 _ PIPE ®� w z SLOPE HORIZONTAL ANGLE TANGENT oa vaa PLAN PI�OFILI: • ow iVI A I($ Mw r" I_ STATION LOOKING IN TURN OR PULL NOTE -VIEW FROM /.y F-LEV - DIRECTION OF LAYING RIGHT SIDE OF PIPE SLOPE PIIrCt� IVY, w� wH y DISTANCE Alorw : Wwcvg Samos?,- Disry,,Vc,r /s Nor 5maww', 1s �pv.v¢ 7 N O i E' READ U P i - /i'O,�IrpNT�9.t Drsrr�.ve� � i+�4w �.eaCT'iCAs- fu,ePr�sc�. .es, fa,V-s7 oFE-X•i ��.aa', f4�-cps Averr� , ,�: n,�+ rv�-�i,-�,� / DR. BY, i,,? TR. BY- Z� AWA 3•!l-5S Removz_D "hlot0'' C1.1 CP-f �-0,,vvscD CL IwAuooro,4Nre Wirth Fccb MgAsuRcr�cer MARK BY DATE REVISION CHFS, 8Y- J� DATE: /2 /2•S7 NOTE; STD. DENOTES STANDARD PIPE V.T DENOTES VERTICAL TURN } SPC. DENOTES SPECIAL PIPE HP. DENOTES HORIZONTAL, PULL r - Vp DENOTES VERTICAL PULL RT DENOTES HOWONTALTURN LAYOUT" SHEET GIFFOI` D,HILEAMERICAb,INC. llde7- WOe7h- , 7,e�'�S Dwc.rra .�7-/D t/ SHEET/4d OF4ZSHEETS 17 t � "r� r I } i t♦ .� s ,f' c� 7 } �47 T �op-N§ I' Yf 1 -r `� ~ P. �.. r ''�/ l7.ir Fr .' � �• 41 14 la r�47 7-e ts � � � f i � !'� �:sr�r�'iPr.'' �.�'♦: ' ' LK ff.s',t„At irir�'41:. �,� L/ .� .�� r �� � � � � +a � ; ry L i } i F• w1 4 _%' % Pti./v4..f.' i 6 iro& Y'9. i . � �"n *�S�Ir � r'%.., p!x'd � ��H"4`r� yl,,y�r'• +`30:%� - ' jd7 PIPE OR �'� � �! � S��P� � FFORi�O�TAL � � � ! � 18®ill 1.,� "Ut � TANGENT d NIECE 140. j Y � REMARKS � � ��?[ � 3 TATIOfd � t,A�i � ea Ii l� RW OR PlJi,LsboglE, VIEW r Rt►+� �1.�+. u - _ OlSYANCE _ �RECTI OF LATHM � � MOOT $y9EOFPIPE 9 LOPE Ar(.'t t. `s`f �;'.. •+4', Sre! L` /4r T a..;..w #L aa#m �+� / OTE, READ UPI '£ SiO �ENOYt$3 i'TAFIOAR(%P"fi€ rx'4.Zrv,, �'.' i' �,.r^a'iW •?A+.'- _c_ tee' c Jk�/'-i* °rPi/'ra I��i'ida+C.s =» .� - -e� -- -- _ �• �• <� w ✓4, F'i• 0tkv JL"' $PFFC:iAt Pl$'E i!tY WFA,,jTE..`' "+0gloofTA4 Pii4' VP dZkiOvCS VM7iGAf, pVL;, iAI. TURN • b. �s: - J/ •'r! z " r ^^ r-i9 _ 4'1e :.1p`i. i r .. ` f�' /�*1 f w 701 �'::d L° 1 T '0-'% � .�.+ i `d± ._. -- -E ...�.._ �- - a OR � . d. Tfk �, ! LAYOUT SHEET r ®RDbHILL-AA+9�AHrINC. MAk___ P?( }_�z� ' DATE t�� _ - `_ � � 'tilf�,: "1 „- ' _ ... C14K s1' J6 DATIC ♦��/.�.•" �� i� ��`� �'"'�! 7w, �e� � r�+.a . A� N - ~ -� .._- �— Bki� 14 j i.G d_, �. _ % f~ Sp 6 E T r-O ++. -:ME Y� t � j, — — - - „ r%/t 73, — v �' oa tom -'-sue r— .�, % : •, SrD ice" c"Q,�oa —,1`G6_5 "Y- — SJPC ," `v/,2�09'J E e� ,r�.9.3' 71,1 b_ r} / 4. ra '51Z yN / 5 02 E , f' �. °,tk.: #• .!� ~' I -/QrD/ 4, d 119�5" 2"SI er 0U.0,Z4 '%,oV'0G I'L Ufr „,. ` �,i,�rr� ,� �"Yr•��do/' e. e r7 �S qv 1.941/z eK dTi4l.ek 5 /. �� b `' +-1 . f r •, w _ ... i. , '.. =' D o/? ! — _ / / ���.�70 o ." � �, _ �•r Y.x. fit* �-, ��' J f�{P. �,{r ., It 1 SL goser /ary `vIr 0 e RZ&6 �/ � � r3Ci + • r � G1 a � =� �"� � ' ��; ���. �3; 'r' 77S 70 99. Se • ''` r �•: .y _ r ,f66. 9yh79 vV d. '+j' 1. • � � Q' r �` d •j r� n''Ht� �4•..t�' :vW W -1"'01 V.0f r%%'s °O /' Q 0/17!X - -- I ?O 0/, 39 — : --- — f�2�r��t6�r.rJr*/J/e K2Jd,y,' ..ys!✓E f.8.90 t ca rn cc JJ 0 W , ` W to It N V - fad 1 t Q w `� -- - — cc w 92 44-925 ,2 Sri . ''. 32, oo` i w cc f 2 a y {+ '. ' Ear # t e z 0 0 k � �. • ••+t"+t S. {•--y Yam! '� ty, r� �� W i SLOPE 1iCiR42ONTAl 's r!�''''r` '' �' ANGLE TANGENT RISE ®R 6w ``'`_ r-.y ': F;.Pl,t I .._ . PROFILE - '� ow REMARKS +sw L STATIO '' s I.O,Ot�ING. ;tJA OR ���� NOTE@VIEW FROM /� ESE!!, rfAIE�;E N0, ad am vw, w .� UIRCiIORY, (f, `i RIGHT SIDE OF PIPE DISTANCE � � < <LL. SLOPE /vore _ (JV.Veoe 5zaor ,Q/.SYi mac 16 AI,,r 5f oww � /�•lS E`Qv��, � { � O T E' READ UN STD. DENOTES STANDARD PIPE V.T DENOTES VERTICAL TURN k; :� ;.: ,w ,, SPC. DENOTES SPECIAL PIPE NF DENOTES HORIZONTAL PULL /ydf3/.LrD,vYR.4 Q/S�AAJC+E Z A44 � ,907-ze,0�+ f UPfPdS.ES. ;�• ;. ,r. f � V,P. D< 14OTE8 VERTICAL PULL k.T. DENOTES 140FUZONTALTURN E - — R. 1y'- °,9 TR, BY: / , , ' ''};; ! � Y4 T GIFFOR®CHI AIN i N,iN�. MARKsY DATE — REVISION e�t�.�Y= J� . ` oaT�tJ.2 /3•S f"3 - �."�C'/% dwG.No.-9-/D4w sEET?;o' sHfit fr. ' aue. l6 ? r m 0 D ZI Q C) Cl Z �n 7U Cl� ID Q Ail OVE R TO N PA R K WEST 7o Russom Ranch R2z->¢rvar 47" >C/o, . (ZHoo/ty Pump plon.1 �. a• ee. o ® .gam am T r mm ® e qmmw maw — am opm Qj o in moi ' EI. t Pump 589. 33 1 17, I Station 3. Eastside Pump Station Generator and Electrical Building MIM. Tin i July 21, 2022 " 0 ® Modified FNI Class 4 Earth Fill. Soils which are classified as SP, SM, SC, CL or dual classifications thereof, which have a liquid limit less than or equal to 35, a plasticity index of a minimum of 8 and a maximum of 15, maximum passing No. 200-mesh sieve of 70%, which are free of organic materials. Compact in maximum lifts of 6 inches to 95% or greater maximum dry density at a moisture content of-2 to +3/ of optimum moisture when compared to Standard Proctor, ASTM b698. Where these lectfill extends outside the building footprint, the surface should be capped with 18 inches or more of low permeable clay and sloped away from the structures to prevent water from entering the select fill pad and creating a "bath -tub effect" beneath the structure. The onsite soils can be used for this clay cap. Excavations made for material replacement must not undermine existing utilities and structures. Excavation plans including the need for support systems to protect the existing site facilities should be considered prior to beginning site excavations. 5.02 DUCT SANK Several duct banks will be constructed underlying the electrical building. Generally, these duct banks are ground supported about 3 feet below finished floor elevation, By providing a 4-foot thick or greater building pad, at least 1-foot of non -expansive select fill will support the duct banks. 5.03 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures since ground supported floor systems will be used. If water is permitted to pond or be trapped next to or below the structures, excessive soil movements (heave) can occur. Ponding water can result in soil movements exceeding those previously given. 5.04 SEISMIC CLASS The project site is Site Class C in accordance with Chapter 20 of ASCE 7. 6.00 PAVEMENT A concrete driveway or access road will be constructed to provide access to the generator and electrical building. It is recommended that the concrete pavement be placed upon 6 inches of crushed limestone base material which will provide a non -pumping subbase for the concrete pavement. The site is a clay soil site and lime can be used to treat the clays to form the non -pumping subbase. It has been our experience that for small paving areas, lime treatment can increase construction time and requires specialty equipment for mixing. Therefore, the crushed limestone base material may be the preferred approach to constructingthe non -pumping subbase. If lime treatment is to be considered, application rates and compaction requirements can be provided. 4 Station 3. Eastside Pump Station Generator and Electrical Building �� + July 21, 2022 Site grading may require some minor grade adjustments. If fill is required, it should be compacted using the compaction recommendations for Class 4 Earth Fill previously given. Additionally, the soil subgrade beneath the subbase material should also be compacted like the Class 4 Earth Fill. The crushed limestone (non -pumping subbase) should be TxDOT Item 247, Grade 1-2, Type A, compacted to 95 to 100 percent of Modified Proctor (ASTM D1557) density at a moisture content of -2 to +2 percent of optimum. The supporting subgrade should be 6 inches of soil compacted to 95 percent or greater of Standard Proctor (ASTM ❑698) density at a moisture content of -2 to +3 percent of optimum. A minimum section of concrete of 6 inches for the pavement is recommended. If heavy truck loads or equipment will be using this drive section for construction or servicing the generator or electrical building, the pavement section should be increased. 7.00 EARTHWORK General fill should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken, and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Rocks greater than four (4) inches in diameter should not be incorporated within the fill material. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content should range between two percentage points below optimum moisture to three percentage points above optimum (-2 to +3). Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of two tests per lift should be required. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Station 3. Eastside Pump Station Generator and Electrical Building July 21, 2022 8.00 LIMITATIONS WMFHIEESE This GM3 was prepared specifically for use by the City of Fort Worth and Freese and Nichols for the Eastside Pump Station Electrical Building and Generator Pad project and shall not be used for other projects or purposes. This report has been prepared in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc, makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The borings in this Geotechnical Memorandum contain information related to the types of soil and rock encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. It is not warranted that these logs are representative of subsurface conditions at other locations and times. ATTACHMENTS A -Vicinity Map, Boring Location Maps B-Logs of Borings- B-2207, 13-2208-2 pages, Boring Log Legend- 2 pages C-Lab Results, Unconfined Compression Results -22 pages N. Station 3. Eastside Pump Station Generator and Electrical Building July 21, 2022 ATTACHMENT A `TICINITY MAP, BORING LOCATION MAPS-3 PAGES M1FREESE 143 191CHOLS C.arli sl4o[ti''' + i d�sn I}r t II' j flfikr;113`d i+`, a 1ILTLi 4 'fig m 4; Itjcen Av0 �1 I liokk Ree(lef B ; Eillalt Rc ader Rd � 3�7`-Nl r'+itPr .�l — .�....:r 1f- $tti SIC Blrrl s'. �s I:,n - I dal Milt ;?U 0burl I'd.'efiiHRy 9t ,`�, ¢9111 E Ist Si Chl�r+al,il I"� f rst st S, 4 % � 41; ii St Gal,roL Avu xs aC� FkVIQr r), t I, o LP E,IrnS I Bridge . _ " dt GYtawriy PHrk rts, - •yt I i�l X, J) t I I _ } 1+ 19 i I ice . 7't°h ID 3m ';11 1��r .,y due m JI' i o I � ��� w . � � ..__ Scor� �� Maiifla LIB Q E5_. V" F. !-a4icaq�pr Akve rl � s MeadoWbrock Dr ian rT Projci Location �{ 'arw� ++ ^ Ij I }c ti rn -� v E 1.airlcka-&Ar A%v4e_ ''r7 ii1 I+ 287~:&0) - - .I �.acrt,r.-E!. r I, u1 :PaF;rr A4❑ HpvFl+rrI .. — I,1L:r'"-7 vI , E Vickery it i "Venl'e 9 4 `30.+ n, i _Avffj--•Rosodale St us #r 30 i r E R o 5 e d a 1 e G't �-- ' i 30_`.3031 o 1 IY' Ir 710�. 303 n �ftu F �r 303,3rs:ie ra 3 3 ul ;n ' a } ' C Lll -- _ } r7 ! I� Imtifl O{I AV6 -1 1kVii:7'.1 '•.k''i r, !kL'fhYli,��}..[ '4 r �11�Iaar1 5l_ 4 f+' iVflrlllf' Ns AI L, r _ vl Q1, Q awl— '.'V :: (g, ID 4v G�j rr� `' x ri° [ aL — E �jizl,� II AV tf:r� n.,hdtiv 4V#C f}a[ {�;�:'+' II i i 1 r :o.bES Sk I ❑ cA irJ 43 ,E. BCfTY ,St I. PITirol7 f o r* 5 `v'Y C lid �I �„ � s[n, q�' _� ' .af, drl � Lid!] a1 to�'"S AF is -`yh7 tisf:t`.i1 R[sai[l.S! } n u = _Lf .s'9.131, V al ! ut lit' .. I lardF% all 7 ark Y s ; ks fu 5fE Nk!irwuy_CJr ,° u e"t s�ar9ar 1 {'V�.I1>.rer f b IP Ida,. ,s Lit ' CCrllfn t 4 rylleR 10 n J; 1QY $! Fairway !7r I-11' SC 0I C}I T!'66,,a. !;ine Dr t2 } IP.f �— f-,31rli rtu live - -0 � al �F�y 1`. rn +n l�lartllk 5l 4F" 1 al r' f'e �{" �' peC i G Koi1.S!$l Martin 5! `m s LV'F3dll Sk F; $ult S u - 1 os St tzL:. irk o 4,000 s,aoo FO �. .I.'t �, Feet z ' — dawid StrIf*1and Rr JOE NO City of Fort Worth FfW21473 �ICNOL� N Eastside, P.S. Backup Generators DATE EnsTsioE vc W E 5i3112022 sc"LE 601 Cherry St. S.H.2,600 1:50,000 FartWorth, TX T5107-e600 FIGUKt Phone _ (617) 735 -7300 Vicinity MapOaaaR7� kB Shiileri 7. Growl By Legend Boring Locations rFREESE N City of Fort Worth 0MCHOLS W E Eastside, P.S. Backup Generators 801 Cherry St. Suite 2800 Fort Worth, TX 76102-6800 Phone .[817) T384300 S Boring Location Map NAME LATITUDE LONGITUDE B-2207 32.734671—97.291478 B-2208 32,734781—97.291154 j I a ilm 1 r 4 x- 'I t) FN 10e NO F M21473 �F'LE EASTSIDE BLM GATE 5/3112022 2 SCALE 1:2 500 nMGNEO Mike t tt FIGURE ONA"CO Z. Crossley � I CL- I I I TRACT III I RAMON ROMERO CORPORATION INST4 D210055971 I Ck-I CITY OF FORT WORTH VOLUME 4277, PAGE 87 O.R.T.C.T. � I 547.12 � 550A7 F G- I AVE A (45' WIDE PUBLIC RIGHT-OF-WAY) C1LAN IN LINK FENCE AND�kREE EINE --z:- ° -.�I�a3.z\��41F .S.34 •S�S4�I". i StGN,NOTIC¢ 8 a`ICONTROLPOINT - -I \ 9 s \ S `_�_ _,i•\ \'E LM w(Fo') o TRANS CITY OF FORrWORTH ° \ VOLUME 2780, PAGE 504 n R-T,C-T. _---VAI Q� MOT xt L�Ti2 __ROLGnq, 111H0O1LLLAADGVFP-TP;5 VENPPEMLLARn [p O ABANDON 0 SANITARY SEWER [5 MANHOLE ShNITNHOLE ER � 7 MANHOLE RIM- 5l N A. FL IN(NE131.70 531.NT 53326 \ FL1N15EI-53 [.83 FE DUT(N WI=53LGO oD 4 .38 m LiU-F uu-"E57-� � Ixs'YWssA�ITE�I MANHOLEOwl'R en 3.O6 ONUIa537RIM-537 .i3 1 M WM eotD8na3isa �. _ 1 8Prt°M�33.22 I N O 1 WATER MANFIOLE WATER MANHOLE RM=539.23 NAnKmMMdt RIW539.40 ONl1T=537.22 SANITARY $EWER -519a6 ONLT=537,16 BOTTOf+533.04 MANHOLE 53 9.] m epvrTaa3�3'emu BO�'rOM•533.3R ..... 5 35 FL IN(NINy535.55 Ji /< FLOIITIS)-S35.71 1 weTE: NAamu B-0002 }.r.A 539 s `1 aws»zI � IlNt53a,59 w,n �r'Q1'JM WATER VALVE I eonve�nazv a M \ `- xYONPniw� 9� PNGT�a-53F 3G-G9 aorr oM�iaa�is ONE STORY I u IaWM W .TER MANHOLE B-2208 GRICKSUILOING ONUT-53E.13 tBb17UM=33 rn 1ROAnon v� yr �� uu sx I IWM I :m', I14, I3LDON Wi ;u iTVM W°^'t'1° LOT 2O LOF l9 LOT l8 Tepxs` ®-\FINISHEP FLPpR BLOCK R OCIE SPEER ADDMON r-0 VOLUME 310, PAGE 25 P.R.LC,T- LOT 24 F�u LOT 17 TIC) It 'L CPN 103410 REVISIONS NO. Q DESCRIPTION DATE 1 A IOU 1/2" IRE TEXAS p 2 A --. L A CONSTRUCTION NOTES NOTE; 1, CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. 2. THE CONTRACTOR SHALLCONTACT THE FOLLOWING AT LEAST48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T (817)338.6202 FORT WORTH WATER DEPT: FIELID OPERATIONS 4817) 3W-8296 FORT WORTHT&PW 4817I 392.8100 ATMOS ENERGY (469) 299-7613 ONCOR LLECI RIC 48171215-6688 TIME WARNER (214) 320-7406 CHARTER COMM. (817) 298-3632 ALLOTHER FACILITIES 1-800-DIG-TESS 3. CONTRACTOR SHALL PROTECTALL EXISTING WATER SERVICES, WHETHER OR NOT THEY ARE INDICATED ON THE PLANS- 4- CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHETHER OR NOT THEY ARE INDICATFD ON THE PLANS- S. PROTECT EXISTING MAILBOXES. APT xs LOT 26 Ck- NOT FOR CONSTRUCTION SHIS DOCUMENT 15 RELEASED FOR THE PURPOSE OF INTERIM REVIEW UNDER PIE AUTHOWYOF: CHARLES H. ERWIN P.E. 7EXAS NO:118842 ON DATE S/2/x0Y2 -' IT I5NOTTO BE USED FOR CONSTRUCTION, RIDDING OR PERMI f PURPOSES. na ese and NkhOls, IR[- T,usRegisteredC gLnaaning Film F-1144 rRIEESE NICHOLS 901 Cherry Street, Suite 7800 Fort Worth, Toxas76102 Phone -(817) 735-73DO Web - www.Freese.com LOT 16 LOT t9 HORIZONTAL & VERTICAI. CONTROL I I WATER MANI IDU 538.29 I I i 537.7b ONUi-53319 T9REDTroM'"."; s3a D I CONTROL POINT TABLE 8-2207 E w "All FORMTR G J I POINT NORTHING FASTING ELEVATION DESCRIPTION G CITY PROJECT tl CPN 103410 '� q I - '��}Fff:KBERRY IY"S3O'j II T-1 6952263.02 2340216.29 536.14 T-1 MAG arr a BENCHMARK--- 2; NO. 01 SV8`- / T-2 6952532.56 2340219.93 540.74 T-21/2" RANDOM MAPSLQR AN o ] N 6952289.34 ELECTRIC wATFR MnnHPLT HOwPANEL E 2340217.37 TRANSFORMER 1 ) r'RBERR414"t451 S`' RIM=538.40 e__ �3a ELEV 536.12 1. q8" F/P=532.Rq ,� HAIKU J{RY 2R"I551 BM SET �\ aartOM=saD.tb BENCHMARK TABLE HAfRR1 3O^(So2 _-__ 1 `' I POINT BM BENCHMARK GATE CHANIND ,N[E 5;y20 -„I LNA?liN1H+IKEEAIE IL 3. y NORTHING FASTING ELEVATION ` ° "O S3D 7a.as y o °°y^, ti-_ - -- -'�' , - I NO, NUMBER DESCRIPTION HA[KREAAV 36"J55'1 _ _ SET WMEJ i IPP- DE DE DE OE - - - .12 __� � .-�- 1F DE -- °E yy I 50 NO, 01 6952289-34 2340217.37 536.12 BM SET °OLE TOP-s3iza 1 / POLE WATERMANHOLE 04 WAFER VALVE RiM-53538 °NUT-536.]l mP TOP=535.91 °T ONUI=SMAt S5 55 S5 u 55 SS S5 55 55 .., n S$ - 55 SS 55 SS 55 SS - 55 gOTTOM-52].g7 pNUT=534S0 - SANITARY SEWFA WATER MANHOLE 2) MANIIOIC CONTROL POINT RIM-532-65 RIM=ENNUI 537.81 AVE B 4 tlVTIDM 531A1 ' T-1 3461 FL ININLI 527 50 t . m .___- ELIN(')SW7.3R (50' WIDE PUBLIC RIGHT -OF -WRY) } O 335.66 577.54 FLobRwh571.34 "�E R Boring Location Map 60% SUBMITTAL CITY OF FORT WORTH, TEXAS WATER DEPARTMENT rOUR STATIONS BACKUP GENERATORS TCEQ EMERGENCY PREP AND SB3 SUPPORT CIVIL STATION 3 - EAST SIDE PUMP STATION EXISTING SITE PLAN AND CONTROL POINTS DESIGNED: DL I FUnLELLSi2E I DATE: S+IEET sc; DRAWN: AL I NOTED APRIL 2021 C_9 0 C�L4 a�--Y C/Z Crl u W W W a c..i �•1 FTW21473 Plot Date: 6/3/2022 4:56 PM PIPt By:08094 Filename: N:%WTU%Drawings%FTW21473 Backup Generators`EAST SIDES,CV-ALL-PL-CTRL.dwp Station 3. Eastside Pump Station Generator and Electrical Building July 21, 2022 FR9IErESE15 ATTACHMENT B LOG OF BORINGS B-2205, B-2206-2 PAGES, BORING LOG LEGEND-2 PAGES W1,01,1MMEESE LOG OF BORING NO. B-2207 1f1I11111%onULD Project Description: Backup Generator Eastside PS Project Location: Fort Worth, TX Date Drilling Started: 5/25/2022 Logged By: D. Rohmer Rig Type: CMF 55 Latitude: 32.734671 SAMPLE w Lb a .' h LU w } w p 0 rLFw w o ❑ zwa Q Ot w m zh0 K t= Drilling Co.: Total Depth Hammer Type: Automatic Longitude:-97,291478 MATERIAL DESCRIPTION LEAN CLAY, dark brown to red -brawn, - U-1 4.5+ (P) 33 hard, moist, blocky, trace root, trace - U-2 2.75 (P) 33 5- U-3 2.5 (P) 33 - U-4 1.75 (P) 33 U-7 20 U-8 25 2.25 (P] 33 2.75 (P) 33 2.75 (P) 33 1.25 (P) 33 fine -to coarse -grained gravel, sandstone and limestone, angular (Fill) LEAN CLAY, dark brown, very stiff to stiff, moist FAT CLAY, brown, very stiff, moist, trace calcareous nodules LEAN CLAY, red -brown, very stiff, moist, trace fine-grained limestone and sandstone gravel, subrounded LEAN CLAY, light red -brown, stiff, moist to very moist, trace silt and sand, fine-grained, trace fine to coarse -grained limestone and sandstone gravel, rounded Total boring depth 25.0 ft. Project No.: FTW21473 Phase No.: *** Date Drilling Completed: 5/25/2022 Drill Method: CFA Elevation: 532.0 ft. 3� a x W 7 ui W '� �_ H 47 Z Z Lu }z yz 0 3 �� ❑ u > aN 7 ~ u G 0W uaLU a j ur a Z a z" to 31121.1 23 102 78 47 19 28 2.3 7.3 - - 527 8/524.0 19 109 94 58 17 41 2.8 14.9 -522 221520.0 19 111 92 47 18 29 3 14.8 - - 517 18 111 3.4 14, 8 - - 512 22Jstp.a 21 103 1.3 14.8 - 907 GROUND WATER OBSERVATIONSRemarks: Boring advanced with continuous flight augers and steel tube MEASUREMENT 4 At Time Of Drilline_ T_ At End of Drilling 7 After Drilling samplers. Seepage encountered at 22 ft; water at 21 feet at DATE completion. Backfilled upon completion. DEY'fII (li.bgs.) 22 21 *Estimated, Boring outside of tcpo survey area. NOTES The stratification lines represent approximate strata boundaries. In situ, the transition may be graduaE.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 WMEIREFREESE LOG OF BORING NO. B-2208 Project Description: Backup Generator Eastside PS Project Location: Fort Worth, TX Date Drilling Started: 5/25/2022 Logged By: D. Rohmer Rig Type: CME» 55 Latitude: 32.735781 SAMPLE -�t way SF p a woe � O w a a � u c m =Fo oe F Drilling Co.: Total Depth Hammer Type: Automatic Longitude;-97.291154 MATERIAL DESCRIPTION LEAN CLAY with SAND, brown, hard, - u-1 4.5+ (P) 33 %//�/ moist, trace calcareous nodules, trace / coarse -grained sandstone gravel, rounded 5— a-3 4.5+ (P) 33 u-4 4.5+ (P) 33 u-5 4.5+ (P) 33 10 u-B 3.0 (P) 33 15 u-7 3.75 (P) 33 20 u-8 4.5+ (P) 33 25 LEAN CLAY with SAND, dark red -brown, hard, moist, trace calcareous nodules LEAN CLAY, red -brown, very stiff, moist, fine -to coarse -grained limestone and sandstone gravel, subrounded Project No.: FTW21473 Phase No.: *** Date Drilling Completed: 5/25/2022 Drill Method: CFA Elevation; 536.0 ft. Y ii w V� i = w €— z o L o U ? � ai 2 W 0 3 cr��0 U } a N U 2W OW F Q a I.. 11 112 73 48 17 31 10.2 1.9 = 9 113 — 531 8/52a.0 9 123 73 42 13 29 17.4 2.5 -- 526 12/524.0 - 13 119 86 31 13 18 3.5 13.8 - - 521 LEAN CLAY, brown, very stiff, moist, trace 171519.0 fine-grained limestone and sandstone _ gravel, subrounded LEAN CLAY, light brown, hard, wet, few coarse -grained sand, few fine -to coarse -grained sandstone gravel, rounded — Total boring depth 25.0 ft. 15 116 3.7 14.8 - - 516 22/smo - 18 106 - �11 GROUND WATER OBSERVATIONS Remarks: Boring advanced with contlnuous flight augers and steel tube MEASUREMENT SZ At Time Of Drilling V_ At End of Drilling 3E After Drilling samplers. Seepage encountered at 23 ft; water at 25 ft at DATE completion. Backf€sled upon completion. DEPTH (it.bgs.) 23 25 *Estimated. Boring outside of topo survey area. NOTES The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 BORING LOG LEGEND AND NOMENCLATURE Abbreulatians U — Undisturbed Sample (tube) SPT—Standard Penetration Test NT— Not Testable A — Auger Sample TCP —Texas Cone Penetration NP — Non Plastic CS — Continuous Sample CFA — Continuous Flight Auger ATD —At Time of Drilling C— Rock Core HSA— Hollow Stem Auger AD —After Drilling General Terms Term Description Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Cansistenty+ of Cahasive Soil Description Comp. Strength, tsf SPT Blows TCP Blows Criteria Very Soft <0.25 0-2 0-8 Sample sags under its own weight and is easily deformed Soft >_ 0.25 — < 0.5 > 2 — 4 > 8 — 20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff Z0.5—< 1.0 > 4-8 N/Afar IWOT Imprinted easily with fingers and remolded with firm finger pressure Stiff >i 1.0—< 2.0 > 8 —15 >20--40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff 2 2.0 —< 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail Hard Z 4.0 > 30 >80 Difficult to indent with fingernail Aipparar►t Donsiky ai Cohesianleas 56I1 Description SPT Blow Count Texas Cone Blow Count Very Loose 0-4 0-8 Loose > 4 — 10 > 8 — 20 Medium Dense > 10-30 > 20 to 80 Dense > 30 — 50 80 to ? 5" Very Dense > 50 0" to < 5" Description Stratified Laminated Fissured Slickensided Blocky Lensed Homogenous Soil Stfuttttrt Criteria Alternating layers of varying material/color with layers ? 1/4-inch thick Alternating layers of varying material/color with layers < 1/4-inch thick Breaks along definite planes with little resistance Fracture planes appear polished or glossy; shows movement direction Cohesive soil that can be broken into small, angular lumps inclusion of small pockets of soil that is different from dominate type Same color and appearance throughout ,Description mWitttxe Ccrtdkrion Telltui al AdjectiUe3 Criteria Textural Item Description Dry Absence of moisture, dusty, dry to the touch Pit Pinhole sized openings Vug Small openings up to 4 inches in size Moist Damp but no visible water Cavity Opening larger than 4 inches Honeycomb Numerous and grouped pits and vugs Wet Visible free water Vesicle Small openings in volcanic rocks F ®BIDE SE Copyright Freese and Nichols, Inc., Version 1.4 (Septe nher N, 201-1) �`i�lWICHOLS Page 1 of 2 Grade Very Soft Soft Hard Very Hard Extremely Hard Approx. Comp. Strength, tsf <10-100 100 - 500 500 -1000 1000 - 2000 > 2000 Description Unweathered Slightly Weathered Weathered Highly Weathered Decomposed BORING LOG LEGEND AND NOMENCLATURE Ruck Hardness OeSrdptWS Approx. Field Test TCP Range >6" Can be peeled with pocket knife, crumbles under firm blows of geological hammer 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer 7" - S" Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer 0" - 2" Specimen requires more than one blow of geological hammer to fracture it 0" Specimen requires many blows of geological hammer to fracture it Description Laminated Very Thinly Bedded Thinly Bedded Moderately Bedded Thickly Bedded Very Thickly Bedded Massive Degme of RaE11 WRathering Criteria No evidence of chemical or mechanical alteration Slight discoloration of surface or discontinuities; < 10% volume altered Discoloring evident; 10 to 50% of volume altered Entire mass discolored; alteration through majority of rock Rock reduced to soil consistency with some rock -like texture lock Redding Structure. Sell Colurren Grapflic 5pmbol.0 Criteria < 3/8 inch 3/8-1 inch 1 inch-4 inches 4 inches-1 foot 1 foot-3 feet 3--10 feet > 10 feet Graphic Represented Soil Types Graphic Represented Soil Types 0 Fat Clay, Fat Clay with sand, Sandy Fat Clay MVIP Well -Graded Sand or Poorly -Graded Sand; little to no fines ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay Clayey Gravel, Gravel -Sand -Clay Mixtures ® Inorganic Silt and Organic Silt o n Silty Gravel, Gravel -Sand -Silt Mixtures Clayey Sand, Clay -Sand Mixtures ® Well -Graded Gravel or Poorly -Graded Gravel; little to no fines HSilty Sands, Sand Silt Mixtures Fill with Significant Debris or Deleterious Material Rock Column Grophlc symbols` Graphic Represented Rock Types Graphic Represented Rock Types Limestone, Shaly/Marly Limestone, Limestone with Shale Marl, Marl with Limestone, Marl with Shale Shale, Shale with Limestone Sandstone, Shaly Sandstone, Sandstone with Shale MUdstane Generic Bedrock Symbol * Combined graphics maybe used for dual classifications. Not all graphics represented. Refer to lithology description for soil classification or rock type. �r.RE ESQ copyright Freese and Nichols, Inc., version SA (September a, 2014) �1+ ICHOLS Page 2 of 2 Station 3. Eastside Pump Station Generator and Electrical Building July 21, 2022 -M FREESE NIcHnilLs I ATTACHMENT C LAB RESULTS-1 PAGE UNCONFINED COMPRESSION RESULTS-21 PAGES SUMMARY OF LABORATORY RESULTS PAGE 1 OF 1 PROJECT NAME Backun Generator PROJECT NUMBER FTW21473 PROJECT PHASE ** PROJECT LOCATION Fort Worth, TX TESTING PERFOMED BY: Bevond Engineering and Testing Borehole Depth, Water Unit Dry % Passing No. 200 Liquid Plastic Plasticity Unconfined Compressive Strain at ft o Content, /o Weight Sieve Limit Limit Index Strength, tsf Failure, % Ib/ft3 B-2207 2.0 22.6 102.1 78 47 19 28 2.3 7.3 B-2207 8.0 18.9 107.7 94 58 17 41 2.8 14.9 B-2207 13.0 19.1 110.5 92 47 18 29 3 14.8 B-2207 18.0 18.0 111.2 3.4 14.8 B-2207 23.0 21.4 103.0 1.3 14.8 B-2208 2.0 11.0 112.0 73 48 17 31 10.2 1.9 - - B-2208 4.0 8.5 113.4 B-2208 8.0 9.1 123.0 73 42 13 29 17.4 2.5 B-2208 13.0 12.9 118.5 86 31 13 18 3.5 13.8 B-2208 18.0 15.0 116.1 3.7 14.8 B-2208 23.0 18.4 106.4 Engineering 8, Testing One -Dimensional Swell or Collapse of Soils Beyond Engineering Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78604 (512)358-6048 Client: FREESE AND NICHOLS, INC Beyond Project No.. LT2205034 Project Name: PS Backup Power Generators-Eastside Test Method: ASTM D4546 Sample ID: B-2208 at 4-6 ft Test Date: 6/8/2022 Specimen Conditions Specimen was inundated with tap water during testing. Loading Avg. Water Content of Trimmings (%) 8.5 increment duration was minimum 24 hours.. The calculation Final Speciren Water Content (%) 17.8 included the machine deflections that nicasured in each loading Initial Specimen IIeight (ia) 0.797 steps. Final S ecimen Hei_�ht (in) �r 0.809 Initial Unit Weight, Y. (pco 113A Gs assumed to be 2.70 Final Dry Unit Weight, y f. (pet) 111.8 Initial Void Ratio, e° 0.485 Specimen Diameter: 2.499 inches Final Void Ratio, er 0.507 Initial Degree of Saturation (°/n) 47.4 Final Degree of Saturation (%) 95.1 Swell Strain M 4.1 Vertical Effective Stress, ur,, (psf) 10 100 1000 10000 0.52 . . ......I . . . ...''I . . . ....1 Vertical Effective Stress, rT'v (pst) 100 1000 10000 R 0.50 — o" 0.4a — Loading m > 0.46 — 0.44 — 0.42 M Swel I Wetting 1.0 — 0.0 e -1.0 — rn - d - a L7 -2,0 — o A -3.0 — -4.0 — Dry Inundated Stage No. 1 2 3 4 5 6 d,, (pat) 20 150 300 600 600 1200 Height (inch) 0.797 0.787 0.794 0.778 0.910 0.809 Void Ratio, c 0.485 0.467 0.461 0.449 0.509 0.507 Axial Strain (%) 0.00 -1.24 -1.66 -2.44 1.60 L45 Note: Stage 6 was terminated about 7 hours, and was not presented on above graphs Huamiao Cao, P.H. 06/14/22 Analysis & Quality Review/Date Specimen prepared and lusted by: B Z.P. The results shown on this report are for the exclusive use of the client for wharn they were obtained and apply only to the sample tested anti / or inspected. They are, not ir,len la, l to he indicative ot`9ualiries of apnaretttly identical pmdur,+s Tke u c ofour name muci reg-ieve l,rior Written approval. 1Zcprnts mull hie reproduced in their entirety. Unauthorised use or copying of this document is strictly prohihitod by anyone other than the client for the specific project. Page 1 of 3 Engineering & Testing Client: Project Name: Sample ID: Beyond Engineering Testing, LLC 3801 Doris Lane, Suite 6 Round Rock, TX 78664 (512) 358-6048 One -Dimensional Swell or Collapse of Soils FREESE AND NICHOLS, INC Beyond Project No.: LT2205034 PS Backup Power Generators-Eastside Test Method: ASTM D4546 B-2208 at 4-6 tt Test Date: 6/8/2022 PF40JKT ft i- r=✓ F' 89rkirkar, qu rlorawrrr -E etls.Ma INAWLE In. 6eptPI fib r>< T 4A gap 21 3 4 5 f1 7 MculiCi NO r'iVW-6 r 1 N1 Ps: ksgtkidp P,,Wrr r91C.UM F r aOAWi.t u) y#or�u�niarn�n�ir } � 1}C�:P111 4� fM�iT � I I I I 4 2 3 A Page 2 of 3 WYCIND Engineering &Testing One -Dimensional Swell or Collapse of Soils Beyond Engineering Testing, LLC 3801 Doris Lane, Suite S Round Rock, TX 78664 (512) 358-6048 Client: FREES AND N[CHOLS, INC Beyond Project No.: LT2205034 Project Name: Ps Backup Power Generators-Eastside Test Method: ASTM D4546 sample ID: B-2208 at 4-6 fl Test Date: 6/8/2022 20-nsf Load f5eatine Load) 600-13sf Load Time (min) Time (min) 0.1 1 10 ion a.1 1 10 100 -0.00200 7_ MOOD - T T T 0.0010 -0.0010n a.002a a o MOM P 6 0.000o0 4;� 0 s 40 i 0 0.0040 31 a I a C' 0.0050 I I 0.00100 MOW 1 o.aa7o _ D^'00. I MOM � I 0.00eo 150-Dsf Load 600-13sf Load [inundated) Time (min) Time (min) 0.1 1 10 100 0.1 1 10 100 1000 1Co00 0.0000 - I40350 0.0020 e I 0.0250 a.0040 - �C-0.0200 -.. - �--- - 0 0 0.0060 - - E-0.0150 w I a a 0.0080 -0.0060 I- 24 0.0100 7, 1 0.0000 e --4*rD� 111 0.0120 0.0060 300-nsf Load 1200-Dsf Load IInundated) Time (min) Time (min) 0.1 1 10 o.0a0o I � I 0.0005 � 1C I I y� 0.1 1 0.0000 10 inn I 4 j 1L o.00la -- 0.0015 -- ---- S 0.0010 �-- o I o I C C ` 0,0020 m ! E I E o.a015 I 0,0025 - w cu O I I I O 0,0030 I 0,0020 - O.Ca35 iMI 0.0025 a.0a4a I E I 0.0045 I I I I I 0,0031) - 1000 10000 Page 3 of 3 EYONO Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (5 12) 358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Eastside Pest Date: 6/6/2022 Sample I.D.: B-2207 at 2-4 ft 50 40 o. CU 30 --- - _.. 20 - i 16. €50% V 10 : _ �. -4- 0 0 2 4 ,,, I I I i.,, 6 S 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 50 - i 40r---- . I 30 S. = 16.1 psi I. 20 — -- — - - d 10 - - - -- ,..- - --- --- � i 0 10 20 30 40 50 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) Da Avg. Height (in) Hn Water Content (%) wo Total Unit Weight (peo 710(al Dry Unit Weight (pcf) rd�y Saturation (%) S, Void Ratio eo Specific Gravity (Assumed) Gg Stresses at Failure Compressive Strength, q,, (tsf) Axial Strain at Failure (%) Axial Strain at 50 % of q „ (%) Total Stresses at Failure Major Principal Stress, 6t (psi) Minor Principal Stress, t73 (psi) Undrained Shear Strength, S„ (tsf) 2.73 5.97 22.6 125.2 102.1 93.9 0.65 2.70 2.3 7.3 0.9 32.2 0 1.16 J Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D,M. The results shown on this report are for the exclusive use of the client ror whom they were obtained and apply only to the sample tested and / or inspected. They are -not intended to be indicativc O qualities ot'apparently identic-t products. The use of mu name must recieve prior written apprnval, Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client- Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/06/22 Specimen: B-2207 at 2-4 ft Failure Mode: Partial Shear Failure The results shown on this report are for tlIC cxclusivc use of the client for whom they were obtained and apply only to the sample tested and / or inspected. 'they arc not intended to be indicative of'qualitics orapparenlly identical products. The use orour uamc must rccicve prier written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. A( EYO- No Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6049 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Eastsi de Test Date: 6/6/2022 Sample I.D.: B-2207 at 8-10 Ft 50 Initial Specimen Conditions Avg. Diameter (in) Do 2.71 M 40 -- ` Avg. Height (in) H° 5.93 v 30 ! i Water Content °/n w 18.9 j I Total Unit Weight (pet) ytolal 128.0 I •22 20 — -- — — �— --- -- - — — — I Dry Unit Weight {peel Yary 107.7 E5t7/ I I Saturation (%) S, 90.3 10 -- I---- -- -- ---- --- - -- - -- I Void Ratio e° 0.57 Specific Gravity (Assumed) Gq 2.70 0 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure Stresses at Failure 50 I Compressive Strength, q,, (tsl) 2.8 ' Axial Strain at Failure (°/a) 14.9 40 I t.-.--�------..------------ Axial Strain at50%ofgt,{%) 1.0 Total Stresses at Failure 30 - r - Major Principal Stress, at (psi) 38.7 1 Minor Principal Stress, Cr3 (psi) 0 � 2Q S„ T 19.3 ps I, Undrained Shear Strength, S„ (tsfl 1.39 as i Note: Failure was determined at the maximum deviator CIO 10 stress or deviator stress at 15 % axial strain, whenever is ' I obtained first. Q i 0 10 20 30 40 50 Compressive Stress (psi) HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested hy: D.M. The results shown on this report arc for the exclusive use of the client for whom they were obtained And apply only to the sample tested and! or inspected. They are not intended Lobe indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirely. (Unauthorized use or copying of this docunLent is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/06/22 Specimen: B-2207 at 8-101t Failure Mode: Bulging The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and 1 or inspected. They arc not intended to be indicative of yuulities of apparently identical products. The use of our name must rccicvc prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 3SM049 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate, 1.0 %/ nin Eastside Test Date: 616I2022 Sample I.D.: B-2207 at 13-15 ft 50 ,!!, 40 rQ L 30 - a 20 - a U 10 -- - i -—, - 0 0 2 4 6 S 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 50 i 40 — L......._._._..+ _.............. .... _ l I �IF 30 I S„�=20.5psi E QF� 20 a� On 10 I - i I o�, 0 10 20 30 40 50 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) Do 2.71 Avg. Height (in) Ho 5.98 Water Content (%) wo 19.1 Total Unit Weight (pef) 7Fgwl 131.6 Dry Unit Weight (pcf) ydry 110.5 Saturation (%) Sr 98.2 Void Ratio CO 0.52 Specific Gravity (Assumed) Gs 2.70 Stresses at Failure Compressive Strength, q,r (tsf) 3.0 Axial Strain at Failure (%) 14.8 Axial Strain at 50 % of q„ (%) L.3 Total Stresses at Failure Major Principal Stress, a t (psi) 41.1 Minor Principal Stress, u3 (psi) 0 Undrained Shear Strength, S„ (tsf) 1.48 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. HuaMiao Cao, P.E., 6/13/22 Quality reviewiDate Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. A�f�YON� Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2I66 Test Date: 06/06/22 Specimen: B-2207 at 13-15 ft Failure Mode: Bulging The results shown on tbis report are for the exclusive use of the client for whom they were obtained and apply only to the sample tasted and/ or inspected. They are not intoodcd to be indicative of qualities oFappurontly identical products. The use ofour name must recicve prior written approval. Reports must be reproduced in their entirety. Unauthorizcd use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Eastside Test Date: 6/6/2022 Sample I.D.: B-2207 at 19-20 ft 60 50 I 40 - -- - m 0 30 d 20 10 UD, 0 2 4 60 f I i 6 8 10 12 14 16 Axial Strain (a/o) Mohr Circles for Peak Stress at Failure 50 --- 40 - 30 — ... - ........ .Su = 23.6 psi 20 - \.......... 10 0 ... 1.,,�.... i...l.t. 0 10 20 30 40 50 60 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) D,, Avg. Height (in) iia Water Content N wo Total Unit Weight (pef) yLOtat Dry Unit Weight (pcf) yd,y Saturation (%) Sr Void Ratio eo Specific Gravity (Assumed) GS Stresses at Failure Compressive Strength, q „ (tsf) Axial Strain at Failure (%) Axial Strain at 50 % of q v (%) Total Stresses at Failure Major Principal Stress, a (psi) Minor Principal Stress, Q3 (psi) Undrained Shear Strength, S„ (tsf) 2.72 595 18.0 131.2 111.2 94.1 0.52 1 2.70 3.4 14.8 1.6 47.1 0 1.70 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M- The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected, They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Al EONo Beyond Engineering Sc Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2I66 Test Date: 06/06/22 Specimen: B-2207 at 18-20 ft Failure Mode: Partial Shear Failure Tire results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and/or inspected. Thcy arc not inlendcd to be indicative or qualities or apparently identical products. The use of our name must rceicve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. ECOOFN0 Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round hock, TX 78664 (512) 358-6048 Client: Freese and Nichols, Inc. Project No.; LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %Imin Eastside Test Date: 6/612022 Sample I.D.: B-2207 at 23-25 ft 25 I I Initial Specimen Conditions - Avg. Diameter (in) Da 2.72 (y 2U- a I i Avg. Height (in) Ha 6.04 w: 15 - . _.._..... ..................... - - - -- - .... Water Content (°/a} wo 21.4 CD Total Unit Weight (pcf) ytnut 125.1 10 - .... - — - - - ! - -- Dry Unit Weight (pc Ydy 103.0 Saturation (%) Sr 90.7 n U 5 - - I E s0 Void patio e° 0.64 Specific Gravity (Assumed) G, 2.70 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure Stresses at Failure 25 Compressive Strength, 9 „ (tsf) 1.3 Axial Strain at Failure (%} 14.8 20 - i - - - --- - Ik- L -. Axial Strain at 50 % of q ,, (%) 1.9 Total Stresses at Failure 15 - - - -- --- � - - --__ - ---- - Major Principal Stress, 6i (psi) 17.6 _ S�r8.8 psi I Minor Principal Stress, a3 (psi) 0 L ll _. ......._. .-{---......... _........._ . — Undrained Shear Strength, S r, (tsf) 0.64 Note: Failure was determined at the maximum deviator $ — - - stress or deviator stress at 15 % axial strain, whenever is I obtained first. 0 5 10 15 20 25 Compressive Stress (psi) HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities ofapparently identical products. The use of our name most recieve prior written approval, Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. $EYON0 Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/06/22 Specimen: B-2207 at 23-25 ft Failure Mode: Bulging The results sliown on this report are for the exclusive use of the client for whom they were obtained and apply only to tlio sample tested and/or inspected. They arc not intended to be indicative orqualitics orapparcnllyidentical produCts.'rhe use ofour name must recicvc prior written appruval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. R= Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Roek, TX 78664 (512) 358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Eastside Test Date: 6/7/2022 Sample I.D.: B-2208 at 2-4 ft 250 200 s Z' 150 100 1= u 50 2 4 6 S 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 250 200 150 QO 100 — _....—_......= i- --- psi - 50 I i 0 ....i..i. 0 50 100 150 200 250 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) D° 2.71 Avg. Height (in) I I° 6.00 Water Content (°/n) wo 11.0 'fatal Unit Weight (pef) y,ot.l 124.3 Dry Unit Weight (pef) y&, 112.0 Saturation (%) Sr 58.7 Void Ratio e° 0.51 Specific Gravity (Assumed) G, 2.70 Stresses at Failure Compressive Strength, q,, (tsf) 10.2 Axial Strain at Failure (%) 1.9 Axial Strain at 50 % of q u (%) 0.6 Total Stresses at Failure Major Principal Stress, 6I (psi) 141.3 Minor Principal Stress, U3 (psi) 0 Undrained Shear Strength, S„ (tsf) 5.09 Dote: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. HuaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by: D.M. 'rho results shown on this report are for the exctusivc use orihe client for whom they were obtained and apply only to the sample tested and / or inspected, They are not intended to be indicative of qualifies ofapparently identical products. 71ic use ofour name must recievc priorwritlen approval. Reports must be reproduced in their entirely. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. �EY0140 Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/07/22 Specimen: B-2208 at 2-4 ft Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They arc not inicnded to be indicative oryualities orapparcntly identical products. The use of our uante must recievc prior written approval. Reports mast be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. $ 1 E ® N D Unconfined Compression Test Report Beyond Engineering &'Testing, LLC 3901 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Eastside I`est Date: 6n/2022 Sample I.D.: B-2208 at 8-1Oft 300 Initial Specimen Conditions 250 =....... -- - - ... -—..._.. .... E Avg. Diameter (in) Do 2.74 I Avg. Height (in) IIo 5.96 240 -- - — - i i Water Content (%) wa 9.1 150 — - - - ------ --- .... Total Unit Weight (pc Ylatal 134.2 W 50°6 Dry Unit Weight (pcf) vary I23.0 6 1 DO -..... I ...._ .. — - .... --- --- ...... ---- . . Saturation (%) Sr 66.6 v 50 - - I -. - , Void Ratio ep 0.37 Specific Gravity (Assumed) Gs 2.70 0 2 4 6 S 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress atFailure Stresses at Failure 300 Compressive Strength, q„ (tsf) 17.4 Axial Strain at Failure (%) 2.5 Axial Strain at 50 % of q u (%) 0,9 200 Total Stresses at Failure Major Principal Stress, rsi (psi) 241A rA a 150 _ Sr,!- 120.7 psi Minor Principal Stress, 63 (psi) 0 -�- �� Undrained Shear Strength, S„ (tsf) 8.69 100--- W) i ! i Note: Failure was determined at the maximum deviator s0 -:_ _....._._i_..__. „ _._- _I - _ ........_ ___._ _....... stress or deviator stress at 15 % axial strain, whenever is j i obtained first, D i + . 0 50 100 150 200 250 300 Compressive Stress (psi) LluaMiao Cao, P.E., 6/13/22 Quality Review/Dalc Specimen prepared & tested by: D.M. The residua shown on this report are for the exclusive use ofthe client For whom they wcrc obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name nwSL recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/07/22 Specimen: B-2208 at 8-10 ft Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and 1 or inspected. They arc not intended to be indicative of qualities of apparently identical products. The use orour name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3901 Doris Lane, Suite B Round Rock, TX 79664 (512)358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators- Test Method: ASTM D2I66 Strain Rate: 1.0 Wmin l astside 'Pest Date: 6/712022 Sample I.D.: B-2209 at 13-15 ft 100 r SO CIO 60 m 40 a E 20 — I a / - 0 2 4 6 S 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure t00 � I s0 i 60 —. M va 40 — -- - — - f — ; -- -- .� ®o S,, = 24.4 psi j 20 a_....1,.,.i f..,.i.,., 0 20 40 60 No too Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) Do 2.71 Avg. Height (in) H. 5.98 Water Content (%) wo 12.9 Total Unit Weight (pef) 'Yto,al 133.8 Dry Unit Weight (pcf) rdry 118.5 Saturation (%) Sr 82.5 Void patio eo 0.42 Specific Gravity (Assumed) GS 2.70 Stresses at Failure Compressive Strength, q„ (tsf) 3.5 Axial Strain at -Failure (°lo) 13.8 Axial Strain at 50 % of q u (No) 3.5 Total Stresses at Failure Major Principal Stress, 6t (psi) 48.9 Minor Principal Stress, 03 (psi) 0 Llndrained Shear Strength, S„ (tsf) 1.76 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first, IluaMiao Cao, P.E., 6/13/22 Quality Review/Date Specimen prepared & tested by; D.M. The results shown on this report are For the exclusive use of the chenl for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical produces. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. EYOhIa Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite 13 Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/07/22 Specimen: B-2208 at 13-15 Ft Failure Mode: Partial Shear Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicative orqualities orapparcntly identical products. The use orrnrr numc must racicve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. AN 14 EYONO Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby `Cube Project: PS Back-up Power Generators- Test Method: ASTM D2166 Strain Rate: 1.0 %/min Eastside Test Date: 6/7/2022 Sample LD.: B-2208 at 18-20 ft 60 — -- -- — -- 40 20 -- -- { ---- - -- — — -- -- _ 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 100 - i - 1 i 60 Ln40 _, ...... . _._ ... _. _ ... _.. __. S. 725.5 psis m j 20 __.._ I 0 20 40 60 s0 100 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) Do Avg. Height (in) Ha water Content (%) wo Total Unit weight (pef) f lelat Dry Unit Weight (pef) ydry Saturation (%) Sr Void Ratio Cc Specific Gravity (Assumed) G, Stresses at Failure Compressive Strength, 9 t, (tsf) Axial Strain at Failure (%) Axial Strain at 50 % of q a ('A) Total Stresses at Failure Major Principal Stress, at (psi) Minor Principal Stress, a3 (psi) Undrained Shear Strength, S„ (ts£) 2.70 5.92 15.0 133.5 116.1 89.6 0.45 2.70 3.7 14.8 2.1 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained First. HuaMiao Cao, P,E., 6/13/22 Quality ReviewlDate Specimen prepared & tested by: D-M. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and 1 or inspected. They are not in tended to be indicative of qualities of apparently identical products. Tho use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unaulhorizcd use or copying orthis document is aricily prohibited by anyone other than the client for the specific project, Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project. PS Backup Power Generators-Eastside Test Method: ASTM D2166 Test Date: 06/07/22 Specimen: B-2208 at 18-20 fI Failure Mode: The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and/or inspected, They are riot 'intended to be indicative of qualities orappwcnily identical products. The use a our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. APPENDIX EASTSIDE PS RECORD DRAWINGS (RECOKD DRAWINGS) + N 48i m�$� �FfFlt.£fl BBTSY PRICE e, + W E 3'r7 287 t Cac�xt�[E ,xU YlhTAU6A 26 S MAYOR tAKF Nus 124 �q lttt� Y.LO.4£ 4ALLAM pit + TOM H I G G I N S SETFUVRIT * ,$ CITY MANAGER° j E7,{L_GAgc�t`HgKGCt}E a4ffiR3- 20 FF N❑NDO COSTA 377 EAST SIDE z� NEoh� ASSISTANT CITY MANAGER STATION TN +�""" 277 FORT WORTH LOCATION MAP PREPARED BY FORT WORTH WATER DEPARTMENT FEBRUARY 2015 X-23374 l - � Chris P. Harder, P.E. Project Engineer Date X-23374 SYMBOL OESCRIPTION SYMBOL DESCRIPTION ONE LINE OR ONE UNE OR CONTROL WOW CONTROL �ESORIPfI(}N CONTROL GNWRW PLAN tlE5CRIFT)pN ABBREVIATIONS. CONTP1Um BELOW LAFr ZC VCAHDESREt,T COYPACr FLUORESCF71r OR KLD. TYPE - _ Yig ucwuc xTVRE VAMASIE 92®_7f0% [,�ifHM= PRES91RtE OR VACUIN SNWH LP MOTOR li4 PANEL A' : Fimm TYPE i�'� " FIGHTING I'MU.UGAM (TYPICAL 12W/2MV OR IM12o� Q ® AG ALIEPHATING CURRENT YCC YOTp4 CgfTRCL CENTER 7 b 's" .. CONMOLLT:D BY SNATCH 'b- ❑OR }SQTr WCON CONTROLLED RECTMER ��� NORMALLY OPOL CEASES ON Rl%XG PAa4tlrc 1.� TI:TI WJU.+PTAD[S FREWT7M:I ORrvC MCP YCTGR CIRCUIT PADTE6TCR VNDn VAA'JJ3LE FREQUENCY DRIVE AF'F' ABOVE FINISHED }LOCK I1FR MANUFACTURER COifAIIT HIA.tBER L •• - O- ® NORMALLY W&N. CLOSES aw McpAX0 E AC F ABOVE FINISGRADE IBI MANUFAC �S I-'1 SKIN tW 1FATER - ELLDTRIC HEATING Q;hL NO FAX OR ALUM A"NW-iT MLM UMw tum OM.Y z FIOOFJ:Sc007 TYPE LIGTIING FDI7UflENCTAHIx{5 SAYE AS A804E �RCLC CR 0151'E1BlIDOH PANFTLMARG F.IYPTCAL 277Y/iBOTt) D _ _ -91 • ® HQi11AF1Y CLOSED, OPENS 4T AL9N8 PRf591RE AMP/A AMPERE 170 MOUHFDLC -x - '-,• A7R A7liCYA71C 7RAH5f'FR 31I7EH Mm FtOUNtED O O MOM WmAL mmATEs HORwow •*-u .� NORMALLY CLAM. 0010 cal ORWM FREMM Anfl mic M S WIN IAL TWINER st TVH ® IHpGATT3 [SSHr FDOURES YM[dt AIfE UtISWTCFEED _ X.cDUPLEX RECFPTM7E, 20A, OUN 4P, 3Yj � w � i fie'' C -• MOUNTED ABOVE CQUNTERTCP AUx !AlfOUARY NO NORMALLY fXpS-ep � 4 AP l M�f..ATDWFIEDSPARCJ INTERRUPTER TYPE TEWPFRAMME'MTM OR 71EgY0yYAT AW O AMER CAN MARE MGE No NORMALLY OPEN OR NUL ER A r - TRAhL4E7Tf YOITAGE SURGE SUPPAESSF7t� DE10C6 NOIMNLY OPCt, dOSES ON AI�10 TEALPCI.tTU10E C COMMIT H15 NOT ?d SCALE , 4 pRCLAT NUMB[]! o-^ jOR� ca CRCMT BREAKER CL OVERLOAD s_)'=^(3 WAL.L W7LET AN 7FiCAHOFSCpTr COY?fAGI' F1.UDF IT OR }I.LD. ICY. 2(P. SW 74E101NC RECEPTACLE - ... POWL Ad NOWALLY WEN. CLOSES OH DRGPPRO Tr%W. QOr CIR=rr Ctx OYEIMAD CONTROL RELAY • )::��La TYPE uddr[SNG FF7{NAE NOrAiL011S SAYE As AeOY[ pa p�HpµAritll CLP CURRENT LUNG FM PB PU5H our" VF�L DUCRVE EWED NORMALLY CLOM OPENS ON ROW TOVERA1URIS CP CONTROL PANEL. POO PWAP CONTROL CONSOLE' 0 = r (s POLfc UOUNTEp M1111,G ATx]IRLE. ® PULL BOX ([�1 M p RCrA11CXls SAME AS A80VE 2L¢- �y ilq SAY ONTW. mqmm wuw` NORMALLY POSER OPOIS ON RN1PFiq ,• CPT CONTROL POWER TRAHSFM�it PPR FAA= PRDWCnVE RELAY CR OMt "RELAY PFR PHASE FAILURz RELAY ti A VXRr,'ANCY LIGHTING MATMY UNIT MATH TTFC LAMP HEADS © TIRMLNAL CAB1tET J- cS CONTROL SMATZIL PH PHASE �-' A' - F7X71TRE TYPE - - ------ - --o o-- --- NPO 2uGMEMM CCCTA1Ct SP=Q RETURN, =Nf SNICH (AR WODUL ETC) CT MOMENT TRANSFORMER PR PAIR W - - 1101DR - - ... � NORMALLY OPEN. CtAO`ES Ri Atd fL4R Be O MARENT PTT I= TO TEST u A 8 MfP INC .iUh7A&.E VULL LIOKMO t1xRY+E INDICATES THAT ALL U CTRICAL. pM�U�FMENT AND MATeRIALs 11 ^-g� - ® w quip = CENT ur m' RDw-�'Ca--' SCY No,W&Y CLO M OPEN4 ON p�ASED FLOW DI DOOR INTERLOCK PVC POLYV 1L 04JME FtxaWg THE DAMP INSTALLED TRTHIN THE ROCK OR RSA TIN *4CH UTLO�r 7A,. � �� OTY CPIANTih APPEARS vQlTL BE; OF KWA 12 CX}RS ON DRAWNO RCP WMI WNTROL PANtL OIHEAMLSE ROIEA. IQ) CERRLC MOUNTED []Or sTt21 -- --- . �. I �� ® PpSFT1CN (IOrtlj SUATW x `-' 'i(° •- Fmuar rme INDICATES THAT ALL � C�[LEEGRUCAI EWIPIWERT AND .,ArAL5 - STD — $fARr_>i7pp pOSN pp�D,y,yIIRRCL 4TATK)ti F7±i ELECTRICAL LAND HOLE RECP RECS-TACIE5 EKIIJ„�t i IH5T4LFA m N T1iE RoaM DR AREA IN YARCII TMS NOUTTCH ® & WEMTARY CONTACT) NYNDTFS 9A.M. TYPE ° - OR NOF Day OPEN cc Wr r CONDUIT SG SURCA: CAPACITOR 91HERW SHALT. - OOOOFFFF NETLA 4 GpHSTRIICTECR UNLESS _ ® ELEG ELECTRICAL =4 SCHINAMC ob1ER5R5E RC a WALL W7LET E37 SIGN. ARROW DIDTCA7RS OIREC71CH OF [EGRE59 - ,Ut�q iLHL� NORMALLY OPE7N - HEIU fA.OBFA PA.EY EIiYAT10N SCCR SiCAT dRCTRT {S1fTRF2tr RATING t KY 1• '1C' - F110TURE TYPE PEA CP YAT!_I8E OF ELECTRICALDICATES THAT ALL A 4X WII4CH R 6 6iS7P SrAwY AAtr y gay O,cIU NOWALY CLOSED GGRRGSIVE ItAtirARfED COtiCl YdIH IAMIC�UT otlAM1[E ON SrCP A7d EIIERORiCY SEC s GONGs CR SECONDARY OTHUNSE RIM. l� 'O�— 90032AU.Y CLOM - MELD OFF77 ET�fH ELECTRICAL YAN HOLE SH SHIELDED OR SHEET CDKWK EMSEC/SMACE MQVK D rD ELECTRICALLY OPERATED SHT SHEET $ INDICATES THAT ALL FiROOM OR AREA I EH7 AND HIS MATERIALS - >t di IN a 1� AwPPTFA.A ALA. UM WITHIN THEROOM OR RT REaVWIN IREMENTE FCO� 0.4 OfT'�,Jtr! ® DNA yyd FPO nos oEa MY DTiLE.iLS SH SOLD} MaTIRAL AQW HAZWOUR FA CLISSDTCATIOY SHOYRL -�'--' s/s aF4%'N sEyEC7pq xYq'[pL OR FO NSEa OP71C SPD SURGE PADTEC'LkyTi 1)EY.tE �- •- COIIOUR OA WCLONNH, COHCEHID - RORAWLY CLOSTD. OPENS ON KOH TCFLatIE FRP ARIUMAW REMFORC'FD u S7AWLESS STEEL PCLTFSTM - ST STARTER ONE LINE OR _ Q CONTROL, OBTGI7AM PLAN DESCRIPTION I lU FUSE w SOL ICKI VALVE 3 PO51TIM mFlrm mffm IFAFH mom ODNTA,C7 COHOMCTQTS OR GUMS a -cm X-CLOSED I CROV ONSIwPPA 4 DUr C� DERERATCR CWTM PANEL SR SMwm -�.. CCNDUIf, E7POSEA/SUIIFACE MORINfED. TURN[NG IW I UIDO) ® PM14 7Lv �MpLEE RmDpSTOu GO U'EHERATCR SWBD SW "CARD lT%�T lj C0. TACT I GOliTAOi 1 0.'p,) IJ YAP IE LOINS Y AaIEA 3 POLE A 1 X 1 I O COliHCC3LD DLECROCAY'Y GFT ORWHG FWLT IHMWIP76R Tc TERMINA�N CABIRU tav - —•o CONDUIT; CW03W/5URIWT MOUNTED, TMINO OlXSII o— B I O IJ D M .�. -------__-- -- - - (MOLL) 1 C O 0 X - 00 BATE OPERkTrR TEL 7t72PHONE &Q111ATIO1 UOTOR amour PROIEC'IC7t AND IAy� CA UTOTs on OALVANIZED RRUa ST►AL - TO TIME DELAY ON OPO4INq _ MAUSE11C N,0W ARTf2. FLAT 'R]LYACY TIEHAYPIIATE (A/0/0) - ---- � � � 4.., �1`1tp�ir vR T IP ETS_ ExCtOSMRE - HK HAHO}LDLE .TS TEWEIRATURE STMMH J 1�C-7s,f' PUN- FULL AX � 0 ft�0 NDTOT:' Mgq�ORRRA -HA TOFF AUTv I 04MVAT $TIMID ONT AND CAPPED �TFi ""`" rtV REDUCED VCLTA3paoEG�Z NCH-REVEItSHG l ��LMaR L HT HEIGHr WM MMMENT VO[_T. SL a SUPP. u 2nvt- 110 SPEEDS TMti MINdPMWO -1[5T / - ff HTP HEAT TRACE PAN0. TS'M Tya-m WELDED vm HOTEL 2 POSITION MULTI-CONTACr S+nTCH UGHTMO ARmmm Hz HERTZ _ TIP TYFNCAL o-$'�-^'•• DIIi07FS A Wo Z k(yLice, CRO) WTfCF TXD 3-INCH CCHDLYANDS EACH CONTA FuwNS SAME CONVENTION AR. UM Q{gM T )JMHOLE UC LWOTtGRDa W4E NQ g An 7 GONG CONDUCTOR r [MST w$1mUERT V WETS r I Fx.W-F,MeIF OSCOHFIFLr warm. 600 VOLT O FOLK O CAW" OR t WJW ROD g 4ENOIES A QUANTITY OF TM•D I21 INSTRUWENT CABLES. £ACIi 1 *AMPERE RATRND NOTED F OTHER 1 m mA —{ c }-... MOTQL STNap{ OD4. yRLYO@F A3 INDICATEp � ® CHOIlO ROO BELL LA UGKTN Ka AIFOWSTER wo YAFM= FRmUt K,Y DR{LE 'W C[Nt5r5. CF TWM NQ 16 AYtR GCHDUCICNS 11MSTW / LC UGHINM CONTACTOR U7 YALVE OPEFOaCR 2-2/C�LNS15 TOGE7HEA AND Ty OF _TH A HETWIC SNiEtD AHD AV 1 lCP LOCAL CONTROL PANEL Tf 'MITE .---- DVEIGLL PAOTECDYE JACAET. REFER T7pp 1HE SPEQACiR01T3 - - `r ]� FOR THE E%ACT LADLE 10 BE PADNbEp I E+ AAMPEUL WIND AND FUSEE 94 AS Hpl�Fp P j CONTROL RQAY M N WKR As INDIC'AIM ��' '�P� ��C AS tlolpJ LOTS LIGHTS - * XP ,�OSSON POF FNPVM RATXG NOW) IF OTHIM THAN 30A C0617DR LED AW74 RKHT PUT UCHT. COLOR AS NOTED HTR rw NUT" OA WAIM ajue T 3-L•C 1NREE A-•1NRI COlI9U175 - ; •FUSE RAILING EXAMPLE 17 SOTER TRAN5fCRMER C - IREEN „LJ LI 31FR - Rf0 /dry O FLEWI� TTD COT ETAL CONDUITREMINIiwZFTTu�"2 ` uipD L — r1i- alas -- ' j 11EE - YOYcrGR TiCHT YOTCR C,TFW NIS UK UOTCR ISOLARON sWIR?L A •- ATAi4{ HOR$EI'OMr'sT RA7EO CONTACT, HORLWtY OPEN RED) ^--if ))` DRAWOUT TAPE EDLfi WK OR CWCC i^S _ W„ A� IAIiE{( r� DBE RF. UE AYOALL HDYETLUH, dRWr19 T AND S AIIN TO PANEL LP-1 �j�� rEFl13W LOPGA••��ll GWTACr NpLYALLY 4L45ED (IfC) 0OV p ---TTAHSFOIWER RATINS AND CCRNEEMONS AS MORE L �- BINDLE POLE SWITd 120//LOGY vUHHLL�E�s -IHNI+T.E Ha CN THE IV uBE • �a 'b� LVOICA7f5 5W7CH lE0 57FALL CCrj7Rq• LIGHT F7x10FRE5 MATH 70 kYA CCAta1AM5 ALL ORY TW4NJT'ORLEAS SeRVIHD gK}glpAp RdAY HlA7TR u _ _ 'D DESIGVA71R1 Kam! - 1 " - �T �YIeCSne,tnvE AH4 TOIy AI�s g�ALL I.LIJII 1y'TpAqAAV7NEi�SSFAF.N FACTOR 1,tly �C1 ORY AP£ i0F OMAY RELAY n INIR POLE SlUTCAt fi"j'YT ISftJ@OOFT 1RARg 4 SFA I�CA�E A 31 AATY:O -" R,vf!Y A9 hVTib - - 1r1�7.,o- - i" x = 87DrcATSFE$s NUMBER OF POLE -- .. --- SSTP9LHr As xOTEO �K •- KEY NTEat0d0 VA u MATT O G' OESIcRAMn�OH SMAL CGN7R0L LK:Hr F1%NRES CURRENT MAKVCFtiIFR 96- 4Av AFtitT'R AnSt Dt7NkaxA- ON OFLAYD�Y T)`gvAVDTY e N - MANUAL EADTOR STARTER /06COMECr .B A PRT4AA'Y AMPERES ND'iC-NWW/ALY OPEN, 7MED mzsm IsPit - - TQtlYLAI D1 TEST DLOOC 'MOO•-a. i, -•- *CUANTL Pv-5v POTENTIAL 1TTANSFCRMT7T ,-,0.�..0„- ENC[D-hROgOR Auv xom Mw WC>U'LO'MEN - Dktowt j. yP AVOC6 PUCE $Mii51 AND P0.0r IICHT _ ERR02fO r„- . ® IfF�STAMCE 7ETNPFRAIURE DETECTOR PRCCRAMMABLE LANIIO _ PV .. BECOK Y VOLTAGE O- N0Y0-1tORYAIiY O+ETI, 70¢D CP¢tPp TYHEH CQVTRdlER •- P SVF bECOI'IDPAY VOLTAGE s 14LINWHICH HIS MIT C FlP1RES MTTSN THE ROOM OR AREA IRANSM SMTCH �FAt:NiEA VIBRATION UfiTECRd: Pub -TOE TYPE A W YAi1CH THIS NCTATiCH APP[S SMALL 6E YYPE -A' UNL T00A NCTC+ ALLY O.CSED, WFA CLG6?io M1trN CONDUT f $ gT OTNFSiM5E NOTETI. SLTc U4TrRNC FUIIURE 5CHEOUL'-. FDR TYP TS-t AVrOYATLC 7RAN6F67E y1AETOH {EG ATS-I) `�'S 0E-FHEREU _ DN OAA�Oi MOTOR $ n O V MANUAL TRANSFER AL SO (ZORC Yi5-T� Q 4 'H' NIXCATi NURYN. SOURCE °- ACLi[I11 FAUiT Ut7LTtRLV'TEN -5• MORALES STAWDY souRCE -M` N FIELD TNSi .ENT, TAC KM AS 00CATED Icnll pq ® F1APm "a! MLS17t - --- -- r o a IGOA WO -TES COH7YNDUS aJA m, RATIHO N - etpral7Es wsmwENr IMPS mmm ON CONTROL AND ANALOG PUSH BTRTON SFADON, REFER TO LOOP 5liAEIS ELECTRICAL StRiEAMM fOR NUMBER Rf - E1MIrJ m LOOP H0. CT V" AHD CONDUIT. OF [KYLCEs, tj NOW WITHOUT FHTEGRATYO arsCO"CT .-. p�,C�� T. = LE"m (nnA4 svrw uoTdt oPrRAlm vAL�E Lxrtour ARM MIRE y, A•"�" a GAI �+ N09MALLY OPPR, CLOSES ON RIMING UTrcl. .... _ E]0'W9Rf PROOF LxT6DLAr SERLrTO NATIIRd M:^--T GupIRA=15sacrAtes IOC D"it o 3'0 S Y MOV MR INTEGRATED OLSCORNECT/� `ftf lti t -rG': =q m&v-Irma- q -waTaR ?IWMM .Y amsm GMT ON MNB mm- 1 Y i UECTRIOL ACTUATED VALVE • FIT IgNA� _+ 1 N RAtpsYlE40 kO.F259S iAK"b4wild - \/ t ♦\ 4OEN6SmCNY FA BY AaR TEIS FY NCDN! CITY OF FORT WORTH, TFWS _ —^- FRaaEcr No xxX $r FILE -OIA5u 2oS SFFET CHINO BY - ip t' ' �� EAST 510E PUMP STATION ELECTRICAL �L� �; - �- -- IF HOT MT INCH ON T-DD. 0E .te0 _ _ LEGENDS AND SYMBOF,S .. r• VICE . _. _... _ _ N-(i - - "-- .T MALE VCTORER. 201 YHLS-5HACCOMIUST--T*01'+mZ4'm - - r9 RATE DRMH CHIfO i AEIWUC.S P Y 3 5GL5 ACCOFCIDIOLY TSPmIFLrn RatMO�im Ne.7V0.3 -_ __ _-- _ -. ... �. _ -' '� �..-...' - - - .�. —�s�. ,:-�- ,,.-..s .` . _ I - T _ -- - --- - �. —.. Iaa%,16S-VZD FOR BED ELECTRICAL GENERAL NOTES THE NOTES CONTAINED ON THIS SHEET ARE PRONGED FOR THE CONVENIENCE OF THE CONTRACTOR WF[EN WORKING IN THE FIELD, AND CONTAUN EXCERPTS MOM THE SPECIFICATION SECTIONS. HOWEVER THE CONTRACTOR IS HEREBY ADVISED THAT THE CONTRACT DOCOME.VS CONSIST OF BOTH THE DRAWINGS AND THE 5PIECIFICATIONS. AXID THAT THE CONTRACrOR MUST COMPLY FULLY WITH BOTH THE BOUND DRAWINGS AND THE BOUND SPECIFICATIONS. b Q 2Q ALL EQUIPMENT WIRING. RACEWAYS. M. 514AIL BE INSTALLED AND GROUNOEO IN ACCORDANCE MT4 THE LATEST EOITEON OF THE NATIONAL ELECTR.'M CODE, LOCAL CODES. AND INDUSTRY STANDARDS (IF— Lk, NEUA. IEEE, ANSI. ETC.) THE s DRAWING NOTES AND DETAILS $HALL BE COMPLIED WITH IN ADDITION TO THE REOUIRE•MENTS IN THE SPECIFICATIONS. ?� REFER TO EACH SPECIFICATION SECTION FOR SPECDIC REWIREM7;NTS. ESA„ 3� ALL. RACEWAY INSTALIA11ONS SHALL BE INSTALLED IN A MANNER TO PReANT CONFLICTS WITH EQUIPMENT /WO STRUCTURAL CONDRIONS. ALL EXPOSED RACEWAY SHALL BE INSTALLED PARALLEL TO BEANS, CEILINGS. FLOORS AND WALLS. SEE SPECIFICATION ON RACEWAYS FOR JIDDLTIONAL REQUIREMUlT5.' ® CONOURS SHALL $E TERMINATED IN A NEAT MANNER AND STRICTLY IN ACCORDANCE WITH THE SPECIFICATIONS AND D DRAW= OEWLS. CONDUITS TERMINATED INTO ENCLOSURES SHALL BE PERPENDICULAR TO THE WALLS OF THE- E74CLOSURE: THE USE OF SHORT SEALTIpIaT 17 BOW FITTINGS FOR SUCH TERMINATIONS WILL NOT BE PERMITTED. ALL RACEWAY INSTALLATIONS, CROSSING EXPANSION ,POINTS OR TRANSITIONS FROM BELOW GRADE TO EXPOSM ABOVE GRADE SHALL HAVE EXpANWON OR EXPANSKPN/DEFLECTION TYPE FITTINGS AS SPECFIED FOR THE APPLICATION. SEE THE DRAWINGS AND THE SPEOMCATON ON RACEWAYS FOR THE EXACT ME OF FITTING TO BE USED. NO CONDUIT SMALLER THAN 3/4", NCR WIRE SMALLER 7HAV NO, 12 Am SHALL BE USED UNLESS SPECIFICALLY NOTED. ' eQ ALL UNDERGROUND S3NCLE CONDUIT$, AND DUCTC7IWKEi OF MULTIPLE CONDUITS, SHALL BE RIGID PVC CONDUIT KVSTALLFD IN TRENCH Wf CONCRETE CAP. MpWuM SIZE SHALL eE 2 INCH. THE CONTRACTOR SFG14, FITLD VERIFY THE ROUTING OF ALL EX UNDERGROUND CONDUIT AND DUCTGANKS ANO SNAL_L COORDINATE THE ROUTING OF NEW UTILITIES. 'AND DUC LWAS To AVOID INTERFERENCE WITH EXISnNG CONDUIT AND DUCraWKS AND CTIHUt UNDERGROUND f ALL CHANGES OF DIRECTION GREATER THAN 20 DECREES IN UNDERGROUND SINCL.E, OR DUCTGANKS OF MULTIPLE CONDUITS, SW,LL BE ACCOMPLISHED USING PVC COATED RIGID ALUMINUM LONG RADIUS BENDS• BENDS OF PVC COMMIT ' GREATER THAN 20 CEGREES. OR THE 115E OF FLEOBLE CONDUIT OF ANY TYPE, WILL NOT BE PERMnr—D. SEE THE SPECIFICATIONS FOR MORE REQUIR£MEWS. I LIQUID TIGFTT FT.EtlBI.E ALUMINUM CONDUIT 5FWCL BE USED FOR THE PTi1MARY AND SECONDARY OF iRANSFIXUlER5, $ _ GENERATOR TERMINATIONS AND OTHER EGUTPMEVT WHERE VIBRATION S PRESENT. USE IN OTHER LOCATIONS IS NOT PERMITTED, EXCEPT FOE! CONNECTIONS 70 INSRRUMENTAMON TRANSMITTERS. WHM MULTIPLE PENETRATIONS ARE REQUIRED. LIQUID TIGHT FLEXIBLE ALUMINUM CONDUIT SHALT. HAVE A MAXIMUM LENGITI NOT GREATER THAN THAT OF A FACTORY MANUFACRIRED LONG RADIUS ELBOW OF THE CONDUIT SW BEING USEO. THE MAXIMM GENOING PADNUS SHALL a, $ COT B 1LESS THMI NOT BE AT $HHOW IN THE NEC CHAPTER 9. TABLE 2. '47HE7R GODS. BCC OR AC TYPE PREFABRICATE➢ ¢ Q M WIRING DIACRAN% BLOCK DIAGRAMS, OUANRTT, ELL_ OF WIRES, AND CONDUrr REPRESENT A SUCGES= LI ARRANGEMENT BASED UPON SELECTED STANDARD COMPONENTS OF ELECTRICAL EQUIPMENT. MODIFICATIONS ACCEPTABLE gC TO THE ENGINEER LWY BE MADE BY THE CCNTRAG'TOR TO NDCCIMMODATE EQUIPMENT ACTUALLY APPROVED. ALL w MODIFICATIONS BE SIJAL B INDICATED SUBMITTED To HE DRAWINGS AND/OR APPROVALBPECLFIID_ E BASIC SEQUENCE AND METHOD OF CONTROL M € F FOR ALL JUNCTION BOXES. PULL DO= AND TERMINATION BOXES IN THE RACEWAY SYSTEM IN NEMA 12 AREAS, SOM$ $ y SHALL BE OF ALUMINUM. FOR NEMA 4X AREAS SEE'SECTIMN 15110 FOR BOX OETAPLS AND SPECIFICATIONS. >y li5i WFDRE RACEWAYS ENTER JUNCTION BOXES OR CONTROL PANELS QOWNNINO q _CTRWAL OR 19-MMENTA710N EQUIPMENT, ALL ENTRANCES SHALL BE SEALED WITH WATERTIGHT SEALANT. REFER TO THE SPECIFICATIONS FOR DETALS. 4G ALL EQUIPMENT AND ELECTRICAL EQUIPMENT ENCLOSURE LOCATIONS, OR TERMINAL BOX LOCATIONS, ARE APPROXIMATE. THE EXACT LOCATIONS SHALL BE C 0RCWWD mM AND APPROVED BY THE OWNER/ENGINEER, DURING CONSTRUCTION. AT NO ADDITIONAL COST TO THE OWNER. ta I ALL EQUIPMENT' AND ET.ECTR[CAL EQUIPMENT ENCLOSURES DIMENSIONS ARE APPROXIMATE. ALL EQUIPMENT AND ELECTRICAL EQUIPMENT ENCLOSURES OR TERMINAL BOX DIMENSIONS SHALL BE VERIFIED VffR THE EQUIPMENT SUPPLIER. ALLOW FOR LOCATION CHANGES AND INCLUDE 1,4 THE CONTRACT PRICE YHE W(ACr LOCATIONS OF ALL ELECTRICAL EQUIPMENT AND RCUTTNG OF ALL CABLES AND CONDUITS ZJALL at CQCR0INATFD WITH AND APPROVED BY THE OPENER ENGINEER DURING CONSTRUCTION. CORINO Or AN EXISTING STRUCWRE SHALL BE COORDWATIED WITH AND APPROVED BY THE OWNFR/NGIREM, CORlm ® THROUGHSTRUCTURAL BEAMS IS STRICTLY PROHIBITED, WNHDT PRIOR WRiI TEN APPROVAL FROM THEE OWNER/ENGINEER. THE LMTLON OF ALL ELECMCAL EQUIPMENT AND ROUTING OF CABLES AND CONDUITS SHALL BE C00ROINATED AND APPROYEO BY THE OWNER. ry THE O=8ANK RCUTING AS SHOWN ON THE DRAWING IS APPROXIMATE THE EXACT DUCTBANK ROUTING. CABLE LENGTH $ a AND CONDUIT' LENM SHAL_ BE VERIFIED IN THE TLELO. GAI Lap a- - w Gupta Associate%Ine. a�ito�aw my�w��aMa isr,»�yi 4 R *o No F.2593 iS PRONOE CONDurT SEALS FOR CONDULr PENEWA-aws SEE SECTION HMO FOR DETAILS. THIS IS AN OPERATING FACR_M THE CONTRACTOR SHALL COORDINATE ALL WORK WITH THE OWNER_ ® THE CONTRACTOR S TALI_ BE RESPONSIBLE TO LOCATE ALL UNWGROUND UTILITIES BEFORE DIOGINC_ CONTRACTOR SK41 COORDINATE THE EFFORT WITH THE OWNER. ALL SLOTTED CHANNEL. SLOTTED CHANNEL_ SUPPORT MATERW.. WASHERS. SCREWS. NUTS. CONDUIT CLAMPS, ALL, THREAD SPRING NUTS AND MISC. MOUNTING HARDWARE SHAD. BE 316 STAINLESS STEEL UGHIING FIXTURES SHALL BE MOUNTED ACCORDING TO 'THE MOUNTING HOOM GIVEN ON THE ORAWANCS. THE MOUNTING HEIGHT SHALL BE MEASURED FROM THE BOTTOM OF THE UGHTING FIXTURE T6 THE FINISHED FLOOR. CONDUIT AND WARE (NOT SHOWN) FOR THE HVAC CONTROL EQUIPMENT' AND MISCELLANEOUS DEEV10E$ SHALL SF; FURNISHED AND INSTALLED UNDER THE HVAC SPECIFICATIONS AND SHALL BE' A 3/4- (MIN) RIGID ALUMINUM. S. NO.14 XHNW CU. WIRE XHHW (MIN.) NUMBER OF WIRES AS REDLWE9. C, IN ACCORDANCE WITH ALL DIVISION 15 REQUAUUAWM. ALL CONOun-s AND WIRES SHOWN ON THE INTF,RFACE DIAGRAM SWILL BE INSTALLED BY THE CDNTRACTDR. GROUPING OF CONDUIT AND Valt MAY BE CHANGED, IF APPROVED SY THE ENGINEER AND OWNER. ALL CDNOULEIS SHALL BE FORM 7 AM M LL HAVE: 315 SS CLAMP COVERS 1WFM 316 SS CLAMPS AND SCREWS SCREW DOWN COVERTS ARE UNACCEPTABLE REFER TO THE SPECIFICATIONS FOR MORE INFORMATION. ALL BARE COPPER GROUNDING CONDUCTORS SHALL OF TINNED, ALL GROUND RODS SHALL BE 310 STAINLESS STEEP, 3/4' BY 10' LONG. ALL EXPOSED COPPER GROUND CABLES SNAU• BE GREEN INSULATED CONDUCTORS. PROVIDE XHHW INSULATION. +� VIFIERE NOTES ON THE DRAWING INDICATE TEIAT THE CONTRACTOR SHALT. FIELD VERIFY, THE DDENT IS FOR THE CONTRACTOR YO-,NVESTIGATE TO THE EXTENT NECESSARY TO PROMOS THE WORK AND MATERIALS PRIOR TO BIDDING AND INCLUDE ALL COSTS IN TF.E BID PLTICE. THE CONTRACT PRICE. SWILL HOT BE INCRFISED WHEN THE CONTRACTOR HAS NOT UMMIK'.ATED PER THE NOTES DIMCU40 THAT BE OONC ALL ELECTRICAL EQUIPMENT SHALL BE UL LISTED I ��{~ ._ ._. �3 !• -. . YE57CHL9 IN AD VERIFY SCALES® JiVunN P� IS ONE INC14 ON CRIGIUL 0114YBNo - _ smillan I • w— _ .. _. - .PRR/J.'EO BY VKf,, IF NOT DIVE IHCN ON `TNiS-StIEtT.—•1D,RLST— 10�7Netle�wtenSroeN,Su:af00 -_ _ ;.._Fae[1�h,tl. Y7C.T6fp' ^� _R�,—� __ No OAIE DRWN Gtl(D REMARX5 oAT& OLTOE3ER. 201 SCN.is At:CORCQiGLY tetts,7Pl12dnt la ON _I CITY OF FORT WORTH, TEXAS EAST SIDE PUMP STATION DEtiMOI_[TiON NOTES THE CGNTRA=R WALL COORDINATE THE DMODUON OF"ME ELECIRWAL CONOUIT, WIRE. MUIPMFM AND DFACES WE'EH THE GENERAL DEMOLITION AND SCHEUUI.£. THE DRAWINGS ARE INTENDED TO CONVEY THE GENERAL NATURE AND SCOPE OF THE OEMOLMON WORK, eVERY ITEAS TO Be DEMOLISHED MAY NOT BE SHOWN, FIELD VERIFY WITH OWNER PRIOR TO Bu3 AND INCLUDE ALL DEMOLITON WORK IN THE CONTRACT PRICE:. 2Q PROVIDE TFJICPORW WIRE AND CONDUIT FOR THE EQUIPMENT W141014 MAY BE WIFECCZEED BY THE DEMOLITION BUT TO . REMAN LN SERVICE RELOCATE AND RECONNECT POWER AND CONTROL RACEWAYS AND CONDUCTORS TO EQUIPMENT AFFECTED SY DEMOLITION WORK. ALL CONDUCTORS SUNG DEMOLISHED SHALL BE DtSCONNEaM ANO FILMCUM FROM THE LOAD TO THE SOURCE. SURFACE MOUNTED CONDUITS AND MOUNTING HARDWARE SNACL BE REFAOVED. UNDERGROUNO CONDUITS WHICH ARE NOT BEING RENOYM OR OTHERWISE NOT BEING MdOE UNUSABLE SHALL BE CAPPED AND TAGGED AS SPARE, WITH INFORMAWN CLEARLY INDICATING THE LOCATION OF THE OTHER END. MALL SU1 SFAAC S W U WFDEM SREO EQUIPMENT OR CONDUIT IS REMOVED SHALL DE CLEANED, PAiCFIED AND PAINTED TO l THE CONTRACTOR SHALL BE RESPONSIBLE TO CHECK THE FUNCTION OF EACH' CONDUCTOR BEFORE REMOVING OR OISCONNECTING. d IF A CONDUCTOR WHICH HAS TO STAY B1 SER^RC6 (NOT SEINC DEMOUMiCD) LS WALLE0 IN A COMMON CONDUIT V= CONDUCTORS WHICH ARE BRIG DEMOLISHEO,-THE CONTRACTOR SHALL REMOVE ALL CONDUCTORS FROM THE CONDUIT, PROVIDE NEW CONDUCTORS WHICH ARE REPLACEMENTS FOR THE CONDUCTORS THAT ARE TO REMAIN LN SERVLCE AM RE —INSTALL THE NEW DONDUCTORS, AFTER THE CONDUCTORS ARE PULLED, •MEGGER OR HIPOT TEST EACH CONDUCTOR. CONNECT BOTH ENOS OF THE NEW CONDUCTORS AND TEST THE SYSTEM FOR PROPER FUNCTION. 00 NOT RE —PULL USED CONDUCTORS. ® WHERE EQUIPMENT IB BMNG RE --FED FROM A NEW SOURCE. E7NSRNG CONDUIT MAY BE REUSED ONLY IF THE CONDUIT AND FITTINGS ARE OF THE TYPE SPECIFIED FOR NEW WORK ON THIS CONTRACT. IF NOT, THE M40LCT AND CONDUCTORS SHAU. BE REPLACED WITH NEW MATt1TIAL MEETING THE SPECIFICATIONS, AT NO ADDITIONAL COST TO. THE OWNER. THE CONTRACTOR SHALL COORDINATE WITH THE OWNER/WGWEER'70 FLAG DLISTINQ UNDERGROUND cONDurrs BEFORE •DIGGM THE OWNER HAS THE RIGHT OF FIRST REFUSAL TO THE EQUIPMENT BONG REMOVE. THE CONTRACTOR SHALL OELEVFR -THE EGUI?MENT MICH THE OWNER WW*3 TO KEEP AT L0CMjOtl DESIGNATED BY THE OWNER. SEE SPECIFICATIONS. IHE CONTRACTOR SHALL NOT MAKE ANY MODIFICATIONS TD THE EXISTING ELECIRLCAL EQUIPMENT UNTIL THE FOLLOWING HAS BEEN CONE: A. THE OhYNER/OONIRACT'OR SHALL WITNESS AND RECORD THE CONDITION OF THE EXISTING EQUIPMENT, THE CONTRACTOR SHALL NOTE ODWN ANY GEFECIB OR DEFICIENCIES. ' B. 714E OWNER ,SHALL OPERATE THE EQUIPMENT TO DEMONSTRATE THE CURRENT CONDITIONS. THE CONTRACTOR SWILL NOTE DOWN ANY DEFECTS OR I)MCIENCIES. C. A WRITTEN AND PHQTOCRAPHIC RECORD OF THE OPIERMON AND OOSTING CONDITION SHALL. BE KEPT IN A THREE RING HINDER AT THE OWNER/CONTRACTOR TRAL.ER, IN FCRM OF PLCTURES AND INFORMATION ON A FORM. D. A FORM SHALL 13E CTIERATED BY THE CONTRACTOR TO RECORD THE QEI5ERVATtONS. WTH PARTIES SHALL SIGN ON THE FORM, J E. THE CONTRACTOR SHALL BE RESPONSIBLE TO FURNISH AND ENSALL MATEIRAL OR EQUIPMENT CANIAM DURING THE COURSE OF HIS WORK. F. AFTER THE 0 MOSS ARE TRADE, THE EQUIPMENT SHALL BE INSPECTED AND RL=—TEM TO DEMONSTRATE THAT IT FUNCTIONS CORRECTLY. C.NO PORTION OF EXISTING CONDUCTORS SHALL. BE SPLICED TO NEW CONDUCTORS FOR RE —USE WITHOUT' SPECIFIC APPROVAL FROM THE OWNER/ENCINEER ON A CASE• -BY -CASE BASIS. : MCC. CONTROL PANELS, PANELBOIARD THESE NOTES APPLY TO CONTROL PANELS, MCC ETC WHICH HAS TO BE REFURBISHED. MODIFIED, DISCONNECTED & RECONNECTED OR REWORKED. SEE SECTION 160601 THE CONTRACTOR SMALL NOT MAKE ANY MODIFECATTON UNTIL THE FOUA'TANO HAS BEEN DONE. A. THE OWNE;RjCONTRACTOR SHALL WRNE:SS THE CONDITION OF THE EXDSTM EQUIPMENT, THE CONTRACTOR SHALL NOTE DOWN ANY DEFECTS OR DEFICIENCY. B, THE OWNER SHALL OPERATE THE EQUIPMENT TO DEMGNSTETATE THE CURRENT CONDITIONS. THE CONTRACTOR sFEALL NOTE DOWN ANY' DEFECTS OR DEFICIENCIES. C A RECORD OF THE OPERATION AND EXISTING CONDITION SHALL BE KEPT IN A MINK RING 1 BINDER AT THE OWNER/CONTRA" McJUM. IN FORM OF PICTURES AND INFORMATION ON A FORM. T1 G D. A FORM SHALL BE GENERATED BY THE CONTRACTOR TO RECORD THE OBSERVATICNS. BOTH ` %R! PARTIES SHALL SIGH ON THE FORM ,� r :•► >r THE CONTRACTOR SHALL BE RESPONSIBLE TO FURNISH AND INSTALL. MAT1eFtIAl. IF OAMACm DY i y,tLwFtA'3"'� HIM DURING HIS WORK. 913097 a� _ F, AFTER THE DEMONSTRATE THAT IT RE MADE,THkE EQUIPMENT SHALL DF INSPECTED AND RE IFS'FD TO 1rlRlli iiti4 _ f�dfZtlt3 .___ ___ � _ .•... pAp,�C7 No 70IXX ME•. NAME 657.1 02 ELECTR)CAL ,�.... - ... _ ... , GENERAL nlartrs J v_ � .� _ _ �-� -• : _ ._ 'E0096 ISSUED FOR Bla - r 1 \ r _ _l I 1 \1-/ 1 ..re._�_.6•��_�--i---L---a�_.s.,...a+-.-a�...wr�x_�._..a....r__s_�__y--+1--i-.J.. ���-.k.�.i...-Y..--rr.. �..._�� }rin,�._..�....,�._i.�i_y _�__f__-1[_ax�� , , � �—•..•w �.s....t ....r_._��y_ - "' _f__ I�•� � -. � � � ..� - � _ . I KO , EXI5 M POWO COMPANY VASFORMER %IML OE REMOVED. COORDIW\TE WITH THE t' REFER TO SHEET DRN6 VP44T D yy POM COMPANY. [Xfsnt� VAULT C i REMOVE YARE AND CONOl1R FOR THE $ E 4 FOR ENURGED I - DEMOLITION PLAN _ H T INCOMING SERWES. • x 3 I _------�?! l l ' "e- I 4D E31i$ m 90NOWT TO BE R USM E=TA -- .. .. •r —.. .. .. .. — --- ^ ' d 0 CABLE T MAI MAIN. URER PROVIDED EIEAIEFR !� _ I{ CABLE TO REMAIN. • f _ 1 r .-•� O REMOVE EXISNNG WIRE AND CONDHR TO Ir �t 1°• I ^� - F— 3 4 a - VALVE VAULT, 'u"i15€ING 1 5 Q LOCATION OF VAULT 13 SHOWN PCR _ am MR � FIEF REFERENCE ONDLY. 67= LOCATION IS TO BE VEFLI PUMP 1 -Ufa~ �. 3CHAR F-= y z4il 'j - NO.S 4C r K�:X:.5 f � � PRE'.MlYz rr G Q j Ik E%t,_Tik: L:NTP PI,IFAP H ��! f?Tr.R� W 2 ' TP,ni3a6R J 1� I � T I SWOONG 1 Sti'TICHGEAR y ; Ty �• � I _ . V � � �' • I �• I I r � _ E HTAN Ik�Y�.1(.Y ..�.,�...r......n..r�u. ! ..o.. .� �.tE .� II ..�...c...�.. ..�..� I AA - SO!AF AUWeJ n ti I — i SUMP PI MP NO u; EnI5TTN6 EMWE Pvk'P VAULT A 1 E SrNG a a {}� TRANSFORMER - r 0 x r I El v° n �....-_�_�,-..-.-..-.-..�---r--�-�^--w-..e-..,.�..-x......a-.."'�--"'_'�_'�._-•-..-•-�w'--_w�_x--..x.•..a--�t-..-y.--a�.r--�-�....,-...-w-._•w-�-rt•�_F_-s---e,_,r-....--x..�-,,...-�a-..-r-�..a.-r..�....-...w-.,ter-� I ', Vih`ti� l� '� �-r-�-r-�•�r-..ter-�..c..-ter.... _� � 11 5 _ � i. ✓ VAULT B Vim,/f^h^y � a GAI MMILL SffE GopL'18: As90CiatCS, IFLG �ifa w-1 ii 7►; . PLAN %rg/��3 een.WM.nRrw+rt'q s,�m.lwxn 3/32• � I.-O- I Er RegistrathnNo.F2181 .,,,rp „��„�,�,., pE5�7p �gy M Vf:R1FY SCALES �,� pitOJEC Ha XXYX EA eAR Is auE ales{ oN m- CITY OF FORT WORTH, TEXAS r� Nmg 657.Z-03 W AWN ar OWN& ORMNG �I�� ELECTRICAL sXTar N° " S --�'-- M=t a= Or Lp EAST SIDE PUMP STATION OVERALL SITE PLAN - DEMOLITION Amoym at WC 1F HOT ONE VNCN ON IOl ShodC.Mon SrreL Sole6Ctl is OATS Dom CNIm 7}95..5}tEk rlWilS[_-—�Fj°�1-wtnF��vs _ ,.. ..... ....-.....� _ i>3 No REWHICS ohTa OCTOBER. 2073 SGV..F.B A4CORPEVCLY �r°1 •, . ~ _ ---""".'""�•'.. "�'"—"'� N o � TeaE sm aep6lnNrnNa F.'p/5 1 — - 1 - -•-• _ _ — — _ T00%1SSUED FOR BID 1 4 a w 7% 0 U A (�SU?Pl'! FAR1 11(tYp.� rT Hi16 ° E rx ' CAS foziie nm? J 1 A tl EMSiTNC L:i15i1NG 12 12 SUSI�IA� P S4�Y FAN slum?FMIP g 4 a W !:a ENLARGED STIE PLAN D 7 13 5 � - _s o i GAL a Gupta S Assocaw,% Ixic, tin r Re�s6ationNo,F-zsa7 � ' �i, _ -- •. .,,.AO_- p2som gt VERIFY SCALES 15 ��� p rN I*PA*vea 5AA CN2 1kq{ CN DRGPUf DRxwpulc Smith +� stir cruro By LP ..�.� er wo R NOT 061E INCH ON rQOmada>enansv�N,Sui.am Hn DAIS ORa'tl CFil43 R£SWtlCS 2013 I a1Td OCTIOBER. $Tc�ICCaROWGLY CITY OF FORTINORTH, TEXAS " EAST SIDE PUMP STATION . i IN L/ DEMOLISH EXISTING OINAU5T FAN AND COVER THE OPENING. O DETOUSH EXISTING SWITCHCEAR AND ALL ASSOCIATED WIRE AND WOSED CONDUIT. CAP AND S"cAL ALL OTHER CONDUIT. O REMOVE WARE AND CONDOR ASSOCIATm WITH THE PUMP MOTOR. /! O4 REMOVE WARE AND MOUSH EXPOSED CONDUIT V ASSOCIATED WITH THE TRAMAWFM O DWOUSH ALL IN TOR LIGHT AND ASSOCATED WIRE AND DDNOUR. ® EXTERIOR LICHTINO SHALL RUMN. DEMOLISH ASSOCIATED WIRE AND CONDUIT. U7 ALL RECEPTACLES SHAU. BE DEMOLISHED, PROVIDE 55 COVER ON OPENINGS. - a8 RESIDENTI& 120f24OV, 70A YANEI; SHALL SE _ REPiACE AND RUOW ATED TO A DIFF$A@Nr LOCATION, I DFMOUSH EXISTING TRANSFORMER AND PANEL ANO ASSOGATFp WARE AND CONDUIT. i 1D MOTOR AND ALL AS5DCUVTED CONourr �O virlm i1 DEMOLISH ALL ASSOCIATED WIRES AND CONDUITS. FAN IS TO RIOUN. - 12 REMOVE WIRE AND OONDuR TO T7O5 w SUMp PUMP. SUMP PUMP SHAM RSAWIN. C C T % EXISTING MOTOR JUNCTION DOXES ARE TO SE DEMOLISHED AND REPLACED WITH BOXES LARDE ENOUGH FOR 5KY TERMINATIONS. 14 RELOCATE Fir TO A 0175WU LOCATLOM. REFER TO SHEET &-7 FOR NEW LOCATION. Oq ELECTRICAL ENLARGED SITE PLAN - DEMOLITION r r++ Y.�IL alPi PROJECT Na X)OIX FA£ ME 857E-•04 94Mr No — 60%ISSUEQ FOR 13 J \`Y 1 \J 1 \/ 1 Wl 1 \'f/ l O O Y� W xW `F 7 O w ELECTRICAL SMTCHOM d DEMOLITION PHOTOGRAPH E l E„-4 o ' � a n n pp N 4., 9 r� tl44 6 O W P b 6 W EXUnNG FLOW INDICATING TRANSMITTERS i PHOTOGRAPHn E-4 to a e� q G U Q i� n VAULT o LOCATION e 91 GA I PHOTOGRAPH@ gGupca & Associates. TnuTw vr'a,, E— �.- eanwtrny eep,eaar,y �ffs+,axf, irm a.,,b , � H RdgI54'70n No. f-2887 $ w la ^ RiF J R rya CAIE DfitN CIikO" „' � RE�IAiDC$ 1 , OUTI5IOE PUMP STATION PHOTOGRAPH E-4 PUMP ROOM SWITCHGEAR. MCC MO RTU L/LOOC�AAVON PHOTOGRAPHr r' e E� EXISTING TRANSFORMER TO BE DEMOLISHED PHOTOGRAPH{ a � e� 0Es&4w aY AD Y&MFY SMLFS — .1 ,. BY ER osrrut owaTu�c_ OR 18 ONE IA ON Smith VA= a+m BY � .� AP DA W Bs' VKG IF F(QM1' Drre S+CaI oN tmT,weanorwn Sn..C�1•QOD DATE 2013 '0115-5'F��i�A9�1U51——seaaheah.7k7aru• - • - - swicsCC AMMLY 7.h m71s1zfin7 -----OQMBER.. -- 1 7B Z.n Rpa�!i60oNa f�6i5 f LOCATIONS OF PUMPS IN51DE PUMA STATION PHOTOGRAPH Tt—+ MOSTING 240/12C 10 UroKr PANEL ANO ZT2ANSFORMER PHOTOGRAPH - OUTSIDE PUMP ROOM PHOTOGRAPH E-3 CITY OF FORT WORTH, TEXAS EAST SIDE PUMP STATION VAULT C LOCATION PHOTOGRAPH E-3 EXISTING SUCTION AND DISCHARGE PRESSURE TRANSMITTERS PHOTOGRAPHan 2 I �7 k 1 ' �ili/ew.1.Fww r.x.fYi% v. x aiarw i j ��530fi� 7 - Yi4 1� 13 AAOJrXT No 700IX Fri.E RAVE 85T„E-O5 ELECTRICAL PHOTOGRAPHS DWOLITION_______E^� ,Ofa ISSUED FOR BID REFER TO - - - -f OR view Z ENLARGED e-A 9 I - I FOR V u� F,XISIING VAULT 0 REFER TO SHEET +>USFl?:G VAULT C DEMOLITION PLAN-� E--4 FOR ENIARCCO v r +• ; ' � � • . �. � . �, • , � . �EX7SlAY3 � I 1 FLO,' M r7_—R 11 J� t I I TtT—tD, 1 W Ell=a t 1 111-0 SiiA 3AEEt V I i NEW 2400V sImp an U1IP = RPAANNEL LE1 I E p, 7RANtSFORAiF3i 5G1-3P I SH7TCkIGFAF ° V^ YPUMP _ PL'f!? L!F 1 i a8• 4. NEW !' ' I I' I f I 1 NEW LOW TX7-P - If 480Y I I I ! i ! I r�iT^102 1 T I, NEW RTU MCC -� I I I I E I t fISFLNC S9ICTON 1 r I PANEL LA e �i .. .. _ .. ! SUm I j PUMP , sG1�P �i4/O COPPER ND WIRE I $ ' I I I,IAN DELECML EZ- ' It i } - 1 _ SLUMP PU11P j t-EsSISR.VG WS I NEW 4. nuTy 1 ENGINE PUMP' t METER CAQINfT � o I-EX-ST,NO VALVE t PRIMARY � i Y�3F7 A ��''j ,� { o "- �• f RUM TO GONOUIr � I ! SHEET E }2FOR EKLARM PLAN MEW `— _._r,�...r-.»...�_ �Fy�.......»«...,.»�...........--_----_�_�....� ...�.----- - "�--'" _ _ ...�� =` o _..._J,� tITILTI`f PAD O x f,...�_ .....-...,_... c-�.s-A LL- 'MOUNTED RMFR } W I t I � 1 � I i IL ° I I _�..t GA - OVERALL, SITE 'e�TSTING VALVE - Ln Gupta & �asoc»tcs, Inc, D� a%Qr�-,vs? PLN ��VAI L7 El r�;L?CATED III Y . i I u _ Nib �I �I �1 CDORCINAT£ LOCATION 'NITH POWER. COMPANY FOR EXACT' LOCATION OF NEW PAD MOUNTED. TRANSFORMER, O2 FIELD COORDINATE CONDUIT ROUTING. THE CRY SHALL, COORDINATE WffH THE POWER COWPANY TO SIZE THE - TRANSFORMER AND 1AMINO REau>REa�raaTs. , Ma LUCAWN OF RAD10 TOWER V SHALL BE ADJUSTED IN THE HELD. _ GROuND ANTEIINA TO Ef UM0 GROUND RPIC. �3 RUN GROUND WORE IN SANE TRENCH AS DUCTEANIL - u s cs�n+r+�a+gehlfi vms - F . tr. Ira rae.yro.nn O+SS:D'c OF FEt'C=1 , a� Reglstraton No. F,25B3 �.e,.w�e.,...m..... " --- - ---------- --- -- -- - --- - - DESCOW W _....- VERIFI�ECAA.ES CD CITY OF FORT WORTH, TEXAS ,j 7— ' 11>Z1N'N m 6AH 1 INgi VN D�{+uLIIC Smith ELECTRICAL 8 _ %w DkKO ffr!p �—�EAST SIDE PUMP STATION OVERALL SIDE PLAN —MODIFICATION ' - VKC Ir NGY DINE *?w Dk -1N4^+-51i�clr%d1U5T— ,9ah+.do.�.asbw.�4•!n9 —Faf�lYp9tT7c7fifP - . .'•. .. , , .... - .... . 1 -• ..._ _. . j it Ner I DATE DRN71 C:IKD I Ftf7AARIc5 µrg OOTORFR. 2013 5QJLE3 ACCOSOWOLY tee Iai7}7-0ad7R7 71BPE F.rpl Ren%;ulNori k., F.10.f3 — — •—^ 4 I `: o } i ••^,ea=i ��53097 PR6{ECi Na xx1oL FILE NONE 547-f Gti SNEET Ne 100% ISSUED FOR 61D, w �7 �S � � 1 a. GENEPATOR SGI-LEWR QUICK 7- NEW NEW x400V CONNECT 1 `��SWITCHGFAR E TT I,F O 7 i A 8 NEW 480 MCC T%LA RTU 110 I LA-1x PANEL EA I I I A Ld I A To EXISTING ' AMENN0. VAULT A REFER TO a i SHEET E-6 I�1 IVA DUCTMNK € � SECTION � - g a � f' TABLE FOR SECTION A _ W 1��ouIT CONDUIT TAG CONCUTTWF DESCRFEION 1 LA 9.1i,15,17 2"C TO VAULT A 2 1115A 11 D. I t OA. 2'C TO nt/VALVc m a RRJ-112, 116 2.0 TO FWAT/VALVE C W r 4 SPARE Jp 2"C SPARE 3 &n GAQ Ln � Gupr, & eissociues, Tnt. cd r`�., ,� � � Rcgktra6°h No. F•2593 �..„,,,a - _ TO EXISTING VAULT C REFER TO SHEET E 4 E I D T 1 10 �TSTr.Hs , SIT-1O2 1 � - I R TX -La MCA t UNIT HEATER I 'n, j -S mp suGtP PUMP PUMP-f 3 DUCTBANK SECTION NITS TABLE FOR SECTION B CONDO CONDUIT TAG C SIZE DFSCRIPTEON I LA-8,10.16.19 2"C TO VAULT B _ 2 RTU-111. 111A, 117A 2 c TO FTTAALVEE 3 RTU-113, It7 2 C TO FLOAT/YALVE 4 SPARE _ 2"C SPARE PUMP STATION a/1 PLAN. -a' 77 TO EXiSnKG VAULT C REFER TO SHE I- I:•-6 I l I I l I E D f - I } k I I 1 I ! IJ1-•S t0 � 111 EA-IE11e 1 , _l "AL t3 E I TO EXISTING VAULT 8 REFER TO SHwr 0-6 DUOTBANK . SECTION r C TABLE FOR SECTION C CONDUIT CONDUfr TAG C 5 DU(rIZE DESCRIPTION NO. NO. 1 LA-19.21.23 2c TO VAULT C 1 2 RTU--106 $-O TD FET 2 3 RTU-114 2'0 TO FLOAT 3 i4 SPARE re SPARE Z? AD -- ecs"w Erc vmrt SCALES ® ...�.N gr %R B+ Lc CifE: INCH OR ORIC.lNAL 6RAYRlGiI 1 sN¢¢r aura 91f — th . VKG IF NOT ONE IwH ON 1a0Tfw-i- dm Star S.N.°00 ' N Off^ 11, We MA c1to - REIRIRXS p� OaOSER. 2013 Sf4 AGWROaI —FxtVk {d,7jSSt�'rty-TX-7, Tr[ 61 1trPSr0h Rn;sl,aft Na. F.7W CITY OF FORT WORTH, TEXAS EAST SIDE PUMP STATION[ -- ---' - C7 -- 7 — (D TO BE PROVIDED AND INSTALLED BY THE OWNER VIEW COORDINATE CONCUR O UNLESS WHERMSE NOTED? ALL CABLE SHALL SE LYSTAIJ-ED ON CABLE TRAY. REFER TO SHEET E-10 FOR SUCCESTEO CABLE TRAY ROUTING. 1 �# ROUTE ALL INSTRUMENT WIRING 1N 3/4"C. O Ruve CONourr up TO CABLE ®Y. ROUTE TO RTEI FOR SYSTEM LOW \ D r_l PRESSURE RUM TO SCHEMATIC 2 ON SHEET Et 1. 6� 14, 3/- C PROVIDE 2414 TO FACIE MOTOR STARTER BUCKET IN MCC FOR LOW PRESSURE SHUT DOM. ® 4#14. 3f4C AROMIDE 2#14 TO EdACCH STARTER BUCKET IN 511ITCHGEAR FOR LOW PRIMURE SH11f DOWN. Oe INSTALL A NEW LOW PRESSURE SWITCH. EC 70 NEW LOCATION FOR Ftt, REFER TO SHEET E-4 FOR ORIGINAL' LOCATION. 11 REFER TO SHEET E-ti FOR CONTINUATION. D DUCTIMNK SECTION . TAOU TOR SECTION D CONDUIT TAG CONDESCRIFTON sizeE a LA 20.22 2 C TO VAULT D - -- 4 RW-115 2 C TO FLOAT SPARE 27t SPARE R•�3Ti9 0� srqq����L�(-� 7��A773 PROJECT NV )0= ELECTRICAL F" NAMe SReT B57—E••OT Na PUMP STATION POWER PLAN _ - I DO°% ISSUED FOR BID OYERHF�IO I - - 1000A, 24aDV. 35aANA 30. 3W SCCR.'11N PLATED COPPER BUS - - r J � _ POLE UTILITY 127— I3 r OR APPROVED EQVAI Y x�i1L7iUN 488 V A LJ REFER TO SCHE.VA11C ON $HEET EY-2. 52 I 3O Rom TO SNF£r C-11 FOR RISER cin ■ TWA cPr 15GA CPT 2ODA ' I DIAGRAM AND NUM00% OF LTIRS. PT(2) PTp) CPT ALL WTRE4 SHALL BE CABLE TRAY RATED. ;7I Fr(2) �Vl FEEDER I PRO7ECHVE w RELAY . CONMOLS COTITROLS >6 TO LrnJ ��(3'- - -)CT(3) , I I � - LAM �: f CAT-3e, 1'C _ e I (COW GFCT +' 5C(s) a ! Ch. J I TO 4160Y/24008, I I 30, 3W'MLI7Y I I TRAASSFORMER I `� 71I �y U CABLE 'LRAM �iELER 1 T%2400V 0 ry--r) TO 307 dW a J J - I� �- J e o rf^Ca I - T`I j � (arse MCC� - - 5G1-MAIN 1 _ L------'-J L--•r- -J � PL4.lP R�E� 74 1 3#250, J20. eC - PUMP (� O O 3 _ `•_' _ SHEET N- S'WITCNGFAR/MEDIUM VOLTAGE w MCC ONE -LINE DIAGRAM Q a 190cm ODOR n �..a.-----'.3•-0' 1•_10' �-t' �- 3'-0" r n J,oO. 3•..p� —r 9 PUMP-P5 SFORIAER �4 50HPTx 1 F OOi1P Y- s' WAN TRA,V51iIVN - — - - MAI INCOMING INCOMING TR a SECTION SECTION SECTION 8EF_GTION- ON CI10. PUMP -Ps PUMP•-P4 TRANSFORMER t g SOOHP 450HP TA-1 FEEDER A _ 1 v�.wM.a0UFYA S SWITCHGM/MEDIUM VOLTAGE MCC I~LEVATION swrrcHGw/MEnluiA vourAm MCC h'f sQC 8 GAI ��.�....., scrJ.E:- NT'$ PLAN '��..�-y��,�2or� $ �, Gugtad rlasotiatw. rat. m. r u x° eonwetnveep6sN./IA r.e mrlo-x.r — p .snamam 1 Al9a7atiortH0.F-259] •...a..�..m...•+ _ _ _ _ PROJECT No E-- WX DESWED sY AD. VERIFY sum cDm CITY OF FORT VVOFCT . TEXASF LE NAME ss7�-48 a Tat &WoA l5 ONE IRCtI ON ELECTRICAL, Fit - SHFEYCWD BY Smith EAST SIDE PUMP STATION SWITCHGEAR ONE -LINE DIAGRAM & DETAIL ._JPF+�'fD 9Y t1KG 1F NOY OteC ]HGH Ok 1i6Yermmarton su.d •-uw,_w.._ —R OATS RN'11 g1�/ �L}IIs�6i1CCL ADJOST—..—rMswutix-7ssa7 - -- •! •6ND RENAWR DAME . OCSC9ER. 2013 `..GALE+A000RDINGLY log$Dr.1%ft ld.tl.Faou - — - - - OD%ISSUE[) FOR 811]'. 1 ' 480V, 30, 3W. i200A, 66Kk TIN P[AT80 COPPER BUS 2 �I3 �4 I5 IS-10 O II b !] 11 cl ?� 3 loffil,/ SIZE 5 $In 3 51ZE 3 a L POWER MONITORING SPO I 1 PMl i C (3) TO RTU GAT-5e. 1'C 25WA XFVEt (.Al _Aj TX -LA 4.80V ('1r"i'TO.72Q/240. • - - 10, 3W REFER TO :SHEfT E-B �� . CASE$ TRAY 0 MANUFACTURER SHALL SIZE THE BREAKER ad FOR THE SPD. 1•i $ —,C REFER TO SCHF7 'TIC 1 ON SHEET EY-2 J J J EXPANSION. UCE PLATES FOR FUIVi4E BUS E r--... _._. 1 1'- '1 r--- 30KY1 r 4 REFER TO SHEET OER FOR RISER L 125 HTR T5 J L 126 HTR T5 L }25 - TR TS 11d1 1�! owGRaM AND NUMBER OF WIRES. E QUICES UNIT EiI-SEILG - (4.j 151f1dC 4 EKLSiA i PANEL SPAS 5 REFER TO SCHEWIiIC ON SN6ET EY•-1. v PUMP PJtl,1 HEATER PUMP N0.3 FUSIP NC-2 Q © P 8 G A FI RAKM � a CONNECT - ?ACC -A ONE -LINE Fw3 P-2 - p-t PROVIDE • 1 DIAGFOAM O n ' PANELBOARD; LA 1I`I BUS TYPE COPPER MAINS: 125A SPD= NONE 2'..0' - - o ,- - ---- 2`-0" ---+=-—1'--B' —� SERVICE: 120/240. 1e, 3Vr I BUS RAITNG: 223A LOCATIONr EASTSIOE PUMP STATION MOUNTING SURFACE - NEMA 1 FEED. TOP GKT BRKR WIRE CONO. CQfa WIRE IIRK4 CKT o f NO. SIZE SIZE SIZE Lon LOM S12E SIZE SIZE NO. 1a i 4 3 2 d2 M1 1 20/1 12 3/4' PUMP ROOM LdW PUMP ROOM LKAfT 3/4 12 20/1 2 ® 3 20/1 12 3/4' PUMP ROOM RECEPTACLE PUMP ROOM RECEPTACLE 3/4' 1Z 20/1 4 <8 ' I 5�•^j2 12 3/4' RESIpENTtAI. PANEL LO �0 LIGHT 3/4' 12 2D/I R 3 I SPD 7 VAULT 6 RECEPTAOLE 3/4' 12 20/1 8 2 j 9 20/1 12 3/4' VAULT A LIGHT VAULT 8 LIGHT 3/4' 12 20/1 10 3 f 1�8 It 20/1 12 3/4' VAULT A RECEPTACLE RTU 3/4' 12 20/1 12 13UMP-1 PUMP-2 PUMP-3 13 20/1 12 3/4' EMERGENCY & MY LIGHTS SPARE - 20/1 14 I 1"HP 125HP 125HP 1 S 15 El I 17 20/2 12 3/r VAULT VALVE A VAULT VALVE3/4' 12 20/2 18 IUNIT PAN LIL FUTURE HEATER {A GEt'MYOR MAR1 UITLITY MAIN 19 20/1 12 3X VAULT C TRANSMITTER VAULT 0 LIGW 3/4' 12 20/1 20 p• I SEE071ON 5 7— ANO AND 21 20/1 12 3/4' VAULT C REGMACLE VAULT D RECEPTACLE 3/i" 12 20/1 22 a6 1 METERING METEREFIG 23 20/1 12 3/4' VAULT C UGNT PUMP R00M LIGHT 3/4- 12 20/1 24 jSPARE SPARE 123 20/1 SPARE SPARE - - 20/1 26 27 20/1 - -• SPARE - - SPARE ----- •- 20/1 23 29 20/1 - •- SPARE STARE -• 20/1 30 SPARE SPARE PANE'i.90ARO NOTES: 3 & I CONDUIT SIt_ SHOWN IS THE MINIMUM SIZE REOWREO FOR INOIVIOVAL CIRCUITS. MULTIPLE CIRCUITS MAY BE SPACE SPACE SPACE COMBINED IN A SINGLE CANOUiT FOR FIELD ROUSING PROVM:) NM MAXIMUM CONDUfT FILL IS NOT EXCEEDED. . 10 SPARE SPACE 1 � d� �.' ...w., .a •• •a• - - _ '�. .r rt•. a-'•. .. •.� � 1 .. rv., '. �:.F.V �7w w�..�Pr 'L%%T. NM ELEVATION Th f1Y3'FT"l �,�,t>s . I N Re�T#ation No.F 2583 : � NTS , AD VERIFY SCALES TEXAS — .. .. - — • • -- - PAD= No %%XX ;RAWN °Y _ ER WAES ONE INCH ON CD CITY OF FORT VVORTH, .. fA.E NAME 65i E-09 oRlcPul nuwRlc Smith ELECTRICAL %w EAST SIDE PUMP STATION MCC -A ONE -LINE DIAGRAM & ELEVATION "PPROK4 Bl'--__VKG. TP NOT DNE IPCT ON 1CO 7N?6.—wn ftot, 3A. SOD . a ntv Via-S 9r.,A USsue �onntan ncra�r� . _ — — — — E-�1- _T _ Fri P� GATE I OR"N I CHl00 RiJVAI*tR °ASE 6C 69M. 2G13 SC&M ACCCRDWOLY T°PE.� R.9uV.D.nN0. FaCU col . i I 13 GENERATOR 1 BUCK • � CONNECT � 1 U �---- mu a. ,a `i g u }� s N E ' � z c - q � 4 � ®GR a E GA1 w0 Gupn St Associates, Ina 1},i¢TfL ]RA a y�'± rc+nc4hr m�glrrrhy ue n�+»aat 1 ay RagstraUm N=.F=57Jm�sv+�n z 4 �o a 08 Ny I KNTE I OM CHIQ Emr-1 G FL6t1 102 " - r� IDz \ Op 1 _ a • �I I l l 11 i l l l l i l l l I l.11-�I E I!'� I I ilr I 1 I E �`�! I l I�Ir ���� � l l l 11�111111111Ifr��Hill r `, ANEW 2400V •.r I 1 SWITCKGEAR _ I i NEV 4SOV �UCC—A '•�7RL=tq r t t PUMP SWON CABLE TRAY PLAN GNt-k2 ., JR rn —__ - ••iff Y D Wl�LL 0 c 3B'•Wx44"Hx22"D --NEWA 0 3R ENCLOSURE 31U SS DOUBLE �CNANNEL /$� OOA. RAIN. 3S0 S5 HSrVE TYPE AN D 3 DOueLE� _ 6SSS ANCHOR CNA1JNEtF BOLTS (n•P) �3 INSULATED DUND SIRE NON-SHRIMo N014-SHRINKIHO GROUT ` GROUT-� I, • `��\>� •'T��" _I r/R'//T'f 1!�/.V/•:rirV�rY//: /A'/rY/n /Ar/rYfi: /h' CAmxELD CONERATOR QUICK CONNECT cRQUNo ROD DEf'AIL NTS E-7 - - OES"M er D VERIFY WALES - xuwrl Err W- onaW u>; �Smith ' sHur cwp BY LP 9Y VKG' W NOT ONE INCH OU TiNS-SHE£T,ONDINO-rAW— sOO Te.oeoox.•nsrt•tR Ewk•600 eRWifnh•7x]c• MAIM IWE OCTCOM- R013 M= SACCLY TOPS tF'•— P..4"G� k,%.F-40 CITY OF FORT VVORTH, TEXAS . EAST SIDE PUMP STATION Fffm �T WSTALL STRUT CMNEL AS REQUIRED 'M PROVIDE FOR RIGLOffY, O2 PROVIDE CONGRUfE PAD IN UNPAVED. . ARW- , SEE STRUCTURAL PLANS FUR MAILS. Q CONTRACTOR WILL BE RESPONSIBLE FOR PROVIOINO 7HE CORRECT SIZE ANCHOR' SOL15 ON LOAD. (TTF'1CAP Q SECURE GROUND WORE TO EQUIPMENT RACK LEO. BOLT GROUND WIRE TO BACXPLATE M APPROVED GROUND LUGS. — t� Y. K QjpTA j 5.�...53497�+ IAII `PS•' CEhr'��f'! T�bf%73 Iw -- ..wx ELECTRICAL W�'Q 5R� fJa PUMP'STATION CABLE TRAY PLAN 100% IISSU50 FOR BID w Cal �% _�_ -- ` - _ _ l"'— a u ti 10 � ti;r:•; C e _ kg GAI $ Gupta & Amocu[cs, Inc. o , �, zM a Jko&v-'w-Aly � �r� n�a+�wo-na Re¢f7aWn tdu. F-259S ,,,�r...waq...,..m.,o,••, 3S�Yl M1 �O w br O RR C4 I DATE OF dilm { rldfN - � � FLOW! NlrrrZ l• F1i -102 to-4 I�! I I J 2012 (M) I 2114 (TEMP S%TrCH)-\ 1 �I 2 14 PRESSURE SWITCH - 1A.�Sd� 21t'12 t C 2$14 m - OPEN LPAIT SWITCH 2914 a z A - iox OPFN LIMrT smTc11 3#i4 CONTROL FOR ZSC - CLCsE umrr sWrMH r EXIFMG CONE VALVE 2414 V SOLENCIO VALVE (VALVE OPEN) 2 14 SOLENOID VALVE (PRIDE VALVE OPW PUMP RISER MW.OF2) Q [iYP. OF FAN LA-2 0 1 tb LA l Ib M EI (0: V 1 S LA-24 ILA-2 I t SL`MP POMP i Sump it PUMP STATION LIGHTING PLAN t 3 3/16' b T--0" Q NEWV LIGHT FDMRE $HALL BE PWADEO BY CITY. O2 WIRING AND OEIACES ARE TO BE PROVIDED AND INSTALLPO BY THE; OWNER, MCC STARTEM 1510 BE PROVIDED BY THE CONTRAC'1'OIL 40 ALL RECEPTACLES SHALL EE CONNECTEO TO A CFI BREAXFR. �J LA�� �LA I 13 fffl c, G LA-d� c FAN-3 LA-1<' . ,a;a i.• f r 3 n I I ! I I € ! I I € I Ob I ! I L-� LA-13 LA-43 I I € I ! L N� LA-6 i ! xFmRR SWITCH- MCC A. • GFAR LSCA-•C r'•-1 J I I d I zf12 ) 2#14 CMP Swl(€rtRc�•--� E _-J 64 � z 14 25C-1 2/Cg12 PUMP RISER DIAGRAM ITyP. OF 3) T ID .. AD vERIfF scA+.ss G-DMNL� -- CITY OF FORT WORTH. TEXAS BRA" Br ffi BAR rs ONE prat ON MOIFAL DFAWIRC ELECTRICAL SHED CMD BY LP EAST SIDE PUMP STATION PUMP STATION LIGHTING PLAN A R040 By VNC IF Nor ONIt wcN ON -THIS ihd65•t— _• _ _ - .. r oAx OCTOBER. 2013 SCA3E� AC(xsteoNGLY Taa6F+nr n.a:.u�No. eJol7 „! _ _ _ _.L.._ I 1 Y.�9W�A ZL PROJECT Na x)CCf FILE rain 657..E-11 Sim No 100% ISSUED FOR FOR 810J 1 r060aN11ECT SVlIfC1'1 PLEAT SWITICH �1 CONNECT TO A On BREAKER. 9 , /-- ���dddlll ( 1 Y �/ Lk-22 RTU-tt0 RHH ER EO LA-15]7 �f SHEETfy-8 MR to-29 - g RN-t 10A JI CONTINUATION 1 E 11 LA-..2rr0 IA-22 SYP RTU-112 Wp LA-9 i o f SUMP P H VANE VAULT A f HIOi! LEVEL FLOAT PLAN Ex61T ra 1'-O' RMEET E 8 FOR VANE VAULT 0 COFMNUAT10N " FLAN �VAACN I OU151OE VAULT ! IF151DE YAULT e. j EA-t 1 (A) % I(T IN-IlSi €' to-s (A) - - 3 PUMP STAIION � � OUTSIDE VAULT � � ' 1NSIaE VAULT (A) - — m. PEEL lA-9.11.15v771(A) [A-f8.17 (A) . 'yQ �LA_6,1D.76,]SI(8) Ile �iL_..I ` WA WHILE IN -USE q V w LA -22 COVER (TYP,) 73 RTU-] t9 (A) PANEL e LA r iA-20 (A) ..... -� Ji' 1A- 20 { RTU-117 r, RfU-1 t7 8 VALVE RTU RTU-1 12 (A) FLOAT JG ' j n � RTU-113 (B) HIGH JJJIIII swCK - LLWEFLOA7 EtFU , 'G r SFARE RSt1� 11 fxA SPARE RA1-Tta (A) e m RTU-IIOA EI s RTU- 117A(8) � RTLs-la7 � - RTU-1SD (A} RE'LOG11'Ep � Vr74TOR[ L Q RtU-] 11 A2 J IRTU-S 11 (8} FLOW TRANSACT M - TUBE a ,,, i Ritl-t1aA (A) NCO V c RTV-111A {e}0W tV VAULT A AND B RlSfli i gDIAGRAM 1 I Fl FNIf VAULT D RISER �u VK. WF'7A i rc ��� . ��.x.. =(A)., VAULT A. DIAGRAM 2 o 12 Gupta & Pssoducs. Inc oAw r na, lit�a/Iqy « � rc e,,,wm,y.oprx,.,my r&' W,,49W �(8): VAULT B, — 1111��i 0�.s" ! Folsirafoa No-F-2503 v mho- 1p 'Y �` eg r.:clmaxr,.nnir,� UESrAED ar AD VMFY SCALES BAA IS ONE IRM OR CITY OF FORT VIORTH, TEXAS PL0 NA No K— �^ OR=NAL WtAwwa Smith ELECTRICAL Fne W-W K14 t2 - VKc F NOr oNE 1NpI oN 10011wbn�-Sa.t,"W0 EAST SIRE PUMP STATION VALVE VAULT A, s AND D PLAN ffi tom. — - _ -..._, . _ TNS sKEEr-nnnlsr— �4&W64esX2G12? - "12_ R5 Ho CATS cm + CN>Sa E RE]!AE= M7E COTDBER. ?0,�3 SCALES ACcandCiCI.Y r.11a,Agaam - - � - - — — — _ — — _ a�' �.�.�- _ .. I tT_. _ irmE� n.,cm.s.,.eay.•fec3 . ,.._ __... - -- — . ,__ ! 00% ISSUED FOR BID -— -- -- • - ' -- - — -', r "107F-v -- -- I-. M CONIINVED mom evLow LEFT s - o a �• �I�l 126 TOE-2._r TRANSFORMER ® --- F �_- H - N 127 I L—�- € I = t 5 i M CR-•4 21 STOP 20- I I � T I 4 MOTOR HUTERM l 30 TOE-1 1 M RUN 1 CR 5 i1 1 8 ETht 1 34 COMMON ALARM OLX f O I RUN VALVE CLOSEO IN ReACTE VALVE FAIL I l0 Q0Lx_ I I_`__- 60 IZGO , M CR�3 CR-4 CR-2 CR-5 m I I 1' I CLK OVERLOAD aLARM TO f 2 --� - -� I y ' W it p7T I RTU M°C , 13 M I BOOSTER PUMP CONTROL ` s L o y r� I 5CI•iEMATfC t z OF v $ STOP. X00 C11- CR-6 CR-P-a OL 8.8.13,� FOR PUMP 1. i I 14-c..l.c M 77.26. P2 & PS 6D,60. I I 30Nln2 ME CONTROL & INSTRUMENTATION Cxft-, eR-s f WIRE/CONOUIT SCHEDULE 16 I _�OOx-I--7' �'-}I-�-- CS 2#14, 3/4"C Al I-1Pr#16 TSP, 3/4 C C2 4114, 3/4"C A2 2-lPr#16 TSP, 3/eC S ' I !N RDJOTS T C3 6014, 1"C A3 3-1Pr#16 TSP, 3/4"C oox o = I tr a 2R 6a I C4 8#14, Ile A4 4-•IPr;#16 TSP, ,"C & Q 05 10#14, , C AS $-1Pr#16 15P, 1'C 1STARTa REMOTE CG 12#14; 1-1/4"C A6 6-iPr#16 TSP, 1-1/44G 1 20 V to C7 14#14 1-1/4"C A7 7-1"16 TSP, 2"C 8 1 CS 16114 1-1/4'0 AS 8-1Pr#1S TSP. 2"0 STOP mom y!';}P CO 16114. 1-1/4'C A9 S-1Pr#16 TOP, 2'0 I 21 _ _ — 8 CI 20#14, 1--1/4`C A10 10-1P1¢16 75P, 2 C I I C11 22114, 1--1/2"C All 11-1Pr#T6 TSP, 2% c ( MOTOR ® MOTOR HIGH I CaO 60#14. 3-1/2'C S{I 1-CAT-�7q l"G x2 H1CH ircMP� TDE-2 4 C37 74#i4, 4"C 111 2-CAT-Se, 1--1/2"C T 93 3-CAT-be. 2'0 I I M4 4-CAT-5e, 2'C -N I I VALVE CLOSED 4R 4,6D � I CHECK I VALVE FAIR A ]1 PTT I CHECK VALVEI g I PTT MM 1 ---SPARE LOOP NO. DESCRIPTION - - =t •- I Its - PUMP P6 - PUMP P4 � � CS - unuri Pom RELY PMI N1_ •- PUMP P1 co FIELD W98HC RTU C18 i RTU-101-f I - PUMP P2 C8 - - PUMP P3 ce N1 - MCC POWER RELAY PMI -- GENERATOR PCW@R RELAY PM2 MI - EXISTING VAULT C M-101 - E]U.^+fTNG VAULT 0 FR•-102 '- Al _ � J - - E°STING DISCHARGE PRESSURE 71"$MOTER PIT At - IXHItV ISC SUCTION PRESSURE iRAN3M,ITF3t Pp' I Al - EXISTING VAULT A FIT Al - EXISNNG VAULT A FIT ^lI At 'ITJ - EXISTING VAULT 0 FIT --j At �'�� - E]i1SRNG VAULT B FIT At -- EXISTIIh(C VAULT A FLOAT SWITCH --"j C1 x$ J d EXISTING, VAULT 13 FLOAT SWATCH � 01 �-- I - EJ(CaFWG VAULT C FLOAT SWATCH 7� C1 - EXISTING VAULT D FLOAT SYII't'CR Z CtS ^ fJtSTING VAULT A VALVE • c3 - EXISTING VAULT A VALVE :VolA2 - EXISTING VAULT A VALVE C3 ptIS11NG VAULT BVALVE A2• :Vo l - LOW PRESSURE SWITCH ;. I C1 - - r. Ps (20 P51) 13 2 �(N0) CLOSES ON CROPPING I PRESSURE I 4. 70E l I 4 E CR-P � CR-`T RESET NIGH TEMP. ALARM I - - I, - I CR-Pt OR-P A I WIttF'/f:nNnuR' TART F N67F$� l 2 CR-P3 CR-P4 CR^PS {I 10 I RTU-102 1 C24 L_RTU-103. I I R U-104, � DTTU-los [ .[. K1U-SOb I 1 RIV-107 i R1G--SOS RTU-•1 p9 ---RRJ -110 I RTU-1,OA I RT11•-11 IA RTU-1t2 -_- I MU-1 13 [ RTU-•, I4 [ RTU-1 16 DTI1H-116 - R1U-116A RTU-1 17 RTU^117A - LRTU-118 I \:J I 1 PR v.14. LOW PRESSURE ALARM l A 1I LOCATED IN PLC (! ENCLOSURE 1 4 aI 1} NOT ALL POSSIBLE GOMBINgTiONS ARV: LW O. A DICE LOCATE= IN THE FIELD. /,I o 12 T0E-2 Y�22,1 1NCLUOE A SEPARATE GROUND WIRE IN E4CH • LOCATED AT PLC. T ~f e 2 5,2E CONDU,f RUN. PUMP PI PUMP P2 PUMP P3 PUMP P4 PUMP 9 60 t 1 I y # REPRESENTS PAIR OF YAR2: A CEIICE LOCATED AT TF1E LCP. CONTINUED ON ABOVE RIGHT EXAMPLE 010 . 20#14 WIRES r I TO SCHFSAATIC-1 TO SCHEMATIC-2 ON �; ^ %;sr H C# E]4iMPLE C20 - 40#14 WIRES T631A9NAL IN MCC. FOR FIFli, WIRING. gH EY 3 r ,` �1J ` - .,N C . CONTROL • CONNECTIdN 1N MCC �� Y. z APT+'i B W �°AI H PRESSURE SWITCH 5 , s" ses ;r 2) A,4ALOG CA8LE5 ARE INTF�16E0 TO RE r cn0 Gupta JR r4s3tx>aces, Ina INDIVIDUALLY 1NSULAWEO TWISTED SHIELDED ran+ter➢ �v - TM.rwsul Fw:rrzwsna PAIRS UNLESS OTHERWISE NOTED ON THE I 11egN•Slibn Na F.2343 DRAWING. 3 cj - _ —• — . 137.'40 sY A0 VERIFY SCALES �' -- - •-. X 2S - . MWN Ur FR COM GM IS ONE INCH aR �t oN1aRAt gaAwlla cul SHEEr CHXQ BI . LP ,� Smith �- .R� __ --� .--. _ - •..... . _ _ .-..,-- ,. No OAIE QRMfH CFIXO RE}SAT-0LS _JI'�RwEg 9Y�� DMtoo ISSIiE�'E'CEAQU Sr— —hrt WNh•77W6t Sw.Gao ni DATE „Q gW-L_2013 MALES XMRI)MLY 7'KPE PLzi•Rmivmbu, SCHEMATIC wa CITY OF FORT WORTH, TEXASra w>J7 t57Y-1 ' ' sllEErwr `• . EAST SIDE PUMP STATION ELECTRICAL SCHEMATICS - I ,00% ISSUED FOR BID -77 ITV I FROM CPT LAVA ALL Cf LFAOS - DN SHORTING TYPE m crs T"mLNAL DtACxS m rrs c") 1 I #�_-} 0l SaO1iSINGCYE�R1dINNS �1 G _ _ 912 Maki Htl MlbV. 94 R4 67 H7 64 FR rtl R9 GO H111 13 0 14 14 cs m 7 A GROUND FAULT CTr-�.—_--_ �HOFS g TT &��Ylvi vJsl CO , Wal �• �.1- - - - PAUSE nlw A MOW ■ "m C O m I 6i1tW A iwn ■ . I I AgLTAOE e1PAlfS I EM tw= tl97E1 ' {ifAA, N � KWOUT E12 C G1C - �IRpfATOR - al RTP SNUB L1 L2 - - - ^•-1 Al ROT _ Lf. 12 L.3 u eaatvsAnoR �1 rl9v caL cT1 - —� � M MUM -- SUPea iC19 fl t . L11 L12 A4 cxlwe4c= TSAY �{t u ROT RTD �2 421 l22 l23 - �3 riESf I I t 5f I 1.1 ----------------- ----------- - - - - -----. •-� AS wGr FRD CPI I NOVtA{IAL lI1 �T'PL CPi 2S00V/115V I NORMAL I GFT GF2 Cl— 02— C3 CO� A? wegacm — l 2 x�A X1 I AlJim mnxm C6WmN " Rl 1w 11 f AID HOT �� �4 tl lP e92 Is>• , 3 I I I I x10 SHORTING TYPE ATt HOr• F2 I j TERMINAL BLOCKS Alt CLlereM4M RID 15 Ri AuAIW I ! CTYP ON ALL Cr Aia Rm Rm w ES I aRcunS3 �,< M lJ LTI LI N TP1 I r ; 15 : J RID #9 Rs AF0911W 4 1 I y I1 ^ 1I �1 Px Hogwr ntwR j1 17 - ro L. I1��r—A ' , R4 Rim is r x—ce osEo I r x_� I w�1TI SR 46 9 F° ' L -_ J L---- ^• " w COWMWONJRTD WTOR MANAGEMENT RELAY RS �ocx r 07 ROr STNR 47 - N A B C E bb C WWF I HO 9e am Rrmur a; F PLUG • FLEXIIEST RD smVICE E9_ 6 _ r VA yg VC 124A514D01 1R tB iC YN ROT RTD $10 1S 1 osa ROT a q C` P• n 0 n Psl HOT IRTD 11 GND at2 wwtNymvi . @tS mo ItauRrl AlAT A2 A3 81 92 D3 64 s CaArasAliaf 1 MIL $ 1; Hill 454 H12 I DOOR IUOUN{iEG mO SUR= Rs — yy P17 EMWO R AF.S7AIQ FROO 1Afrt1. ILCJ�D/ pv 10 9i9 PSy6tr RR[7 FRPGPYWf9 PORT 010 i g CONTVIUB ON SHEET EYE G2 H1 2 01 09 HIS G6 H6 07 H7 S 118 mP Aum++rtA Pwur 9 S �C01B MULT1WN SR469. H72 TO UPS 92t /:SPCtP91f 9wut 4 F•+ --- --0023 MOTORSM DETAL I KAMUMENT RELAYYOt l P� omlreR E2 F1 G120 ray scR ♦iarx I BOOSTERPUMP CONTROL�I SCHEMATIC i TO cNa W■r'1■111 W7PIWrr A1Win I/P 141 I�1�I 1wAurm1"' 1�I--tz:�1z`. 1-1Foss �i!LS T U _ bTRIP .64e• ta DEVICE LOCATED IN THE FIELD. O OUTPIN WAY CONTACTS SHOWN- TO Rw # } 0 LOCATED AT PCC, CONTROL P.V'M APPUEO N.O. TRIPS, N,O. >' ALARIAS & FACTORY CONFIGURATIONS 1N UTM. A DEVICE LOCATED AT THE L.CP. TRIP: FAIL-SAFE ALARM: NON- AIL -SAFE AUX NON-PAIL S ■ TERMINAL IN MCC FOR FE1D WIRING. AU7C.2: FAIL --SAFE • CONNECRON IN MCC. �MULTION �469 RELAY TYPICAL MRING 2 7fNO SEQUENCE: CDNNfiCTlGN FOR GROUND a FAULT INPUT.SCHEMATIC ; 3� USE TWISTED PAIR WHEN USING THE 6 AMP • INPUT -TERMINALS 69 & H9 `� t 7g111 R y6 GAil I �$� ___ �g*may; j{•WN?Ili %ai3CSi 1%'i F G1,Pc1 bASSDCi0.tes, Inc. m R, `gam �esl�.o or - AD VERIFY SCALES T - -- CITY OF FORT WQRTH, TEXAS xxr l ' L% .". .SY r!Q OORR*N IS "WINI�M°X � h ELECTRICAL FAENAAE$ 657-Y-2 sReEr a9m sr LPHEET NO, q IF Ror 0RE ales nN I���T�..I:a.�P BAST 5117E PIMP STATION SCHEMATICS -11 --%9t9-S4JELT AF4115'(— 4 tG17) 771,]fi1C1 Q N9 OA1E ORIPN CHIm F�IIhB(S O ovoam. 201f SCALES AtCyl= GLY Y.t191rytna7v ---- - - - - ..._.T �� _ _ -- _ - TBPE CSo. Rroolo5an"a F�^47 - �-.••-••. �- IssuLO 007R BID' G�7 — Chi — — — — CONTINUED FROM SHEET EY ! SWNUED FROM BELOW LER7 {aNt1NUSD FROM BEItihY LEFT I I - .. Toe -I t I j I EN N.C. 2< RESET M% zs0-% 1 VALVE Zsc �a) E�IEROENCY I Z a z6 I 5D `e :T - - - - f _. �� CALL TO R-8min. (CLOSES AT 70 . 1 M5 CR-% CR-tD CR-8 SSTAR' OL I 1 S-6mfrt. 10OX OPEN I 2 - I �--. I A. M5 2,18 I I Tpg_2 TDe-2 VALVE TRAVEL FAIL I L O 24 �j.� - . - +tea A---�� I 1 51 VALVE OPEN t � VALVE - I R 1 4 I - � 2SCX CR-FM� TlkiEit i I iP�S1 RE PT7 I!I [-'-^` O 1 s.-Z00sec. lllr 1 26 - +• - - 3 4422 34.1 52 I —PUMP 4H g'a`�c�„�R 80asE6. I I I OR-2 5--lwame, s PTi r G 6 I TDE 3 Hr'v DISC".PRESSURE I �- I oIOE� �� a-- I ( IN I 1 d l . _'rl I 1vu • 1 � REM= o g �I l OOX - . I - - 1 74 I 32 34,43 I 54 -- - - PUMP D OFF . I [ CR-•3 I I i1D) is Dox I IOC �-I i �.�. 1 I 34 — CR'4 VALVE IuOPERATNT: I 1 I Y- A PA I I SB IdOTOR NEATER I STOP STOP lY I 1 COMMAND i2 �I XL J_ - x CR-T ALARM 3g I - - N q P I ' ZSO--10 ZsC-x �l 9 �J I ��� 1 I 58 5 W + 15TP I I TDE-4 38 •�- I r CR-9 44 4 JJJ sa i sRas9, , I I 15 MOTOR• P1f .f I-��®MOTE_4 Hl 7E�luP_ 1 I zso to Z50-x I o CR- p - IP i P— I 1 HIGH DISCN. , F LCOMMON it 1 1a FRO}d SCN-7JEY-1 I 142 PRE SURE ME-3 CR 1 I MOTOR VALVE VALVE OVER- n � MOTOR 70 1 RUN/ REMOTE FAIL OPEN VALVE LOAD 1 t MS RUNNING VALVE INOPERATNE STOP M% CR-T CR-8 Zsox Z= OLX MX MX i Is, - - MX a', I I FAILURE CR-4 70 / RTU START REMOTE I I I 40 START HIGH TEMP TO Aj.0 SPARE $ I 3 tldQ' I PF_- REMOTE 20, , 0II I1 VALVIE TRAVEL PAL�V II - - - "' --- - -- -• - •-• �.. - - .- _ _ - ,-,�,7IIIj 45 TOE-2 - f SV-1 NORMALMx STP + I BGDSTER PUMP CONTROL ' (TYP. OF 2) SY--2 SOL, +I uULT1UN VEFER' jj FOR PUMP P4 TO SHM EY 2 VALVE k do Ps 23 ZSA OPEN TOR46 i 1 (CLOSES AT 1011 10 --` I ® DEVICE LOCATED IN THE FIELD. .1 * CONTINUED ON A0VE ROcRr # OPEN) O TIMER SHILL. BE SET TO OWID PAST THE F �' . 25C ® mom MOMENTARY JOY LIRlR-SktfCN. LOCATED AT F'LC/RTU. H _ 48 _V (ES AT _ 70 � A OWCE LOCATED At THE LCP. N •L C 1DOR CL05) i ■ TERM NAL IN MCC FOR FIOD WIRING. a m f 49 Vl4LVEC OSE - • CONNEC11ON IN MCC. 1 P�. ! -- _� y 1 - CONTINUED ON ABOVE RIGHTGAI .1, 5 ' Gupta & Amcimes.Inc. n"`A n�iN FI 19s a ta+p+a+hY•rv�•re "nt�.•.00�en � �� II1,l, ll Reg`stratlMNo.F2S9a .n.ia.•xea...v+.tw� ,N;: 3 E S X%NED by VERIFY STALES �' --' • - — -._ - % By EA a' AR is O WCK °N Com- CITY OF FORT'WORTH, TM-9 PNDrEcr No --- --- - Smith h EAST SIDE PUMP STATION ELECTRICAL SHMTTN, o cOCTDBETI m ^•�+�`- -'RLy----'-- � MPppuE� gy VAC(; IF ND7 ONE INp{ 6V s�aoTrragcnaelansa�r�sl.a» .-•A _ 57-FY-3 N a uo °A DavnR eN7gl >:aRuacs i111s-saE rw�usr -T + nr 6�a ' _'- _ SCHEMATICS • III , . 2013 SCA1E4 ACCD�IN(rLY # >)u7arr7 - ... ...... C�J 7-- -.. -, _ 76►EF ApiNntien N.. raaa _— _ 100"/01SSUEp FORBID l{ 1 \1 I T I 77 I \mil r YELLOW �1 SINE TY E AND SI6 SS NESNE FINISHED ANCHOR UOLTS _ GRADE SLSO1/8L CHANNEL. f '$ I ALL CUT WOES TO z - • BC BLED WDOTN WITH SE4LAHT INSIDE rr c AND OUT ROUGNFN ALL *NT ■y' L SURFACES AND APPLY }� LONCRETE R1p�1R EPDXY BONGING dT 1TS14rFr2O E 6" 70P��GROUNO kltiE ENCASEMENf�} \. AGENT r I TiE1NFOR r IESE ..; - ;. � +. ems' •;• t•••• CONDviT AS \ j LTj "::4 .n= :''..�"'ice'-QDNCREIE SCHEDULED - COUPLING • I .F==•, " - 'i ENCASFIAFNT 1 4 5 _ — 1 N• ' PLASOC DUCT k i SPACERS AT 5 -i'�� s I kk :•, ?�! { FL INTERVALS 6" MIN. � 10 P7 MOTH OF PVC 6 F'i: i `'i:y• { CONDUIT AS 1NTET! R ALUMINUM t;! INDICATED ON j5 1D ';r'r5 t.r- :fi:,'_Sri:�:�iti { PLALNS ANO IN APPLY SEAL OP �'' •I. 1i 5" TOA : , , . SPECS. CAULK TO BOTT M BEFORE POUR PRE-MOLOFD JOINT - � ND.. FILUER ALL AROUND C'(TYP.) 1 T 0 2'(TYP.) . - UNDISTURSW EARTH: \-'aimMm EQUPME�R /3 A r aaT 7Yp PROVIDE WELL COMPbI;T£D WAT$RTITIG14T DUCT PENETRATION BELOW ENCLOSURE AS SPECIFIED FILL_ IN AREAS WHICH NAVE GRAll 57RUCfURES A -rum � luAN (A PL BEEN UNDERCUTEUNES OR FILL.) MANHOLES 00 HANOHOL.ES I DETAIL 8 Q7 PROVIDE MIN. 3 INCHES CONCRETE COVER OVER NTS c AND UNDER REWPORCENFNT CAGE AND B �f INCHES ON EACH SIDS- € SEL= FILL TO A MINIMUM OF 2 FT. ABOVE DUCT BANK. COMPACT ALL RAOKRLL IN 8 IN. E E L1PTS TO 90 PERCENT OF STANDARD PROCTOR (ASTER D 698) DENSITY, UNLESS UNDER EXISTING OR PROP050 PAVEMENT. OTHER UNDERGROUND U1111LLES, OR STRUCTURES. V DUCT BANK IS E9 UNDER EXISTING OR PROPOSED PAVE 4EK OTHER UNDERGROUND UTILMES, OR - STRUCTURES, COMPACT ALL WuCXnLL IN 6 IN. i 4 95 PERCENT OF STANDARD PROCTOR M DENSITY.UFTS .a o REFER TO SPEC $F. oR 1E1B00 FOR AODIEIONAL Jd REQUIRErAEM d REFER TO CONCRETE SPECS (03OWS) FOR MIX DESIGN. - � 4D RED DYE TO BE MpC3] IN CDNCR$TE BirFE1RI: PLACEMENT, n REINFORCED CONCRETE CAST IRON MONUMENT CASE WITH ENCASED CONDUIT DUCTBANK FORM SQUARE COVER NEENA4 CAT. NO. a ALL AROUND R-1978-B GR EQUAL PROVIDE IF DE AJL - rIDENTIFICATION TAG AS SKOWN Ins '" ,-FlNtSRM GRADE 12, CONCRETE ALL AROUND r FINtSN GRADE EKMERMIC WELD o E •� 3/4%1O'�' COPPER -GIRD \s/ GROUND WIRE $ - y GROUND ROD CONTINUOUS BARB GRAVEL FILL COPPER GROUND K CABLE, SIZE: AS COPPER WIRE RE GROUND ROD INDICATED ON PLANS a r-'J/4iC1D'-O" • 2 i o v COPPEdt CLAD EXOTHERMIC GROUND ROD WELD (TYP) - • • A INCH SQUARE ENORE r IDENTIFICATION W. DR _ TAP COVER AND FASM 2 S GROUND E SS STM SCRE bSS c. a GROUND BUS CONNECTION TO GROUND ROD GROUND BUS CONNECTION Cl -3 0DETAIL CTIOiV GDETAILao AND WELL F[f9 • NTS - GAI Gupn & Associates, Inc �� sa+�+awes'necnnr r�rn-ssn-mr Fwfrsno-nv i Remtyrtlpn Ma F•x593 .---. P.,•Ja,e.ar.,... t ;e- `a # ^�i1GNrD HY AD VFJIIFY SCALES CDMI �zp uRFSYN DY IM BM LS ONE INCH ON afaceuL Dra�wlt+a th sI€s r crow ar U,. _ VKG IF NOT ONE NCH ON lwl)-d"w-rve165W = ..�..Fo�vral�rxab4p iSip�sJJdE-AADDIWUOSLsYa N Yirk'7 DM ICHKO R£AuL4 OAyE'OCTOBER. 2013 .. — i _ » QI CONTRACTOR SHALL BE RESPONSIBLE. FOR PROVIDING THE CORRECT S2E ANCHOR BOLTS BASED ON LOAD IECTRICAL EQUIPMENT MOUNTING DETAIL NTS FILL OPENING WITH FIRE RETARDANT SEHJNG COMPOUND INDOORS OR NON -SHRINK CEME}TT010U3 GROUT PITCH AWAY FROM CONpURB�^ 1�CONCAVE SLAB-, PVC COATED CONDUITS PVC COATED 0 COUPLING MR) r-FTNISHED FLOOR CONc TE JOINT PERIMETER pVCASEMENT ROUGHEN ALL OUCBANK GROUND \\\ SURFACES AN WIRE (WHERE REQ'D.) EPDXY BONCII AGENT IUMEDI $" L PRIOR TO PO' I ' `.� �-5EALRNT ARC' COND SCHEDULED ED �JQINi PL72ME SCHEDULED '� END BELL ' REBARS (T;CAfLEJ7 BONO ALL TO GROUND ROD CONDUIT W9• BARE COPPER WATERTTGKT DUCT PPNETRAY ON SIFLOW GROUND MANHOLES OR HA OHOLES' DETAIL . NTS PVC COATED ALUMINUM CONDUIT \--MW -C1,tT EXISTING ANO COUPLING (TRANSMON STRUCTURES I' WO SURFACE TO OUTDOOR LOCATIONS) AND BREAK OUT CCNCREn. LEAVING REBARS INTACT CONDUIT SEALS AS REQUIRED EXISTING CONCRETE SLA9-WET LOCATIONS - WIATEFi71GHT CONDUIT PENETRATION DETAIL NTs CONDUIT--,L -ft' ALUMINUM CONCRETE SLOPED AWAY EXPANSION I ,"FROM BLDG. I" CHAMFER FITTING 1 1- :*• � � //// ALL AROUND PVC COATED �~�~•',` ALUMINUM I 1 J 11ER TO APPLIWLE WALL PENETRATION 06iA1L5. THIS SHEET EXISTING/NEW FOOTING OR FCUKDATIGN— PVC COATEO NOTES: A 2" IiOTIi OO ADAPTERS (H SEAL ALL CONWM ENI NO ENCLOSURES WITH REMOVABLE SILICON CAULK, ALLOW MINIMUM OF 12- OF WARES SLACK IN JUNCNON BOX TO ACCOMMODATE EXPANSION JOINT. Q3 APPLY RUBBER ELECTRICAL TAPE TO ALL EXPOSED METAL CONOUIT OR CONDUIT' READS L7TEND TAP MINIMUM iN ENCASEMENT AS INDICATEQ ON PLAINS 7F:7--r 7 1NOTE� E' DIRECTIONS BEYOND EXODSM CONDUIT. _ �T TH£ FIRST FITTING PAST ANY FINISH d THE FIRST FITTING PAST ANY FINISH SURFACE 1M SURFACE SHALL. BE A MIN. of 3" SHALL BE A MIN. OF 3" AWIE THAT RMSN ABOVE THAT FINLSN SURFACE SURFACE'�`�' »�}► CITY OF FORT WORTH, TEXAS EAST SIDE PUMP STATION ABOVE GRADE CONDUIT TERMINATION R. QSFiF i DETAIL �'�'S309rYs NTS - wx Nme 07• EZ-0I ELECTRICAL STANDARD DETAILS - i _� '100% ISSUEO FOR RIG I V7 t- . w CONCRETE OR - 5 CIA. ) A. MIN MASONRY WALL, ADHESIVE TYPE AND 315 53 ANCHOR BOLTS ALL Wr MGM TO Be FItW SL400TH P3 3 CONDUIT AS SPECIRE0 % 316 SS' HARDWARE 5 CLAMP {SIZE AS REQUIRED) GoNiRACiOR'k!L BE MI66NS8-E FOR PROVIDING THE CORRECT SJU ANCHOR BOLTS BASED ON kDAO. FOR SINGLE C014OU93 2 - AND LARGER. USE $1.0= CHANNEL AND ADHESIVE ANCHORS AS SHOWN. FOR SINGLE COMMITS 1-1/2' AND SM&LIER, SLOTTED CHANNEL MAY Or; OMITTED AND USE: [IF NON -ADHESIVE ANCHORS ARE PERRITM. CEILING OR WALL - SINGLE 'EXPOSED Callourr INSTALLATION cr DE-rAIL Z INTERIOR EXTERIOR OPENING IN SOCK OR CMU SHALL.HAVE EDGES AS SMOOTH AND STRAdCHT AS POSSIBLE WATERTIGHT SEAL AS SPECIFIED WrrH 316SS WALL COLLAR SIBSS MROWARE --CONDUIT 3i6 SS E WITH SLEEVE Willi% --GROUT OR SLEEVE IN IATER L [IMMETERR"AdpS RSEO PLACE IN A NEAT AND UIRED REQUIRED WOVI(MLIKE MAMER BY -SEAL MANUFACTUIER WITH SMOOTH SURFACES CORCFALED CONDUIT INSTALLATION DMIOR BLOCK FOR CONDUIT PENEEM-nONS J DETAIL HTS < GAN far. I a R&&ttj!kA No F-25n 'Dlk MIN ADHESIVE (n rX, AND 316 SS ANCHOR DOLTS ICA-: W/-ALUMINUM C*9 111 THREAD ROD] MY ­316 SS FASTEMNO HARDWARE 3116 SS NU WAM49RM S 315 Ss wum,c SLOTTED CHANNEL molts EE RESPONSIBLE FOR PROVIDING THE CC60N;TZ WI LL BOLTS ERASED ON LOAD. TRAPEZE TRAY SUPPORT DErAIL FLANGED TYPE i CAULK ALL AROUND WITH SEALING BUSHINGSEALANT PRIOR M AS SPECIFIED INSTALLING BUSHING CONDUrr FILL VOID YM oF -CHASE FOAM' AFTER INSTALLATION CONCRETE 4\--CORE DRILLED HOLE OR FOUNDATION EXISTING STRUMRES ABOVE GRADE WATERTIGHT CONDUIT PENETRATION CIETAIL NTS PM COATED - ALUMINUM GROUT DRILLED CONCRETE WALL xOtz OR FOUNDATION 7-\ 4,- EXISTINO STRUCTURE ABOVE GRADE WATMIDGHT CONDUIT PENETRATION DETAIL Iffs — . w I w I w r ni SS PLATE VP. OF 8 EMH-M ELECTRICAL W-0 =w ct \-1-CGPOLYMER COATED PLAN STM L"N(; EM AND FIRD REMMABLE MANHOLE TOP ='YVANCHOR SECTION—_(� E26I TO FRAME 3/4* CHAMFER ffm (8 REQUIRED) T 0MANHOLE COVER SHALL BE ALUMINUM. AND -SHALL BE jJ 0 IJ V STAMPED ELECTRICAL AS REQUIRED BY CONTRACTOR. 7@ IQALL CONDUITS SMALL 7ERMINATED E IN MANLE WffH SELL ENDS D ANCBEENITER ON THENTER=Ho /-2"\ WAU� 03/4-0 X 10--0- COPPER CLAD STEEL OMNO ROD. G)PROVIDE PULLING F04 AS SPECIFIED. or .0 mpwnNNM COPPER CONDUCTOR , Mo. 5000 PM �Dummu:s SHALL uE EQUIPPED wrrH jz' 05PRESS70N. (j>MANHOLIZ EXTENSIONS SHALL BE USED WHENEVER fir. 8 BOX IS BELOW EXERTING GRADE ANCHORS SHALL BE 316 SS OR FIBERGLASS AS M WATER SPECIPI 7' QMANHOLE: SHALL 13E 12- ABOVE GRADE WHEN LOCATED IN GSIW AREAS, CONTRACTOR SHALL PROMEF- A TZ' MOW STRIP 5' TALL AROUND MANHOL I&MOUMNO RACKS $HALL BE AS SPECIFIED. 411 RWER TO SPECIFICATION 16WO 'UNDERGROUND SECTION =W FOR ADDITIONAL INFORMATION NTS (NOh-ROADWAY) IELECTRICAL MANHOLE (EMH) DFTAIL, _0 NTS uc%wa tK AD VMFY SCALESCITY OF FORT WORTH, TEXAS TIAR 55 ONE In , offlOW4 emma SmLpth EAST SIDE PUMP STATION WFROM ErY VXG IF NOT ONE RICH ON 14(IS-S$4rZ7;-AbIIJST— OMEIER. 2013 S".M 900RDWOLY TO I I, I'llz NAME 657-M-Dz ELr=CTRIL;AL STANDARD DETAILS —.11 1000/6 ISSUED FOR BID 4 APPENDIX COMO PS GEOTECHNICAL MEMORANDUM Station 4. Como Pump Station Generator and Electrical Building a mr, July 21, 2022 Attachment A contains Boring Location Maps and Logs of Borings presented in Attachment B. 3.00 LABORATORY TESTING Representative samples of the soils and rock were selected for testing in the laboratory. Beyond Engineering and Testing provided the laboratory testing. Sol] classification tests and unconfined compressive strength tests have been performed. The results of the laboratory tests are presented upon the logs of borings as well as a summary sheet and individual test data sheets provided in Attachment C of this memorandum. 4,00 SUBSURFACE CONDITIONS 4.01 GEOLOGY The Como PS is underlain by the Duck Creek Formation (Kdc) according to the Geologic Atlas of Texas. Borings encountered residual soil associated with the Duck Creek formation down to 12Y2 feet, underlain by highly weathered to weathered yellow -brown limestone, and slightly weathered to unweathered gray limestone which continued to the termination depths of the borings at 25 feet. For the two borings, the strata can be described as shown in Table 1. Table 1. Subsurface Strata Fat Clay with Sand, dark brown, FILL Ground surface to 7 to 8-foot depth 2 Sandy Lean Clay and Gravelly Lean Clay, 7 or 8 ft to 12.5 ft yellow -brown, transitions to Gravel with Clay 3 Limestone, highly weathered to weathered, 12.5 ft to 22.5 or 23 ft yellow -brown 4 Limestone, weathered to unweathered, gray 22.5 or 23 ft to 25-ft termination depth Stratum 1 is fat clay that is plastic and will shrink or swell with change in moisture content. The field geologist classified Stratum 1 as fill. Stratum 2 is lean clay and gravelly lean clay. This soil stratum varies in plasticity between PI = 27 to 14 as tested with soil samples from each boring. Pi Station 4. Como Pump Station Generator and Electrical Building M'11 July 21, 2022 Stratum 3 is the Duck Creek limestone. This stratum is highly weathered to weathered and softer and more variable than the underlying Stratum 4. Stratum 4 gray limestone is the unweathered primary limestone. 4.02 GROUNDWATER Shallow groundwater was not encountered by the two borings at the time of drilling. 4.03 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. An estimate of the potential expansive soil movement was using the potential Vertical Rise (PVR) Method 124-E published by TxDOT, laboratory index tests, engineering judgment, and experience. Based on this information, the estimated soil movement, or PVR, is approximately 2'/2. inches for a full seasonal moisture cycle (dry to wet or wet to dry). Recognize that the calculated PVR is not an exact determination of movement and is only an indication of the potential niuvement due to expansive soil and seasonal moisture fluctuations. Actual movements may be significantly larger than estimated due to inadequate site grading, poor drainage, ponding surface water, and/or leaks in utility lines. Significant changes to existing site grades can also alter actual PVR movements. To limit the PVR to about 1 inch, approximately 4 feet of overburden soils would need to be removed and replaced with non -expansive fill. 5.00 ANALYSIS 5.01 FOUNDATIONS The finished floor elevations of the generator pad and electrical building will be near or slightly above the existing site grades. Both the generator pad and the electrical building can be slab -on -grade foundation systems. The foundations should be designed to withstand a potential differential movement of about 2% inches or a portion of the expansive clay soils can be removed and replaced to reduce the shrink -swell potential. To reduce the calculated PVR to about 1 inch, 4 feet of overburden clay soils should be removed and replaced with non -expansive select fill. Non -expansive, compacted select fill can then be placed within the building area and about 3 to 5 feet beyond the hi0ding lines. The floor system will then be supported upon the select fill, Electrical duct banks will be required and constructed beneath the slabs -on -grade. Duct banks are commonly supported about 3 feet below the finished floor elevations. Placing 4 feet of select fill beneath the slab will result 3 Station 4. Como Pump Station Generator and Eiectrical Building i July 21, 2022 in the duct banks being within the select fill therefore a relatively uniform support within similar material (the select fill) for the duct banks and the slab -on -grade system will be provided. Grade beams will be supported within the compacted select fill. The grade beams should be uniformly supported; that is, do not support a portion of the grade beam in select fill and part in in -situ clay. Grade beams supported within the select fill can be sized using a net allowable unit foundation load of 2,500 psf, including a minimum factor of safety of 3, when the beams are supported at least 2 feet into the compacted, non -expansive select fill. The non -expansive select fill can consist of crushed limestone base material, or non -expansive select fill soil as summarized below; ® Crushed Limestone Base Material -- TxDOT Item 247, Flexible Base, Grade 1-2, Type A. Compact in maximum lifts of 6 inches to 95% or greater of maximum dry density at a moisture content of -2 to +1% of optimum moisture when compared to Standard Proctor, ASTM D698 Or, Modified FNI Class 4 Earth Fill. Soils which are classified as SP, 5M, SC, CL or dual classifications thereof, which have a liquid limit less than or equal to 35, a plasticity index of a minimum of 8 and a maximum of 15, maximum passing No. 200-mesh sieve of 70%, which are free of organic materials. Compact in maximum lifts of 6 inches to 95% or greater maximum dry density at a moisture content of -2 to +3% of optimum moisture when compared to Standard Proctor, ASTM D698. it is recommended that material replacement be used to support an at -grade foundation. For the Como site, there are two benefits to material replacement. One is that our field geologist interpreted the upper 7 to 8 feet of fat clay at the site to be fill and replacing 4 or more feet will help to confirm the fill is uniform and compacted, which the care borings have indicated. Secondly, material replacement will help to reduce the potential expansive soil movement. Therefore, it is recommended that material replacement be used at the Como pump station site. Where the select fill extends outside the building footprint, the surface should be capped with 18 inches or more of low permeable clay and sloped away from the structures to prevent water from entering the select fill pad and creating a "bath -tub effect" beneath the structure. The onsite soils can be used for this clay cap. Excavations made for material replacement must not undermine existing utilities and structures. Excavation plans including the need for support systems to protect the existing site facilities should be considered prior to beginning site excavations. The Coma Pump Station site has limestone at about 121/2 feet below presently existing grade. This limestone can be a stratum to support a drilled shaft foundation. The use of drilled shafts has not been discussed further within this GM. If design indicates drilled shafts may be used, design recommendations can be provided. 4 Station 4. Como Pump Station Generator and Electrical Building July 21, 2022 5.02 DUCT BANKS F R E. ESS ENO I% Iutc AE Several duct banks will be constructed underlying the electrical building. Generally, these duct banks are ground supported about 3 feet below finished floor elevation. By providing a 4-foot thick or greater building pad, at least 1-foot of non -expansive select fill will support the duct banks. 5.03 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures since ground supported floor systems will be used. if water is permitted to pond or be trapped next to or below the structures, excessive soil movements (heave) can occur. Ponding water can result in soil movements exceeding those previously given. 5.04 SEISMIC CLASS The Como Pump Station is classified as Site Class C in accordance with Chapter 20 of ASCE 7. 6.00 PAVEMENT A concrete driveway or access road will be constructed to provide access to the generator and electrical building. It is recommended that the concrete pavement be placed upon 6 inches of crushed limestone base material which will provide a non -pumping subbase for the concrete pavement. The site is a clay soil site and lime can be used to treat the clays to form the non -pumping subbase. It has been our experience that for small paving areas, lime treatment can increase construction time and requires specialty equipment for mixing. Therefore, the crushed limestone base material may be the preferred approach to constructing the non -pumping subbase. If lime treatment is to be considered, application rates and compaction requirements can be provided. Site grading may require some minor grade adjustments. If fill is required, it should be compacted using the compaction recommendations for Class 4 Earth Fill previously given. Additionally, the soil subgrade beneath the subbase material should also be compacted like the Class 4 Earth Fill. The crushed limestone (non -pumping subbase) should be TxDOT Item 247, Grade 1-2, Type A, compacted to 95 to 100 percent of Modified Proctor (ASTM D1557) density at a moisture content of -2 to +2 percent of optimum. The supporting subgrade should be 6 inches of soil compacted to 95 percent or greater of Standard Proctor (ASTM D698) density at a moisture content of -2 to +3 percent of optimum. A minimum section of concrete of 6 inches forthe pavement is recommended. If heavy truck loads or equipment will be using this drive section for construction or servicing the generator or electrical building, the pavement section should be increased. 5 Station 4. Como Pump Station Generator and Electrical Building - M # July 21, 2022 7.00 EARTHWORK General fill should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken, and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Rocks greater than four (4) inches in diameter should not be incorporated within the fill material. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 598. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content should range between two percentage points below optimum moisture to three percentage points above optimum (-2 to +3). Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of two tests per lift should be required. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations, 8.00 LIMITATIONS This Geotechnical Memorandum was prepared specifically for use by the City of Fort Worth and Freese and Nichols forthe Como Pump Station Electrical Building and Generator Pad project and shall not be used for other projects or purposes, This memorandum has been prepared in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc. makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The borings in this Geotechnical Memorandum contain information related to the types of soil and rock encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those E FREESE Station 4. Como Pump Station Generator and Electrical Building r i July 21, 2022 depth intervals between the actual samples taken. It is not warranted that these logs are representative of subsurface conditions at other locations and times. ATTACHMENTS A -Vicinity Map, Boring Location Maps-3 pages B-Logs of Borings- B-2203, B-2204 Boring Log Legend- 4 pages C- Laboratory Results, Unconfined Compression Results -9 pages 7 Station 4. Coma Pump Station Generator and Electrical Building July 21, 2022 GWIF."We 1z I—NO VICINITY MAP, BORING LOCATION MAPS-3 PAGES FREESE Y C Clifford Sk �7FF' F:Pr�P ,,��nn� 5}''--- [�53Ck1CbRi.L]F g'. . r. IrNa+� c. iL ;l ., V White efilC%vkaI � 7 y. Fri,{ ' z E TW R"iH VIL,L,A(.;E L � J. • i e]Ir _ �+ I� C 4 m rn L: rn r— AP`` +`'�r ' aTC'i Fiii. fi�rL.y 4ti'r-, Q. 13yers Ave vi ? F'1�1 ,r .4hy 1i � 4. r, E s7 —' _,lf�! 71#rrfprr'�jr pv"l ve EI: rJ4iIjJL} riUe! a F', drsdlin4 AYeC? - B:1 r;lkiwi L Av, 4F ] Cn. (�rllf-•1n� V - h}-----�msE'f9 AV6 . 'fiESL �.4Y'}0 r p Ln�kE) Ave �F ` di C ; I:: orl Avg am, �.. r � ,r. �.- � �� � n It �P40"Den At• 4 g "% !r ra < y# a ` 80 -Lao je VV Project Lacaticn 'Wu Or Cyr Ru73y f-- ca' � m o, r� � � .377 FORT '(:�Y�riii � 4 n 1 T � .a 4 � IL hapi Rd Zr 4 q Y ' 6 0 rs 118n0 ft I o r&r IFrnity RIYP' c+ 9F.11aise i]l +�yhllli Rua •, um4lef u :, 1 iClli7�4vc TreeTra * rdr •+ri C4$ - '1''Syclm 8, �� Y 377 rye _y Hi1i1DP kit � 4 m r. r=,,. ++ lBfVlni7 Trl V 3fifiy a 4 ' lsc�eryrl :m fJ+J+Oat � � r ry { syl Lo S l oo�s'62 BENBROOK 'I rr RPFI�� 4{I q O erini7 RIdS}U $iVfl Q{*d� MCP i311[fLldl} �{CI Cl ivy T , ava,rn iL, C'> �. i...il Li;'wV/. a 4,aaa 8,aaa i+ ol�l�l Dr 4V ��� _ F17, Feet TY I'll DarraDr FN 3ON NO FREESE N City of Fort Worth MEFnN21a73w'wW1C"ULb - Como, P.S. Backup Generators WE�a� ._ —. — 0A7e coMo_vlc 513i/2022 801 Cherry 51. 5uile 2608 9CAlE _ F rtworlh, Tx 791:50.0D0182�8808 oEslfiNso P1—a-(817]735.7388 S Vicinity Map MIko Sbineu FIGURE DRAHED Z. Crossley L if.l. aa. . • # Kipp hir 1 11:. •. 1! 1 G• � i sir - k i, { 4 •fir ! �� _ - ���� 4 •� ���� # � # dFnal ,a 2M1 r # Air J6Jirlk ao- ! p V P4 Sz.203 6 ` ar•1 y � s4r lily ore Ava # Y Nk "A4 d , ORA 0 250 500 Feet r �.= .. .I ' - �> ,. �„ n:,:. ^- — FREE@E AI 1\i FN.o9 no City of Fort Worth FLLE �'��'� , COMOBLM NICHOLS Como, P.S. Backup Generators 6ATE _ 2 WE �53-izozz LALE E 601 Cherry St. Suite 2000 Furl.-(S,) T67300800 Phone - ih, 1 161 2 -8 S oESlcpeo Boning Location Map 1:2.500 Mike Shiflett FIGURE onne.£e Z. Crassley ONE 1 0 OHE — Fv 1 LIBBEY_AVENUE 80' WJDE PUBLIC RIGHT-OF-WAY !Ps urv. r u n O � 7213-- -- o n 0 / 0 596I1leeEY RVE n VOE}Oni SV[IHnI VOLUME ie99, PAGf ail D tar I R mnu ago w, rRav,. ! RiRM6EA E Nluxcznx"zwan 5NTT& _fi n 4sY UDE5 CINV4 A9L7PE34 Irvsraoa7'+xuwz ee.rx.Y. B n yY f ..r. CC] �""iliu 4 ![ B-2204 x SrE,n.�L aT fuM1R �!•.. [' Lg•� � �I ,� � n�ilwura,.[ wmin-i}i�� _ rr aNd(l, x - G,pc vJ.Su�"'llcsln �nnas S 4� ICONTROL POINTI / �� Y ., v,Y, B-2203 \ T-2 �- womrv,Yl, / = If' i "1111 L v'°rran Ib^ m ii �*aaw (xV) 'rr°o�.-:,i.0 rnur. rm J � uureu�I I] 1 LI to Y,� eomw.x® olmux'iaw~s[nixs 71 U I� BLACKMORf AVENUE d — r,vl�.,r.•. — ` — —_ 80' WIDE PUBLIC RIGHT-DF-WAY 4 n I_U E, A I CONTROL POINT TABLE m m I POINT NORTHING EASTING ELEVATION DESCRIPTION T-1 6946720.80 23031.03.45 126,67 T-1 1/2" RANDOM t c n I T-2 6946644.90 2302835.54 727.49 T-2 112" RANDOM �s I ti 3m wz� =v �E� FYW21473 Plat Pn :e: 6/3/2U224:57 PM Plot By: OS )44 FllenamE:IN:`WYU�Drawings\RW214736ackup GeneratorslCOMO1C�ALL-PL�CTRLdwg BENCHMARKTABLE POINTNO,NORTHNG FASTING ELEVATION NO.1 6946569.16 2303204.44 724.32 ti I CONTROL POINTI T-1 } I wo to LLI `a <I� Lu -j o ru Boring Location Map I a:j OJ CPN 103410 REVISIONS ND, A DESCAIPFION DATE t Q 2 3 Q CONSTRUCTION NOTES NOTE: 1. CONTRACTOR SHALL PROTECTALL EXISTING TREES, FENCES, RETAINING WALL5 AND STRUCTURES UNLESS OTHERWISE NOTED. Z THE CONTRACTOR SHALL CONTACTTHE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING ATEACH LOCATION: AT&T (917) 338-67M2 FORT WURTH WATER DEPT.-FIELD OPERATIONS (817) 392-8296 FORT W ORTH T&P W (817) 392-&200 ATMOS ENERGY (469) 289-7613 ONCOR ELECTRIC (817] 215-6688 TIME WARNER (214)320.7406 CHARTER COMM. (817) 298-3632 ALLOTHER FACILITIES 1-800-DIG TESS 3. CONTRACTOR SHALLPROTECT ALL EXISTING WATER SERVICES, WHETHEROR NOT THEY ARE INDICATED ON THE PLANS. 4• CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHETHER OR NOT THEY ARE INDICATED ON THE PLANS, 5. PROTECT EXISTING MAILBOXES. NOT HUR CONSTRUCTION THIS DUCUMEW IS HEREASEU FUR7HE PURPOSE OFINTERIM REVIEW UNDFRTME AUT[IORNYOF: CHARIFSN. ERVAN P.E. TEXRSNO:118847 ONPATE:501ZO22 H 6 NOTYO BE USED FOR CONSTRUCTION, 6109ING OR PERMIT PURPOSES. Freese and Nkhnls- IM. Tewe Rt8I,te dET& w4aSFRmF-1144 FREESE mICH®LS 801 Cherry Street, Suite 2800 Fort Worth, Texas 16102 Phone - (917) 735-7300 Web - W W W.FrBP52-COffl HORIZONTAL & VERTICAL CONTROL BENCHMARK r- NO. 1 N 6946569.18 0 E 2303204.44 CITY PROJECT Y CPN 103410 � ELEV 724.32 All MAP5COk NR En m m Cn CI'CY OI~ FORT WOIZFH, TEXAS Z WATER DEPARTMENT W a TOUR STATIONS 2 BACKUP GENERATORS TCEQ EMERGENCY PREP AND SR3 SUPPORT (� 0E CIVIL fit STATION 4 - COMO PUMP STATION W EXISTING SITE PLAN AND CONTROL POINTS a _ 60°/D SUBMITTAL DESIGNED: OL I SCALE:FULLSI GATE: I SI IEET U 2021 DRAWN: AL ASNOTED APRIL C-13 E-I Station 4, Como Pump Station Generator and Electrical Building July 21, 2022 ATTACHMENT B LOG OF BORINGS B-2203, B-2204-2 PAGES BORING LOG LEGEND-2 PAGES FREESE 9041"M IVICHOLS rIFIRIEIESE LOG OF BORING NO. B-2203 NICH®LS Project ❑escription: Backup Generator Como PS Project Location: Fort Worth, TX Project No.: FTW21473 !late Drilling Started: 5/26/2022 Phase No.: *** Logged By: D, Rohmer Drilling Co.: Total Depth Date Drilling Completed: 5/26/2022 Rig Type: CM 55 Hammer Type: Automatic Drill Method: CFA Latitude: 32,720086 Longitude:-97.412162 Elevation: 727.0 ft. SAMPLE 7 LLi W J y x Z ' J Z ZR w MATERIAL DESCRIPTION O� � c F a- z n u oWd a o _�a z wa e w u�10 ua FAT CLAY with SAND, dark brown, hard, 4.5+ (P) 33 moist, trace fine-grained sandstone gravel, rounded (Fill) - u-2 4.5+ (P) 33 5— u-3 4.5+ (P) 33 - U-4 U -5 10 15 TCp 50/3" 5o/2.5" 20 T f 50/0,50" A-6 25 50/2" r. cps 50/0.50" 4.5+ (P) 33 GRAVELLY LEAN CLAY to GRAVEL with 71720.0 CLAY, brown to yellow -brawn, hard, moist, few fine-grained limestone gravel, 4.5+(P) 33 j subrounded LIMESTONE, yellow -brown, soft to hard, 12.5/714.5 highly weathered to weathered LIMESTONE, gray, hard, slightly weathered to unweathered Total boring depth 25.0 ft, 23/704.0 16 113 81 59 23 36 14,7 5.6 - 11 120 41 41 14 27 1.6 5.1 - - 717 — 712 — 707 702 GROUND WATER QIiSRVA7IQIYS Remarks: Boring adVanrad with contlrrum;s flight augers and Shelby tube MEASUREMENT V At Titne Qi'Drillifla I Al End of Drilling 7 Aber Drilling samplers. Dry at completion. Boring backfilled, DATE "'Estimated. Boring outside of topo survey area. DEPTH (ft. bgs.) f NOTES None The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 r —1 FREESE KFAICHOLS Project Description: Backup Generator Como PS Project Location: Fort Worth, TX Date Drilling Started: 5/26/2022 Logged By: D. Rohmer Rig Type: CM 55 Latitude: 32,720239 SAMPLE UJ d a oc w vs a a.z ? a 0 `^ 0 40, a0 - U-1 LOG OF BORING NO. B-2204 Drilling Co.: Total Depth Hammer Type: Automat€c Longitude:-97.412312 MATERIAL DESCRIPTION FAT CLAY with SAND, dark brown, hard, 4.5+ (P) 33 moist, trace fine -to coarse -grained ME sandstone gravel, rounded (Fill) - U-2 4.5+ (P) 33 5— U-3 4.5t (P) 33 - u-4 5PT-5 16-28-38 - (66) 10— 15 TcP 50/0.50" TCP 70 50/0.25" A-6 50/0.5o" �5 TCP 50/0.25" 4.5+ (P) 33 SANDY LEAN CLAY, yellow -brown, moist, 7.9/719.1 few fine -to coarse -grained limestone gravel, sub -angular -gravelly with depth LIMESTONE, yellow -brown, hard, highly az.shla.s weathered to weathered LIMESTONE, gray, hard, slighty weathered to unweathered Total boring depth 25,0 ft. 22.5/7045 Project No.: FTW21473 Phase No.: *** Date Drilling Completed: 5/26/2022 Drill Method: CFA Elevation: 727,0 ft. EL a �z . Ir t= o vi � W & Z Z Z u` J 2' ai 0 3 o o u_ i• �� F F u } aN v 0z a a zg z a CL L; t; w 16 112 16.2 5.6 - 13 111 79 57 19 38 9.2 3.5 —722 53 26 14 14 — 717 — 712 — 707 702 GROUND WATER OBSERVATIONS I Remarks: Boring advanced with continuous flight augers and Shelby tube MEASUREMENT V At Time Of Drilline Y At End of Drilling 7- After Drilling I samplers. Dry at completion. Boring backfiiled. DATE I *Estimated. Boring outside of topo survey area. DEPTH (ft.bgs.) NOTES Nonc The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 BRING LOG LEGEND AND NOMENCLATURE fi,#tbrevlatlans U — Undisturbed Sample (tube) SPT —Standard Penetration Test NT-- Not Testable A —Auger Sample TCP—Texas Cone Penetration NP— Non Plastic CS— Continuous Sample CFA— Continuous Flight Auger ATD—At Time of Drilling C-- Rock Core HSA— Hallow Stem Auger AD —After Drilling nwral Tumu Term Description Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Cansistenq of Coheslvg Sall Description Comp. Strength, tsf SPT Blows TCP Blows Criteria Very Soft <0.25 0-2 0-8 Sample sags under its own weight and is easily deformed Soft ? 0.25 — < 0.5 > 2-4 > 8— 20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff z 0.5 —< 1.0 > 4— 8 N/A for TXDCT Imprinted easily with fingers and remolded with firm finger pressure Stiff z 1.0 — <2.0 > 8 — 15 >20 —40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff z 2.0 — < 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail Hard z 4.0 > 30 >80 Difficult to indent with fingernail Apparar(t density of Cah"ferileas Sall — Description SPT Blow Count Texas Cone Blow Count Very loose 0-4 0-8 Loose > 4 --10 > 8 -- 20 Medium Dense > 10-30 > 20 to 80 Dense > 30 — 50 80 to z 5" Very Dense > 50 0" to < 5" _ Solt Structure Description Criteria Stratified Alternating layers of varying material/color with layers >_ 1/4-inch thick Laminated Alternating layers of varying material/color with layers < 1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy; shows movement direction Blocky Cohesive soil that can be broken into small, angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout Moisture Conditiarn Description Criteria Dry Absence of moisture, dusty, dry to the touch Moist Damp but no visible water Wet Visible free water Textural Item Pit Vug Cavity Honeycomb Vesicle TixturaI Adje Description Pinhole sized openings Small openings up to 4 inches in size Opening larger than 4 inches Numerous and grouped pits and vugs Small openings in volcanic rocks r�-REES � Copyrlght Freese and N ichols, Inc., Version lA(September 8, 2014) NICHOLPage 1 of 2 BORING LOG LEGEND AND NOMENCLATURE Rack Hardness Oe-Krlptam 1 Grade Approx. Comp. Approx. Field Test Strength, tsf TCP Range Very Soft < 10 -100 >6" Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard 500 -1000 1" - 5" Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer Very Hard 1000 - 2000 0" - 2" Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0" Specimen requires many blows of geological hammer to fracture it Defiree of Rack Weathering Description Unteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10%volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock -like texture Rack Bedding structure Description criteria Laminated < 3/8 inch Very Thinly Bedded 3/8-1 inch Thinly Bedded 1 inch-4 inches Moderately Bedded 4 inches-1 foot Thickly Bedded 1 foot-3 feet Very Thickly Bedded 3-10 feet Massive > 10 feet Sall Column Graphic Symbols" Graphic Represented Soil Types Graphic Represented Soil Types r•r•r Fat Clay, Fat Clay with sand, Sandy Fat Clay tir{ri? Well -Graded Sand or Poorly -Graded Sand; little to no fines ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay ® Clayey Gravel, Gravel -Sand -Clay Mixtures ® Inorganic Silt and Organic Silt o Silty Gravel, Gravel -Sand -Silt Mixtures iM Clayey Sand, Clay -Sand Mixtures ® Well -Graded Gravel or Poorly -Graded Gravel; little to no fines Silty Sands, Sand -Silt Mixtures Fill with Significant Debris or Deleterious Material Ruck Column Graphic Symbols' Graphic Represented Rock Types Graphic Represented Rock Types Limestone, Shaly/Marty Limestone, Limestone with Shale Marl, Marl with Limestone, Marl with Shale A e EA- Shale, Shale with Limestone Sandstone, Shaly Sandstone, Sandstone with Shale Mudstone Generic Bedrock Symbol *Combined graphics maybe used for dual classifications. Not all graphics represented. Refer to lithology description for soil classification or rock type. FREEST Copyright Freese and Nithols, Inc., Version 1.4 (September 8, 2014) 11111 1MICH®LS Page 2 of 2 Station 4. Como Pump Station Generator and Electrical Building July 21, 2022 ATTACHMENT C LABORATORY RESULTS-1 PAGE UNCONFINED COMPRESSION TEST RESULTS-8 PAGES IPMFRIEESE PjNCHf2L-j PROJECT NAME Backup Generator PROJECT LOCATION Fort Worth, TX Borehole Depth, Water ft Content, B-2203 2.0 15.7 B-2203 8.0 11.4 B-2204 2.0 15.8 B-2204 4.0 12.8 B-2204 8.0 SUMMARY OF LABORATORY RESULT'S PAGE 1 OF I PROJECT NUMBER FTW21473 PROJECT PHASE *** TESTING PERFOMED BY. Bevend Enaineering and Testina Unit Dry % Passing No. 200 Liquid Plastic Plasticity Unconfined Compressive Strain at Weight Ib/ft Sieve Limit Limit Index Strength, tst failure, % 113.2 81 59 23 36 14.7 5.6 119.5 41 41 14 27 1.6 5.1 112.1 16.2 5.6 110.9 79 57 19 38 9.2 3.5 53 28 14 14 J �E�#Cl W%N0 Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rack, TX 78664 (512) 358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators -Como Test Method: ASTM D2166 Strain Rate: 1.0 %Imin Test Date: 6/6/2022 Sample I.D.: B-2203 at 2-4 ft 250 Initial Specimen Conditions Avg. Diameter (in) D° 2.70 200Avg. l3eight (in) IIn 6.01 1 50I __.Water Content (%) wo 15,7Total Unit Weight (pcf) ytnta) 131.0 100Dry �5 ril, Unit Weight (pcf) 7&�y 113.2 Saturation (%) S, 86.5 U 50 — I- Void Ratio e 0.49 niSpecific Gravity (Assumed) G, 2.70 Vi i i �iTy 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 250 i �! I inn - -.... S. 1102.1 psi 100�__ - - v' 50 - - - - - 0- , .... i... 1 . fit.... 0 50 100 150 200 250 Compressive Stress (psi) Stresses at Failure Compressive Strength, q ,r (tsf) 14.7 Axial Strain at Failure (%) 5.6 Axial Strain at 50 % of q „ (%) 1.2 Total Stresses at Failure Major Principal Stress, a (psi) 204.3 Minor Principal Stress, 63 (psi) 0 Undrained Shear Strength, S„ (tsf) 7.35 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. lluaMiao Cao, P,E., 6/12/22 Quality Review/bate Specimon prepared & tested by: D.M. The results shown on this report are for the exclusive use of the client For whom they were obtained and apply only to the sample tested and,l or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this donwnent is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Coma Test Method: ASTM D2166 Test Date: 06/06/22 Specimen: B-2203 at 2-4 ft Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They arc not intended to be indicative orqualitics arapparently identical products. The use or our name must recieve prior written approval. Reports must he reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round !lock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project: PS Backup Power Generators -Como Test Method: ASTM D2166 Strain Rate: 1.0 %/min Test Date: 6/6/2022 Sample I.D.: B-2203 at 8-1Oft 40 30 0 2 4 6 8 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 40 , 30 20 I S„=j10.8psi j 10 I I i I I 0 1.... 0 10 20 30 40 Compressive Stress (psi) Initial Specimen Conditions Avg. Diameter (in) Do Avg. Height (in) Iio Water Content (%) wp Total Unit Weight (pcf) yFoL.l Dry Unit Weight (peo Ydrr Saturation (%) S, Void Ratio eo Specific Gravity (Assumed) GS Stresses at Failure Compressive Strength, r7 „ (ts1) Axial Strain at Failure (%) Axial Strain at 50 % of q „ (%) Total Stresses at Failure Major Principal Stress, Qi (psi) Minor Principal Stress, 63 (psi) Undrained Shear Strength, S„ (tsf) 2.78 5.90 11.4 133.0 119.5 74.6 0.41 2.70 1.6 5.1 1.3 21.5 0 0.78 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained Furst. HuaMiao Cao, P.E., 6/12/22 Quality Revicw/Datc Specimen prepared & tested by: D.M. The results shown on this report are for the exclusive use of the client ror whom they were obtained and apply only to the sample tested and / or inspected. Thcy are not intended to be indicative of qualities of apparently identical products. The use of our name mast recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyenc other than the client for the specific project. AEYONO Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)359-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Como Test Method: ASTM D2166 Test Date: 06/06/22 Specimen: B-2203 at 8-10 ft Failure Mode: Partial Shear Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and I or inspected. They are not intcndcd to be indicative orqualitics orapparcntly identical products. The use orour name must recicve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. OEYONO Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round [cock, TX 78664 (512) 358-6048 Client: Freese and Nichols, Inc. Project No.: L'T2205034 Type of Specimen: Shelby Tube Project- PS Backup Power Generators -Como Test Method: ASTM D2166 Strain Rate: 1.0 %/min 'Pest Date. 6/6/2022 Sample I.D.: B-2204 at 2-4 ft 250 _ j I Initial Specimen Conditions i Avg. Diameter to Do 2.72 200 o I Avg. Height (in) Ha 6.00 j 150 - - --- - --�-- - --- -- -I Water Content (%) w° 15,8 r" I Total Unit Weight (pcf) yt°wl 129,8 L_- y 100 ---- --�--------- ----....-�---- - ----........- --I --...._. I Dry Unit Weight (pcf) Yarn 1I2.i 04 i I Saturation (%) Sr 84,8 1 - - 50 0 - I - - -- - ESr7Z - - Void Ratio e° 0.50 V. Specific Gravity (Assumed) GS 2.70 0 . . .. 0 2 4 6 S 10 12 14 16 Axial Strain (%) Mohr Circles for Peak Stress at Failure 250 i i 200 i .y 150 S„ i 112.7 psi v3 100 — '- 0 0 50 100 150 200 Compressive Stress (psi) 250 Stresses at Failure Compressive Strength, q„ (lso 16.2 Axial Strain at Failure (%) 5.6 Axial Strain at 50 % of q ,, (%) 0.9 Total Stresses at Failure Major Principal Stress, 6l (psi) 225.4 Minor Principal Stress, 63 (psi) 0 Undrained Shear Strength, S„ (tsf) 8.11 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. HuaMiao Cao, P.E., 6/12/22 Quality Revicw/17ate Specimen prepared & tested by: D.M. 'Cho results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and I or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must reeieve prior written approval. Reports must be reproduced in their entirely. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client For the specific project. �� E YO O Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Como Test Method: ASTM D2166 Specimen: B-2204 at 2-4 fl Test Date: 06/06/22 Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and 1 or inspected. They are not intended to be indicative of quulitics of apparently identical products. The use of OLIO' uamo must rccicvc prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. E�C=%FN� Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rack, Tx 78664 (512) 358-6048 Client: Freese and Nichols, Inc. Project No.: LT2205034 Type of Specimen: Shelby Tube Project; PS Backup Power Generators -Como Test Method: ASTM D2t66 Strain Rate: 1.0 %/min Test Date: 6/6/2022 Sample 1.D.: B-2204 at 4-6 ft 250 200 c4 150 100 — - j CJ 50 —... .....-E _ f 0 0 2 4 6 E — � I T 8 10 12 Axial Strain (%) 14 t6 Mohr Circles for Peals Stress at Failure 250 200 - y � I 150 — .... � I - S ='63.8 psi . � 100 --- - -- 5. Uri � ,� d - i i 0 0 50 100 150 200 250 Compressive Stress (psi) Laitial Specimen Conditions Avg. Diameter (in) D° 2.77 Avg. Height (in) H° 5.94 Water Content (%) w° 12.8 Total Unit Weight (pef) ?total 125.2 Dry Unit Weight (pcf) Ydry 110.9 Saturation (%) Sr 66.7 Void Ratio eo 0.52 Specific Gravity (Assumed) G,; 2.70 Stresses at Failure Compressive Strength,q„ (tsf) 9.2 Axial Strain at Failure (%) 3.5 Axial Strain at 50 % of q u (%) 0.9 Total Stresses at Failure Major Principal Stress, a, (psi) 127.6 Minor Principal Stress, ay (17si) Q Undrained Shear Strength, S„ (tsi) 4.59 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. HuaMiao Cao, P.E., 6/12/22 Quality Review/Date Specimen prepared & tested by: D.M. The resents shown on this report are for the exchsslvc use of the client tier whom they were obtained and apply only to the sampte tested and / or inspected. They are not intended to be indicative of qualities ofapparently identical products. The use ofour name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this docmnent is strictly prohibited by anyone other than the client for the specific project. %' EYON Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512) 358-6048 Unconfined Compression Test Report Client: Freese and Nichols, Inc. Project No.: LT2205034 Project: PS Backup Power Generators -Como Test Method: ASTM D2166 Specimen: B-2204 at 4-6 fI Test Date: 06/06/22 Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of the client for whom they ware obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of quablics of apparcidly identical products. The wise of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. APPENDIX COMO PS RECORD DRAWINGS r MICHAEL MONCRBIF MAYOR. CHARLES R. BOSWELL CITYMANAGER S. FRANK CRUMB, I.B. ' WATER DIRECTOR FOW O'RTH CITY OF FORT WORTH WATER DEPARTMENT WATERPROJECT NO. P264-607160019080 SUBMITTAL, MAY 512006 p LOCATION MAP m 20 p6f%lNENf IS FGR THE OWNER'S NSE AS A RECORD SET OF THE CONSTRIICTEO PROJECT. R HAS BEtX MODIREG FROM THE ORIGINAL CONSTRUCEION OOCUIdEM TO INCLUOC RfVISgN ANb CDNSTRIICi[ON MATEO CHANGES AS RECOROEO BY THE GENERAL CDHRWCFOR: .W�UNF'0 5G OR.N�% 430 OEHRON. T% 7620T (9/0� 402-,7942 THIS ooCUMENT IS NOT - BE USED OR ISSUED FOR C9NSFRVoljon aR ANY OTHER PURPOSE WRHoUT PINOR CONSULTATION AND APPROVAL BY AND THE ENGINEER RESPONSIBLE FOR SFAU THIS OCU N . f _ lCHARLY ANCADICHERIL ASSISTAUTDIRECTOR OF WATER PRODUCTION RECOMMENDED BYDIVISION 4 4GER RECOMMENDED BY PROJECT MANAGER ONE LINE OR PLAN DESCRIPTION CONTROL DIAGRAM Il £ 1-1LOW VOLTAGE FIR OR MOLDED CASE CIRCUIT / BREAKER, 3 POLE UNLESS OTHERWISE NOTED. TRIP COMBINATION MOTOR CIRCUIT PROTECTOR AND MAGNETIC MOTOR STARTER. FULL VOLTAGE NON -REVERSING UNLESS OT14ERNISE NOTED: Ijc FVR- FULL VOLTAGE REVERSING -1- FVNR- FULL VOLTAGE NON^REAIERSiNG RVNR- REDUCED VOLTAGE NON -REVERSING 2S1W-TWO SPEED, ONE WINGING 2S2W-TWO SPEED, TWO WINDING I f (� NON-FUSIDLE DISCONNECT SWITCH, 600 VOLT, 3 POLE )KAMPERE RATING NOTED IF OTHER THAN 30A (F}+ FUSIBLE DISCONNECT SWITCH 600 VOLT, 3 POLE. AMPERE RATING AND FUSE 512E AS NOTED u # AMPERE RATING NOTE@ IF OTHER THAN 3DA * * FUSE RATING (EXAMPLE 15 P MANUAL MOTOR STARTER WITH THERMAL OVERLOAO HEATER 2 'P' IMDIOATES WITH PILOT EIGHT '2' 1NOIGATES TWO POLE 30 480YVA U--+ rl-1 TRANSFORMER, RATINGS AND CONNECTIONS AS NOTED. TO 120/208Y (Y'('FT A 0 5 CURRENT TRANSFORMER ',Pr QUANTITY A - PRIMARY AMPERES TO 120 POTENTIAL TRANSFORMER lC� * OUANTTY V - PRIMARY VOLTAGE {Y I GO GENERATOR, RATINGS AND CONNECTIONS AS NOTED I OA TOGA AUTOMATIC TRANSFER SWITCH NO.1 (ATS-1) e � 'N' INDICATES NORMAL SOURCE N S 'S' INDICATES STANDBY SOURCE TOOA INDICATES CONTINUOUS CURRENT RATING SKIN E�l UNIT HEATER - ELECTRIC HLAHM COIL AND FAN OO MOTOR, NUMERAL INDICATES HORSEPOWER .VVLRMLieR WITH SWTL'H, 3 PUAS'_ AS AM AMMETER WITH SWITCH, 3 PHASE 2 - I'- -- 3 ONE LINE OR PLAN DESCRIPTION ONE LINE OR PLAN DESCRIPTION CONTRO-L1 CONTROL DIAGRAM DIAGRAM CONTACT, SPRING RETURN, ® FUSE, AMPERE RATING AS NOTED Y_LSL NORHMMIYOCIASEMOMENTARY PUSHBUTTON, MOMENTARY CONTACT, SPRING RETURN, 0 p NORM O�-Lp � STRIP HEATER OR HEATING FLEMENf ® — MOTOR STARTER L-OIL, NUMBER AS INDICATED II CONTACT. NORMALLY OPEN (NO) — C CONTROL RELAY E011, NUMBER AS INDICATED PILOT LIGHT, COLOR AS NOTED CONTACT, NORMALLY CLOSED (NC) R -- RFD GREEN — B - KEY INTERLOCK v LAo_(w. qo��-oO 0�0 0 W - WHITE A - AMBER K� — — LKiHtHING ARRESTER (-� RESISTANCE TEMPERATURE DEFECTOR O° GROUND OR GROUND SOD O -- VIBRATION DETECTOR GROUND GROUND ROD WELL $10ERGITC-NORMALLY OPEN, TIMED CLOSING WHEN O -^-- RUNNING TIME METER ENERGIZED LY CLOSED, TIMED OPENING WHEN MOV MOV MOTOR OPERATED VALVE NOTO-NORMALLY OPEN, TIMED OPENING WHEN DE -ENERGIZED - NC%NNORMALLY CLOSED, TIMED CLOSING WHEN ABBREVIATIONS UP LIGHTING PANEL OL-ENERGIZED MCC MOTOR CONTROL CENTER AC ALTERNATING CURRENT' MCP MOTOR CIRCUIT PROTECTOR AFF ABOVE FINISHED FLUOR MFR MANUFACTURER FIELD INSTRUMENT, TAG NO. AS INDICATED MH MANHOLE W - INDICATES INSTRUMENT TYPE DEFINED ON AS ABOVE GRADE LOOP SHEETS ALUM ALUMINUM MTG MOUNTING $ - INDICATES LOOP NO. AMP AMPERE MITI MOUNTED ATS AUTOMATIC TRANSFER SWITCH MIS MANUAL TRANSFER SWITCH LIQUID LEVEL FLOAT) SWITCH ( AUTO AUTOMATIC NC NORMALLY CLOSED E AUX AUXILIARY NO NORMALLY OPEN OR NUMBER NORMALLY OPEN, CLOSES ON RISING LEVEL AWG AMERICAN WIRE GAUGE NTS NOT TO SCALE NORMALLY CLOSED. OPENS ON RISING LEVEL C CONDUIT OL OVERLOAD PRESSURE OR VACUUM SWITCH NORMALLY OPEN, CLOSES ON RISING PRESSURE NORMALLY OPEN, CLOSES ON DROPPING PRESSURE NORMALLY CLOSED, OPENS ON RISING PRESSURE NORMALLY CLOSED, OPENS ON DROPPING PRESSURE TEMPERATURE SWITCH OR THERMOSTAT NORMALLY OPEN, CLOSES ON RISING TEMPERATURE OR fiORMALLY OPEN. CLOSES ON DRCPPGNG TEMP. NORMALLY CLOSED, OPENS ON RISING TEMPERATURE NORMALLY CLOSED, OPENS ON DROPPING TEMP. METER FS FLAW SWITCH (AIR, WATER, ETC.) III WM - WATTMETER '"-- WHDM-WATTHOUR DEMAND METER b� 7�0 NORMALLY OPEN, CLOSES ON INCREASEDFLOW -WATTHOUR DEMAND RECORDER h PF - POWER FACTOR METER HT - RUNNING TIME METER NORMALLY CLOSED. OPENS ON INCREASED FLOW TRANSDUCER AX -- CURRENT TRANSDUCER INK- WATT TRANSDUCER ZS POSITION (LUMTI) SWITCH B POSITION SELECTOR SWITCH, MAINTAINED O--OPEN X-CLOSED CONTACT O �� NORMALLY OPEN A C*3 � TIE I POSITION CONTACT CONTACT (�7��y(( CONTTACf �0 NORMALLY OPEN -HELD CLOSED , --r A X O O 1 I �O NORMALLY CLOSED Doff (OOX) B O 0 O C 0 O X 0-1-0 NORMALLY CLOSED - HELD OPEN NAMEPLATE (A/B/C) HOA -HAND , AUTO HOR -HAND �- /REMOTE OAS ® TORQUE SWITCH NORMALLY CLOSED, OPENS ON HIGH TORQUE RSL - RAIS STFOF�%LOWER TOA -TEST OFF/AUTO UTILIZED IN WITH OTHER L ® SCREMAFIC SYMBOLS ONDERiCF E PHYSICAL rTEON OF THE DEVICE REPRESENTS O 2- DEVICE AT MCC PROJECT MA14AGER VKG GAIPROJECT ENGINEER RAW Gupta & Associates, $tt. DA/QC PH mnse ' e,9+rmerina DESIGNER RAW 11616G,ewa" DRAFTER MAC L.W. T.- T31M Ta: W249P166I NUR Engineering, LnC. Pra:9'IL190- W 1711E Preston Road awe 200 Dallas,Tx 7524E-1232 - MAY 2A06 Pw (972)gE0440D Fax:(972)980-4171 ISSUE DATE DESCRIPTION _ . PROJECT NUMBER - OLX OVERLOAD CONTROL RELAY OB CIRCUIT BREAKER PB PANEMARD CKr CIRCUIT PCC PUMP CONTROL CONSOLE CLF CURRENT LIMITING FUSE PH PHASEINS FACTOR CORiSEC'I'fON CAPACITORCAPACITORTOR CPT CONTROL POWER TRANSFORMER CR CONTROL RELAY PH PR F FAIR CS CONTROL SWITCH TR TIT POTEMTAL TRANSFORMER CT CURRENT TRANSFORMER PVC POLYVINYL CHLORIDE CU COPPER 47Y QUANTITY DC DIRECT CURRENT SC SURGE CAPACITOR DI DOOR INTERLOCK SD SMOKE DETECTOR ON DOWN SEC SECONDS OR SECONDARY EC EMPTY CONDUIT SH SHIELDED OR SHEL7 ELEC ELECTRICAL SN SOLID NEUTRAL ELLV ELEVATION SS STAINLESS STECI eM Ev,_q ,NCY SW SWITCH FHH ELECTRICAL HANDHOLE SWGR SWITCHGEAR LMH ELECTRICAL MANHOLE TC TERMIINAL CABINET BOX EPS ELECTRICAL PULL BOX TEL TELEPHONE F F19E DETECTION DEVICE TO TIME DELAY ON OPENLNO FRO FURNISHED BY OTHERS Is TEMPERATURE SWITCH W FIBER OPTIC TW TWISTED FRP FIBERGLASS REINFORCED POLYESTER U Ila UNDERGROUND , UNDETYPICRGROUND FU FUSE V VOLTS GCP GENERATOR CONTROL PANEL VP0 W VARIABLE FREQUENCY DRIVE WIRE GIN GENERATOR WP WEATHERPROOF G ,GIRD GROUND YIP EXPLOSION PROOF OF GROUND FAULT INTERRUPTER XFMR TRANSFORMER ORS GALVANIZED RIGID STELL HH HIWDHOLE HRG HIGH RESISTANCE GROUND HT HOGNT HZ HERTZ INST INSTANTANEOUS INSTR INSTRUMENT JP POWER J. BOX JI INST. J. BOK JG CONTROL J. BOX LA LIGHTNING ARRESTER LOTS UGHTS CONTINUED NEXT COLUMN 1. 4 Iw SYMBOL DESCRIPTION CEILING OR PENDANT MOUNTED LICHNNG FIXRIRL 'A' - FIXRIRE TYPC b "b' - CONTROLLED I3Y SWITCH 'b" "3' - CIRCUIT NUMBER hFLUORESCENT TYPE 6UGNIING FIXTURE, NOTATIONS SAME AS ABOVE WALL MOUNTED UGHTING RXTURE, A b MUTATIONS SAME AS ABOVE AW EMERGENCY LIGHTING BATTERY UNIT WITH TWO LAMP HEADS "A' - FIXTURE TYPE -0 POLE MOUNTED UGHT FJXIVRE $ M MOTOR RATE SWITCH CEILING MOUNTED EXIT SIGN 'X' - FIXTURE TYPE } WALL MOUNTED EXIT SIGN. ARROW INDICATES OIRFCTION OF EGRESS "X" - FIXTURE TYPE - CONDUIT INSTALLED FXPOSID TURNING UP. -----D CONDUIT INSTALLED EXPOSEO TURNING DOWN. -- — —O CONDUIT INSTALLED CONCEALED TURNING UP, ___3 CONDUIT INSTALLED CONCEALED TURNING DOWN, — I CONDUIT STUBBEO OUT AND CAPPED b SINGLE POLE SWITCH 'b' INDICATES SWITCHLEC $HALL OOIS"OL LIGHT AXTURES WITH "b' DESIGNATION THREE WAY SWITCH $C c' INDICATES SWITCHLEG SHALL CONTROL LIGHT FIXTURES WITH a DESIGNATION FOUR WAY SWITCH a `a' WDICATES SWUCFtLEG SHALL CONTROL LIGHT FIXTURES WITH DESIGNATION OR LIGHTING PANELBOARO Lp-rr _- ❑OR DISTTNDUTIGN PANELBGARD gp_rr I� A DUPLEX RECEPTACLE, 20A, 120% 2P, 3W )K C - NTERTOP 4 GF -GROUNDMOUNTED FAULAEOVET IN[FARUPTERCOU TYPE WP -WEATHERPROOF VOLTAGE SURGE SUPPRESSER 4 - CT IR a NU BER JQ 0 JUNCTION BOX ® PHOTOCELL `Y TELEPHONE OUTLET ® LOCATED UN FIELD LOCATED IN PLC NOTE: ALL ELECTRICAL EQUIPMENT, COMPONENTS, CONTROL PANEL, DEVICES ETC. SHALL BE UL LISTED � a City ®f F©� Worth CO M071 , 6 FOR 79 kS KIS USE AS A RECORD SET OF THE: eDRSTRucT£D ARWECT. TI IIAs O£ETI MGDITED ReOM Tne DIgGINAL DGxsraLrCTMGR DMULIIO@S TO MQHDE RR15DN ARD CON3TNGNON FoVT WoRTH '4e�ilater Department RELIM CHUNGES AS RECORDED BY THE GFNVOL CONTRACTOR: HOLLOMAN CORPORATION D524 W. FTNTON, TXN762T1 DR. 80X 430 Expansion of (g1IS Como Pump Station NOT TO THIS DOCUMENT IS NOT YO BE USED OR ISSUED TOR CONSULTATON OR ANY OTHER PURPOSE WITHOUT PRIOR CONSTRUCTION AL BY R AND THEENOTIOINEER RESPONSOIOLE R RUNG S MENT. ELECTRICAL LEGEND 0 1' 2' I FILENAME E-01 SHEET — rl SCALE AS NOTED Ee1 ELECTRICAL GENERAL NOTES ELECTRICAL GENERAL NOTES �1 ALL CONDUIT AND EQUIPMENT SHALL BE INSTALLED AND GROUNDED IN ACCORDANCE WITH THE LATEST EDITION OF THE NATIONAL ELECTRICAL CODE AND APPLICABLE CODES. THE DRAWING NOTES AND DETAILS SHALL BE OBSERVED IN ADDITION TO THE REQUIREMENTS IN THE SPECIFICATIONS. SHOULD CONFLICTS IN REQUIREMENTS OCCUR. THESE NOTES SHALL SUPERSEDE THE REQUIREMENTS IN THE SPECIFICATIONS. Q CONDUIT INSTALLATIONS SHALL BE INSTALLED IN A MANNER TO PREVENT CONFLICTS WITH EQUIPMENT AND STRUCTURAL CONDITIONS. EXPOSED CONDUITS SHALL BE INSTALLED PARALLEL TO BEAMS AND WALLS. J3 ALL CONDUIT INSTALLATIONS CROSSING EXPANSION JOINTS SHALL HAVE EXPANSION OR EXPANSION/DEFLECTION TYPE FITTINGS, FOR EXACT LOCATIONS OF EXPANSION JOINTS REFER TO THE STRUCTURAL DRAWINGS, AND OR EXISTING STRUCTURES IN FIELD. ® NO CONDUIT SMALLER THAN 3/4" NOR WIRE SMALLER THAN NO.12 A.W.G. SHALL BE USED. WHERE OEM ENCLOSURES HAVE OPENINGS LESS THAN 3/4% THE CONTRACTOR SHALL RUN 3/4" RACEWAY UP TO THE ENCLOSURE AND ENTER THE ENCLOSURE WITH A REDUCING FITTING MOUNTED ON THE ENCLOSURE. QS ALL UNDERGROUND CONDUIT SHALL BE SCHEDULE 40 PVC, ENCASED IN REINFORCED CONCRETE, DYED RED BEFORE PLACEMENT AS SPECIFIED. DIRECTION CHANGES MORE THAN 20 DEGREES IN BELOW GRADE OR CONCEALED CONDUIT WHERE PVC IS PERMITTED SHALL BE DONE WITH PVC COATED RGS CONDUIT. FOR BENDS OF 45 OR 90 DEGREES, PROVIDE FACTORY BENDS. ALL CONDUITS ENTERING BOXES, CONTROL STATIONS, OR OTHER EQUIPMENT RATED NEMA 4X SHALL BE TERMINATED AT THE BOX WITH A TYPE NHU MEYERS HUB. ® ALL EXPOSED CONDUITS SHALL BE RIGID ALUMINUM. MINIMUM SIZE CONDUIT SHALL BE 3/4", Q ALL FLEXIBLE CONDUIT SHALL BE SEALTIGHT. THE USE OF FLEXIBLE CONDUIT SHALL BE LIMITED TO CONNECT TO ITEMS WHICH VIBRATE SUCH AS MOTORS, TRANSFORMERS, PIPE OR PUMP MOUNTED DEVICES ONLY, FLEXIBLE CONDUIT LENGTH SHALL BE LIMITED TO A MAXIMUM LENGTH OF 36'. ALL FLEXIBLE CONDUIT SHALL BE ALUMINUM CORE SEALTIGHT. MINIMUM SIZE FLEXIBLE CONDUIT SHALL BE 3/4-. W14FRE OPENINGS IN OEM -SUPPLIED ENCLOSURES ARE LESS THAN 3/4", A REDUCER SHALL BE PROVIDED AT THE ENCLOSURE TO ACCOMMODATE THE 3/4" SEALTIGHT FLEX. ® ALL SLOTTED CHANNEL, SLOTTED CHANNEL SUPPORT MATERIAL, WASHERS, SCREWS, NUTS, CONDUIT CLAMPS, ALL THREAD SPRING NUTS AND MISC, MOUNTING HARDWARE SHALL BE 316 STAINLESS STEEL. 1® ALL JUNCTION BOXES, PULL BOXES, TERMINATION BOXES AND EQUIPMENT ENCLOSURES SHALL BE 316 STAINLESS STEEL AS MANUFACTURED BY HOFFMAN (CONCEPT SERIES) OR EQUAL. WHERE CLAMP LATCHES ARE REQUIRED, PROVIDE 316SS QUICK RELEASE LUGGAGE TYPE LATCHES. SCREW -CLAMP LATCHES ARE UNACCEPTABLE. PROVIDE MOUNTING LUGS ON ALL BOXES AND ENCLOSURES THAT ARE NOT FREE STANDING. © THE WIRING DIAGRAMS, BLOCK DIAGRAMS, QUANTITY, SIZE OF WIRES, AND CONDUIT REPRESENT A SUGGESTED ARRANGEMENT BASED UPON SELECTED STANDARD COMPONENTS OF ELECTRICAL EQUIPMENT, MODIFICATIONS ACCEPTABLE TO THE ENGINEER MAY BE MADE BY THE CONTRACTOR TO ACCOMMODATE EQUIPMENT ACTUALLY PURCHASED. ALL MODIFICATIONS SHALL BE SUBMITTED TO THE ENGINFFR FOR .APPROVAL. THE BASIS: StQU€.NGk AND METHOD OF CONTROL MUyr BE MMTAINEO AS INDICATED ON THE DRAWINGS AND/OR SPECIFIED. 3g LIGHTING FIXTURES SHALL BE MOUNTED ACCORDING TO THE MOUNTING HEIGHT GIVEN ON THE DRAWINGS. THE MOUNTING HEIGHT SHALL BE MEASURED FROM THE BOTTOM OF THE LIGHTING FIXTURE TO THE FINISHED FLOOR. ® CONOU{T AND WIRE (NOT SHOWN) FOR THE HVAC CONTROL EQUIPMENT AND MISCELLANEOUS DEVICES SHALL BE FURNISHED AND INSTALLED UNDER THE HVAC SPECIFICATIONS AND SHALL BE: A. 3/4' (MIN) RIGID ALUMINUM. B. NO.14 CU. WIRE (MIN). NUMBER OF WIRES AS REQUIRED, C. IN ACCORDANCE WITH ALL. DIVISION 16 REQUIREMENTS. 1� ALL EQUIPMENT AND ELECTRICAL EQUIPMENT ENCLOSURE SIZES ARE APPROXIMATE. ALL EQUIPMENT AND ELECTRICAL EQUIPMENT ENCLOSURES OR TERMINAL BOX LOCATIONS SHALL BE VERIFIED WITH THE EQUIPMENT SUPPLIER. ALLOW FOR LOCATION CHANGES AND INCLUDE IN THE CONTRACT PRICE. THE EXACT LOCATIONS OF ALL ELECTRICAL EQUIPMENT AND ROUTING OF ALL CABLES AND CONDUITS SHALL BE COORDINATED WITH AND APPROVED BY THE OWNER DURING CONSTRUCTION. ® ALL MOTOR STARTER CONTROL TRANSFORMERS (MP) SHALL BE A MINIMUM OF 10OVA AND, IF NECESSARY, BE INCREASED IN SIZE SO AS TO PROVIDE SUFFICIENT VOLT-AMPERE CAPACITY FOR OPERATING ALL ELECTRICAL DEVICES ASSOCIATED WITH THE CONTROL OF THE MOTOR. THIS SHALL INCLUDE STARTER COILS, RELAYS, TIMERS, MOTOR HEATERS, INDICATING LIGHTS, ETC. WHERE EXISTING MOTOR CONTROLLERS ARE HE -USED, THE CPT SHALL BE INCREASED AS REQUIRED TO SUPPLY THE CONNECTED LOADS. © ALL CONDUITS AND WIRES SHOWN ON THE INTERFACE DIAGRAM SHALL BE INSTALLED BY THE CONTRACTOR. GROUPING OF CONDUIT AND WIRE MAY BE CHANGED, IF APPROVED BY THE ENGINEER AND OWNER, GAI Gupta &Associates, Inc. 11676Gy" .+ ! _'l I- rs7M H6R Engineering, Inc. P�:arz.Mo-T17s 17111 PraItton Road Suite 200 Dallas,Tx 75248.1232 MAY 2046 Ph: (972)M-4400 - - Fax: (972)960,4471 ISSUE DATE 1® ALL CONDUIT RISERS EMERGING FROM BELOW GRADE AND ATTACHING TO STRUCTURES SHALL HAVE EXPANSION OR EXPANSION/DEFLECTION FITTINGS TO ALLOW FOR SEASONAL SOIL EXPANSION OR SETTLING. WHERE FIELD CONDITIONS INDICATE SEASONAL SOIL MOVEMENT MORE THAN I INCH, PROVIDE A 6 INCH TO 12 INCH (MAXIMUM) LENGTH OF SEAL/TIGHT FLEXIBLE CONDUIT INSTALLED IN AN "S-TURN" TO ALLOW FOR LARGE DIFFERENTIAL MOVEMENT BETWEEN BELOW GRADE CONDUITS RISERS AND THEIR FIRST ATTACHMENT POINT ON THE STRUCTURE. 4R PROVIDE LINK SEALS FOR ALL CONDUIT PENETRATIONS IN EXISTING OR NEW EXTERIOR WALLS. ® CORING OF THE EXISTING STRUCTURE SHALL BE COORDINATED WITH THE OWNER. CORING THROUGH STRUCTURAL BEAMS IS STRICTLY PROHIBITED WITHOUT PRIOR WRITTEN APPROVAL FROM THE OWNER. ALL CONDULETS SHALL BE TYPE 9 AND SHALL HAVE CLAMP COVERS. SCREW DOWN COVERS ARE UNACCEPTABLE. ® ALL DEVICES, WIRING AND CONDUIT FOR ALL OEM PROVIDED EQUIPMENT ARE BASED ON PRELIMINARY DRAWINGS AND INFORMATION. ALL DEVICES, ENCLOSURES, ELECTRICAL RACEWAY AND CONDUITS WHICH MAY BE REQUIRED BY EACH OEM SUPPLIER FOR A COMPLETE AND PROPERLY OPERATING SYSTEM SHALL BE COORDINATED WITH THAT SUPPLIER AND INCLUDED IN THE BID PRICE. ® EACH CONTROL SCHEMATIC ASSOCIATED WITH THE EQUIPMENT SHALL BE LAMINATED AND PERMANENTLY ATTACHED TO THE INSIDE OF THE DOOR OF THE CONTROL ENCLOSURE. DEMOLITION NOTES Qt THE CONTRACTOR SHALL COORDINATE THE DEMOLITION OF THE ELECTRICAL CONDUIT, WIRE. DEVICES WITH THE PROCESS/MECHANICAL DEMOLITION AND SCHEDULE. THE DRAWINGS ARE INTENDED TO CONVEY THE GENERAL NATURE AND SCOPE OF THE DEMOLITION WORK. EVERY ITEM TO BE DEMOLISHED MAY NOT BE SHOWN. FIELD VERIFY WITH OWNER PRIOR TO BID, AND INCLUDE ALL DEMOLITION WORK IN THE CONTRACT PRICE. Q2 PROVIDE TEMPORARY WIRE AND CONDUIT FOR THE EQUIPMENT WHICH MAY BE AFFECTED BY THE DEMOLITION BUT STILL IN SERVICE. U3 RELOCATE AND RECONNECT POWER TO EQUIPMENT AFFECTED BECAUSE OF DEMOLITION WORK. ® THE OWNER HAS THE RIGHT OF FIRST REFUSAL TO THE EQUIPMENT BEING REMOVED. THE CONTRACTOR SHALL DELIVER THE EQUIPMENT WHICH THE OWNER WISHES TO KEEP AT LOCATION DESIGNATED BY THE OWNER. Q5 THE WIRE SHALL BE DISCONNECTED AND REMOVED ALL THE WAY TO THE SOURCE_ THE SURFACE MOUNTED CONDUITS AND MOUNTING HARDWARE SHALL BE REMOVED AND UNDERGROUND CONDUITS SHALL BE TAGGED WITH A UNIQUE NUMBER OR "FROM --TO" SUCH THAT THE ENDS CAN BE IDENTIFIED. ALSO. THE CONDUITS SHALL BE CAPPED AND TAGGED AS SPARE. UNLESS OTHERWISE NOTED. ® ALL SURFACES WHERE EQUIPMENT OR CONDUIT IS REMOVED SHALL BE CLEANED, PATCHED AND PAINTED TO MATCH THE SURROUNDING SURFACE. 70 THE CONTRACTOR SHALL BE RFSPCNEIDLE TO CHECK THE FUNCTION OF EACH CONDUCTOR BEFORE REMOVING OR DISCONNECTINT; © IF A CONDUCTOR WHICH HAS TO STAY IN SERVICE (NOT BEING DEMOLISHED) IS INSTALLED IN A COMMON CONDUIT WITH CONDUCTORS WHICH ARE BEING DEMOLISHED, THE CONTRACTOR SHALL REMOVE ALL CONDUCTORS FROM THE CONDUIT, PROVIDE NEW CONDUCTORS WHICH ARE TO REMAIN IN SERVICE, AND RE -PULL THE NEW CONDUCTORS, MEGGER OR HIPOT. AND CONNECT BOTH ENDS, AND TEST THE SYSTEM FOR PROPER FUNCTION. DO NOT RE -PULL USED CONDUCTORS. 0 FOR THE EQUIPMENT WHICH IS BEING REFED FROM A NEW MCC, PART OF THE EXISTING CONDUIT MAY BE REUSED IF APPROVED BY THE OWNER ON A CASE BY CASE BASIS. THE CONTRACT PRICE SHALL BE BASED ON REMOVAL OF ALL RACEWAY AS SPECIFIED OR SHOWN AND REPLACED WITH NEW RACEWAY AS SPECIFIED, SHOWN OR REQUIRED. EXTEND/REROUTE CONDUIT TO THE NEW MCC LOCATION AS SHOWN. 1�0 CAREFULLY COORDINATE THE CONSTRUCTION SEQUENCE WITH THE OWNER TO MINIMIZE THE DISRUPTION OF THE CONTINUATION OPERATION PROJECT FACILITY BY THE OWNER THROUGH OUT THE DURATION OF THE CONSTRUCTION CONTRACT_ POWER COMPANY COORDINATION NOTES Q CONTRACTOR SHALL PROVIDE ACCESS FOR THE POWER COMPANY TO WORK ON THE SITE. THIS MAY INCLUDE REMOVING FENCE AS TEMPORARY ACCESS. 2 THE CONTRACTOR SHALL PROVIDE WRITTEN NOTICE TO THE OWNER ONE MONTH IN ADVANCE WHEN THE TRANSFORMER NEEDS TO BE RELOCATED. PROJECT MANAGER VKG PROJECT ENGINEER RAW � QA/QC PH rm DDCUMETIT IS FOR THE 07MEn USE AS A RECORD SET OF THE DESIGNER RAW CDHSIRUCtED PROJECT. IT WS BEEN MODIFIED FROM THE ORIGINAL REEAITEDCOKM400ESSMAS RWOROED er THE GEINiERRAL. COMRACTORN DRAFTER MAC HOLLOMAN CORPORATION DR. BDX 4 �E4 w. UTNXM O 30 (94D) 482-3442 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE WITHOUT PRIOR CONSULTATION AND APPROVAL 1�S_ENG01EEl W DESCRIPTION PROJECT NUMBER -__ ANO THE FNDINEtR RE5P00 IBLE FOR 5 1RH�5 F FORT WORTH City of Fort Worth Water Department Expansion of Como Pump Station ELECTRICAL GENERAL NOTES 0 1" 2' 1 FILENAME I F--02 SHEET SCALE AS NOTED E-Z 1 1 2 I 3 ! 4 9 0 GAQ Gupta & Associatcs, Inc. camriing engineering Rao r<I: m2�-M6I F.,: mase.Nu • f a--�r _ _ _ _ NOTES BY SYMBOL 0 01 ELECTRIC UTILITY WILL REMOVE SWITCH, CONTRACTOR SHALL \ g REMOVE EXISTING 'CONCRETE PAD. CONTRACTOR SHALL REMOVE CONDUCTORS ANO OUT CONDUIT BACK W BELOW GRADE AND CAP IN PLACE. , 02 ELECTRIC UTILITY WILL RELOCATE TRANSFORMERS ONE AT A TIME IN ACCORDANCE WITH CONSTRUCTION SEQUENCE REQUIRED TO KEEP PUMP STATION IN CONTINUOUS OPERATION. 03 REMOVE CONDUCTORS FEEDING SWITCHGFAR. REMOVE EXTERIOR AND INTERIOR EXPOSED CONDUIT. SEAL PENETRATION THROUGH WALL ' ® ABANDON AND CAP CONDUITS IN PLACE UNLESS REMOVAL FOR THE INSTALLATION OF NEW BELOW GRADE PIPE AND VAULTS. REMOVE CONDUCTORS IF PRESENT, 2MG GROUND STORAGE TANK , U5 POLE MOUNTED YARD LIGHT SHALL REMAIN AND BE RECONNECTED. SEE SHEET E-7 & E-19. k © SEE SHEET E-4 FOR PUMP STATION DEMOLITION. ~ i 0 TELEPHnMF SE'ACE TO REMAIN. rP0VIDE NFN CONDUIT ANu + CONDUCTORS FROM POLE. SEE SHEET E-7 & E-19. ® EXISTING SERVICE FEEDER SHALL REMAIN UNTIL NEW BUG GROUND SWITCHGEAR IS INSTALLED AND ALL MOTORS ARE CONNECTED STORAGE TANK TO THE NEW SWITCHGEAR. AT THE END OF THE PROJECT, COORDINATE WITH THE ELECTRIC UTILITY FOR THE REMOVAL OF THEIR CONDUCTORS. ABANDON THE EXISTING RACEWAY IN cr PLACE. 09 REPLACE EXISTING GROUND MOUNTED FLOOD LIGHT, SEE SHEEP E-7. W . L 4 7\ 4 >./ fa I 2 2 aJ J 1 —E—E— E—E 0 --- - � r El i r - I � .-.� m o 4F-1 - - - - o a r�er 11 LlGln 9 5/ 0 TIV E3 OVERALL SITE \ PLAN BLACKMORE AVENUE SCALE: 1:20 -- - PROJECT MANAGER VKGe���gg��pp��1�,yj PROJECT ENGINEER RAW QA/QC PH Txls DOCUMENT IS FOR THE OWNER`S LASE AS A RECORD SEi GF THE COrISTROCIEO PaOJECT. R BEEN O FROM THE GfUGMAE FORT FORTH �' ty �� �A� Worth DESIGNER RAW 'HO 1 DnI[Rucngx Docuugrls TG rNaNDE.iTSRTx u+D coNsrRUcnax 10 RElAlED CWVtGES AS RECGRDEE BY 7RE GElIiRIl WNTMCTOR: Water Department NOR Englneering, Inc. DRAFTER MAC g24LLW. UNNER.PORATRN80X 430 Expansion 17111 Preston Road DENTON, TX 762O7 of sukte2Oo Oallas,Tx 75S4B-1232 c94S NOT T442 THIS paCUM4Nr ks NOT TO 6E USED OR ISSUED FOR Como pomp Station Ph: {97Z)990•MOO — MAY 2006 CGNSERUG774N OR ANY DTHER PURPOSE WnTIOUf PRIOR Fax: {9721960-4471 ISSUE DATE DESCRIPTION — _ - -- PROJECT NUMBER — A THE EENCINEEA"R HES�PPONSIBLE OVAL F{lli &NOCiF"I 9E ooceiuE i W W Li tJ L w ELECTRICAL EXISTING SITE PLAN o DEMOLITION 0 1" 2' 1 FILENAME E-03 SHEET IJ� IJ SCALE AS NOTED E_3 2 1 3 1 4 �{ SUMP PUMP MOTORIZED DAMPER PIT-080 1 RELOCATE_ -- EXISTING Pr�S CATHODIC v`J PROTECTION - RECTIFIER HERE O VEXIST 15 MOD PUMP P4 0 ROOF FAN FAN GAS SPACE HEATER 9 PI-107 9 FI-107 EXISTING SWITCH GEAR (TO DE REMOVED) EXIST 15 MOD PUMP P3 8FT. FLUORESCENT FIXTURE (TYP) --cXISTiNG IRRIGATICN- SYSTEM CONTROLS TO REMAIN U / EXISTING CATHODIC CPROTECTION RECTIFIER EXIST 15 MOD EXIST 15 MGD PUMP P2 ® PUMP PI 49 ROOF U FAN ' EXISTING MCC 1 Ez � i/vrli� GAS SPACE ! HEATER i PUMP STATION PLAN 1/4" = V-O" 10 OLD CATHODIC PROTECTION RECTIFIER / � 1 y 4(10 XFMR 240E-4 V 8Ov 30KVA (TO BE REMOVED) LIGHT PANEL B GAI PROJECT MANAGER VKG PROJECT ENGINEER RAW��� Gtlpra SL ASSOCIRCDB, Inc. OA/QC PH TEES OOCH ED R FOR THE OWNER'S USE AS 0 W.W SEI OF Z CONS'12 E0 PRDIEUT. FRON (�1�� of Fort Worth FORT FORTH nofStl 'fie"$A1e®""Q d DESIGNER RAW R HAS BEER 1AODIHED THE UREGlN1LL CGNSTRLICTION OOCUNENIS TO INCLUDE REVISION AND CONSMIMON RELATED GUN({S I3 RECORDED Erf THE GENERAL caNnVJCTOR= l�afiei Department i56Z6f RwA Da4.,T... ssDs TeE mx�so-raei HDR Engineedng. Inc. ORAFIE.R MAC _ HOLLOMAN CORPORATION 624 W. UNIVERSITY DR. BOX 430 Expansion o rur9vnw0-nu 17111 PfesMn Road DENTON. TX V6201 Sulto 200 Dallas tk 7M04292 (946) 442-3442 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR Como Pump Station Ph: (9121960�H00 MAY 2006 — CONSTRUCTION OR Wm7DtfT PRLOR Fax: (9721960�4471 a ISSUE DATE DESCRIPTION PROJECT NUMBER - ANY OTTHERVAL BPURPDSE AND THE ENDINEER RESPONSIBLE Fort DOCRUMMI. NOTES BY SYMBOL O ; O RELOCATE AND RECONNECT CATHODIC PROTECTION RECTIFIER AS SHOWN. PROVIDE NEW DC CONDUCTORS AND RACEWAY TO RE -CONNECT TO ANODE FIELD. RE -USE CONDUIT AND DC CONDUCTORS. PROVIDE NEMA 4X TERMINAL JUNCTION BOX TO SPLICE THE DC CONDUCTORS TO THE RECTIFIERS. RETAIN THE SERVICES OF A NACE CERTIFIED TECHNICIAN TO VERIFY PROPER CONNECTIONS FOLLOWING RELOCATION. U2 ABANDON AND CAP CONDUITS IN PLACE UNLESS REMOVAL FOR THE INSTALLATION OF NEW BELOW GRADE PIPE AND VAULTS. REMOVE CONDUCTORS IF PRESENT. O3 REMOVE INCOMING CONDUCTORS, CONDUIT RISER AND WEATHER HEAD. ® REMOVE EXISTING FEEDER CONDUIT AND CONDUCTORS, US NOT USED. a ALL ITEMS SHOWN WITH A CROSS HATCH SHALL BE REMOVED ALONG WITH ALL CONDUIT, RACEWAY, J-BOXES. SWITCHES AND ASSOCIATED ITEMS. NOT ALL ITEMS THAT ARE TO BE REMOVED ARE SHOWN. CONTRACTOR SHALL VISIT SITE TO DETERMINE EXACT EXTENT OF DEMOLITION AND DETAILS NECESSARY FOR BIDDING. CO-ORDINATE WITH OWNER, AND INCLUDE ALL REQUIRED DEMOLITION WORK IN THE CONTRACT PRICE. EXISTING RTU AND ANTENNA SHALL REMAIN IN SERVICE UNTIL ALL PUMPS ARE SWITCHED TO THE THE NEW SWITCHOEAR AND THE NEW RTU IS IN SERVICE REMOVE EXISTING ANTENNA AND RETURN IT TO OWNER. CONTRACTOR SHALL REMOVE EXISTING RTU AND ALL ASSOCIATED CONDUIT AND CONDUCTORS. RETURN RTU TO OWNER OR DISPOSE AS DIRECTED BY OWNER. REMOVE AND RELOCATE TELEPHONE, PROVIDE NEW RACEWAY AND CONDUIT TO RECONNECT TELEPHONE SEE SHEET E-12. O9 REMOVE AND RETURN DIGITAL INDICATORS TO OWNER OR DISPOSE AS DIRECTED. REMOVE ALL ASSOCIATED RACEWAY AND CONDUCTORS, ® EXISTING INSTRUMENTS TO REMAIN. EXISTING TUBING SHALL BE REPLACED WITH 316 STAINLESS STEEL TUBING AND FITTINGS. EXPOSED PORTIONS SHALL BE INSULATED AND HEAT TRACED. PROVIDE NEW CONDUIT AND CONDUCTORS TO ROUTE 4-20MA SIGNALS TO NEW RTU. PROVIDE NEW 120V CIRCUIT FROM PANEL LA TO INSTRUMENTS REQUIRING 120VAC. O SEAL ALL OPENINGS LEFT BY THE REMOVAL OF DEMOLISHED CONDUITS AND OR CONDUCTORS. (TYP) ® EXISTING PUMP AND MOTOR SHALL REMAIN. LEGEND: ® ITEMS TO BE DEMOLISHED ELECTRICAL PUMP STATION DEMOLITION PLAN 0 1' 2" Ij FILENAME E--04 1 SHEET ,f 1 SCALE AS NOTED 1 E-F 0 I ` d310P �)0 1 480V/MCC 0)3P 13P 100 n/15 11 ,5 O1 15 m a w w z s w a ClAl Gupta & Associates, Inc. FaR ca-.bv-45-a y I1R60urm, Roai 992i90'M HEIR En Ineerin 0 9. Inc. F-972J9a�1]y 17111 Preston Road Suite 200 Dallae,Tx 7524E-1232 Ph: (972)D80.4400 Fax: (972)9004471 I �" 3P 40A 2 2400 VOLT, 30, POWER COMPANY 3W SERVICE METERING SECTION , CITIES ----- � -----� METER O I I I I I I i - I I I I I I �I I I I I 1 I II I I 1 I II I I t I �I 11 I I _J :_ PT'S (2) O (3)-CT'S M 3 � ¢ 15TT(i WA TS.ZKV-240GV 7 4 I i-F-LL I S 8,: C PMH-9 S a C PMH-10 3 1500 KVA 4 13.2KV-2400V IL MAIN SECTION TRANSITION I 2406V 3--PHASE, 3-WIRE MCC I - I 1 e 1 1 I 1 i , t I PT'S — " (2) OO i(3)-CT'S I v I lA_ _A_j 30 KVA /1 ) 2400--20BY/120V 3 U U 3 150 1 VALVE I P-1 9- N 7d ¢ y d 9 T 4j w C3 7 EXISTING ONE LINE DIAGRAM PROJECT MANAGER VKG PROJECT ENGINEER RAW I 9� RA/OC PH THIS DOCOMr IS FOR TF fAVNEFE OSE AS A RECORII 0ET Of IFIE DESIGNER RAW CDNSRtOC1ED PRD, T. R FLiS BEEN M001FlW FROM THE ORK+INAL CONSTih1CRON DOCUMENTS TO INREMMN AND COIIBTR(N:TION DRAFTER MAC RELATED CHARGES AS 1*00ROm KY THE GENERAL CoNIRAGTOR: NOLLOMAN CORPORATION 524 W, UNIVERSITY DR. BOX 430 DENTON, TX 70201 (940) 482-3442 - MAY 2006 - 7FRS DOCU"UCTIO IS NOT TO BE USr.UWE(? Oft I5SUE0 FC:R APPPI RI II CONSULTATION ISSUE DATE DESCRIPTION PROJECT NUMBER - AOTILL B'i N RSE7JCINEEpING CR AND AND TILE ENGINEER RESPOMLE FOR SEAUNO�IS DOCUMENT. POWER COMPANY UTILITY POLE (TO REMAIN) n CORI EIR i 2 I 3 I 4 I I I I I I I I f PT'S -- I I PT fi T OO ,) (3)-CT'S I 1O �(3)-CT`S Q (a-CT'S NOTES BY SYMBOL Q 77 MOTOR RELAY, t t t I I Q METERS. II I I EI t� ITEMS SHOWN IN BOLD SHALT. REMAIN. ALL ITEMS SHOWN SHADED SHALL BE REMOVED UNLESS OTHER WISE NOTED. THE PUMP STATION SHALL REMAIN IN SERVICE WITH MINIMAL INTERUPTION OF CAPACITY AND SCADA CONTROL, SEE ALSO SHEET E-3 AND E-4. • ® SEE NOTE 2 SHEET F-3. Q5 SEE NOTE 1 SHEET E-3. © SEE NOTE 4 SHEET E-3. Q SEE NOTE 3 SKEET E-3. ® CONTRACTOR SHALL COORDINATE WITH 3 3 3 POWER COMPANY TO REMOVE AND REPLACE RISER CONDUIT. �3')O 450 500 Q C UTILlY TO IENT £UTILITY 1 VALVE I I VALVE I I VALVE I A ONGNWITH S CURRRS AND P-2 P-3 P-4 POTENTIAL TRANSFORMERS. THE CONTRACTOR SHALL PROVIDE THE OWNER WITH A WRITTEN NOTICE THAT THE UTILITY'S METERING EQUIPMENT HAS BEEN RETURNED TO THE UTILITY. FORT WORTH City Ar Department Expansion of Como Pump Station ELECTRICAL EXISTING ONE LIME DIAGRAM 0 1' Z" If FILENAME E--05 I SHEET I� I SCALE +AS NOTED E-5 1 2 3 4 m M M 2 4 I N 34" 20" 20" 1 4 EXISTING 2400V SWITCHGEAR EXISTING 480V MCC PLAN PLAN NTS NITS 34' 34" 34" 34" 34" 24" 36" ® ❑ ® ❑ ® ❑ ® ❑ Fol 0 1 2 3 n 112 UTILITY METERING INCOMING LINE PUMP NO. 1 PUMP NO. 2 PUMP NO. 3 TRANSITION PUMP NO. 4 EXISTING 2400Y SWITCHGEAR ELEVATION NTS 2 4 EXHAUST MOTOR FAN NO. 1 NOTES BY SYMBOL O OPERATOR VALVE GI-2 Q REMOVE 2400V SWITCHOEAR BOOSTER AFTER NEW SWITCHGEAR IS PUMP INSTALLED AND ENERGIZED AND ALL MOTORS ARE SWITCHED FROM OLD SWITCHGEAR TO NEW CL2 PANEL SWITCHGEAR. HOIST "6" REMOVE MCC. O SEE SHEETS E-3, E-4 AND E5 FOR DEMOLITION. LIGHTING EXHAUST PANEL "A" FAN NO. 3 ® CONTINUOUS OPERATION OF THE PUMP STATION WHILE WORK IS COMPLETED IS REQUIRED. CONTRACTOR SHALL SEQUENCE _ ALL WORK SUCH THAT THE PUMP AU EXHAUST EXH SLANX STATION WILL REMAIN IN OPERATION. FAN 1 O SEE NOTE 9 ON SHEET E-5. BLANK BLANK EXISTING 480V MCC ELEVATION NTS PROJECT MANAGER VKG I F�I NwLEC7i31CAL ��� `� RA PROJECT ENGINEER RAW City Fort Worth EXISTING SWITCH GEAR ELEVATION Gupta & Asso6aras, Inc. OA/OC PH �Ns uCTNEOT+ROFOR WE I B SENDN�ODFlm GOF THE AND CONSTrtIJCRON FORT FORTH eonslrw�n ensineedng DESIGNER RAW DONSTRUGTIGN DOf:UA1ENrs TD INCLIfDE REVISION pMIED CHANGES AS RECOROEO Rf THE GENERA. CONTRAMIC i�at�:� Department I3524G.m u� DRAFTER MAC 624 NRu% VdIl. T— L3� T I ,�„a,&l HPR Engineering, Inc. W. UNIVERSltt DR 4S0 DENT➢N, yx 76201 expansion of 9714W iI -•Ae�w wula.droa 11111 Preston Rudd - Sulfa2Od (940) 482�1442 Como Bump Station 0 !� 2' FILENAME I E-06 SHEET pollds,Tx Y5249-1282 _ THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR CONSTRUCTION aq ANY OTHER PURPOSE WITHDUf PTNOR Tom' Ph: (972)999-44G9 — MAY 200b — AND iHET7iErniGiNE xOpf PaNs�V9LUE By Q&fN "W- SGALE +II AS NOTED E`G FM (97219994471 ISSUE DATE DESCRIPTION PROJECT NUMBER — - 2 . LIBBY AVENUE 4 0 0 Of z 0 I I "I 6MG GROUND STORAGE TANK ff I I I I I !! I I� Al I WET AREA Ill U �\ 0 Ll GAI Gupta & Associates, Inc. —U,V.g -Pftrfte L T-t !Teri 1 1 T.1 HDR En ineeAn 9 y, Inc. Eax,91E�9P���%s M49C , 17111 PreslGrt Roatl Suile 299 Dalles,T* 75218-1232 MAY 2008 11.:(072)9604400 — — Fm: (972)9604171 ISSUE DATE DESCRiPTION 5 2 5 FO OF (A-8) 1 1v A 2MG GROUND STORAGE I TANK i OVERALL SITE PLAN SCALE: 1:20 a NOTES BY SYMBOL O OI NO REQUIRMENT FOR ANY PULLBOX PER TXU. I r O2 4#8, #100, (LCI) 1"C, 1'C SPARE. SEE NOTE N0, 7 It O3 2#8, #JOG, 1"C, VC SPARE. l ® 2#10. #10G, 1"C, i"C SPARE. SEE NOTE NO. 7. Q5 STUB UP SPARE 1"C OUTSIDE OF POLE FOUNDATION TAG AND CAP, © SPLICES FOR LIGHTING CIRCUITS ARE PERMITTED IN l J—BOXES USING SILICON —FILLED WATER PROOF WIRE NUTS, (2) ROUTE CONDUIT AND CONDUCTORS TO LIGHTING CONTACTOR LCI. STUB UP AND CAP SPARE CONDUIT INSIDE BUILDING WALL. 1 ® PROVIDE NEW FOR POWER FEED TO YARD FLOOD 1 LIGHT AND EXISTING POLE MOUNTED LIGHT. SEE SHEET E-19. O9 ALL EXISTING FIELD INSTRUMENTS SHALL HAVE NEW SURGE SUPPRESSORS INSTALLED, SEE DETAIL B, I SHEET EY-7. I 1O0 POLE LOCATION IS APPROXIMATE. COORDINATE WITH TXU. iO TRANSFORMER AREA COVERED WITH CRUSHED GRAVEL CONSTRUCT A CONCRETE CURB AROUND PERIMETER OF THE GRAVEL AREA SHOWN THAT EXTENDS 12" I e SS :,�J:C v"L. © RECONNECT EXISTING POLE MOUNTED LIGHT. SEE SHEET E--19. s I ALL NEW GROUND MOUNTED FLOOD LIGHT. SEFF- I I W SH E —19. �* iNTAIN T LEAST 5'—W FROM TJHTS� UCTRANK w ANY ER UNDERGROU; ONDUITS. NEW 25' SCADA ANTENNA TOWER ® SEE E-- R 0 ATION. SEE SCHEMATIC 1 / ���---_- -� SHEET EY-4 s ONTACTOR LCl. I V) A-c W m Q w m (1) 2"C FOR a TELEPHONE SERVICE / I y Ss 1it 4'f'PI' BLACKMORE AVENUE PROJECT MANAGER VKG PROJECT ENGINEER RAW �y QA/QC PH DOCUMENT IS FOR THE OWNER'S USE A5 A pfWRD sET OF THE �' ty © Fort Worth DESIGNER RAW C. OONj1RUOrt0 PR0.1EOt- R F[l5 Dlf171 MODiRk7l FOOM RiE ORIGINhE CONSINUCEION OOCUUENIS TO INCUJOE REVISI0IV NID OOR51RUC7fOx TON MID FORT FORTH DRAFTER MAC REIAIED CRANOFS AD REODROED DY THE cONIM.CIOR: �Ty�C�L�i� I.Itr����G"� WaterDepartment HOELOIWI COfrPVATION 824 W. UNNERSf1Y OR. ROX 4aD DENTON, TX 76201 Expansion of {940) NOT4a2T 42 THIS DOCUMENT 15 NOT TO BE USED DR ISSUED FOR Como Pump Station CONStR'E"'J OR ANY OTHER PURPOSE WITHOUT PRIOR By I�ND RE ON E PROJECT NUMBER — 7�FiETENGINEEMR SIDLE FOR 5E/JJ TH M . _ ELECTRICAL OVERALL SITE PLAN O 1" 2- FILENAME E-07 SCALE AS NOTED �J N LEGFIN �F FIXTURE O FIXTURE QUANTITY REFER TO SHT EY-4. SHEET E-7 1 1 2 1 3 1 4 1 ,•:OoO• 4/0 BARE CU . ,.. GROUND V`O-.« CONDUIT 1 S3 2 S4 3 S1 4 S2 1 SECTION __ NTS • 0.J CONOUrr llsl 121S2 SEC-1IONT NTS CONDUrr 5I F1 I6I F2 SECTION D1 NTS �� ' d 1.a '� •O. lU 4 0 COPPER GROUND CONDUIT 5 F, 6 F2 Q 7 F3 (SPARE) 8 F4 (SPARE)( Q 9 F5 10 F6 Q 11 F7 (SPARE) 12 F8 (SPARE) I Q Q 13 SPARE 4"C 14 SPARE 4"C I Q 15 TXA2 16 TXB2 Q 17 SPARE 4'C 18 SPARE 4"0 I� 19 MI 20 TXB1 SECTION (D NTS --AI Gupta & Associates, Inc. consuRhgen9imeNx29 N626o—K.d mua,T— 2t2H T,t 97Eav6-7MI NOR En ineeNn g g. IBC. F .m2.wM21 17111 Prestaa Road Sulte 200 DallasjT r 7524EW 232 Ph: (972)960.4400 Fax:(972]960-4471 CONDUCT (SECTION Al & A2) 3 j S3 4 S4 SECTION 0Al SECTION (n NTS NTS E-7 CONDUIT l3I S3 I4I S4 SECTION (D NTS CONDUIT 9 I F5 I10I FS SECTION D2 NTS CONDUIT 5 F, 6 F2 Q3 7 F3 (SPARE) 8 F4 (SPARE) C 9 F5 10 F6 Q 111 F7 (SPARE) 12 F8 (SPARE) Q Q 17 SPARE SPARE 4"C 18 SPARE 4"C Q3 19 TXA1 20 TXB1 SECTION El NTS - MAY 2006 - ISSUE DATE DESCRIPTION N — — — — — — EXOTHERMIC WELD TO GROUND RODS (TYP) — GROUND ROD TEST WELL (TYP. OF 2) rEXTEND TO ANTENNA I 10'-O" TOWER GROUND STO UTILITY EXOTHERMIC ET a SERVICE WELD (TYP) I }I I IITXAI `F15 41 RELOCATED - I RELOCATED �A 4/0 BARE I UTILITY T I UTILITY COPPER -- i TRANSFORMER i TRANSFORMER 17 ,\ (TYp} I I I \ I 9'-6" 9'-6" \ GROUND ROD I I D2 \ D1 - I (2)-6^Eck TX13 I� "tJ'•�d11 . 12 ... CONDUIT 5 F1 6 F2 3Q 7 F3 (SPARE) 8 F4 (SPARE) Q3 9 F5 10 F6 Q 111 F7 (SPARE) 12 F8 (SPARE) Q - 1 ��— --- — EHH-1 POWER POWER 14 METERING (METERING 18 \ I 6--1 13 F 14 --- (UNIT (PMU) UNIT I (PMU) 25%\\ I I 15 16 I I EMH-3 I �� L--_.—.----------------------.----- I `-V 6"x12 Fl I Ei CURB X1 l POWER COMPANY TRANSFORMER SEE SHEET p�N SEE SHEET \ E-12 E-12 \ NTS \ I \\ I CONDUIT \�I 5 F7 6 F2 Q3 7 F3 (SPARE) 8 F4 (SPARE) n23 <N O 9 FS 10 FS TPUMP STATION 26 ' 29 � 32 SEE SHEET E--7 e , 22 a 25 28 31 ' p ".21 •'24 Z7.•30 .�• - a • 0 . e: ' .•O• too 40 GROUNDPPER � e ' (7 13+� 14 + 17ye 18 ,•,•,1 15 .16 •19••20 ,�f SECTION NTS PROJECT MANAGER VKG PROJECT ENGINEER RAW QA/QC PH Tles pOOBYENT IS FGR THE OWIlEA'S use AS A RECIXtO SET DF lHE DESIG'NE-R RAW oCOGsIRUC�ON OWIAENQ1rS T'a R16EiV0ER0PEvsImOR ulo c EsiR°R'°VCII' o -- DRAFTER MAC nEIAIED C241NGE5 AS RECORDED BY THE CENEI Ak CONRRACTOR: HOLLOMAN CORPORATION O24 T, DNNERSIIY OR. BOX 430 DENTON. TX 70201 (940) 4112-3442 THIS DOCUMENT IS NOT To BE USED OR ESSUED Fan _ CONSUCU ON AND APPROVALA'HER PURPOSE WITHOUT PRIOR PROJECT NUMBER - AND THE ENGINEER RE5PONSIBM TOR S NO TNI 00 U . .Q 11 F7 (SPARE) 12 F8 (SPARE) Q Q 113 SPARE 2"0 14 SPARE 2'C Q I15 TXA2 16 TX82 Q 17 SPARE .3-0 18 SPARE 3"C Q 19 TXAi 20 TX61 f 21 P4 22 CR4 Q3 23 RTD4 (FUT) 24 P3 125 CR3 26 RTD3 (FUT) Q3 127 P2 28 CR2 I29 RTD2 (FUT) 30 PI I31 CR1 32 RTD1 (FUT) Q SECTION O NTS FORT WORTH C'ty of Fort Worth Wager Department Expansion of Como Pump Station NOTES BY SYMBOL O : Q ROUTE J4,/0 BARE COPPER WIRE THROUGH MANHOLE INTO PUMP STATION AND CONNECT TO SWITCHGEAR. BOND TO GROUND ROD IN MANHOLE. 0 ROUTE TO UTILITY RISER POLE, BOND TO GROUND RODS IN UTILITY MANHOLES. BOND TO RISER POLE GROUND OR PROVIDE DRIVEN CROUNO ROD AT EACH RISER POLE. Q3 INSTALL EMPTY CONDUIT WITH PULL STRING, STUB UP AND CAP. ELECTRICAL DUCT SECTION AND DETAILS 0 l"- 2' FILENAME I E-OS SCALE AS NOTED SHEET E-8 2 I 3 I 4 5KV CABLE SCHEDULE TAG POWER/CONTROL CONDUIT TAG POWER/CONTROL NO. WIRE SIZE SIZE N0. WIRE SIZE SI ® 4'C TXA1 3#2, 5KV. #SG S2 Q8 4"C TXB1 3#2, 5KV. #SG S3 ® 4'C CAP1 3#6 5KV, #8G S4 8Q 4"C CAP2 3#6 5KV, #8G F1 3#500 KCMIL, 5KV, # 4/GG 4"C CAPS 3#6 5KV, #80 F2 3#500 KCMIL, 5KV, # 4/GG 4'C CAP4 3#6 5KV, #SG F3 NOT USED CAP5 3#6 5KV, #80 F4 NOT USED F5 3#500 KCMIL, 5KV, # 4/00 4"C F6 3#500 KCMIL, 5KV, # 4/OG 4"C F7 NOT USED F8 NOT USED P1 3# 2AWG, 5KV, #60 2 1/2"C P2 3# 2AWG, SKY, #6G 2 1/2"C P3 3#1/0 AWG, 5KV, #6G 3"C P4 3#1/0 AWG, 5KV, #6G 3"C P5 3#1/0 AWG, 5KV. 06G 3"C P6 EMPTY SPARE 3"C I 4A I 'I` I 3 � u ■ 500 FUTURE PUMP GAS Gupta & Associates, Inc lw&G. ft. D T 1524/ TN: 9R-19 W l r,.. 9]ti9M1112, "OR Engineering, Inc. 17111 Preston Rena Su11e 200 Daltas,Tx 75240.1232 Ph: (97219004400 Pax: (972)960-4471 1 I T'S I CONDUIT SIZE 3"C 3"C 2"C 2"C 2"C 2"C 2"C CONDUIT SCHEDULE (48OV) TAG POWER/CONTROL CONDUIT TAG POWER/CONTROL CONDUIT NO. WIRE SIZE SIZE NO. WIRE SIZE SIZE Mi 2#12, #12G 3/4"C TXA2 4#1, #6G 2"C r) NEW PRIMARY SERVICE CONDUCTORS (TYP) CR1 CT-9 VC TXB2 4#1, #6G VC8 Q- 81 F M2 2#12. #12G 3/4'C TXC1 3#4, #BG 1-1/4"C I S2 CR2 CT- 19, CT-7 2"C TXC2 3#1, #6G 1-1/2"C A �t RELOCATED 1500 KVA M3 2#12, #12G 3/4"C Q TXU�-24D0V CR3 CT-19. CT-7 2"C F1 I F2 M4 2#12, #120 3/4"C UTILITY PRIMARY MFTER CO�UNIT ENCLOSURE (PMV) CR4 CT-19, CT-7 2"C F1 F2 1 y M5 CR5 2#12, #12G 3/4"0 CT-19, CT-7 2"C -_---�_-- Sc RT05 (12) 3/C #18 TSP 2 C 10 I � I I M6 FUTURE 3/4"C © I 3-LA'S 1 �4 1 TX82 FUTURE 2"0 1© 1 1 I II TXCI FUTURE 2"G ]QC i 3-PT'S 2400/120V # J-BOX WIRE SCHEDULE /R 1 1® CONTROL VALVE &PRESSURE SWITCHES I© MOTOR HEATER I I 1200VA / I -'�- ---` �----J-r- -r 630A 1 -_-- I - -� 3 REFER TO SHT. E-10 I ® I MOTOR RTD'S I 1200/5MR I I i ------ MEDIUM VOLTAGE (MCC BUS A) ---'-------- --------�"------- SET (3CTs . )-Q ON 800 2 + 240OV, 30 3W 1200 AMP TIN PLATED I I I COPPER 250 MVA i ' I M' ' 1 I S 3A 2A / 1A I I I • I I__--- MAIN NO 1 I I I _ � - - (3) t1515 IIi PT•S is T'S 2) 2) IIII iIIII HIGH RESISTA,NEGROUND 150:5 30: -cr(3)-CT i1II '1I tiJ ® '1III ■ �U d 150 1J ©PUMP P-1 -- PROJECT MANAGERIVKG PROJECT ENGINEER RAW gA/QC PH DESIGNER RAW DRAFTER MAC MAY 2006 - ISSUE DATE DESCRIPTION PROJECT NUMBER - r- TX -•A k A --kJ 75 KVA �[ � 2400-480Y/277V Il TIOS cOCUMEW 15 FOR THE OWTIFR'S USE AS A RECORD SEF OF IRE OONSMMD DONSIAUCIION PD0CUWWM M TNCCT, Fr HAS OWGERREYISION 00 CONSTRUFTION RF�IATED CIMNGES AS RECORDED R>r TEE GENEM C* RAOtOR: HOLLOMM CORPORATION B&OWZi,UTNXM76SIT DR. BOX 430 (940) 402-374442 CON�WRUCUTIMONORISANYT0 FF%EPUURSPOOSED E Wn)iOVY PMOR CON$ULTATIO14 AND APPROVAL RY HMi F///'1YGF91itR H1C. AND THE ENGINEER RESPONSIBLE FOR ITII'1 IAUil1ENF LEGEND: F1 WIRE AND CONDUIT SIZE REFER TO SHEET EY-1 CT-XX CABLE TRAY RATED CABLE REFER TO SHT. EY-1 VACUUM CONTACTOR �ff CONDUIT # REFER TO FLOOR PLAN ka-8 BY SYMBQL Q : MOTOR PROTECTION RELAY MULTILIN 369. 0 POWER QUALITY METER. MULTILIN PQM. II Q3 INSTALL EMPTY CONDUIT ONLY FOR FUTURE USE - PROVIDE END PLATE FOR FUTURE EXPANSION. O PROVIDED BY ELECTRIC UTILITY. © THE CONTRACTOR SHALL COORDINATE THE INSTALLATION OF THE INCOMING POWER WITH THE ELECTRICAL UTILITY. /� '�= / POWER FACTOR CAPAMORS SHALL 13F INSTALLED IN SEPARATE ENCLOSURES NEXT TO MOTORS. Q8 CONTRACTOR SHALL PROVIDE EMPTY 4" PVC CONDUIT FOR UTiLITY'S PRIMARY 15KV CONDUCTORS. ® SWITCHGEAR MANUFACTURER SHALL MAINTAIN A SPARE KIRK KEY OFF SITE RTD1, RTD2, RTD3, RTD4 AND RTD6 ARE EMPTY 2"C FOR FUTURE. FURNISH AND INSTALL COMPLETE STARTER FOR FUTURE 500HP MOTOR. © PROVIDE PULL STRING, STUB UP AND CAP. ® GE EPM-200D DIGITAL SWITCHBOARD METER. 1Q4 MECHANICALLY HELD VACCUM CONTACTOR SHALL BE MANUAL OPEN -CLOSE SWITCH, NO AUTOMATIC TRIP. PROVIDE FUSE SIZED TO PROTECT 75KVA TRANSFORMER. SEE SHEET E-10 TIE SWITCH W2 200A ATS B2 �D I Txcz HA1 v SEE SHEET E-10 �� Fl PANEL -HA L PANEL -LA TXC1 30 KVA 480-280Y-120V FORT WORTH City ®f Fort Worth Water Department Expansion of Como pump Station ELECTRICAL NEW ONE LINE DIAGRAM MEDIUM VOLTAGE MCC BUS -A 0 1" 2" FILENAME E-9 SHEET SCALE � AS NOTED - E-a 2 1 3 1 4 f1 NEW PRIMARY SERVICE CONDUCTORS (TYP) 0 S3 S4 RELOCATED V.. -A_l 1500 KVA Q KV-2400V T3.,2 F5 I F6 UTILITY PRIMARY METER O UNIT ENCLOSURE (PMU) F5 { F6 I Sc S�•� I I--o p 11 I I I 3—PT'S 2400/120V I I 1200A 63UA I I 1200/5MR (3)—CT's O I I SET ON BOO i---------- I I SEE SHEET E-9 < Z M2 1 I I I MAIN NO. 2 A rwv� R I IlI II II II FI II II II I I HIGH RESISTANCE GROUND II II II II #B ® PT'S (2) 30:5 (3)—CT's ' 6"X12" CONTAINMENT 6" PMU UNIT PMU UNIT CURB GRAVEL `MANHOLE I GRADE �_:.-. ....... ... �. .':.1.��. �(.�i. .ii,��. i. m. m.i�. o.�j -- -- MEDIUM VOLTAGE (MCC BUS B) T I 240uV, 30, 3W 1200 AMP TIN PLATED Y I -- iCOPPER 250 MVA 1 Il I1 I � I � PT'S I (2) I e0:5 O I F (3)—CT'S ' I I II I rc 2400-4BOY/277Y'T -j I I PfCC� I G,AI - Gupta & Associates, Inc. c—ffi'n9engiea dw A 17616O•m-Rw4 eyme,rwE n NOR Engineering, Inc. Fm-9724961191 17111 Preston Read I:oerwwRedl^ quite 200 Dallae,Tx 75248.1232 MAY 2DU6 — — Phi(972)9694400 Fax: (872)9B94471 ISSUE DATE DESCRIPTION ■ J J 300 ® OB PUMP P-2 PROJECT MANAGER VKG PROJECT ENGINEER RAW QA/QC PH DESIGNER RAW DRAFTER MAC PROJECT NUMBER — TRANSFORMER/PMU DETAIL NTS E—$ I 1 I PT'S i _ _ PT's a' (2) 1205 150:5 II IL __ o I �FCCJ ■ J J 450 ( © PUMP P-3 THIS DDCUMEHT 6 Fqq THE 01MER'S U$E AS A RECORD sET OF THE [ONSiR9CTED PROJECT. rt FVS BEER MODIFlED FROM ME OR(GjNAI. OVN:.IRUC90N OOCOMEHCi TO IHCUIOE REMION AND COHSIHucm RELATER " qES AS RECOROiD SY THE GENOM CONTRACTOR: FiDLLOI. All CORPORATION UNNERSOY OR. BOX 43D DENTON, TX 76291 (940) 482-3442 THIS DOCUMENT 1S NOT TO BE USED OR ISSUED FOR CON5TAOCTION O Rt ANY OTHER PURPOSE WITHOUT PRIOR CO14MATICN ATE APPROVN, BY R [:NGFNEERiNG. INC. AND TITE ENOWEEti RESPaNB BLE FOR EWHO TH 5 W MENt U J J SOO ® ®PUMP P-4 FORT WORTH City Of Fort Worth Water Department Expansion of Como pump Station # J—BOX I® CONTROL VALVE & PRESSURE SWITCHES I© MOTOR HEATER lO MOTOR RTA'S LEGEND; F1 WIRE AND CONDUIT SIZE El REFER TO SHEET EY-1 CT-9 CABLE TRAY RATED CABLE REFER TO SHT. EY-1 VACUUM CONTACTOR CONDUIT # REFER HI TO FLOOR PLAN NOTES BY SYMROI, O : 0 REFER TO NOTES ON SHEET E-9 ELECTRICAL NEW ONE LINE DIAGRAM MEDIUM VOLTAGE MCC BUS-B 0 1" 2- FILENAME E-10 SHEET - SCALE I AS NOTED E-10 2 3 1 4 t 3B" I 36" _ 36"... .. .. - - 36" - .. 36" .. .. ..36 I 36• _ _ I 2" SWITCHGEAR & MCC PLAN VIEW NTS o a PUMP NO, 5 PUMP NO. 1 _®moo ®moo 0 Cr a o ® Q 0 0 V 0 C ® ® ONO. PUMP NO. 6 630A MAIN 1 600A MAIN NO, 2 630A (FUTURE) TX —A MAIN FUSED "E SWITCH FUSED MAIN NO, FUSES SWITCH SWITCH N0.2 FUSES .: . •-.36" .. ... .. ,•36": ..• .. •. .. . ° 36" 36" 36" 36' 36", 36" 4" HOUSE KEEPING PAD —/ GAI Gupta &Associates, Inc. cansaKK99 Rn ' eKng I ffi6GomwRod ae,cr Tstu Td: 912�19P1661 NOR Engfnaering, Ine. 17111 Preston Road ♦owl%.'Mrm@s° +�+^rsw ,quite 200 OaIIw,TX 75248-f282 Ph:(972)960.4700 I'm (972)9N04471 MAY 2006 — ISSUE PATE DESCRIPTION SWITCHGEAR & MCC FRONT VIEW NTS d PUMP NO. 2 !PUMP NO.. 3 0 ff--O(TYP) 0 o 0 p � O a oo® O ® � [Kul 36" 36" NOTES BY SYMBOL O : Ol POWER QUALITY METER. (GE POM IT) Q MOTOR PROTECTIVE RELAY. (GE MULTILIN 369) UO POTENTIAL & CONTROL POWER TRANSFORMERS. ® NOT USED. �5 5KV CLASS E-2 FULL VOLTAGE NON —REVERSING VACUUM STARTERS. © PROVIDE SPARE STARTER IN FULLY EQUIPPED SPACE FOR FUTURE PUMP NO, 6. MECHANICALLY HELD CONTACTOR. ® METERS AND RELAYS SHALL BE MOUNTED HIGHER THAN 36" AFF AND LOWER THAN 60" AFF. ® MAXIMUM PERMISSIBLE SWITCHGEAR LENGTH SHALL NOT EXCEED 21 FEET. THE SWITCHGEAR WILL SPAN OVER THE EXPANSION JOINT FOR THE NEW BUILDING AREA (SEE STRUCTURAL DRAWINGS). CONTRACTOR SHALL PROVIDE SWITCHGEAR RAILS TO SUPPORT THE SWITCHGEAR OVER THE EXPANSION JOINT EMBEDDED IN THE HOUSEKEEPING PAD TO SUPPORT THE SWITCHO AR AND At -LOW BUILDING MOVEMENT WITHOUT HARMING THE SWITCHGEAR. 1Q GE EPM--2000 DIGITAL SWITCHBOARD METER. `SS SCREWS (TYP) 0 6 O o PUMP NO, _ 600A MOTOR HP CURRENT SHOULD CURRENT BE OBTAINED FROM SW TCHER MOTOR MANUFACTURER 0 o O o TYPICAL NAME PLATE DEfAIt NTS TYPICAL NAME PLATE DETAIL 2O NTS PROJECT MANAGER VKG�v�aja�yy�p�,, PROJECT ENGINEER ELECTRICAL RAW d�i�J�a��IJ City of port Forth PROPSED SWITCHGEAR PLAN & ELEVATION QA/QC PH DESIGNER RAW 7" DOCUMENT IS FOR THE OWNERS USE AS A MY= SET OF 111E 1ED cflCOpsiaticnON pDDcuME,' Ta ,.,E RMION N!0. CON 0"' N �TEOCHANGES AS RECOROED BY 7HE GENE22 CONIWIC70R: FORT FORTH y r �[s�ef Department DRAFTER MAC HOLLOLIMi CORFORATION 6z'j< W. UKnIORsm DR. ND < 430 Expansion of 0EMGM. T% 76201 (940) 462-3442 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR Como Pump Station p 1" 2" I FlLENAME E—! 1 SHEET OONSIRUU*N OR ANY OTHER PURPOSE W.. PRIOR I PROJECT NUMBER — OONSULTAMON AND APPROVAL BY NnR cNnINFFRINn. INC- AND 1HE tDIGINFER ReSPONSIDLE FOR seAUNO THIS DocuNENr. I SCALE AS NOTED Ee� 0 RHOS 1 SEE SHEET SEE E-8 SHEET RTU-105 ?' E-19 RTU-106-1s i I LA-27 L LA-25 I SEE SPACE HEATER SHEET II�� E-19 I� M4 MS (FUTURE) M6 RTO E1 11 f MOTOR P2 P3 P4 PS (FUTURE) P6 MCC POWER FACTOR CORRECTION CAPACITOR GAI Gupta & Associates, Inc. OWW&79�&e W Wl O,mm.pn,a Eel: 9R4A0.1661 91b394,1i5 n PUMP NO. 4 E48 PSH-102 PSH-103 PSH--1O4 PSH--105 PSH-106 (FUTURE) PUMP J2 ,j__j��j�� J3 I J C2 � �" SV ro SV C2 M BV2O (ARE) BV30 PANEL HA BV40 BV50 (FUTURE) BV6p GR2 MOTORS #2 THRU 06 BLOCK CR3 DIAGRAM (D cR4 NTS CR5 CR6 (FUTURE) Im HDR Engineoring, Inc, 17111 Proston Road Suite 2110 Dallosjx 76240.1232 Ph: (972)900.4400 I'm (972)90p-4471 PS PSH-101 CAP1 2 PIT--080 3 24" POWER TRAY ------------------- ----- -CONTROL TRAY ELOW ---- J3 J2 J1 PSH-103 RTU-107 PSH-102 n II PUMP O SV-102A PO 2 OSV-IO3A N0. 3 M SV 103B SV-102B � PSH- BV30 � BY20 `J WET AREA �� 3 TO EMH-3 TO SEE SEE SEE SHEET SHEET SHEETSHEET E--B E-7 E--8 E-19 rE dr.....�, I ..... �,,.,. a I 1 I U CATHODIC r 17 � I PROTECTION groTiVIER I _ TYP.I I I PUMP NO. I 01 TELEPHONE BOARD ATS LIGHTING CONTACTOR LC1� LLLLLL PANEL HA D 1 C TRANSFORMER�4SCADAA -17 ; PANEL LA 3 i WET AREA I I � PUMP STATION PLAN SPACE HEATER 1 /4" - 1'-0- M1 M070R PUMP P1 MCC POWER FACTOR CORRECTION CR1 CAPACITOR MOTOR #1 BLOCK DIAGRAM NTS IPROJECT MANAGER VKG PROJECT ENGINEER RAW QA/QC PH R1S DOCUUMT M FOR SIZE MUMS USE AS A RTCORD SEI OF DIE DESIGNER RAW CONSTRUCTED PROUEOT. 6 "*5 RE:EN MO"M FROM aye ORIGINAL _ ° ciuNCEs ��CORo n�a�t GENE a CORRMACTORN DRAFTER MAC 80[tOMrw CORFDrwnDN i 1 624 W. UNIVERSITY OR Sox 430 DEHYDN, FX 762,31 I (940) 482_3442 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR MAY 2006 — _ C�ONSUTL7 17uE 0N .OR �pOTHER aPURPOSE WITHOUT PRIOR ENGIN cuMr�f. ISSUE _DATE DESCRIPTION PROJECT NUMBER - MU THE ENGINEER RMAPDN IVR E FOR SEWNG�R" G TTHLESEst +-, f PUMP '-------- NO. 5 I I BUS B BUS A HRG %HRG III IllfI � 4 RTU-103 ET SEE RTU-104 E-18 SHE E-19 ILL LJk�29----------. H----•-------H� f 1 L III FIRE ALARM PANEL RTU-117 �+ f DRY AREA � Thtai F -�--�I RTU=116 -NEW SWITCHGEAR --�� 10' COPPER CLAD ROD (TYP) GRATING •` WP/ GFI IT 'r PIPE GALLERY SUMP PUMP DETAIL (�) 1/4" - 1'-0" FORT WORTH Water Department Expansion of Como rump Station o �� � RTU-102 E-Is I HIS T / III LA-26,28,30 HA-31,33,35 IBV60 (FUTURE) 70 LCi SEE ASHEET AE-19 PHOTOCELL FOR LC 1 TO TELEPHONE POLE —? SEE SHEET E-19 �- 4/0 BARE Ii COPPER (lYP) I I I NOTES BY SYMROL Q : 0 ALTHOUGH PUMPS 1 THRU 4 DO NOT INCLUDE RTD'S. PROVISIONS SHALL BE MADE FOR FUTURE RTD'S IN THE SWITCHOEAR AND BELOW GRADE CONDUIT SHOWN. Q2 ROUTE WIRE AND CONDUIT TO RTU. Q EXMNG INSTRUMENTS, REWIRED. ® SEE NOTE 1 SHEET E-4. Q ROUTE WIRE AND CONDUIT TO TELEPHONE BOARD. © ROUTE 2#6.#10G,3/4"C TO HCHTINO CONTACTOR LC1, Q7 ROUTE 4#8,#100,3/4" TO LIGHTING CONTACTOR LC 1. © CONNECT TO GROUND BUS WITH CRIMP -ON NEMA 2-HOLE LUG. ELECTRICAL POWER & INSTRUMENTATION 2• (FILENAME E-12 SHEET I I SCALE AS NOTED I E-1 2 - i 2 SEE SHEETS E-7 & E-12 DUCT BANK r III III I III III ,� A�L -- - - - - - - - - - - - - EER A � -j TRFUTURE PFCCUPTOEE - l 1 I �jI f I I /`.tr rrsr�r/r//!r rlrrrr lq: I I r/llrrrf(/llrrrr' 11111��1-1�^Iflf(I(I�-------------- CATHODIC PRO C110N RECTIFIER I I I' - - I :P=Hl v - •`r I ��---� —r -F --I Y_ ! RFD-_ �CP5`�I T 1 1 1 —II I PSH-106 ATS TO MCC SEE - I E--9 & E-12 III` SV-106A A \- BV50 • � � � I I I I SV•-, Qfig � I -fir I —� PANEL HA � :•• �,i' � Q __- TRANSFORMER C I I EPING ° __---_-� PANEL LA I ' -3 �U / — f -� - CONTACRR LCI TC GA NET • • ° f f iJ SCADA INET I � r — I I • . 24" CABLE I I I O \ •. � { \ •� �� 9` ��� o � TRAY 0 0 �9 a �o Ifllllllll(IIIII1II1111111I11�I' I NEW SWITCHGEAR 1 ! GAAI Gupta & Associates, Inc. lut canudma eng4l "I' 13636GImm " Tdi 9 n W T&5L Ta: vR436-rssl HDREn in°erin 9 9, Inc. ".1 •�4v 71N 17111 Preston Road Suit°200 1a11as,Tx 76248.1232 Ph: (072)9604400 F'ax:(972)900.4471 PROPOSED ELECTRICAL ROOM PLAN SCALE: 3/8" a 1'-0" - MAY 2006 - ISSUE DATE OESCRfPTION 3 PROJECT MANAGER VKG PROJECT ENGINEER RAW QA/QC PH 1HIS DDGUWERT IS FOR THE OTNtWS USE AS A RECORO SET OF IHE DESIGNER RAW CONSUiUC1EO PR0.lECT. if y1� BtiD'f AtWIFiTI FTSOIN THE ORIGINAL CON$IRIJC,EpN ODCUTENIS t0 INCLUCE REYIS[CH AIUI CON3tRUC11ON DRAFTER MAC REL11E0 CHANGES AS RECOROEU OY 1HE GENER& CONTRACTOR: NOu.GMA14 Coll"ORATION 424 W. UNIVEFtSE1Y OR. BOX 430 ❑FNION. TX 76201 (540) 482-3442 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE PRIOR PROJECT NUMBER - CONSULTATION AND APPROVAL EjCUT A9 THE ENGINEER f1FSPONSIBLE FON NG R,I , 4 1-511 24 27 30 n 23 26 �-• 29 - 32 n V 4 TYP. 24" 3" PVC -ALA --C -C -C -C 2" PVC -AL 1 " PVC -ALA 4" THICK HOUSEKEEPING PAD DUCTBANK ELEVATION (D NTS ATS HA1 n I I I ON THE OTHER SIDE OF THE WALL. INSIDE THE I NEW PUMP ROOM I I I I I I I I I PANEL HA (TYPICAL) PANEL lA n � � a x LIGHTING CONTACTOR LC1 u u �` TXB2 • TXC2 Txcl HOUSEKEEPING TRANSFORMER S PAD TX-C TO �TO - TRANSFORMER A TRANSFORMER B ELEVATION NTS FORT WORTH City of Fort Worth Water Department Expansion of Como Frump Station ROTES BY SYMML O Q1 316 SS UNISTRUT SUPPORTS, PROVIDE MOUNTING LUGS ON ALL EQUIPMENT - ELECTRICAL PROPSED ELECTRICAL, ROOM PLAN & ELEVATIONS 0 1" 2" �HLSCA4LEIA5INOTED ISHEET E-13 sa 3 4 0— 3 ( LA- 13 �I W LA-1 r-11 ' -2 wP� � LA-2 I • I�� dt LA-13 MONORAIL/UGI MNG SECTION O SCALE: 3/13"=1'-O" 1 GA I _ Gupta & Associates, Inc. Eores 6'gp give " DS16G�mou Rm6 4 9T:�90MS HDR En lnee 9 �19, Inc. ro.: ure-+eo-�us 17171 Preston Road amil:.bdw�Liuw�Ie em" Suite= DRIIna,U 75240.1232 MAY 2006 Ph: (972)16114 00 —_ — Lm 4972j980-4471 _ ISSUE DATE --------- lwEl ARtAI I # LA 8 E I, DESCRIPTION \v LA-2 �� 1 rLA-7 LA } I 0 LA-12 PUMP STATION PLAN 1/4" = 1'-0" PROJECT MANAGER VKG r-- I .------------- --- I--H' I i ---fu------------------�--r--i+a--Ire-- �,- EXISTING IRRIGATION 4,-�-r-------------CONTROLS CONTROLS LA- �� ­ l' 1 771 '111, I'T, I�� !j1 B ii I I =71 LA-8 LA I I LA-2 Ea . af I--Z _ f I I I � I I �-3 1 LIG14TING CONTACTOR L01 l �, WET AREA •1; - - LA-„ ------ C lial'� j111 I I -I I" ! I "I LA-9 d LA-11 E -, DRY AREA � J b C H LA-4 G L 9 C LA--9 C LA-9 C LA-9 LA - LA-5 WP/GFI ;�.I. .1 ! I Z'B{LA-13 PROJECT ENGINEER RAW ' -BUNCO ,''�`,MIED I QA/QC PH IRS DOCUMENT IS FOR THE OANETTS USE AS A RECORD SET OF THE DESIGNER RAW coR�sIRUCItwH P=M� To tNCL DEMRRE'e1�aa IMu THE RIO DRAFTER MAC _ RELATED CHN40ES AS RECOROED BY THE GENERAL CUNRTACIDN: 62a U�FW�ERS�IIY�DRNBOX AID DENTON, TX 76201 (9-) _2-3442 THIS DOCUMENT Is NOT 7o BE USED OR ISSUED FOR - CONSTRUCTION OR ANY OTHER PURPOSE WITHOUT PRIOR CONSULTATION AND APPROVAL ITY 0 ENDINE�ING. INC PROJECT NUMBER — AND THE ENGINEER RESPONSIBLE FON SELNO THIS DOCUMEM. NOTES BY SYMBOL O ; Q THE DISTANCE FROM THE CENTER OF THE I -BEAM TO THE CENTER OF THE LIGHT FIXTURE HOUSING WILL BE 26 INCHES OR BETTER TO ALLOW CLEARANCE FOR THE OVERHEAD MONORAIL CRANE. Q ALLOW AT LEAST 4 INCHES OF CLEARANCE (NOT TO EXCEED b INCHES) BETWEEN THE OVERHEAD CRANE AND THE LIGHT FIXTURE.. FIELD VERIFY FOR EXACT LOCATION, RELOCATE AND RECONNECT CONDUCTORS AS REQUIRED. POWER FROM NEAREST 120V RECEPTICLE. FORT WORTH City of Fort Worth Water Department Expansion of Como Pump Station 3 ELECTRICAL LIGHTING & RECEPTACLES 0 1" 2" FILENAME E-14 SCALE I AS NOTED SHEET E-14 - -- 1 I - 2 1 3 1 4 MOTORIZED COMBINATION { LV-3 LOUVER (TYP. OF 2 STACKED VERTICALLY) u 72014 TO EF-2 MOTORIZED COMBINATION LOUVER (TYP. OF 2 STACKED VERTICALLY) 4 `LV-1 }� r TO LV-2 \ ®T , LA-22 UH-4 } RESTROOM (1YP) I I I I H M EXHAUST FAN N EXHAUST FAN EF-1 & EF-2 DIAGRAM N15 GAI Gupta & Associates, Inc. txzer e m Tolly,T ., n�ss ra: 9Tt400real FtuR En9lneedng, Inc. F-T24MT12s 17111 Preston Road Suite 200 Dalla%,Ta 78248.1282 Ph: (872)960400 Faze: 1077)9604471 - MAY 2006 - ISSUE DATE DESCRIPTION WET AREA u ( ZS-3 )- MOTORIZED COMBINATION LOUVER (TYP. OF 2 STACKED VERTICALLY) — ( LY-4 UH--3 10 t LA-2O T E I F L I 5D-3 I Ll I HA-31,33,35 SD -I WET AR f WET AREA O { EF-3 .� --------------- 4r------------�- 1 , f� I I I I III � (— .f } T UH-1 4. ZS-1 ) ZS-2 ) EF-7 j IS LOCATED DIRE IIj DIRECTLY BENEATH EF-1 REF ARCH 4 - SHEETS. i I �(EF-1) HA-14,16,18 I I (EF z HA 1 HA-20,22,24' O DRY AREA 4#14 MOTORIZED IGyMBINATION O&gm O T UH-5 ) SD-5 TO EF-3 LOUVER (T4P. IOFI2 SD-8 SD-7 ',... - -- .. - ... ... ... .. ... .........._ �_'Ai� STACKED Vt CAI LA-23 = \ I � 1 \�( LV I - I I { I I I I I I I I Lv-7 i _Y/ EF-4 I l PUMP STATION PLAN 1/4• = V-0" PROJECT MANAGER VKG PROJECT ENGINEER RAW } PH DRAW 7HI$ BOCVNEM 6 PoR "ir OA91i USE AS A REOORO SET aF 1HE FORT FORTH D'ty of FortWorth ESIG CONSMUCIEB PNQIEOf- R FNS eEiN NOIIIEIEi1 FROhI 7NE ORIGINIL Ta INCLUDE um D N ,W8 CONSTRVOfION N +�' DRAFTER -NER MATECONSMDCCHN GESU;"E REUTEo ctuNDOC A9 REcaRaEo Rr THE HE G N CAMR �rO Water Department HOLLOMAN CORPO'%' aN 624 W. UNhi76201 OR. B07( 43O DE TON TX 76201 Expansion of (040) 42 NOT T - THIS UOCUMEN7 FS HOT TO BE USED OR IS5UE0 FOR Como Rump Station _ PROJECT NUMBER - CONSTRUCTION OR ANY a1HER PURPOSf WRHOUT PAIOR CONSULTATION AN O APPROVAL 8Y AND THE ENGINEER R APON518LE FOR N THI IN I � I I � I I I I I I 1 I I I I I I I I y�l LEGEND SD = SMOKE DETECTOR NOTES BY SYm(L Q : SINGLE POLE 250V, 20A MOTOR RATED SWITCH IN NEMA 4X ENCLOSURE. ELECTRICAL HVAC/FIRE ALARMS INSTRUMENTATION O 1" y' FILENAME E-15 SHEET SCALE: I AS NOTED E-95 2 I 3 I 4 C E-16 l! ( LS-108 CONCRETE r------------- I ... CONTROL PANEL CPLA_ L: �. � P1i5 SUMP PUMP J I 5 TYP ( FE-108B 6 TO CP I I I o I I ( FE-108A I 1 7 I 7r-M T I r I TAP FOR PIT I I I $ TO CP I TO CP I TO CP I L --` -- ------ — — — — — ....J EXHAUST ZS-108 FAN EF-4 METER VAULT #4 PLAN LA-1S� TO RTU LA-10 LA--15,17,19 JP LA-17 120V. 1PH TO RTU E LA-10 GAI Gupta & Asscciatcs, Inc. Con vnvengineering — — — — — FE-108A iHEAT TRACE & INSULATE PIT-108 . TAP LA-15 �((—. M SUMP I tt PUMP I y00 WP/CFI S ] LIGHTS f ® LIMIT ' SWITCH CONTROL PANEL I 2 g FLOAT EY-4 SWITCH JO EXHAUST I FAN L----------- EXISTING VAULT I METER VAULT #4 POWER RISER DIAGRAM LSr16 Gamin. n - OMIT— if=++ HOR Engineering, Inc. -.r�`iaa MS 17111 Preston Road Suite 20G DeIIIss,Tel 75243.1232 Ph: (9721960-4400 FBR: (972)9604471 - MAY 2006 - ISSUE DATE DESCRIPTION 316 SS HARDWARE r SS SUN SHIELD 1/4" AL PLATE / HINGED i i ss DUAL srRur ; 2 VALVE MANIFOLD i I 1 /4^ SS ■ TUBING HEAT TRACE & INSULATE I° 1" NONSHRINK GROUT SECURE TO SLAB W/ 4 --1/2" 316 SST CONCRETE ANCHORS - DETAIL BO NTS TO RTUJ �• •, 'd .. ,1. BOX .4 -e f UNISTRUT A TERMINAL STRIP - as CLAMP b FLOAT SWITCH IT •` FLOOD ALARM FLOAT SWITCH (TYPICAL) DETAIL T NTS `I 1 SUN SHIELD FIT-108 STAINLESS STEEL sUNISTRUT (TYP) PET- i Da 1 f I ' I CQ} DRAIN—� I • ALUMINUM II BACK PLATE F—P U JC Lj JI LOCATED IN VAULT INSULATE AND HEAT TRACE VALVE VAULT 04 DETAIL NTS (D PROJECT MANAGER VKC.J PROJECT ENGINEER RAW����+�1� yy�jj WQC PH RS ❑OCUMDIT M FOR THE WMLIi'5 USE AS A RECORD SET OF THE PGGc DESIGNER RAW coGONRs-mucnoDX 4E1tT5 �0 m w❑E❑RLtioN�ATm�mnsTucuoX REIATED CHANGES AS REGORGED 9Y ME GENERAL COtF]RACi'OR: DRAFTER MAC H0110 AN CORPORATION 624 W. MZSny DR. BOX 430 OENTON, TX 79201 (940) 4i12-3442 T"15 OOCUMENIT IS NOT TO 6E USED OR 1SSUE0 FOR CONSTRUCTION OR ANY OTHER PURPO. "T"OLJT PRIOR _ PROJECT NUMBER — CONSULTATION AND APPROVAL BY HORMEF.@I�, AND THE ENGINEER RESPONSIBLE FOR XC TH ❑ U FORT WORTH City of Fort Worth Water Department Expansion of Como Pump Station ELECTRICAL NEW METER VAULT ELECTRICAL PLAN AND DETAILS 0 1^ 2• I{ FILENAME SHEETI.SCALE jr-16 AS NOTED E-1 6 I 2 3 4 EXISTING LSH-110 SUMP PUMP ( ZS-110 _ o HATCH EXISTING RELO ( TIT-11q CATE O ( PIT-110 E17 7r J CONCRETE J :JP• •• VALVE ACTUATOR A13OVE ( AIT-110 TAP FOR PH SENSOR EXISTING VALVE VAULT #1 DETAIL O NTS 009 3 0 0 nT-xx 0 a 0 O 0 ZS SCREWS PiT -XX AR-XXXx O O O O SUN SHIELD 0 VALVE DISCONNECT OI STAINLESS STEEL 0 SWTTCH O UNISTRUT (TYP)� I � I SURGE SUPPRESSER B@ ® m I E-1fi J —I ,! `ALUMINUM BACK PLATE D JC JI JP F 4• •I ti� I I LA-30 p RTU-101 TO VALVE (LA-31,33,35) SPARE HEAT TRACE dr INSULATE RTU-102 TO VAULT (LA-26,28,30) INSTRUMENT LINES CONTAINING WATER EXISTING VALVE VAULT DETAIL N75 GAI- PROJECT MANAGER VKG Gupta &Associates, Inc. - _ PROJECT ENGINEER RAW -e Ving mg —eft I QA/t)C pH 13s2ec—Rw DESIGNER RAW 29 1.j "DR Engineering, Inc. DRAFTER MAC r '9rz49Dclu 1711T Preston RcM Suits 200 Daiiec,Tx 76248•1232 Ph: L9721960400 - MAY 2006 - FRr(9T219004471 ISSUE DATE DESCRIPTION PROJECT NUMBER'- LA-26.28 1 ARE � L,C .35[Jp]�A-31.33.35 LA-26.� .3Q RTU-701 7 CIS- JC C2 RTU-102 Al - JI A2 PH PROBE LA-26 ?"( EXISTING LIGHTS -28 1l�[ MC 1C EXISTING SUMP PUMP VALVE YELLOW SAFETY TAPE HA-26,28,30 ACTUATOR CONDUIT BRIDGE, 8 14.3I4•C 316SS LSH-1 10 316 SSUNISTRUT (TYP) J ZS-110 . AIT-110 --30 PTf--110 R LA-30 TIT-t TO EXIS7iNG VALVE VAULT RISER DIAGRAM O1 NTS O 4 (A-30 PROTECTIVE COND/U[r STEP (HEAT TRACING) DETAIL NTS LOCATE OUTSIDE VAULT J PIN 7` EXISTING INSTRUMENT PHOTOGRAPH O 7H15 DOCFfDEM' IS FOR THE CTflftRs LASE AS A RECORD 50 pF THE CDNSIRUCTED PRWEM. IT WS BEEN MONFlm FROM THE pOr THE DCCUAIf17iS TO INCLUDE REN.,WN AND CCNShIBCRON RELATED CFKNGES FS RECaR0 BY THE CENFAAL CDNiRIFTCR: HOILOMAN CDRP,0Il TION 524 yyII UNfVERS I, Oft BOX 430 DENTON, TX 76201 (940) 482-3442 - THIS DOCUMENT IS 140T TO BE U5ED 0R ISSUED FOR CEHNSTRUCTION OR ANY OTHER PURPOSE WITHOUT PRIDR CONSULTATION AND APPROVAL BY }IryR INC AND THE ENGINEER RESPOU570Le FOR sEAUN6 THIS DmvmLNT., PH TRANSMITTER FORT WORTH C't of Fort Worth Watery Department Expansion of Como Pump Station 1IOTFR BY SYIv1Fm O O1 THE INSTRUMANTS ARE LOCATED INSIDE THE VAULT AND SHALL BE RELOCATED OUTSIDE AS SHOWN, O2 FURNISH AND INSTALL THE NECESSARY TUBING TO EXTEND THE SENSING POINT OUTSIDE THE VAULT, 0 EXACT LOCATION AND ROUTING SHALL BE VERIFIED IN THE FIELD. ® RECONNECT POWER TO EXISTING EQUIPMENT AS SHOWN ON THE RISER DIAGRAM. ELECTRICAL EXISTING VALVE VAULT ELECTRICAL PLAN & DETAILS 0 I' 2- FILENAME E-17 SHEET . SCALE AS NOTED I E-1 T EXISTING 6MG STORAGE TANK VALVE VAULT PLAN O NTS EXISTING 2MG STORAGE TANK VALVE VAULT PLAN NTS 2 I 3 2 MGD GROUND STORAGE TANK 4#6,#10G,3/4C p LEVEL (LIT-XXX) 0 TO LIGHTING SUN SHIELD CONTACTOR LC-1 RTU-104 VALVE- ----_ LA-29 RTU-103 ALUMINUM IN USE RECEPTACLEBACK PLATE STAINLESS STEEL UNISTRUT (TYP) JP JC JI 1/4-SS TUBING INSTALL SIGNAL LA-29 ISOLATION INSULATE ANINSIDE J-BOX 4#84100.1"C HEAT TRACE = TO YARD LIGHTS N 1 SEE E-7� TO PANEL LA--_ _ -���111,, fF SPAREJ/ RTU-104 RTU-103 TO RTU MOUNTING TO PIPE TAP FROM HATCH SWITCHDETAIL TO RTU NTS E-f2 VALVE VAULT DETAIL O \ NTS TYP OF (2) \ RTU-110 LA-26,28,30 RTU-101 LA-10,15,17,19 RTU-109 LA-31.33,35 RTU-'102 JP JC A JP JC ill LA-1 D,t5,17,18 LA--26,28,30 a LA-31,33,35 a w SPARE RTU-1i0 RTU-109 SPARE RTU-101 RTU-102 MOUNTING MOUNTING DETAIL DETAIL NTS E-12 NTS E-12 2ff8,#10G,3/4 C TO LIGHTING —w» TUBING CONTACTOR LC-1 RTU-106 1" SPARE TO RTU T TO RTU-105 1" SPARE TO RTU TAP LA-27 HA-32,34,36 JP Lie JI I JC JI LA-27� EMPTY 1 TO LIGHT © w N SEE E-7� 1"SPARE RTU-106 RTU-105 SPARE EMPTY 1"• EMPTY 1" MOUNTING MOUNTING DETAIL. DETAIL NTS llE-12 NTS Qi2 /� GAI PROJECT MANAGER VKG PROJECT _ ENGINEER RAW Gupta & Associatlu, Inc. QA/QC PH torlsuldng engi ..Mg DESIGNER RAW I1sTS+1+"m,a� T�.. sniso-1661� HDREnglneering,lnc. DRAFTER MAC Pa:912499.7IYT 17111 Pmlori Road Dellas,Tx 752434232 Ph:(972)960.4100 — MAY 2006— Fw.(972)9604471 ISSUE DATE DESCRIPTION _ PROJECT NUMBER — THIS DOCUMENT IS FOR THE OWNER'S USE u A RECORD sET of THE CONSTRUCTED PRpIECT, W HAS BETIi IADOIROT FTNHA THE ORfGIWL CONSNTOCIION DQCOLIENij 70 INCLUDE MIS" MD CONSfRUCT10N RELATED CHANES AS RECORDED BY THE GENERA. CONTRACTORz HOLLOMAN CORPOWVION 6ENMR. U'XN7420 DR. SOX 430 (94O) 482-4"2 THIS 0 CUM EM IS NOT TO BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE WITHOUT PRIOR CONSULTATION AND APPROVAL BY MID THE ENGINEER RESPONSIBLE FOR NG�. 4 k TO RTU I"SPARE TO TO RTU PANEL LA JP JC JI i EMPTY 1" SPARE EMPTY \.--\—EMPTY FORT WORTH City of port worn Water Department Expansion of Como Rump Station D MOUNTING 1 "SPARE DETAIL NTS Cl 2) GROUND ROD GROUND TOWER } �I CONNECT TO BUILDING GROUND J I I I I I El DETAIL 1 NTS E-i9 ELECTRICAL EXISTING VALVE VAULT ELECTRICAL PLAN & DETAILS }" 2• I{ FILENAME I E-18 SHEET I 1 SCALE AS NOTED E-18 1 I 2 TO EPB-3, SHEL7 E-7 ly , l , 1 zs—a7t 1 1 1 6MC GROUND STORAGE TANK I I I I I UTILITY TRANSFORMERS SEE SHEET E-8 I TO YARD LIGHT I REFER TO SHEET E-7 �\ EPB--2 6MC VALVE VAULT / REFER TO SHEET- E-1B-. J % / ZS-072 / % E \� / `\ / I / o-4-w w—VI s F SERVICE EPB-1 70 UTILttY � POLE. SEE SHEET E-7 --A / EXISTING I I O i METER --------------- -- -- 8 � VAULT I itM� 1 F LA-10 � I G ET AR ---------------------- ------ I I 4- NEW METER VAULT I I REFER TO SHEET E-16 Ld 2MG GROUND STORAGE TANK TO YARD LIGHTS REFER TO SHEET E-7 3 I w� r r ANTENNA J-BOX / / =) A 2MG VALVE VAULT REFER TO SHEET E-18 ----�SS UNISTRUT �wff r 3 �- 1 wr � c yal DETAIL Nrs 1, EXISTING VALVE VAULT EHH-1 REFER TO SHEET E-17 1 1 'NEW 25' SCADA ANTENNA TOWER JC E ! I I ' C+b ------ - -------- 0 '�. ii : ® I A+HIT qj `EHH R [� 6 OVERALL SITE PLAN SCALE: 1"=1'-0 `V �� PROJECT MANAGER VKG PROJECT ENGINEER RAW Gupta & Associates, Inc. R. _ __ QA/OC PH on,suxMg en?naeDna DESIGNER RAW 1S6�6C,mmaAmd T.; . .s j re: si2i9aaa61 HDR Engineering, 9 eerin4, Inc. DRAFTER MAC FM:71Z 17111 PrMtan Road eroflvy�rmRa�r .wRwx,c. sulfa 200 Daltas.Tx 75248-1232 Ph: (972)96D4486 - MAY 2006 - - _ Fax: (972)960d411 ISSUE DATE DESCRIPTION PROJECT NUMBER - 4 LA-6 �2"C SPARE DUCTMK SECTION NTS I ANTENNA WIRE 2"Ca 1 2"C SPARE DUCTBMK SECTION N75 RTU-102 SPARE RTU- 104 LA-26,28,30 1 "C SPARE _ LA-31,33,35 `rM t I•j I e• -- •1"C SPARE RTU-103 LA-29, RTU-]01 DUCfBMK LC-1 DUCnMK SECTION SECTION NTS NTS RTU-106 RTU-110 (--1"C SPARE f"C SPARE LA-27, RTU-109 RTU-107 DUCTBANK LC-1 DUCTBANK LA-15,17,19 jSECTION SECTION NTS NTS �HA-32134136 t "c SPARE —��---�' QUCTBAWK .I SECTION NTS it FHIS DOCUMFNf 6 FDR THE CWNE)iS USE u AS 1, RECORD SET OF THE T,1 �iiy ©f �®rt E�l�r�h FORT WORTH CONSTRUCT£O PRWECT. R Rl9 SEEN ME FROM THE Dor D CoNSIRUCRON COCUMEIDS TO WCtUCE REY6"N a11D CONSIRUCDON RF3AMD CHANGES AS RECOROEO By'WE GF3IEN�L CONIFACSOR: l�alpel' Department HOLLA)AW ppRFORATION 62+ W. UN VM TY DR. 60)I 430 DENTON, TX 76201 Expansion Of 42 (34IS THIS NOT T I5 NOT TO BE USED OR F95UT FOR Como pump Station RUCTDOCtjMFNr C6NSTR NOTION N ANY OTHER PVRP05e WnF10UT PRIOR BY CONSOLENO[NEER BAND A TFIETA R£SPONSIe� FOR THIS M F HA-37,14 41 1"C SPARE d DUCTBAWK SECTION O NTS NOTES BY SYMBOL O Ol RECEPTACLE FOR HEAT TRACE, CONNECT WITH 2010, #10G, 1"C. PROVIDE NEW STAINLESS TUBING AND RTHNGS. HEAT TRACE EXPOSED PORTIONS OF TUBING. RE -WIRE TO NEW RTU ENCLOSURE. O3 CAP SPARE CONDUIT IN THE POWER JUNCTION BOX. ® FUTURE MOV. PROVIDE EMPTY CONDUIT AS SHOWN. 0 RECONNECT EXISTING POLE MOUNTED YARD LIGHT. ® INSTALL NEW GROUND MOUNTED FLOOD LIGHT. V SEE SHEET E-12 FOR CONTINUATION INSIDE BUILDING. O8 36" RADIUS. MINIMUM. Q SEE SHEET E-13 FOR CONTINUATION. ELECTRICAL METER & VALVE VAULT SITE PLAN & DETAILS FILENAME E-19 SHEET SCALE AS NOTEO E-19 1 2 ! 3 I 4 120/2D8V, 34T, 4W WIRE/CONDUIT SCHEDULE PANEL LA NEMA 12 125A/3P MAIN BREAKER POWER & CONTROL TRAY CABLE SURFACE MOUNTED POWER/CONTROL + POWER/CONTROL CIRCUIT# SERVES C/B WIRE CONDUIT TAG POWER MOTOR CONTROL CONDUIT TAG POWER MOTOR CONTROL CONDUIT TAG# # OF WIRE GND OD CONDUIT 1 RECEPTACLES PUMP ROOM 20A/1P 3#12 3/4' NO. WIRE SIZE HEATER WIRE SIZE NO. VARE SIZE HEATER WIRE SIZE CONDUIT SIZE SIZE INCHES SIZE 2 RECEPTACLES PUMP ROOM 2OA/1P 3#12 3/4" Di 3#12, #12G 3/4" Ki 3#2, #60 1-1/4" CT 3 3 #14 0 .34 3/4" 3 RECEPTACLES PUMP ROOM/ELECT RM 20AJ1P 3#12 3/4" D2 3#12, #12G 2#12 3/4" K2 3#2, #GG 2#12 1-1/4" CT 4 4 #14 Q .36 3/4" 4 RECEPTACLES PUMP ROOM/ELECT RM 20A/1P 3�12 3/4' D3 3#12, #12G 2#12 4#14 3/4 K3 3#2, #6G 2#12 8#14 1-1/4" CT 5 5 #14 Z O 1" 5 LIGHTING - MISC. 20A/1P 3#12 3/4" I D4 3#12, #120 2#12 8#14 1" K4 3#2, #6G 2#12 12#14 1-1J4" CT 7 7 #14 O .39 1 " 6 YARD LIGHT 30A/1P 3#10 1" I D5 3#12, #12G 12#14 1" K5 3#2, #6C 2#12 1"4 1�--1/4' CT 9 - 9 #14 Q ..4 9 1' 7 PUMP ROOM LIGHTING 20A/1P 3#12 3/4" D6 3#12, #12G 2#12 16#14 1 1" K6 4#2, #6G 1-1/4" CT 12 12 #14 O2 .58 1 1/4" 8 PUMP ROOM LIGHTING 20A/lP 3#12 3/4' I D7 D8 4#12, #12G 8#12. 2#12 2#12 3/4" L1 3#1, #60 1" 1-1/4" CT 19 19 #14 Q .67 1 1/4" 9 PUMP ROOM LIGHTING 20A/1P 3#12 3/4' L2 3#1, #6C 2#12 1-1/4" CT 37 37 #34 0 .91 1 1/2" 10 AR-110 20A/1P 3#12 3/4" E1 3#10. #10G 1" L3 3#1, #6G 2#12 8 14 # 1-1/2' 11 ELECTRICAL ROOM LIGHTING 20A/1P 3#12 3/4" E2 3#10. #100 2#12 1L4 3 ' #, # 60 1 2 2 12 14 #1 # 1-1 2 / " 12 PORCH LIGHT 20A/iP 3012 -3/4*E3 3#10, #100 2#12 8#14 1L5 3#1. #60 2#12 18#14 1-1/2" 13 EXTERIOR LIGHTS 20A/1P 3012 3/4' I E4 3#10. #1OG 2#12 10#14 1' L6 4#1, #6G 1-1/2' 14 PIPE GALLERY SUMP PUMP RECP. 20A/lP 3#12 3/4" I E5 3#10. #10G 2#12 12#14 1--1/4" M1 3#1/0, #6G 1-1/4' LIGHTING FIXTURE SCHEDULE 15,17,19 CONTROL PANEL -METER VAULT 20A/1P 5#10 1' E6 3#10, #IOG 2#12 16#14 1-1/4" M2 3#1/0, #6G 2#12 1-1/2' 16 FIRE ALARM PANEL 2OA/1P 3#12 3/4" I E7 4#10, #10G 1" M3 401/0, #6G 1-1/2" TYPE DESCRIPTION MANUFACTURER 18 UNIT HEATER #1 20A/1P 3#12 3/4" I F1 2#8, 010G 3/4" T1 3#2/0, #60 -- 2" A 25OW, OPEN GASKEfED, PENDANT MOUNT, LOW HUBBELL 20 UNIT HEATER #2 20A/lP 3#12 3/4" I F2 3#8, #]OG 3/4" I2 3#2/0. #'6G 2#12 12#14 2" BAY METAL HALIDE FIXTURE WITH PRE -WIRED BALLAST, REFLECTOR, 120V, NON -DELAY SWD250WBAPWH-HA-QSS I F3 3#8, 10#14 1" AUTOMATIC SWITCHED QUARTZ, SAFTEY CHAIN. 21 UNIT HEATER #3 20A/1P 3#12 3/4" #10G I3 4#2/0, #6G 18#10. 2" 22 UNIT HEATER #4 20A 1P / 3#12 3/4" F4 3#8, #IOG 2#12 8#14 1" P1 3#3/0, #6G 2" Al 250W, OPEN GASKETED, PENDANT MOUNT, LOW HUBBELL 23 EXHAUST FAN #4 20A/lP 3#12 3/4" F5 3#6, #10G 2#12 12#14 1" P2 3#3/0, #6G 2#12 2' BAY METAL HALIDE FIXTURE WITH PRE -WIRED BALLAST, REFLECTOR, 12OV, SAFETY CHAIN. SWD25OWBAPIWHHA 24 CATHODIC PROTECTION RECTIFIER 20A 1P / 3 # 12 3/4' F6 3#B, #IOG 2#12 16#14 1" P3 4#3/0, #6G 0 150W, INCANDESCENT VAPORFTI'E FIXTURE WITH HUBBELL 25 CATHODIC PROTECTION RECTIFIER 2OA/1P 3#12 3/4" F7 4#8. #JOG 3/4" R1 3#4/0, #413 2 1/2" GLOBE, WALL ARM MOUNT AND GUARD (120V) VG-15-VW-151-VCG-15 27,29 HEAT TRACE VALVE VAULTS 03 3OA/IP 3#10 3/4" G1 4 3#6, #8G 1" I R2 3#4/0, 440 2#12 2 1/2' (AT STORAGE TANKS) 1 G2 3#6, #8G 2#12 1" R3 4#4/0, #4G 20#14 3" B 150W, HIGH PRESSURE SODIUM WALL -PACK FIXTURE, 120V, WITH PHOTOCELL HUBBELL PVL-I5OS-128-PBT-1 26,28,30 TO EXISTING VALVE VAULT 20A/lP 5#12 1" G3 3#6, #8G 2#12 8#14 1" I Sl 3#250 KCMIL, 4/0 3" 31,33,35 EXISTING MOV 20A/3P 4#12 1" G4 3#6, #8G 2#12 12#14 1-1/4" I S2 3#250 KCMIL, 4/0 2#12 3" C INDUSTRIAL (2) LAMP, 4' FLUORESCENT FIXTURE, WET LOCATION LISTED ENCLOSED AND GASKETED COLUMBIA LUNG-232-06--120--SSLT 32-42 SPARE 20A/1P -- - G5 3#6, #$G 2#12 1E#14 1-1/4" I S3 4#250 KCMIL, 4/0 3' WITH STAINLESS STEEL LATCHES, 120V. 37-41 SPARE 20A/1 P - - G6 406, #8C 1" I T1 3#350 KCMIL, 4/0 3" E RGENCY WITH MAINTENANC � DUAL -12V-A3(120V) REEBATTER BATTERIES G LINETCO D N4X14 H1 3#4, #8G 1-1/4" { T2 3#356 KCMIL, 4/0 2#12 3" (12" PANEL HA NEMA 12 277/486V, 3 PH, 4W 125A/3P MAIN BREAKER H2 3#4, #BG 2#12 1-1/4" T3 4#350 KCMIL, 4/0 4" F 25OW, HIGH PRESSURE SODIUM ROADWAY LIGHT WITH HOUSE SIDE SHIELD MOUNTED ON A 25FT, HUBBELL RCSA25OH3P51-RCS-HS SURFACE MOUNTED H3 3#4, #SC 2#12 8#14 1-1/4" U1 3#500 KCMIL-, 1#250KCM1L 8#14 ¢" SQUARE STRAIGHT ALUMINUM POLE (48UV). POLE: SAP-6256-A2--M18 CIRCUIT# SERVES C/B WIRE CONDUIT H4 3#4, #8G 2#12 12#14 1-1/2" U2 3#500 KCMIL, 1#250KCMIL 2#12 12#14 4' 0 35W, 8' DIE CAST ALUMINUM DAMP AREA PRESCOLITE RATED HIGH PRESSURE SODIUM DOWNLIGHT, ACCESS, 35NPSFE, WTH$O5 38,40.42 PUMP # 2 MOTORIZED VALVE BV20 20A 3P / 4 12 # 3/4" H5 3#4, #8G 2#12 18#14 1--1 2" U3 4#500 KCMIL, 1 250KCMIL / # 4 (12OV) ACCESSORIES: 2,4,6 PUMP 03 MOTORIZED VALVE BV30 2OA/3P 4#12 3/4' HB 4#4, #4G 2" B6 719.11 PUMP #4 MOTORIZED VALVE BV40 3P 20A/3P 4 12 # 3 4" J H LOW PROFILE (2) LAMP FLUORESCENT SPECIFICATION GRADE SURFACE MOUNT FIXTURE, COLUMBIA LPM14-232-FAA12-EO8120 8,10,12 PUMP #5 MOTORIZED VALVE BV50 20A/3P 4#12 3/4' (12OV). 13.15.17 PUMP #6 MOTORIZED VALVE BV60(FUT) 2DA/3P - 3/4" NOTES 9Y SYMBRL O : K COMPACT METAL HALIDE HID ENERGY EFFICIENT FLOOD LIGHT WITH GLARE SHIELD AND PHOTOCELL. HUBBELL MIG-0100-H--23$ 14,16,18 EXHAUST FAN #1 20A/3P 4#12 3/4' 100W, (126V) (GROUND MOUNT WHERE SHOWN) ACCERSORIES 1 ADD BREAKER IN PANELBDARD FOR TVSS. MIC-GS-2 & S-302-MSI 10,21,23 EXHAUST FAN #2 2OA/3P 4#12 3/4" MANUFACTURER SHALL BE RESPONSIBLE TO SIZE THE CIRCUIT BREAKER. X SINGLE FACE, STENCIL STYLE EMERGENCY EXITPRESCOLITE 20,22,24 EXHAUST FAN #3 20A/3P 4#12 3/4" LIGHT WITH NI -CAD BATTERIES AND BRUSHED ALUMINUM LNXPRWA Q CONTRACTOR SHALL DESIGNATE ONE FACE PLATE 25,27,29 SITE LIGHTING 30A/3P 4#8 1' CONDUCTOR AS GROUND WITH GREEN MARKING PER THE NEC. 26,28,30 SPARE 20A/3P - - Q PROVIDE GFI BREAKERS FOR HEAT TRACE. 31,33,35 UNIT HEATER #5 20A/3P 4#12 3/4" Q4 INSTALL CONCUR FROM PANEL -HA TO 32,34,36 MOV (FUTURE) 2GA/3P - 1" ® FUTURE MOV'S. CONDUCTORS WILL BE INSTALLED BY OTHERS. SEE SHEET E-19. 37,39,41 MOV (FUTURE) 20A/3P - 1' J 1,3,5 TX-C 75A/3P 4#4 1-1/4" GAI PROJECT MANAGER VKG PROJECT ENGINEER RAW �m���� 1 ELECTRICAL Gupta & Associates, [nc. eye QA/QC PH THIS DO03IFNT IS FOR THE OWNERS USE AS A RECORD SET OF THE cOFTsiRucYEO PRaficr. R RAs SEEN MaO01E0 FROIA THE ORIGHFl FORT WORTH �i ty of Fort �01�� LIGHT FIXTURE AND PANEL ,s yOg w DESICN£R RAW IM�FxrRSE�%UD ���� o R w��ef Department SCHEDULE DFl6 Ovum ac,d DRAFTER MAC R�STR� O�EDos Ta �: s�z-�saasAl F.�:4}1�WIM H4REn gillearlgq, InC. 17111 Pmalan Road HOELOA4W CORPORAl16N HOL O UNNERPORSBY TIODR. BOX 430 OENTON, TX 78201 - i�1 Expansion of p �I" 'Pion""""W�• Suite 200 DaOas,Tx76248.1292 - MAY 2006 (240) 482 74}2 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR Como pomp Station p 1" - 2n FILENAME EY-01 Ph: (9721960440D - URP SENGI HO NPRIOR CONSULTATION OR ANY"Ek PURPOSE I F= (972)M 4471 ISSUE PATE DESCRIPTION PROJECT NUMBER - AND THE EJOWER RESPONSIBEE FOR sEwnc THIS DxDMENr. - SCp,I.E AS NOTED SHEET EY_1 1 1 2 1 I 4 I LOOP NO. DESCRIPTION FIELD WIRING TC FIELD WIRING RTU LOOP NO. DESCRIPTION FIELD MRING TC FIELD WIRING RTU 1NLEF VALVE VAULT RTU-161 RTU-111 001 FLOW CONTROL VALVE FCV C4 J C6.1"C 114 SMOKE ALARM CP Cl 110 FLOOD ALARM LSH Cl 113 SECURITY ALARM CP Cl RTU-112 Cl MOTOR CONTROL CENTER CAT 5E CABLE RTU-113 110 INTRUSION ALARM ZS 115 (MULTILIN MONITORING) :C:P CONTROL NT OL & INSTRUMENTATION 110 TEMPERATURE TRANSMITTER__Al,1"C RTU-102 103 PUMP N0.1 C7 C57 Ri1J-114 C1 2#14, 3/4"C Al 1 CHE TSW, 3/4"C 02 4#14. 3/4"C A2 2 Pr#16 TSW. 3/4"C 111 PH TRANSMITTER �I Al 102 PUMP NO.2 C10 C3 6014, 3f4"C A3 3 Pr#16 TSW, 3/4"C 1 C10 C4 8#14, 3/4"C A4 4 Pr-#16 TSW, 1"C 112 PRESSURE TRANSMITTER PIT Al 1Q3 PUMP ND.3 MCC C5 10#14, 3/4"C A5 5 Pr#16 TSW, 1"C 104 PUMP N0.4 CIO tj z C6 12#14, 3/4"C A6 6 Pr#16 TSW. 1-1/4"C 2EV 5TiRANSM TANK RTU-103 = C7 14#14, 3/4"C A7 7 Pr#16 TSW, 2"C 050 LEVEL TRANSMITTER A1.1"C - 105 PUMP N0.5 C10 � I � CB 16#14, 3/4"C A8 8 Pr#16 TSW, 2"C p C9 18#14, 1 C A9 9 Pr#1$ TSW, 2"C RTU-104 F 051 HATCH INTRUSION SWITCH ZS Cl J, C3.1"C - PUMP NO.6 (FUTURE) C10 �.1 C10 20#14, 1"C A10 10 Pr#15 TSW, 2"C Cll 22#14, 1-1/4"C :A�4 A8 RTU-115 6 a 502 LADDER INTRUSION SWITCH ZS Cl 101 PUMP N0.1 I C22 44#14, 2"C t I_ C29 58#14, 2-1/2"C z 050 VAULT INTRUSION SWITCH ZS Cl z 102 PUMP NO.2 NOTE NOT ALL POSSIBLE COMBINATIONS ARE LISTED. INCLUDE A SEPARATE GROUND WIRE IN EACH 6MG STORAGE TANK CONDUIT RUN. A1.1"C RTU-1O5 ::A4�:? 4 Al2 RTU-1!6 1 2 REPRESENTS PAIR OF WIRE 070 LEVEL TRANSMITTER L.IT II 103 PUMP ND.3 MCC #� r EXAMPLE C10 = 20#14 WIRES C# EXAMPLE C20 = 40#14 WIRES ftTU-106 1O71 HATCH INTRUSION SWITCH ic:ij C1 C2.1 C 104 PUMP NO.4 III LC =CONTROL 072 LADDER INTRUSION SWITCH 105 PUMP NO.5 A4 SUCTION HEADER PRESSURE Al RTU-107 OBO TRANSMITTER PIT 1 2 LdEm Y LT #1 3 4 30" 31;" 107 PRESSURE TRANSMITTER PIT Cl C3 107 FLOW INDICATOR TRANSMITTER FIT CI I 7C ' RTU 1a1 ALL WIRE SHALL BE TERMINATED INSIDE THE CABINET. NO LOOSE WIRES SHALL BE LEFT. WIRES SHALL BE JUMPEREO AS REQUIRED. r-----------1 109 CHLORINE RESIDUE AIT I -1 I I O2 ALL CONDUITS AS SHOWN ON THIS DRAWING SHALL BE INSTALLED BY THE I I METER VAULT r42 CONTRACTOR, WHETHER SHOWN ON THE PLANS OR NOT, I RTU RTU-109 I I 108 PRESSURE TRANSMITTER 3FFr:AI Al J Q THE SIZES AS SHOWN ARE MINIMUM. THE CONTRACTOR SHALL BE RESPONSIBLE TO FURNISH AND INSTALL THE CABINETS TO TERMINATE ALL WIRES PLUS 25 108 FLOW INDICATOR TRANSMITTER SPARE TERMINAL BLOCKS. 4@ PROVIDE EWC1< PANEL ON ALL THREE SIDES INSIDE THE TERMINATION CABINET. CC3 RTU-110 Q EXACT SIZE OF THE CABINET SHALL BE COORDINATED WITH CONTRACTOR IN 108 VAULT FLOOD ALARM LSH FIELD' © ALL WIRE SHALL BA INSTALLED BETWEEN TC AND RTU, BASED ON THE H TRANSFER 108 INTRUSION ALARM ZS :11l INFORMATION FURNISHED BY THE RTU MANUFACTURER. r� SWITCH 1DB VAULT #1 FLOOD ZS Cl (4)-2"C (M1N.)—/� UPS PAD CR� DIAGRAM A NTS ®�� PROJECT MANAGER VKG �i PROJECT ENGINEER RAW S T �} INTERFACE DIAGRAM Gupta & Associates, I= GA/QC PH THE DDG 4@lt S rOR 7HE DINNERS USE AS A flECORD SEf OF THE City Al Fort Worth AND DETAILS O0NSRfUCiEO PROJECT. R TO I DFE]1 NRDMIC F AND oN DRIdNAL later Department , � d DESIGNER RAW COHSFR6DHDN �MH SEEN WFIE N MID C 4E OR IW FORTWORTH 1362aMm,Maa REIATW CHANGES AS RECORDED BY THE GENERAL CONUMIOR: AW Tuu HOR En DRA(7ER MAC NOLLOMAN CORPORA?N TN: viia9".'166i gIRBeHtlg, InC. 624 W, UNN£R511Y R. 00X 430 Expansion of rn:9u;ao nir 17111 Preston Road DENTON, TX 762f Suife260 (94D1 NOT TO Como Pump Station SHEET Onllas,7k 75248-1232 THIS DOCUMENT es NOT to se use0 OR IHOUT FOR p p l• 2• FILENAME EY-02 Ph: 1972I9604400 — MAY 2006 — CONSIRUGTON OR ANY OVAL PURPOSE WITHOUT PRIOR CONSULTANON AND APPROVAL 8Y BDE�¢� 1y Fax:(972)*04471 ISSUE DATE DESCRIPTION_ PROJECT NUMBER - AND IEL ENGINEER REsPMS18r roR si=wNGDTH�3�Ju _ --- SCAL>< AS NOTED EY 2 — 1 I 2 I 3 1 4 G M - 12OVAC FROM SCH-1/SHT EY-3 - { - • � g 13 L :M�-•tom i i 2 M MA �- c { ( STOP START SD OL'a ] 4 XO M 2.11 10,12 480 TO 120V I I 1 TRANSFORMER— _ FROM THERMOSTAT 2 1 HETOR ®2 M 8 I I LV , I I I 3 3-r M I G PTf 10 ' 1 I L4 MI 4, I R M � L5 PTT 112 I 6, LXLX RESET of l 13 Q sD I A - OL IXI 6 I I II A PTT 114 �yI' M M1� 1 NEMA SIZE 4 AND SMALLER MOTOR STARTER I 1 1 SPARE I SCHEMATiC — — — — — y — — NFMA-4X ENCLOSURE EXHAUST FAN — EF2 PTr SCHEMATIC I IMI -4- - _� O y TYPICAL OF (3) I EXHAUST FAN LOUVER NUMBER EF-1 LV--1, LV2 TYPICAL PUSH TO TEST LIGHT CONNECTION (PTT) EF-2 LV-3, 2 5 LV 4 LV-, - SCHEMATIC 2 EF-3 LV-6, LV-7 30 _ DS-3 r� J SD-4 SD-3 SO-2 SO-1 120Y,10 IF L--J L-----j L---j L--J DS--1 �— DS-2 I—SD-5 SO-6 SD-7 ALARM PANEL y 1—SD-8 F-I � 2 14 TO RTU J J TO SCADA I I ENCLOSURE i SMOKE DETECTOR TERMINAL BLOCK (TYP.) TC-BOX SCHEMATIC O LOOP # DOOR SWITCH SCHEMATIC O LOOP #140 GAI PROJECT MANAGER VKG PROJECT ENGINEER RAWFEp����J+I p� 1 Gupta &Associates, Inc. DA/oC PH ttas ooevuver Is rorc TMe axaeRs use �s A lEcaR9 sei ar TME FORTWORTH �It}� Of® f1PA `°„z" ^a�9'^�e'!^9 DESIGNER RAW I�ANS�IRtO. TI ppr�VMD Trr 10 1Na �Eg R7N mo toNsMm REu1m CHFNGE§ As RECORDED BY THE 60SULG0lTIV=R: dater Department DRAFTER MAC .ny. yn�vaxcl eu:aia aso-7lxs kDR EngiNeeAm,T, Inc. 17141 AYestGll RpRd HOITOMAN CORPORATION 524 W. UNCORPO DR. HO% 43D DENTON. TX 76201 Expansion of SuNe Z00 Dallasjk 75248.1232 Ph: (972j980J108 — MAY 20Q8 '" (940) 482-3442 IRIS 000UMEN7 IS HOT 7O sE USED OR ISSUED FOR OR ANYMEVM_RBPURPOSFE�tWITHOUT PRIOR Como Pump Station FnI: (972j888 4174 ISSUE DATE DESCRIPTION _ _ _ _ PROJECT NUMBER - CONSULTATIONiN PND AND THE ENGINEER REsPONSIDLE FOR s4i� % .9 `"iuM ,. - I Y/ SEE PANEL HA SHEET EY-1 O�20A/ 3P 3 I ti� t ISIZE- 1 STARTER I 2#121"C N 4#14 ///-MOTOR OPERATED DAMPER U 3 SO i SMOKE DETECTOR EXHAUST FAN PARTIAL ONE LINE (TYP) DIAGRAM TYP OF (2) NQTES 8Y SYMBQL V V THIS BLOCK DIAGRAM ONLY SHOWS THE ANALOG OUTPUTS FROM THE RELAY. �2 THREE LOUVERS REQUIRED FOR ONLY EF-2. O3 TWO LOUVERS ARE REQUIRED FOR EF-1 AND EF-3. QINDIICATES FIE0 DEVICE ® INDICATES DEVICES IN CONTROL VALVE ACTUATOR M INDICATES TERMINAL IN MCC. e INDICATES DEVICE IN RTU INDICATES DEVICE IN MCC ELECTRICAL CONTROL SCHEMATICS-1 0 1" 2' FILENAME EY-03 SHEET SCALE A5 NOTFO 1 E E -.3 1 PANEL HA � HA-25,27,29 — — — 3OA/3P A m HIV I I I I I 60HZ I I I I 4BOV, 14 TO 120V TRANSFORMER 2 I — I H a A 4 I i PHOTOCELL I TO LC 1 1< I I ! I I LCI 14 PANEL LA A ' 12X3P A I I 120V,10 l I LA-12 N GAI Gupta & Associates, Inc. 11MF Rmm, Rasd Pa11 7_ 75w T.17 M-.O-ml _ HOR En Inserin 9 9.Ine. F..:911990-'111i 17111 Preston Road 5uRe 200 Dallas,Tx 75248-1232 Ph: (972)9604400 rw: (9721960.4471 I I LIGHTING CONTACTOR 2 LCt - 12 30A I GHHTTS:-ON 3 C SWITCH NEMA-0 SS AT p00R ENCLOSURE LCI L_____J LIGHTING CONTACTOR — LCi SCHEMATIC (D - FEB. 2005 - ISSUE DATE DESCRIPTION 4 N I I LA-2 FROM PHOTO TO PORCH CELL LIGHT ° CONTROL PANEL ° I "CP-LC1" POWER HA-25,27,29 o AND LA-12 CR 8,10 1 I I � @ o ZR 9.12 LIGHT FIXTURE LIGHT FIXTURE 3ft #aG, 1"C I TO L1cH7s I m UGHTING CONTACTOR — LC1 HIGH LEVEL EXHAUST FAN i DETAIL O I ® CR-2 FLOAT SWITCH I I I 12, � � I I THERMOSTAT TD TO FiTl1 , NEMA-4X — — — — — — — ^ � � 5S ENCLOSURE METER VAULT CONTROL PANEL B SCHEMATIC n TYPICAL OF (4) i i I I DISCONNECT L� FUSE 2 I I 4 6 I CR-II1 3 120VAC iPH POWER ON Hwy! /A Q I I XO II I I OX CR-2 LIMIT SWITCH g ON ACCESS HATCH Q n—�O__ff (NEMA-4X) IT 120V, 1PH _ POWERTCH PORCH 2#14. 3/4"C G LIGHT LIGHTS j (D 0"C 3 12, ® Q ® THERMOSTAT I EXHAUST NOTES BY SYMCQL O M FAN O1 LIMIT IS CLOSED WHEN HATCH 312, 3/4"C IS 0 HIGH LEVEL (D INSTALL SIGNAL THAT VOLTAGE IS FLOAT SWITCH PRESENT N THE ENCLOSURE. `--4#14, 3/4"C I F[ F 70 RTU La INDICATES FIELD DEVICE INDICATES DEVICES IN CONTROL VALVE ACTUATOR �u ` DIAGRAM o INDICATES TERMINAL IN MCC, e INDICATES DEVICE IN RTU a INDICATES DEVICE IN MCC PROJECT MANAGER VKG PROJECT ENGINEER RAW ELECTRICAL QA/aC Pit iFRS OOCOYg7I 6 FOR 1HE OMlEA'S USE A3 A RECORD SEI OF THE FORTWORTH Fort°an CONTROL SCHEMATICS DESIGNER RAW CONSIRUCrtO PROJEOI. R FIAS BEE7i MRnr4QDIFIED FROM ND THE ORIGINAL Cc�uNGa YtctiRb ICONTRACTOR: Department ©RAFTER MAC RE�IATEO A RR »�� nIca� 4�Y+� V� Water 024 WL N CORPORATION 624 W. UNNERSgY OR. BOX 430 OENT0.y, 1X 7620f „ Expansion anSFon of p cg 1 462-3442 THIS JJOCUMENT IS N07 TO OE USED OR ISSUED FOR Como Pump Station M D I" '1" FILENAME EY-04 SHEEN CON RUCnON OR ANY OTHER PURPOSE WITHOUT'PRIOR CONSULTATION AND APPROVAL 6Y 11O"Wil1S'.. INC. A�9 PROJECT NUMBER -- AND THE ENGINEER gt5pON9lRU' FOR DD��IiiUU>�•TTEE��YY SCALE AS NOTED EY"y E 2 3 4 G GROUND FAULT OT CT. - A HGF3 r M -S �� _ _ � „_._� 11 vim I M T1 �T2 0 M 2 M C L1 L2 L1 LZ L3 CO LII L12 L21 L22 L23 160 PANEL - a r GFl i IGF2 � -- C1 � C2� C3 I 00 ST AN ISX2 X�' - - - - _ - - - - - - .� TSH YPERTING T N T TERMINAL CR X10 BLOCKS (TYP ON ALL R ISX2 N ISX1 CT CIRCUITS) ISXi ISW I I � cR I i GND A B J A B C E D C F I H 2 - FLEXITEST 129A514O01 VA VB VC 1A 1B 1C 1N n A n A 0 A Q Al A2 A3 131 B2 B3 64 DOOR MOUNTED REFER TO SHT EY-3 G2 H1 H2 01 G9 H8 �OH12 I)18 r---0023 �� Associates, Inc. ccasuNnJT enOiDearirEM � E36i6OwmaRml EnIT.4T4 7I T TN: 973 HDREn9lnmring, Inc. Eu: YlxasaTl 17$ Tr 77117 PreG1eA ROatl .�eE�+emw4Jsae<.wJay.mor SUEEe 200 Do La9,Tx 75248.7232 MAY 2006 - Ph: (972)9804400 Fax:I972,95P4471 ISSUE DATE DESCRIPTION GROUND Gus HOOTOR RDING i WINDING 2 MOTOR VIP Im O MOTOR MNDNG 4 MOTOR WINDING 6 MOTOR NNDINO 6 MOTOR BEARING INBOARD MDICR BEARING POMP FARING PUMP SA PUMP BURNET J U O U O`U G6 HE G7 H7 GB I1B FIT MULTILIN SR369 MOTOR MANAGEMENT RELAY G11�"� FROM PANEL -UPS SEE DETAIL 1 G12C TO GND PROJECT MANAGER VKG PROJECT ENGINEER RAW QA/QC PH DESIGNER RAW DRAFTER MAC PROJECT NUMBER - FROM PANEL UPS SEE SHEET EY-1 To FrS TO ACM1's LAND Au.CT Was I I T I ON SHORTING TIDE T- O. NICCNS AUTOMATIC CT SNORTING TERMINALS C12 Oti H72 H11 I G2 I HI I IN, I DI - HG G7 117 C6 H6 G8 H9 C1D HIO !!INS 04 H4 CD H5 '��-, E PD7�R va w ve vcoD1 µrw GDu 1AJSA ATM 1A%IA COM IAfSA ynblcau IAA51 COM IA%51 eau V,JSl cm, p E PNA56 A PWSE E Pw5f' GROUNE GHCUNC PWSE f PHASE E PHASE '/'f•'�I� VOLTAGE INPVIS CURRENT INPUTS ENFFERENML INPUTS a.^ 01 RED SWE10 D— Al HOT RTD 01 --. A2 COMPENSARON ,013 RID RETURN D- A4 COMPERSAWN RID f2 M- ASHOT G-- HOT Rio 03 E A7 COMPENSA"IN o--/,A8 ROD RETURN As COMPENSAHON Rm J4 G-ilto HOT G—AlI HOT ROD 05 E: A 2 oo11PEN5ATION 13 RID RETURN w--Al4 COMPENS.MN RID II-.M15 HaT �r47 HOE 2 OOLPENSATION RID '7 RID RETURN G— D4 COMPENSATION ROD DS TOT I HOT TiID �9 G'^ D7 OOMPENSATTON I ::D8 M. RETURN G- DO COMPENSATION NI0 /10 R + DID HOT i G� 611 FM RTU /11 �­,012 COMPERSATION I f113 RTD RETURN --rD14 COMPENSATION li I ONO 012 F-- Div HOT I MULTIUN SP369 MOTOR MANAGEMENT RELAY (PROVIDE WITH OPTIONS SHOWN} TERMINAL) DIG STARTER STATUS BLOCKS (TV1 D17 EMERGENCY RESTART Die REMOTE RESET D19 ASSIGNA�E INPUT 1 DA ASSIGNAGIE NPVT 2 o PMOGIGIAI FOR NIGH vl>YO,TION iG21 ASStGN/&E INKfr 3 TNIP -D22 ASSIGNAB4E INPUT 4 1023 COMMON .D24 SWITCH F24Ytle y 01 THR U 04 SIE swEr E--4 IC7 E ACCESS cz C3 t 175T C4 OPAWOIIT EtY INOKATCR F12 ITRIP — EII SUPO WT5ION it l r E2 R1 TRIP E1 r F2 R2 OVFRLOAD ,[ _ 114 RIG H" 7 TEMP TRIP E4 r R4 ETTD TEMP � HI ALARM IRS BLOOK r FH START FE R6 SE]MCE FROM PANEL LOCAL PRCOINMuING PDRF k CONPVIEA AMAIIJARY ANA= 1/0 RS485 RS7G5 ANAl06 ODIPITIS ANALOC INPUTS ID2026 D�217 82IB3 84 A18 Af7l A18 9I A2o 1 F24 A23 A741 5 A26I 1r 5 A27 i I 1 71 �TTT",r"ITS �• RS 485 _ _. 1 f t f l I I I TO SCAOA - PEEOVmE ..I. --L---4 I I I I I I I BLOCKS VOH °flEERNAL I i CONWCTGRS cfVP] SPARE �------ IRS 485 I Imo,-nmeanaw I OGNSCONWUC FO PROJEECCT. i1�AS B9EEPN MMOODufflEa IDINFROM E RECORD oRWIW1L RDAIEDD EHNIGR�A �COR TIDED BY, TNCLUDERNE�GFll. AND �EONNINACTOR: HOLLUFNN CORPORATION U2ENTOTI, UT CN762ai OR BOX 43D (940) 482-3442 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR CONSTAUCTION OR ANY OTHER PURPOSE YEI71S01TT PRIOR _ CONSULTATION AND APPROVAL SY AND THE ENGINEER RESPONSIBLE FOR l SHEET EY-6/7 J LINE 34A SHEET EY-6/7 LINE 38 SHEET EY-6/7 LINE 36 SHEET EY--6/7 LINE 22 l SHEET EY-6/7 f LINE 40A DIAGRAM A NOTES 1. OUTPUT RELAY CONTACTS SHOWN :-- CONTROL POWER APPLIED, N.O. TRIPS, N.O. ALARMS & FACTORY CONFIGURATIONS IN EFFECT. TRIP - FAIL-SAFE ALARM - NON -FAIL-SAFE AURA - NON -FAIL --SAFE AUX.2 - FAIL-SAFE 2. ALL RTDs MUST BE OF THE SAME TYPE AND SHALL BE 3 WIRE LOOP RETURNED BACK TO MULTIUN. 3. USE ZERO SEQUENCE CONNECTION FOR GROUND FAULT INPUT. 4. USE TWISTED PAIR WHEN USING THE 5 AMP INPUT -TERMINALS G9 & H9 5. FURNISH RELAY WITH ALL OPTIONS SHOWN, COMMON - - - - - J I I I I MULIILIN 369 RELAY TYPICAL WIRING VOLTAGE JJ DIAGRAM TO SCADA CURRENT - - - - - - - KWH------- -(D PF---_-_..---J FART WORTH City a of ptNDeartmen Expansion of Como pump Station ELECTRICAL CONTROL SCHEMATICS -III 0 - 1" - - 2' FILENAME EY-05 SHEET 1�-�_ SCALE AS NOTED EY-5 r 1 I z I 3 1 4 G - - - - - REFER TO^HT. EY-6 CONTINUED FROM LOWER LEFT FETM M O R 4 I I - RTUI START D I � _ I M M UN /I � CR-13 C 0 6 I G orl32 i--F\i'�/II/- �� 12 15,33 DISCONNECT I MOTOR HEATER CR-12 SWITCH C _ CR-1 CR--1 33 + I _ _ 9 0 I H START �-' RTU I STOP 48VOL IA I EMERG `34 -' STOP CR 8 STOP 13 '32 10 1X00 LSC4, � CR 9942U ����__��,,�� T�RIP �f 1 - - 1 1 yOOX R U OE 34A E1� I1 jR 14,42 —� 120 VOLTS 11 ��1�� I `�-- START/STON 35 I I g 1L%42 LSC OPEN 12 1 OOX 2' I I R C [ � TO RTU R3 I 5-- (PTf 1 RM TEMP HIGH TRIP 13 36 I1I LSO I CR-1 TDL-R CR-11 F' 1 GLEE 14 I 1. J [ 4 I �- I PTT 1 N.T.C,O I MX 41 37 CR-7 I �I CR-1 MI 5 MOTOR WDG. HTR.15 _ R2I I J I I I I OVERLOAD THERMOSTAT RESET CR-1 M 36 - 6 r� ENCLOSURE HTR. ; 17 = L I--e- I �� � TDE 18,19 � F2 1 �J R= 0--1 MIN I C TE-1 S- 30 SEC 39 CR 19 7 STOP L R I 18 CLOSE LSC 8 Ir ' i I i TSC 01 C _U7 ME-1 PUMP SEQUENCE FAIL 40 �o-L_o--^- 0 OL'S 19 A XO I OPEN LSO TSO I �� PTT _ 0 I I p �,12 40A- BLOCK---�-� �-�--- I I PO MOTOR STARTER O S 1 C2 •35 FS E9 CIRCUIT I MX r- _ _---I i2 I I GR-4 RTD TEMP ALARM 41 I I It M � 4,6.15.42 M 21 -� 1 � PTT I �" 1 42.42,42 OX L------J 46 1 CR-le M e I RTD TFMP HIGH ALARM III I H I 22 a I �• CR 21.23 OX IM M MI CR-8 CR-11 4 I CR M1 a FROM MCC 23 F I F 4 36 42 n I THIS SHEET 4{ CR-4 g I iM,a 1 TO RTU FROM VALVE SPARE TO 'RTU " -�. r I 24 . •-----IM S LIFT C070E C110N , 26,27 2 R- 0-10 MIN SCHEMATIC 2 I EQUIP. NO. LOOP NO. MCC M LSC5 S= 5 SHIN _ PUMP No. 2 g 25� } ��. PUMP No. 3 I PUMP No. 4 LSAT I CLOSE, MID OPEN CONTACT FUNCTION I I PUMP NO. 5 LS05 LSC4 LSC5 (90% CLOSED) [ 26 ME-2 ' I C1 0 X X CLOSE COIL I EGENR - o C2 X 0 0 B[;IYPASS TO I INDICATES HELD DEVICE Ol C3 0 X X OPEN LAMP INDICATES DEVICES IN CONTRO I 11 Illfff flfl ME-2 �n C4 X 0 0 LSC4 I VALVE ACTUATOR l [ 27 �� 7 0 I 28,37 oIC5 0 X X LS05 I V INDICATES TERMINAL IN MCC. TO MCC 1 C6 X 0 O RTU I e INDICATES DEVICE IN RTU f VALVE SEQUENCE FAIL 01 X X 0 OPEN COIL I GRI-7 a INDICATES DEVICE IN MCC 1 LS06 LSC6 I �� I 0 02 0 0 X BYPASS TC1 O T 11 PSHEA M LIFT CONNECTION 03 X X 0 CLOSE LAMP I Oj E�(�ISTING PUMP MOTORS 1 THROUGH 4 MAY NOT 29 o r 0 04 0 0 X LSO5 I HAVE RTD'S. HOWEVER THE: STARTER CIRCUITS SHALL �.p� I 3 R= 0-10 MIN 30 0 05 X X 0 SPARE I 8E IDENTICAL AND READY TO RECEIVE RTD CIRCUITS I HIGH DISCH S= 6 MIN WHEN THE CITY REPLACES THE MOTORS IN THE L- - -7- - - - - PRESS HIGH DESCH PRESS _ (Xi 0 0 X RTU FUTURE. TO RTiIYVIA MCC 30 i ME-3 Yam( Al 0 X LSA1 THE WIRES FROM THE RTU EPTT A2 X 0 SPARE ARE ROUTED VIA THE MCC TYPICAL VALVE OPERATOR VALVE MANUFACTURER B1 O X SPARE CR19 m162 X 0 SPARE PUMP CONTROL 31 --, I 9 31,39 -- - SCHEMATIC O \ r' CONTINUED AT UPPER RIGHT PROJECT MANAGER VKG GAI PROJECT ENGINEER RAW �m � � � � City of Fort Worth ELECTRICAL Gupta & Asso67eemv aegis, Inc. �,qC PH ,Hs °� THE D R A RE.W E FORT FORTH CONTROL SCHEMATIC -IV m N 9e um9 DESIGNER RAW COroRMWIM aDcUIX13M TIT o INCLUDE e SIGN am ODDNMUCTION ��{� usasm,�•cwe RELATED C"GOEMS AS RECORDED D'/THE GENERAL CONIMCTOR; _ Water Department Td: �.reza NOREngin"ring.Inc. I DRAFTER MAC HOLLOOM NC�ORPoRATION DR. EDX 4 Expansion of TOLL: 9TT-4903661 E..,auaauna 17111 Preston Road I t1FT110N, TX 76201 5uge 200 I {814) 462-34<2 - _ oagea,rx7sane 1a3z TrDs nocuNENT IS NOT TO ae USED OR ISSUED FOR Como Pump Station p 1• 2• FliENAME EY-06 SHEET Ph: (97219604400 MAY 2006 — CONSTRUCTION OR ANY OTHER PURPOSE WRHOiJT PRIOR cowsutrAnpN Ar1D ArPRovAs Err — — — SCALE AS NOTED EY-6 Fax:1972)90QR4471 ISSUE GATE DESCRIPTION PROJECT NUMBER — Mo THE ENGTNEER RESPDrISIDIf FOR N o . 1 I 2 I 3 ELECTRICAL Ii ISS CABLE/CONDUIT NUMBER CONTRACTOR I CONTRACTOR 1 ® MCC-[xxx], [bucket 01 U9 TC-[fj], TB-[firel,last] FIELD WIRING EQUIPMENT/DEVICE CONTROL PANEL OR MOTOR CONTROL CENTER I TERMINATION CABINET PLC CABINET TB-R — - - - I TB --CT r BIk NEATER 2 RE_D MCC-- CUBICLE- 1 YELLOW WIRES (INPUT] TB-C oral L,c� 7 1 3 BLU 3 TB-RM ONE LINE UX DISCONNECT SWITCH LAUX ORG I 4 1 DIAGRAM 1` 1 ON SHT- YEL 5 BRN 2 3 SCHEMATIC I I CiJ-a 7 REO BlK~ _ r 4 N SHT- STOP t START 8 BLU BLK r 5 ORG/ � 9 g TB --CM ! llj �YEL/BLK 10 ----� - ---- 11 BRN BLK 7 r g YELLOW WIRES 30 (INPUT) I GRAY WIRES (OUTPUT) e—I I r BLK RED L----� o------ 12 BLU/REDS r------------- 13 ti 9 10 31 32 IT L--....-� a.--_.-_ �5 YEL RED 11 i2 34 ! I r r-----_ _____ 1------o o------ 16 BRN/RED i3 35 I 1 �- -- 17 BLK ' 14 36- ---- REDRED�BLU 18 � r 15 37 I I vCABLE BY ISS 1 -- 19 OR6 B r 16 38 Y�B� -- 20 17 18 39 GRAY WIRES 40 (OUTPUT) I `IF 1s r- 20 41 42 �� 1 S LE BY IS5 43 1 y I � � —CONTRACTOR SHALL WRITE-IN CABLE/CONDUIT NUMBER 45 _� TERMINAL NUMBERS TO IN THE FIELD. CONNECTED ® MCC-[xxx], [bucket #] [equipment #] 1 BLK WHT 11 CABLE/CONDUIT NnatiD 2 Fis1TT Dsvice DesignetigTr I TC-[J], TB-[fPrsLLOst] FIT ® 1 2 � 3 CONTROL WIRING WITH TERMINATION CABINET DETAIL DETAIL NITS FELELD I PANEL TRANSIENT SURGE TWISTED/SHIFLIIED PAIR: TRANSIENT SURGE TRANSMITTER PROTECTOR TAPE BACK SHIELD AT PROTECTOR 24 VDC ❑ ❑ TRANSMITTER END, no NOT ❑ G POWER PROTECTED GN0 TO PANEL SHIELD BUS, GND PROTECTED SIDE = DO NOT DAISY CHAIN _ SIDE TO GROUND BUS, DO NOT DAISY CHAIN NOTES: Q FDCO MODEL# SS64-035-2, OR EQUAL d EDCO MODEL# PC-642-036, OR EQUAL ANALOG INSTRUMENT SURGE PROTECTOR DETAIL EfAI L NTS Gupta & Associates, Inc. conserftine w,gin ee.Mg ueue,�,lro,rt ➢ TcL 1E�9Q.165972 sc 131H! HDR Engineering, Inc. ew:9rz-lane5 17111 Pras6OR Read Suite 20D Dallxs,Tx 7WMA 232 — MAY 2006 -- Ph: (972)9694400 Fax: (972)9504171 ISSUE DATE DESCRIPTION EXTERNAL DEVICE TERMINAL CONNECTIONS ® DEVICE LOCATED IN FIELD ® DEVICE LOCATED IN PLC TB—R = TERMINAL BLOCK WITH REMOTE MOUNTED DEVICE TERMINATIONS, TERMINAL BLOCK REMOTE MOUNTED. TB-C - TERMINAL BLOCK WITH PLC CONTROL TERMINATIONS. TB-RM- TERMINAL BLOCK LOCATED IN MCC TB -CM= TERMINAL BLOCK LOCATED IN MCC TB -CT= TERMINAL BLOCK LOCATED IN TERM NATION CABINET TB-CP- TERMINAL BLOCK LOCATED IN PLC TB-1 = TERMINAL BLOCK IN 1/0 CABINET LI D PANEL TRANSIENT SURGE TWISTED/SHIELDED PAIR: TRANSMITTER PROTECTOR TAPE BACK SHIELD AT TRANSMITTER END, DO NOT 3+PLC, RTU OR DCU ❑ _ O GROUND. ANALOG INPUT 1 ❑ ❑ C ^ I v TO PANEL SHIELD BUS, QL DO NOT DAISY CHAIN a N❑ N 120 VAC PROTECTED GNU SIDE — NOTES: Q PHOENIX CONTACT PT-1X2-24VDC-ST (NO EQUAL) 0 PHOENIX CONTACT S-PT1-2PE-24VDC (NO EQUAL) Q PHOENIX CONTACT PT-2-PE/S-120VAC (NO EQUAL) PROJECT MANAGER VKG PROJECT ENGINEER RAW QA/QC PH 7M DOCUMEHE 19 FOR THE ONNERlS USE AS A RECORD SET Or THE CONSTRUCTED PROJECT. IT HAS BEEN MODITEO FROM THE ORIGMNL DESIGNER RAW CONSTRUCTION DOCUMM To INCLUDE RLYISIT AND CONSTRUCTION RELATED CHUTDES AS RECORDED BY THE 0 RERAL COTORACTOW. DRAFTER MAC HPLLOMAN CORPOITAT1pN ez4 w. uNVERSITY DR. sox 43D DFiNTON, TX 76201 (940) 402-3462 THIS DOCUMENT IS NOT TO BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE WITHOUT PRIOR CONSULTA7TON AND APPROVAL BY HnR FNf:INFFRING- INC. PROJECT NUMBER -- ANO THE Tl1O,NEER RESPONSIDLE FOR SEA uwO THIS DpGV1.IEKT. 4 1 NOTES BY SYMBOL 0: O1 REFER TO SHEET E--1 FOR ELECTRICAL SYMBOLS, ABBREVIATIONS, AND GENERAL NOTES. O SURGE PROTECTORS SHALL BE HART COMPATABLE FOR FUTURE HART COMPATABLE DEVICES. Q ALL FIELD INSTRUMENTS , WHETHER NEW OR EXISTING SHALL HAVE NEW SURGE PROTECTORS FURNISHED AND INSTALLED. SEE DFTAIL B THIS SHEET. ® ALL WIRING FROM THE FIELD TO MCC OR TERMINATION CABINET SHALL BE #14 STRANDED COPPER WIRE. O5 ALL WIRING FROM THE MCC TO THE TERMINATION CABINET SHALL BE #16 STRANDED COPPER WIRE. © CABLE SHALL BE HOUSTON WIRE AND CABLE (HWC) CAT, NO. D0301407, 7/C #14, (HWC D0301+16, 15/13 #14, OR HWC D0301420, 20/0 #14), 606V, THHN, UV RESISTANT, TYPE TC CABLE, WITH ICEA METHOD K-2 COLOR CODING, OR APPROVED EQUAL, EACH CABLE SHALL HAVE A MINIMUM OF TWO SPARE CONDUCTORS, SIZE CABLE PER SPECIFIC DEVICE SCHEMATICS. Q BUNDLE CONDUCTORS INTO A SINGLE GROUP FOR EACH DEVICE. CONDUCTORS SHALL BE #16, THHN, SOOV, WITH INSULATION COLORING AS SHOWN. ® CONTRACTOR SHALL LABEL CABLE AT EACH END, AT ALL INTERMEDIATE PULL BOXES, AND EVERY 100' WHEN INSTALLED IN CABLE TRAY AND LABEL ALL INTERMEDIATE PULL BOXES WITH THE CABLE/CONOUIT NUMBER, MOTOR CONTROL CENTER, COMPARTMENT THAT IT IS SERVED BY, AND THE TAG NUMBER OF THE EQUIPMENT BEING SERVED. LABEL SHALL BE WHITE HEAT SHRINK WITH BLACK LETTERS PRINTED PARALLEL TO THE LENGTH OF THE CABLE., ® CONTRACTOR SHALL LABEL BUNDLE OF CONDUCTORS AT THE MOTOR CONTROL CENTER, INTERMEDIATE PULL BOXES, AND THE TERMINATION CABINET (TC) WITH THE CABLE/CONDUIT NUMBER, THE MOTOR CONTROL CENTER AND COMPARTMENT NUMBER, THE TERMINATION CABINET (TC), AND THE NUMBER OF THE FIRST AND LAST TERMINAL BLOCKS THAT THE BUNDLE IS TERMINATED ON, LABEL SHALL BE WHITE HEAT SHRINK SLEEVE TYPE WITH BLACK LETTERS PRINTED PARALLEL TO THE LENGTH OF THE BUNDLE. 10 DEVICES IN FIELD WILL VARY. REFER TO SPECIFIC SCHEMATIC DIAGRAM FOR EACH PIECE OF EQUIPMENT. 1O REFER TO INSTRUMENTATION INTERFACE DIAGRAMS FOR DIAGRAMMATIC ROUTING OF CONDUIT AND CONDUCTORS. NOT ALL DEVICES WILL HAVE THEIR CONDUCTOR ROUTED THROUGH A MCC. TRANSIENT SURGE PROTECTOR ❑ ❑ O fl GND PROTECTED S1DE TO GROUND BUS, DO NOT DAISY CHAIN 4-WIRE TRANSMITTER DETAIL o Nrs FORT WORTH City of Fort Worth Water Department Expansion of Como Pump Station 24 VDC POWER PLC, RTU OR DCU 117 * ANALOG INPUT ELECTRICAL TYPICAL INTERCONNECTION DIAGRAM q 1• 2" I FILENAMESCALE I AS NOTED I SHEET EY J FORM SQUARE ALL AROUND 1 CAST IRON MONUMENT CASE WITH COVER NEENAH CAT. No. R-1978-8 OR EQUAL. PROVIDE IDENTIFICATION TAG AS SHOWN ,...., . �. _FINISHED GRADE 12" CONCRETE ALL AROUND y ' CABLE -TO -ROD * GROUND CLAMP CABLE, SIZE AS INDICATED ON PLANS GROUND ROD 4 INCH SQUARE ENGRAVED BRASS IDENTIFICATION TAG. DRILL AND GROUND TAP COVER AND FASTEN WITH STAINLESS STEEL SCREWS. GROUND ROD AND WELL NTS 3/4" DIA. TYPE : �' -SS SMUT CHANNEL 315SS ADHESIVE ' ' CAPSULE ANCHOR ' 1 � NOTE ELECTRICAL EQUIPMENT, ENCLOSURE NOTE: DOUBLE UNISTRUT WHEN ENCLOSURE IS MOUNTED TO STRUCTURE WITH WATER ON OTHER SIDE. ELECTRICAL EQUIPMENT MOUNTING 5 NTS —.ASS STRUT CHANNEL LENGTH AS REQ'D. CONDUIT z in CONDUIT CLAMP, NUMBER AND SIZE AS REQUIRED (TYP) TYP) " MI IT2,316SS ADHESIVE CAPSULE ANCHOR CONDUIT RACK WALL MOUNTED GA Gupta &Associates, Inc. carrsul6ngengMwertOg m l96'i4�i,mru Rn4 y y4�IW HDR EnginleNng, IOC. Tau 9Tl49b')I25 17111 Preston Road suite 200 oallas,Fx75248.1232 Ph:(972)960.44DD Far, (972)960.4471 2. I 2 I I 4- TYPICAL FREE STANDING EQUIP. PROVIDE FINISH GRADE WHERE REQUIRED MID -SUPPORT MANUFACTURER INSULATED BUSHING WITH »� 3" MINIMW" GROUND LUG (TYP) CONDUIT AS SPECIFIED EQUIPMENT CHANNEL CONCRETE FLOOR OR SLAB - PVC COATED COUPLING 4" HIGH CONCRETE 3/4"x1D'-O" COPPER (TYP) PAD WITH 1 CHAMFER 4/ WELD GROUND ROD CONDUITS AS SPEC PVC COATED RIGID STEEL ALL AROUND ELBOW (TYPICAL) FINISHED FLOG CADWELD 04/ 3/4"XIO'-O" COPPER WELD GROUND ROD14 •••-• •� BOX OUT CONCRETE AS SECTTON "A" — "A" REQUIRED. FILL VOIDS WITH FIRE RETARDANT FILLER AFTER CONDUIT INSTALLATION IS COMPLETE GROUND BUS CONNECTION TO GROUND ROD CONCEALED CONDUIT INSTALLATION NIS 0 CONCRETE SLAB - INTERIOR OR EXTERIOR CONCRETE OR 1/2"x8'x8" MIN. ALUMINUM BASE j MASONRY WALL 3/16" PLATE WITH FOUR 1/2"xB" S.S. ANCHOR BOLTS, LEVELING NUTS (TYP.) AND WASHERS CONDUIT L - - t- PROVIDE ALL STAINLESS 48" X 48' STEEL CONSTRUCTION WHEN (OPEN BOTTOM) SPECIFIED ON PLANS. a 2' PULL EYE GROUT I F 'I.'- - 0 L �.'y .'I'�:_I'I..•t• / • AS REQUIIRED) •` /, 1 iK I/ 72»N TYPE 316SS ADHESIVE --1 _5/B"X 1-9/8- PVC COATED STEEL CAPSULE ANCHOR SS STRUT CHANNEL j Lj CONDUIT TRANSITION PER SPECIFICATIONS /I I i TYPICAL BASE DETAIL NTS FOR FIELD MOUNTED PANELS PROVISION FOR � EXPOSED CONDUIT INSTALLATION SUNG LIFTING CEILING OR WALL I I I III 24" III LUTES TRANSMITTER AND MANIFOLD 1. H10 LOADING (8000 LBS. LIVE WHEEL/10,400 LBS, ROLL OVER). FOR W/MOUNTING BRACKET USE IN AREAS SUBJECT TO PEDESTRIANS, MOWERS AND OCCASSIONAL LIGHT VEHICULAR TRAFFIC. 2. A16 LOADING (HEAVY OCCASSIONAL VEHICULAR TRAFFIC 16,000 LBS, LIVE WHEEL/20,800 LBS. ROLL OVER) FOR USE IN ALLEY WAYS AND PARKING LOTS. NOT FOR CONTINOUS VEHICULAR TRAFFIC. 3. FOR LOCATIONS IN ALL ROADWAYS SUBJECT TO CONTINOUS DAILY VEHICULAR TRAFFIC, CONTACT DISTRIBUTION STANDARDS. 4. NUMBER AND LOCATION OF PENAHEAD BOLTS AND LIFTING PROVISIONS MAY VERY AMONG MANUFACTURERS. 5. LIMIT TO 3 - Soo KCMIL THRU 3 - 1000 KCMIL. 2" PIPE BRACKET 6"X6"X1/4" STAINLESSSZI STEEL PLATE WALL MOUNTED TRANSMITTER 9 NITS PROJECT MANAGER IVKG PROJECT ENGINEER RAW QA/QC PH DESIGNER RAW DRAFTER MAC - MAY 2006 - o ISSUE DATE DESCRIPTION PROJECT NUMBER - I -BOND ALL CONDUITS TO EQUIPMENT GROUND BUS WITH #4 AWG BONDING JUMPER - /REMOVE NUT. CUT BOLT FLUSH AND PLUG WELD TO STEEL PRIOR TO SETTING EQUIPMENT (TYP) FULL LENGTH 4" STAINLESS STEEL r CHANNELS LAID LEVEL ALONG ENTIRE LENGTH AND WITH EACH OTHER. DRILL AND TAP FOR EQUIPMENT ANCHOR BOLTS. STRUCTURAL FLOOR i . 1/2" ANCHOR BOLTS AT 24" O.C. WITH LEVELING NUTS (TYP) OEQUIPMENT PAD NTS SLOT FOR COVER LIFT OFF 7 [NON-SKID SURFACE I J N 33- 334" 3,1" } - 13 SS PENTAHEAD BOLT m III III r1.� I I I ILIA-�-II I � " PEAGRAVEL BASE - a OPEN BOTTOM STEEL CHANNEL INSIDE BOX ITEM QTY. I)ESCRITION TSN/REF CU MU 1 1 BOX, SPLICE/PULL, 48"X72' HIG (LOADING NOTE 1) 316043 BPSP396 - 2 1 BOX, SPLICE/PULL, 4B"X72" HID (LOADING NOTE 2) 408734 BXSPLA16 - THIS IDDUIMM IS FOR THE OWNER'S USE AS A REDORO SIT OF THE CONSTRUCTED PROJECT. R KkS RFEN MODIFlED FROM THE ORIGINAL COOFSTRVCTION DGGITMET714 TO INCLUDE REVISION ANp LONSINUC110N REUTFD CTONOES X RECORDED BY THE GENERAL CONTRAMOK NOLLOMpN CORPORATION 624 W. UNIVERSITY OR, BOX 430 DENTON, TX 76201 (940) 4B2-,3442 THIS DOCUMENT IS Not TO BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE WrtHDuT PRIaR CONSULTATION AND APPROVAL BY AND THE ENGINEER RFSPONSTBtE FOR SS NG PAVEMENT INTERLOCK GROOVE -TERMINATORS FOR Q 4" CONDUITS 0 PULL -EYE ANCHOR PLATE THREE PHASE PRIMARY SUBSURFACE SPLICE/PULL BOX 1 NTS FORT WORTH City of Fort Worth Water Department Expansion of Como pump Station ELECTRICAL STANDARD DETAILS-1 0 1" 2' FFLENAME EZ-01 SHEET SCALE AS NOTED I EZ-1 1 5" MINI 48" GROUND ROD �n� z #4 AWC BONING _ r i BOX OUT .A �s INSULATED THROAT GRO JNDING BUSHINGS (TYP.) ELAR 2" CHAMFFR --,, GALVANIZED STEEL \ I CHANNEL STRUTS �! FOR CABLE SUPPORTS BOND ALL _ METALLIC ITEMS INSIDE MH WITH #4 AWG BARE COPPER WIRE (TYP) \ S GROUND ROD AND CLAMP GALVANIZED SIEEL CABLE SUPPORT CHANNEL WITH S» PORCELAIN INSUALTION IN BRACKETS 36" DIA OPENING FOR MANHOLE FRAME AND COVER SCYANTHETITMPFEIBER / WATERTIGHT PACKING SEE DETAIL C FOR TYP. DUCT PENETRATION CONCRETE ENCASED CONDUIT DUCT (TYP) 10 FT. LENGTH OF PVC COATED RIGID STEEL CONDUIT (TYP) CORE DRILLED HOLE SEE DETAIL G ON THIS SHEET FOR MANHOLE FRAME AND COVER INSTALLATION DETAIL APPLY SEALANT 13ETWEEN JOINTS - PULLING IRON TYP DUCT BANK GROUND (WHERE REQUIRED) L I WELD TO GROUND ROD 24" X 24" X 12' SUMP .SECTION NOTES: 1. HANDHOLE SHALL BE REINFORCED FOR H2O WHEEL LOAD- 2. DUCTDANK ENTRANCE SHALL SUIT PARTICULAR APPLICATION. 3. DIMENSIONS SHALL BE AS SHOWN UNLESS OTHERWISE INDICATED ON DRAWINGS, 1Q ELECTRICAL HANDHOLE PRE —CAST ROUGHEN ALL JOINT SURFACES AND APPLY SEALANT AROUND EPDXY BONDING AGENT AND SIDES OF JOINT IMMEDIATELY PRIOR TO POUR CONCRETE ENCASEMENT SEALANT AROUND DUCT NK GROUND WIRE WHERE REQ'D. i; JOINT PERIMETER 6 •� ;v INSULATED BUSHING WITH CONDUIT AS r-' . . GROUND LUG (TYP) SCHEDULED FACE ELEVATION PVC COATED — 1' MULTIPLE CONDUITS STEEL CONDUIT •° RFBARS (TYP.) ' BOND ALL COND. W! #4 BARE COPPER CABLE TYPE II TO M.H. GROUND SEALANT AROUND ROUGHEN ALL JOINT AND SIDES OF JOINT SURFACES AND APPLY (PRIOR CONCRETE ENCASEMENT IMMEDIATELY TO REBARS (TYP.) POUR C'• SEALANT AROUND — JOINT PERIMETER END BELL BOND ALL STEEL CONDUIT •y WITH #4 BARE COPPER CABLE TO M.H. GROUND TYPE 1 - HIGH VOI TALE a WATERTIGHT DUCT PENETRATION AT MANHOLES 2 z-6 li-I-4 BER LETTER STROKES TO BE R n f 1/2' WIDE: AND 1/4' DEEP o IMPRESSED IN CONCRETE. c LETTERS SCRATCHED INTO O N T R O L SURFACE WILL NOT BE ACCEPTED is PLAN GAI Gupta & Associates, Inc. cw N.q-oki lMg 1362l G R"N r 2-0o-Mlf NOR Engineering, Inc. eu 551AW7125 17111 Pfesm Rn.M mdl:vR{,yre�tr4ewvrlonaanw Suite 200 Dall"jx 75245-1232 Ph_ (8 21ss0.4400 — MAY 2006 — Fax: (07219e04471 ISSUE DATE CONCRETE 1/4" RADIUS ELEVATION CABLE MARKER DETAIL 1 Z NTS FIBER OR CONTROL CONDUCTORS 21/2" n—n >7" nr1'2. 21/2' LETTER STROKES TO BE A {� / a 1/2' WIDE AND 1/4" DEEP IVI V , IMPRESSED IN CONCRETE. LETTERS SCRATCHED INTO SURFACE WILL NOT BE'� _ ACCEPTED id PLAN CONCRETE 1/4" RADIUS 1 4'j ELEVATION 10CABLE MARKER DETAIL 3 NTS MEDIUM VOLTAGE CONDUCTORS #5 RERAR (TYP) PVC OR STEEL CONI)ULTS GONG. ENCASEMENT -w+ APPLY BEAD OF CAULK TO BOTTOM 18' BEFORE POUR CAULK ALL AROUND WITH SEALANT INSIDE AND OUT. f-COUPLING (TYP) . r " �10 FT. LENGTH OF PVC COATED RIGID STEEL • CONDUIT (TYP) PREMOLDED JOINT FILLER ALL AROUND 14 WATERTIGHT DUCT PENETRATION BELOW GRADE — EXISTING OR NEW STRUCTURE PROJECT MANAGER VKG PROJECT ENGINEER RAW WOO PH DESIGNER RAW DRAFTER MAC DESCRIPTION - PROJECT NUMBER 1 3 YELLOW POLYETHYLENE WARNING TAPE 4 SUB BASE OF RESTORATION OR NEW SURFACE — NOTE 2 94 AT 12"O.C. I TRANSVERSE M #5 0 6" TOPCONCRETE ENCASEMENT. REINFORCEMENT (SPACE Ij MAINTAIN 3' MIN. COVER A ENCASEMENT HEIGHT { OVER FILLS OR PIPES) 1,J PLASTIC DUCT SPACERS AT 5 FT. INTERVALS CONDUIT AS INDICATED ON PLANS AND IN SPECS L'4MINIMUM 6" OF ELL 2" •TYP UNDISTURBED EARTH (TYP) $5 0 6" BOT.-TYP. PROVIDE WELL (#8 0 6" BOT. OVER COMPACTED FILL IN PIPELINES OR FILL) AREAS WHICH HAVE BEEN UNDERCUT NOTES: 1. PROVIDE MIN. 3 INCHES CONCRETE COVER OVER REINFORCEMENT. 2. SELECT FILL TO A MINIMUM OF 2 FT. ABOVE DUCT BANK. COMPACT ALL BACKFILL IN 8 IN. LIFTS TO 90 PERCENT OF STANDARD PROCTOR (ASTM D 698) DENSITY, UNLESS UNDER EXISTING OR PROPOSED PAVEMENT, OTHER UNDERGROUND UITL1IT£S, OR STRUCTURES. IF DUCT RANK IS UNDER EXISTING OR PROPOSED PAVEMENT, OTHER UNDERGROUND UTILITIES, OR STRUCTURES. COMPACT ALL 8ACKFILL IN B IN. LIFTS TO 95 PERCENT OF STANDARD PROCTOR DENSITY. 3. THE CONCRETE FOR ENCASEMENT SHALL BE DYED RED. SPRINKLING RED DYE IS NOT ACCEPTABLE. REINFORCED CONCRETE ENCASED CONDUIT DUCT BANK 105 NTS BRICK CHIMNEY WTFH FULL BEARING UNDER PAVED AREAS FRAME. HEIGHT VARIES TO SUIT FIELD CONDITIONS MOP ENTIRE SURFACE WITH COAL TAR BITUMEN BEFORE PAVING NOTE 3 t SLOPE PAVEMENT CLASS "A "' AS SPECIFIED CONCRETE FILL AS REQUIRED UNPAVED AREAS QQ��EE FF JAN�TCO� Mf SPECIF7EDME SQUARE CONCRETE APRON ALL AROUND 2'-6. 4" SLOPE N� I FINISHED GRADE A SLOPE /IAANHOLE OR HANDHOLE =M 1. FINAL GRADING SHALL PROVIDE ADEQUATE DRAINAGE AWAY FROM MANHOLE COVER IN ALL DIRECTIONS. 2• HEAVY DUTY RING & COVER SHALL BE SIMILAR TO OR EQUAL TO WESTERN IRON WORKS 550-36 (1574000) 3. SLOPE SHALL BE 6"V-1"H EXCEPT IN PAVING. MANHOLE OR HANDHOLE 1 FRAME AND COVER NTS 4 2•-0' LET1£R STROKES TO BE I \ / 1/2" WIDE AND 1/4' DEEP L V IMPRESSED IN CONCRETE. E. III I LETTERS SCRATCHEDHED INTO A =11 L * SURFACE WILL NOT BE ACCEPTED ^ PLAN I AR-RacalmunD I�i EM IS FOR THE OtlINFA'S USE AS A 1— WE S USEAS A DE 1HE o� col worn r DOR ULI CORSIRUCn:n PROJECT. R HAS RICO THE ommkL FRow E FORT SORT H CONSENUCTION OOWYENIS TO INCLUDE RE'•'ISgN MI0 O NSMCNON ROEIATI]] fdiWGES <5 E2EOD7{DED 0Y 1NF GENElm COMRACWEC .9 Water Department 624 W.UUNNVERSIITY DPORAR. BDX 430 Expansion of OENTUN, TX 76201 (94S NOT13) T 42 THIS OUMONNY IS NOT TO BE USED OR ISSUED FOR Como Pump Station CONSTRUCTION OR ANY PURPOSE W1TNgLlF PRIOR CONSULTATION APPROVALGVAL BY HOA ETIGINLERINc. INC. ER AND THE EN0INEFR RESPONSIBLE FOA SENINC THIS pOCUE1ENT. CONCRETE I/4' RADIDS- ELEVATION CABLE MARKER DETAIL 1 7 NTS LOW VOLTAGE CONDUCTORS 2' X 2" NEMA 2-HOLE PAD EXOTHERMIC WELD TO 4/0 COPPER GROUND CONDUCTOR NQJES' 1. ATTACH 0-Z/GEDNEY CATALOG #VG-24-2 GROUND CONNECTOR TO GROUND CABLE IN FLOOR. AFTER CONCRETE IS POURED A 2" X 2" FLAT PLATE IS EXPOSED FLUSH WITH THE SURFACE. GROUND CONNECTOR DETAIL O NTS ELECTRICAL STANDARD DETAILS-Il FILENAME EZ-02 (`SHEET W�~_ — SCALE IAS NOTED 4 EZ 2 GENERAL INSTRUMENT OR FUNCTION SYMBOLS PRIMARY LOCATION FIELD MOUNTED AUXILIARY LOCATION NORMALLY ACCESSIBLE NORMALLY ACCESSIBLE TO OPERATOR TO OPERATOR DISCRETE INSTRUMENTS e 0 e SHARED SHARED CONTROL OR COMPUTER FUNCTION PROGRAMMABLE LOGIC CONTROL ® N *• NORMALLY INACCESSIBLE OR BEHIND -THE -PANEL DEVICES OR FUNCTIONS MAY BE DEPICTED BY USING THE SAME SYMBOL BUT WITH DASHED HORIZONTAL BARS, I.e.: 0NA INSTRUMENTS SHARING COMMON HOUSING MEANINGS OF IDENTIFICATION LETTERS THIS TABLE APPLIES ONLY TO THE FUNCTIONAL IDENTIFICATION OF INSTRUMENTS, FIRST LETTER I SUCCEEDING LETTERS MEASURED OR INITIATING READOUT OR PASSIVE VARIABLE MODIFIER FUNCTION OUTPUT FUNCTION A ANALYSIS ALARM B BURNER, COMBUSTION EMERGENCY USER'S CHOICE C USER'S CHOICE I CONTROL D DENSITY (MASS] OR SPECIFIC CR VITY DIFFERENTIAL E VOLTAGE (LMF) I PRIMARY ELEMENT F FLOW RATE RATIO (FRACTION) G USER'S CHOICE I GLASS H ND (MANUALLY INITIATED) I CURRENT (ELECTRICAL) I INDICATE J POWER SCAN K TIME OR TIME TIME RATE SCHEDULE OF CHANGE I CONTROL STATION L LEVEL LIGHT (PILOT) M MOTOR MOMENTARY N USER'S CHOICE I USER'S CHOICE USER'S CHOICE 0 USER'S CHOICE ORIFICE (RESTRICTION) P PRESSURE OR (TEST I I CPOINT TION) ONNECTION) Q QUANTITY INTEGRATE OR TOTALIZE R RADIATION RECORD S SPEED OR FREQUENCY SAFETY J I SWITCH T TEMPERATURE TRANSMIT U MULTIVARIABLE MULTIFUNCTION MULTIFUNCTION V VISCOSITY, VIBRATION VALVE, DAMPER OR LOUVER W WEIGHT OR FORCE WELL X . UNCLASSIFIED X AXIS UNCLASSIFIED UNCLASSIFIED Y OR RESENCE Y AXIS I RELAY, COMPUTE, CONVERT Z POSITION, DIMENSION Z AXIS DRIVE, ACTUATE OR UNCLASSIFIED CONTROL ELEMENT 2 I 3 PROCESS INSTRUMENT AND EQUIPMENT SYMBOLS PRIMARY VENTURI TUBE ELEMENT PRIMARYY ENT ELEM�❑�' ELEM TRANSIT TYPE I ORIFIPRIMCE PLATEN PRIMARYELEMENTMAWMETER PRIMARY ELEMENT V M PRIMARY ELEMENT i� PARSHALL FLUME OR WEIR FLOWMETER PRIMARY ELEMENT TURBINE OR PROPELLER TRAPEZOIDAL FLUME PRIMARY ELEMENT ROTAMETER TYPE METER PRIMARY ELEMENT LLL��JJJ LE PRIMARY ELEMENT P1TOT TUBE OR ULTRASONIC FLOW OR F`LEVEL METER Tf ''„„ b FLOAT SWITCH � 3-WAY VALVE 0 INDICATES FLOW WHEN OE -ENERGIZED �.� VALVE: IN -LINE TYPE NOT OTHERWSE IDENTIFIED BUTTERFLY VALVE REGULATED SIDE ,_ PRESSURE REGULATING VALVE SELF CONTAINED DIAPHRAGM SEAL ANNULAR TYPE L1J DIAPHRAGM SEAL fy MOTOR - ARROW DENOTES VARIABLE SPEED OR MODULATING MODIFIER I it JJ CENTRIFUGAL BLOWER I �S USER'S CHOICE t GRINDER 4 HEAT EXCHANGER HIGH OR OPEN J 1 --030-- CLC18E VALVE Q PLUG VALVE (NO) CHECK VALVE WITH FLOW DIRECTION AS INDICATED PLUG VALVE NC �® ( ) RUPTURE DISK FLOW CONTROL GATE OR GATE YDRAIN u VALVE CHEMICAL INJECTION < B > BUBBLER SYSTEM � POINT PURGE OR pO FLUSHING DEVICE USED FOR ALL CENTRIFUGAL, DIAPHRAGM, ROTARY LOBE, PROGRESSIVE CAVITY, OR NOT OTHERWISE SPECIFIED PUMP TYPES SUBMERSIBLE PUMP VERTICAL PUMP I MIXER SAMPLER CHEMICAL INJECTION POINT ENTRAINED VAPOR CONDENSING COIL LINE SYMBOLS MAJOR PROCESS PIPING, FLOW CHANNEL OR DATA HIGHWAY WITH FLOW OR SIGNAL DIRECTION AS SHOWN _ MINOR PROCESS PIPING WITH FLOW DIRECTION AS SHOWN LOW OR CLOSED I MIDDLE OR { —� -- MISCELLANEOUS PIPING WITH FLOW DIRECTION AS INTERMEDIATE J SHOWN USER'S CHOICE oeaaaoo FUTURE PIPING jI -----► ELECTRIC OR ELECTRONIC SIGNAL WITH SIGNAL DIRECTION AS SHOWN SOFTWARE SIGNAL LINK L HYDRAULIC SIGNAL - PNEUMATIC SIGNAL MULTIFUNCTION -A X CAPILLARY TUBE OR FILLEU SYSTEM SIGNAL UNCLASSIFIED GAI PROJECT MANAGER VKG I PROJECT ENGINEER VKG Gupta & Associates, Inc. QA/QC PH ConSR♦2k2T2 enpi moving DESIGNER 13626G, Rm Mo.c— 2524 'ref: 9TL49GT657 HDR Englnenring, Inc. DRAFTER RV e:rn- An 17111 Preston Road Sult0200 Dallas,Tx 75240.1232 Ph: (972)0604400 - MAY 2006 - Fax: (9721960-4411 _ ISSUE DATE DESCRIPTION PROJECT NUMBER ARM RADIO/TELEPHONE UNK OR ELECTROMAGNETIC OR SONIC SIGNAL 4 1 HAND SWITCH ABBREVIATIONS H/O/A HAND/OFF/AUTO O/O/A ON/OFF/AUTO L/0/C LOCAL/OFF/COMPUTER 0/C/LOS OPEN/CLOSEAOCK-OUT-STOP L/O/R LOCAL/OFF/REMOTE O/H/C OPEN/HOLD/CLOSE 0/C/S OPEN/CLOSE/STOP A/H AUTO/HAND R/S/L RAISE/STOP/LOWER L/A LOCAL/AUTO L/C LOCAL/COMPUTER 0/C/S/C OPEN/CLOSF/STOP/COMPUTER L/R LOCAL/REMOTE O/O/C ON/OFF/COMPUTER O/C OPEN/CLOSE N/B NORMAL/BYPASS TOP (MOMENTARY) E/Y. EAST/WEST 0/0 ON/ FSTARTF (MAINTAINS LC5 LOAD CONTROL STATION TYPICAL TAG NUMBERS & DESIGNATION COMPUTER SYSTEM LOOP NUMBER 1234 WHEN USED, LETTER DISTINGUISHES BETWEEN MULTIPLE, AE SIMILAR DEVICES IN THE SAME INSTRUMENT LOOP, ♦p ADDITIONAL INSTRUMENT IDENTIFICATION SEE FUNCTION CL2 SYMBOLS & ABBREVIATIONS WHEN USED, NUMBER DENOTES DEVICES IN IDENTICAL DUPLICATE SYSTEMS, PRoc A PROCESS OR SIGNAL LINE CONTINUED AT / FROM ANOTHER LOCATION (MATCH LETTERS) -� � � � IRIS WCtIMENT FOR THE OMRER'S USE A4 A RECORD SET OF THE City of Fort Worth R CONSTRlfC1E0 AROJECT. R BEEN MounrDREMwi raw ORR NAL FORT FORTH OORSIRUG1SpN ODCUMETRS TO IHCLBOE RENSmN u1D COt!'fR11CTION TO mD o non RETATF➢ CIMHG� AS RECOROEIY BY THE GENERAL CONTRACTOR: Water Department _ HOu.Ol,4W ERp iYRTiON 524 &, UNNERSRY DR. BOX 430 OENtON. TX 76201 Expansion of (D419 Nor TO THIS NT IS NOT TO BE USED OR ISSUED FOR H Como rump Station CONSTRUCTION CONSULTATr pN OR ANY OTHER PURPOSE W11110VT PRIOR 0ONSAND THE VEER RaINI BLUE MOq NO I JN GENERAL NOTES I. THIS IS A GENERAL LEGEND SHEET, SOME SYMBOLS AND ABBREVIATIONS MAY NOT APPLY TO THIS SPECIFIC PROJECT. 2. THIS LEGEND APPLIES TO INSTRUMENTATION DIAGRAMS ONLY AND MAY DIFFER FROM LEGENDS FOR OTHER SHEETS. 3_ IN GENERAL THIS LEGENO SHEET AND THE INSTRUMENTATION DIAGRAMS ARE BASED ON INSTRUMENT SOCIETY OF AMERICA, STANDARDS FOR PRACTICES FOR INSTRUMENTATION. SOME MODIFICATIONS, ADDITIONS AND ALTERATIONS HAVE BEEN MADE AS REQUIRED TO ACCOMMODATE THE PROJECT REQUIREMENTS. 4. SOME PROCESS ITEMS, SUCH AS EQUIPMENT ISOLATION VALVES, BYPASS LINES, etc., WHICH ARE NOT CRITICAL FOR AN UNDERSTANDING OF THE INSTRUMENTATION FUNCTIONS ARE NOT SHOWN ON THE INSTRUMENTATION SHEETS. 5. REFER TO MECHANICAL DRAWINGS FOR ALL PROCESS MECHANICAL AND INSTRUMENTATION DIAGRAMS. 6. EQUIPMENT TAGS AND LOOP NUMBERS FOR EXISTING EQUIPMENT ARE INDICATED IN PARENTHESIS WHERE THE INFORMATION WAS AVAILABLE. 7. THE PROCESS COMPUTER SYSTEM INTEGRATOR (PCSI) SHALL PERFORM ALL NECESSARY WORK, INCLUDING FURNISHINGS AND INSTALLING EQUIPMENT AT THE OWS PCU AND LOCAL PANEL LEVELS AS SHOWN ON THE INSTRUMENTATION LOOP DIAGRAMS. INSTRUMENTATION LEGEND 0 1" 2" 1 FILENAME I-01 I SHEET SCALE AS NOTED Io1 ZS 071 6MG GROUND STORAGE TANK NO,1 2 F—( v T14 ) t OI SMOKE 1 ALARM ur 070 I I D I I GV-070 I EXISTING VALVE I VAULT NO.1 zs 051 UT O O50 ZS 050 2 MG GROUND STORAGE TANK N0.2 ZS 052 I � [ I I EXISTING VALVE { GV-050 VAULT NO.2 Olso) P€rITOQjtit11a LSH 110 CE2 PRESS. 11D TEMP. AE 111 pH (FROM DISTRIBUTION%—---- - -- ( FCV-001 EXISTING VALVE VAULT GAI I Gupta & Associates, Inc. camftga'LgP 'M 135E0t1Yom. and T L 9Tx�i9a-MM6l HOR E ilH Q. Inc. inaerin r..:sn�oo-nxs 17111 Preston Road Suite= - Dallas,Ta 75248-1282 Ph: (972)940.4400 — MAY 2006 — Fax: 18T2)960.4471 ISSUE BATE DESCRIPTION WE M EXISTING 113 SECURITY DOOR MONTORING I PSH PI 104 104 M BV-40 I I P4 ) PSH PI 103 103 M EXISTING P3 ) I M I — -3 EXISTING M i DV-3D ) v M BV-2D ) { P2 } PSH PI I 101 101 I M EXISTING. _. .. I I C P1 ) M I I { P5 i PsIH I i 'PI �I I IOU + 106141 I .M11 �+ M T -_ " a R I r ,��oQ000000 �....000.....y 7 Y' p,o.�b��� l „ten„ I —Nei✓ v I FUTURE PUMP STATION PSH PI 105 1D5 M I l EIV--50 ) 4 FIT PIT LSH 107 I T1 EXISTING METER VAULT NO.1 11GROD ROD ? 4H- ` NEW ANTENNA PROPOSED 25' FREE STANDING TOWER EXISTING ANTENNA -7 ` TO DISTRIBUTION SYSTEM 109 AE AIT RTU - -RADIO `1 MASTER HMI 109 CL2 RESIDUAL LXa REFER TO SHEET E-17 FOR RTU DETAIL PANEL LAYOUT. PUMP STATION COMMUNICATION INTERFACE. BOL O : O1 EXISTING INSTRUMENT SHALL BE RELOCATED OUTSIDE VAULT. NEW 316 STAINLESS TUBING AND FITTINGS. HEAT TRACE EXPOSED PORTIONS OF THE TUBING. Q2 LOCATEO INSIDE PUMP STATION SEE SHEET E-12. O LOCATED OUTSIDE OF VAULT. FURNISH AND INSTALL, HEAT TRACE EXPOSED TUBING. ® CALIBRATE ALL EXISTING INSTRUMENTS. FIT PIT 108 0 108 O I3H ZS 1Q8 PE 108 FE 108 108 � I NEW METER VAULT NO.2 PROJECT MANAGER VKG PROJECT ENGINEER ARM QA/QC PH TM DDWW7 IS FOR THE OWNERS 115E AS A REC" g7 OF! THE �I © �O� YTVOh DESIGNER CGF35IRIlLRE9 PRAjECT. R k1A5 Bm1 M001FlW FROU THE GRi01N+1 CONS7NUCgDY DDCUTAETf15 TO MCrUOE RK4151ON N10 CONSTRUCilA4 REL4TED CHANGES A5 RECOROID pY lH£ GE7IFRAL CasrtRACTOq: ORT FORTH Water Department DRAFTER RV HOLLOMAN CORPORATION 824 W, UNNERSfiY DR. BOX 43p Expansion DENTON, TX 7RZU1 of {9R5 NOT TO THIS pdCUMENT IS NOT TO RE USED OR ISSUED FOR n Como € ump Station p CONSTRUCTION OR ANY OTHER PURPOSE WHHOUT PRIOR CONSULTATION ANDAPPROVAL BY "OR ENGINEERING. INC. i PROJECT NUMBER -- AND THE CWNEER RESPONSIM FOR -- THIS —. TO 1 > DISTRIBUTION SYSTEM ELECTRICAL PROCESS INSTRUMENTATION DIAGRAM 7' 2" HLFINAME 11-02 SHEET SCALE AS NOTED I�2 a ITEM I DESCRIPTION I TYPE I CRITERIA I i 2 1 3 NAMEIAG/FUNCTION IQTY ITEM I DESCRIPTION I TYPE I CRTTERA I NAMETAG/FUNCTION i IQTY ITEM I DESCRIPTION 4- TYPE I CRITERIA I NAMETAG/FUNCTION IQTY VALVE VALVE READY OPEN CLOSE OPEN CLOSE YL ZLO ZLC HS HS HMI I I I I ! RTU 4' Too Y FIELD ' H I I I I I I I I I ! I I I I I I I I I i j } L/R OSC ZVC zV0 VALVE HS HS ACTUATOR I M � TO PUMP STATION FROM DISTRIBUTION � �_- TO DISTRIBUTION SYSTEM FCV-001 (EXISTING) VAULT - VALVE CONTROLS I LOOP N0. 001 ITEM I DESCRIPTION I TYPE I CRITERIA I NAMETAG/FUNCTION IQTY ITEM I DESCRIPTION INTRUSION ALARM XA HMI RTU I FIELD I I i I I I I I I I I I I ZS TANK ACCESS GATE TANK NO.2 ACCESS GATE SECURITY ALARM I LOOP NO. 052 GAI Gupta & Associates, Inc, yal mn l DenG6Fe ft "6 G—R.4 TS N Ta: 9T2�1 7$fit HDR En Ineertn 9 9, Inc. a :ms9o-nu 17111 Preston Road SFdte2A9 Dellas,Tx 75248-1232 MAY 2006 Ph: (97219604400 — — Fax: (07219 0-4471 ISSUE DATE LEVEL LEVEL ALARM ALARM INTRUSION LOW LEVEL HIGH ALARM LAL LIR LAH XA HMI I I I L. J I I I I RTU I I FIELD I I I zS IQi I DPIT I I B MG TANK VAULT #2 GROUND STORAGE TANK NO.2 - LEVEL (VAULT #2) (EXISTING) I LOOP NO. 050 I TYPE I CRITERIA I NAMETAG/FUNCTION IQTY ITEM I DESCRIPTION LEVEL LEVEL ALARM ALARM LOW LEVEL HIGH LAL LIR LAH HMI HMI I L. .J __ LI RTU FIELD RTU I I FIELD �o I INTRUSION ALARM XA HMI 4' RTU I FIELD I I I I I I f l I I I I ZS TANK ACCESS HATCH TANK NO.2 ACCESS HATCH SECURITY ALARM I LOOP NO. G51 I TYPE I CRITERIA I NAMEfAG/FUNCTION IQTY INTRUSION ALARM XA DPIT I i I I I I 6 MG TANK ZS VAULT #1 TANK ACCESS --- - - HATCH GROUND STORAGE TANK NO.1 - LEVEL (VAULT #1) (EXISTING) I LOOP NO. 070 TANK NOA ACCESS HATCH SECURITY ALARM PROJECT MANAGER VKG PROJECT ENGINEER ARM''J�I®,� I QA/QC PH THIS UDLUIIEM IS FOR WE OFMER'S USE AS A RECORD SET OF THE DESIGNER CONSTRUCTED PRWEOT. R HIS BEEN MODIFIED FROM THE ORWIN& CONSIRU{ IIDN OOCUMENFS TO INCUIDE REIISION AND WtWNUGHON _— REIATED CHANGES AS RECORDED B( THE GENERAL CDNFRACTOR: DRAFTER RV HOLLOr CORPOAUIR - 6!2 W. UNNERSIIY OR. BOX 430 OENTM, TX 76201 (940) 462--3442 THM O CONSRHCTTAONORA"WOTHERBEPUURSPEODSEORWI1M5O5UUTE0PRIOORR DESCRIPTION PROJECT NUMBER - CONSULTATION AND APPROVAL BY AND THE ENGINEER RESPONSIBLE FOR 5 GqlqE IS U LOOP NO. 071 FORT WORTH �'ty ®°'� Worth Water Department Expansion of Como pump Station NOTES BY SYMBOL O : Q INSTALL NEW SIGNAL SURGE SURPRESSOR. INSTRUMENTATION & CONTROL LOOP DIAGRAMS - I 0 1' 2• FILENAME 1-03 SHEET SCALE AS NQTEO I-3 1 1 fFEM I DESCRIPTION I TYPE I CRITERIA I NAMETAG/FUNCTION IQTY 2 4 3 ITEM I DESCRIPTION I TYPE I CRITERIA NAMETAG/FUNCTION IQTY ITEM I DESCRIPTION 4 I TYPE I CRITERIA NAMEfAG/FUNCTION IQTY INTRUSION ALARM XA HMI I HMI I I RTU I FIELD I I I I RTU I FIELD I I ZS TANK ACCESS GATE TANK NO.1 ACCESS GATE SECURITY ALARM I LOOP NO. 072 ITEM I DESCRIPTION I TYPE I CRITERIA I PRESSURE PRESSURE ALARM ALARM LOW PRESSURE HIGH PAL PIR PAH I I I I I I I I l I I I I PIT PE HIGH PUMP DISCHARGE RUN COMMON SEQ. PRESSURE READY ON OFF TIME ALARM FAIL FAIL HOR S/S PSH YL YL YL QR XA XA XA HS HS A EP C rp EP HMI I I I I I I I RFU I I I I I I I I I I I I I I I I I I I I I I I I I I I I MOTOR CONTROL CENTER MCC I I FIELD ' IPSH M FROM GROUND TO OISTRIDU-nON STORAGE TANK PUMP NO. P1 PUMP STATION SUCTION PRESSURE I LOOP NO. 080 PUMP AMC VALVE CONTROL NAMEFAG/FUNCTION IQTY ITEM I DESCRIPTION I TYPE I CRITERIA I NAMETAG/FUNCTION IOTY HIGH PUMP VALVE PRESSURE PRESSURE DISCHARGE RUN COMMON SEG. VALVE VALVE SFQ. POWER TOTAL ALARM ALARM PRESSURE READY ON OFF TIME ALARM FAIL FAIL S/S OPEN CLOSE FAIL CURRENT FACTOR VOLTAGE FLOW FLOW PRESSURE HIGH LOW P5H YL YL MOR XA XA XA HS ZVO ZWC XA 1i PF VI F01 FIR PIR PAH PAL YYYYYYY Y. « k + + ♦ * HMI I j I I I I I I I I 1 "M' I I I RTIU I I I I I I I J I RTU MOTOR CONTROL CENTER, 1 MULTIUN FIELD I { MCC I I I 11 FIELD i I SV-*A I ACTUATOR PSH S *P S * DENOTES FIT PIT I LOOP NO. DESCRIPTION VALVE M M �TO 102 PUMP NO. P2 BV20103 PUMP NO. P3 BV30 TO RIRUTION 104 PUMP NO. P4 BV40 FROM PUMPS - �- �I =- • DISTRIBUTION FROM GROUND 105 PUMP MO. Pb BV50 TEM STORAGE TANK TYP OF 4 PUMPS AND VALVE CONTROLS (EXISTING) I LOOP NO. 102,103,104 & 105 PUMP STATION - FLOW (VAULT #1) (EXISTING) I LOOP NO. 107 rl PROJECT MANACER VKG +j GAI _ __ PROJECT ENGINEER ARM Gupta n55oc,GEeS, QA/QG PH THIS aocuuurt s FOR THE DYRiEA's USE AS h RECORD ssr RI THE FORT FORTH Water ®f Fortworn CONSIRaCTEU MOWNT. 4f EIhS aE2x NDOIFlm EHDiI THE ORIGIEW. le er Department ca�uulCn9 en0irleenRB OESIGNi=R i M,�q oROIC er n�c�i caaErtMR CIONN neMc t-d w�la.Tr 751N DRAFTER RV HgUA1144N OORPORAVON Tck mza9naa61 HDR Ensinaazing,Inc. 6EN O V X 761IIY DR. Dax 430 Expansion of R.�m�sa�Iu 17111 Preston Road OENTON, TX 762D7 Suite 200 (&ID) 482-3442 oau,s,rx7sa49-t232 THIS DOCUMENT IS NOY TO BE USED OR ISSUED FOR Como Pump Station Phi (972POO4400 — MAY 2006 — COONSTR CONSTRUCTION N OR �YR�ALRPURPOSE WITHOUT PRIOR Fax: (972)900�4471 ISSUE DATE DESCRIPTION PROJECT NUMBER — MO THE ENGINEER RESPONSIBLE reOR IS oa u E". POWER CURRENT FACTOR VOLTAGE li PF I I I I VI I I I I I I I I I I I I I MULTILIN I I LOOP NO. 101 INSTRUMENTATION & CONTROL LOOP DIAGRAMS - II 0 1' 2'17L'NAME SHFFTww_�SCALE 11-04 AS NOTED - - — I_4 1 1 2 1 3 1 4 1 ITEM I DESCRIPTION I TYPE I CRITERIA NAMEfAG/FUNCTION IQTY ITEM I DESCRIPTION I TYPE I CRITERIA NAMETAG/FUNCTION IOTY ITEM I DESCRIPTION I TYPE I CRITERIA I NAMETAG/FUNCTION IQTY ITEM I DESCRIPTION TYPE I CRITERIA I NAMETAC/FUNCTION IQTY FLOOD TOTAL ALARM ALARM ALARM VAULT ALARM FLOW FLOW RECORDER HIGH LOW INTRUSION LSH FQf FIR PIR PAH PAL XA HMI I T FI A PI _� I RTU I FIELD I I I I I LSH I FIT PE/ ZS 120V — PI? FE TO FROM PUMPS _ 0 DISTRIBUTION SYSTEM PUMP STATION — FLOW (METER VAULT if2) I LOOP NO. 108 CHLORINE CHLORINE ALARM ALARM LOW CHLORINE HIGH AAL AIR AAH HMI I L, ._j I I I a I I RTU FIELD I AIT cLz PUMP STATION—CL2 RESIDUAL I LOOP NO. 109 HMI RTU FIELD TEMP TEMP FLOOD ALARM ALARM ALARM LOW TEMP HIGH ):A TAL TIR TAH I I I p ALARM VAULT fNTRU510N I I I I I I I I I I I I I I zs PUMP STATION —WATER TEMPERATURE I LOOP NO. 110 ITEM I DESCRIPTION I TYPE I CRITERIA I NAMEI`AG/FUNCTION IQTY ITEM I DESCRIPTION I TYPE I CRITERIA I NAMETAG/FUNCTION IQTY ITEM I DESCRIPTION I TYPE I CRITERIA I NAMETAO/FUNCTION IOTY PRESSURE PRESSURE ALARM ALARM LOW PRESSURE HIGH PAL PIR PAH HMI I I HM I L. .J t RTU FIELD I PI I RTU I I FIELD I PIT PE PUMP STATION PRESSURE I LOOP NO. 112 SECURITY DOOR ALARM GAI Gupta &Associates, Inc. aaHauNTng ertgSWAng 136i6 [iu 75I d TO: mA ]sIN HEIR E LneeNn P- Rfi w7w P g� Inc. r.�: gra�N.7lu 17I11 PreatoR Road Suite 200 Zlas.Tx75248-1232 MAY 2006 10721060a400 ` Fax: (972)960-4471 ISSUE DATE DESCRIPTION INTRUSION ALARM XA I 1 I I I I I I I I I I ZS-1 ZS-2 ZS--3 DOUBLE DOUBLE FRONT DOOR-1 DOOR-2 DOOR ILOOP NO, I PROJECT MANAGER VKG PROJECT ENGINEER ARM QA/OC PH DESGNER DRAMR RV PROJECT NUMBER — SMOKE ALARM XA 79 HM. I i RTU FIELD I I I I I r-----___ — — _ _---— -- —— — � _ iT I I I I I SO-1 SD-2 SD-3 SD-4 SO-5 I SD-6 SD-7 I 5D-8 SMOKE ALARM THIS OOCUNENT s FOR THE DwNENiS LISE AS A RECORo SET OF THE tiONSIRUCIED PROJECT. IT WAS BEEN MODIFIED FROM THE ORIGINN- CONSIRUCRON DOCUMENTS TO INCLUDE REVISION AND DONSIRUCRON REIAFEO CPANCES AS RECOMM eY THE GENERAL CONTRACTOR: 624 V W CpRPOIFAIiON 624 R. VNNEft511Y DR. 00% 430 DENTON, T% 762GI (940) 482-3442 TM OOCLIMENT IS NOT TO BE VSEO OR MED FOR CONSTRVCTIDN OR ANY pTHFR PVRPpSE Y1FI}[OUT PRfOR CONSULTATION AND APPROVAL DY NAB F AND THE GNGINEER RESPONSIBLE FOR SIM I�. ILOOP N0, 114 PH pH ALARM ALARM LOW PH HIGH AAL AIR AAH HMI I L. J RTU FIELD O❑ PH PUMP STATION —pH I LOOP NO. 111 NOTES RY SYMBOL O �1 INSTALL NEW SIGNAL SURGE SURPRESSOR. FORT WORTH a of FortDepartment Wa Expansion of Como Pump Station INSTRUMENTATION & CONTROL LOOP DIAGRAMS - III 0 1' 2' I FILENAME 11-06 15HEET SCALE AS NOTED I- 1 1 2 1 3 1 4 + ITEM DESCRIPTION I TYPE I CRITERIA I NAMETAG/FUNCTION I QTy MAIN NO.I PQM TX -A FEEDER POM PUMP NO.1 ML-469 PUMP NO.2 ML-469 PUMP NO.3 ML-469 PUMP NO.4 ML-469 PUMP NO.5 ML-469 PUMP NO.6 ML-469 MAIN NO.2 POM TX-B FEEDER PQM POWER KILO- POWER KILO- POWER KILO- POWER KILO- POWER KILO- POWER KILO- \ ! POWER KILO- \ ! POWER KILO- r POWER KILO- \ r POWER KILO- VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VOLT CURRENT FACTOR WATTS VIR IIR PFR KWR YIR IIR PFR KWR Vlft IIR PFR KWR VIR IIR PFR KWR VIR IIR PFR KWR VIR 11R PFR KWR VIR IIR PFR KWR V[R IlR PFR KWR VIR IIR PFR KWR VIR !Ift PFR KWR HMI I I I I I{ I[ I I I I I I l l l{{ I{ I 1 1[ I I I I I I l l l l{ i j RTU SWITCHGFAR RS485/ RS232 CONVERTER PQM P4M ML ML ML ML ML ML pOM PQM 4fi9 469 469 469 469 469 RS485 RS485 RS485 RS485 RS485 RS485 RS485 RS485 RS485 r Y Y MAIN NO. 1 MAIN NO. 2 MCC - SWITCHGEAR POWER MONITORING GAI Gupta & Associates, Inc. cwy61g mgin—kv a. I,Sma mm. M,r 71441 Trr. 912.49 ? 1 HEIR Engineering, 9 9. Inc. F.:9I 4W7In 17111 Preeto0 Road '®a.'x"�°�°m°""�°'�•""' Suite zoo EIalls Tz76248.129s MAY 2g06 Ph:(972)960-4499 - - Fax: (9721904471 ISSUE DATE DESCRIPTION LOOP NO, 115 PROJECT MANAGER VKG,g PROJECT ENGINEER ARM QA/Q% PH MIS OOCURFM Q FOR OWNER'S USE AS A REOORO SET OF ME DESIGNER -H CON$iAUCTED PRGIE(`r. R HAS BEEN I40DHm FROM THE ORIOItY1 CON5IRIICAON 00CUlUUM 10 INCILT REVISION AND CONSRtUXION AEIATED CMNiCES AS RECOROLR B'/ THE OENERAL COKMACTOR: DRAFTER RV HOLLOMAN CORPORATION R24 W, UNNSRSRY DR. BOX 430 DENTON. TX 76201 (940) 482-3442 THIS DOCUMENT IS NOT TO RE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE WHHoUr PRIOR Co. AM Ai4D APPAOVAL By NOR ENGINEERING. INC. PROJECT NUMBER - AND THE ENGINEER RESPONSIBLE FOfl SEWNO THIS DOCUMENF. FORT WORTH �' y ° °� Worth Water Department Expansion of Como Pump Station INSTRUMENTATION & CONTROL LOOP DIAGRAMS - IV 0 1. 2• 1 FILENAME I-06 SHEET SCALE AS NOTED - I-s ' I 2 I 3 I 4 1 FLOW TRANSMITTER FIT—H-22-1 # DEVICE LOOP # PVC ENCLOSURE 1D FLOW INDICATOR 107 TRANSMITTER 3t6 SS SCREWS PVC ENCLOSURE I TC ' r--"------- --� � RT41 I O2 PRESSURE INDICATOR 107 I O / o BACK PLATE Q1 Q2 3 4 I O FLOW INDICATOR 10& �-� PAINTED WHITE O O O I 4 PRESSURE INDICATOR 10$ a o SINGLE O © O ® I O LEVEL INDICATOR 070 LATCH SUP ® I CABLE CLAMP SUPPRESSOR ® (TYP) LEVEL INDICATOR 050 0 0 � TIN PLATED SIGNAL SURGE 72 ® i O7 PRESSURE INDICATOR 080 TERMINAL SUPPRESSOR GLASS BLOCKS (TYP)� h4 I i O PRESSURE INDICATOR titVIEWING COIL EXTRA C I C I WINDOW CABLE INSIDE ~� i-------------- ^I �g TEMPERATURE INDICATOR 110 O O L J pH INDICATOR (4)-2'C (MIN.)--/ / ,• „ .. 1(�6 111 120V / 11 CHLORINE INDICATOR 149 DISCONNECT 120V� FROM HOUSE KEEPING SENSOR PAD I 4 1 4-20mo d�a 4 r INSTRUMENT ENCLOSURE i PCONADCRETE b [ DETAIL 8 RTU PANEL LAYOUT NTS (TYP) DETAIL � FIT-108 AND Arr—tos NTS GAI Gupta & Associates, Inc. ao ffng""Nw-ft V66G R oangn.� Tsxu �: xi1�9D%6i r.,: v»r9aTlu oexl:w p�Y.� d6 HDR E.nginsering, Ino. 17i11 Preston Rand Suns 200 Dallas,Tx 75248.1232 Ph! 1972PR0.4M Fax:(572)960-4471 PROJECT MANAGER VKG PROJECT ENGINEER ARM �00DED I P ppRA/RC T I Of Ai WQI'FilCON51RUU PH DESIGNER HITS OOCUAIFM 6 FOR THE OWNER'S USE A5 A IFR ORD E OF THE PROJECT,RHAS aEEN MOOIFlEp FAND ROU THE ORMYiN,1L11 �-I OD WORTH R 1 Patel' Department RRhA7�EOOCjµ CEsuA�coRDm Bair IIHE C M&�OUN RACTOR'. _ GRAFTER RV 624 W. UNhh//EERRSSIr DR. BOX 430 1524 W. 4 CORPIrY DR.N Expansion of DENTON, 1X 7®2m CR40) 402-3442 TNIS IS TO BE VSEI) OR I1,. CO FOR Como Pump Station — MAY ZOOS — POeUMENT NOT CONSTNUCTiON 0R ANy OTHER PilRPOBE WRHoUT PRIOR ISSUE DATE DESCRIPTION PROJECT NUMBER — ARID APPpOVAL By AND THE ENGINEER RESPONOSLE FOR IS AND THE 12" INSTRUMENTATION & CONTROL LOOP DIAGRAMS - VII O t' 2" 1 FILENAME 1-07 SHEET � ,1SCALE I AS NOTED I'7 I HVAC DUCTWORK SYMBOLS 12"x20" 12"8 �' 12"x20"a 12"x20" 12"x20"x20• L� I ©AD I V xII I `� \l 1 PSd Alk MILG�Associates, Inc ao I"bw erwf—dw 11aa4V�+lw� T. r� 7d 91xa9eaM9s1 Pu:911Jn0.1r15 FEMUR DIRECTION OF FLOW DUCT SIZE- FIRST NUMBER IS SIDE SHOWN ROUND DUCT FLAT OVAL DUCT DUCT SECTION, POSITIVE PRESSURE FIRST NUMBER IS TOP DUCT SECTION NEGATIVE PRESSURE FIRST NUMBER IS TOP SIDE MOUNT DEVICE ELEVATION CHANGE (R) RISE, (D) DROP ACCESS DOOR BOTTOM MOUNT DEVICE REGISTER, GRILLE, DIFFUSER OR DUCT TAKEOFF FLEXIBLE CONNECTION FLEXIBLE DUCT DUCT LINING TURNING VANES RELIEF DAMPER MANUAL VOLUME DAMPER FIRE DAMPER (FD) NOTE ORIENTATION OF INSTALLATION IF NOT CLEAR FROM PLANS MOTOR OPERATED DAMPER RECTANGULAR TO RECTANGULAR TRANSITION RECTANGULAR TO ROUND TRANSITION POSITIVE PRESSURE DUCT - ELBOW TURNED UP (USEAL NEGATIVES RES OIAU E) FOR POSITIVE PRESSURE DUCT -- ELBOW TURNED DOWN (USE ONE DIAGONAL FOR NEGATIVE PRESSURE) 2 I 3 HVAC MISCELLANEOUS ABBREVIATIONS SY# FEATUR NUMBER O THERMOSTAT 60" AFF UNO & AND G HUMIDISTAT 60" AFF UNO 6 DIAMETER a AT Q FLOW SWITCH AD ACCESS DOOR SD DUCT MOUNTED SMOKE DETECTOR AFD ACID FLOOR DRAINAV ACID VENT \ / AVTR ACID VENT THRU ROOF ❑O UNIT HEATER (VERTICAL TYPE) AHU AIR HANDLING UNIT / \ AFF ABOVE FINISHED FLOOR UNIT HEATER (HORIZONTAL TYPE) ALU ALUMINUM AS COMPRESSED AIR STATION ® [LOUVER (PLAN) BDD 13ACKDRAFT DAMPER BFG BELOW FINISHED CEILING ROOF VENT OR ROOF FAN BTU BRTHSH THERMAL UNIT - BV BALL VALVE ` CFM CUBIC FEET PER MINUTE t 20',220 /RG NECK SIZ"PE OF DEVICE Cl CAST IRON IjADD C CAPACITY G5 CARBON STEEL 70 SPACE CTR CU CENTER CONDENSING UNIT CW COLD WATER FROM SPACE DCO DB 00UBLE CLEANOUT DRY BULB D1 DUCTILE IRON 1/2• UC D50 DUCT MOUNTED SMOKE DETECTOR 1 0 CFM DWG DRAWING UNDERCUT DOOR EF EXHAUST FAN ---�-- UNCLASSIFIED (TYPE AS SHOWN ON THE EG EXHAUST GRILL DRAWINGS ADJACENT TO SYMBOL) ER EXHAUST REGISTER GATE VALVE ES EMERGENCY SHOWER PRESSURE CONTROL VALVE ESEW EMERGENCY SHOWER EYE WASH (SELF CONTAINED) EUH ELECTRIC UNIT HEATER --� 2-WAY CONTROL VALVE EWC ELECTRIC WATER COOLER —��- BALL VALVE EWH ELECTRIC WATER HEATER —�� FLOW BALANCING VALVE EWU EYE WASH UNIT PLUG VALVE F FAHRENHEIT FCO FLOOR CLEAN OUT )( ANCHOR FD FLOOR DRAIN — ALIGNMENT GUIDE FLR FLOOR FPT FFMALE PIPE THREAD PRESSURE GAGE AND COCK FS FLOW SWITCH THERMOMETER GPM GALLONS PER MINUTE GS GALVANIZED STEEL —0— COMPRESSED AIR STATION H HUMIDISTAT HB HOSE BIBB HP HORSEPOWER HTR HEATER HW HOT WATER HWC HOT WATER COIL IHP INDOOR HEAT PUMP INTK INTAKE LAT LEAVING AIR TEMPERATURE LAV LAVATORY LVR LOUVER MAX MAXIMUM MAWP MAXIMUM ALLOWABLE WORKING PRESSURE MB MACHINE BOLT MBH THOUSAND BTU PER HOUR MFR MANUFACTURER MIN MINIMUM MOO MOTOR OPERATED DAMPER MTD MOUNTED NC NORMALLY CLOSED NG NATURAL GAS FaR HER Engineering, 1- 17111 Preston Road Suns 200 Eallas,Tx 75248.1232 Ph: (072)9604400 - MAY 2006 - Fax: (972)94104471 I ISSUE DATE DESCRIPTION PROJECT MANAGER VKG PROJECT ENGINEER DBE���� y 1 QA/QC THS DOCUMENT JS FE1R THE ONNER!S USE AS A REMO SET OF THE DESIGNER DBE CCOO iCCON ¢Go�eOD ENTSR TO WMITE RINISM AND �STRUCM DRAFTER MAC RELATED CHANGES AS RECORDED BY THE GENERAL CGNTPACKIR: ix1LLOMAN CORPORATION 8Z4 W. UNMfRSITY AR. BOX 430 DENTDN, Tx 76201 (94o) 482-3442 THIS UOCUMENT IS NOT TO 13E USED OR ISSUED FOR COHSTRUC N OR ANY OTHER PURPOSE Wr1HoUT PRIOR PROJECT NUMBER 12502 CONSULTATION AND APPROVAL BY HUR_ENCINEEW% INC. ARO THE EMNEETT RESPORSIDLE FOR NGs�Eal THIS DOC 1 — I ABBREVIATIONS NO NORMALLY OPEN NPT NATIONAL PIPE THREAD CA OUTSIDE AIR ORD OPPOSED BLADE DAMPER OC ON CENTER PSI POUNDS PER SQUARE INCH PVC POLYVINYL CHLORIDE RD RELIEF DAMPER RG RETURN GRILLE RH RELATIVE HUMIDITY RL RAIN LEADER (PLUMBING) RL REFRIGERANT LIQUID (HVAC) RS REFRIGERANT SUCTION RPBP REDUCED PRESSURE BACKFLOW PREVENTER RR RETURN REGISTER SO SUPPLY DIFFUSER SG SUPPLY GRILLE SP STATIC PRESSURE SPR SPRINKLER SR SUPPLY REGISTER T THERMOSTAT TEMP TEMPERATURE TG TRANSFER GRILLE TIN TEMPERED WATER (POTABLE) UL UNDERWRITERS LABORATORY UNO UNLESS NOTED OTHERWISE VO VOLUME DAMPER VTR VFNT THROUGH ROOF WB WET BULB WC WATER COLUMN WG WATER GAUGE WHS WASH HOSE STATION GENERAL NOTES 4 1. HVAC EQUIPMENT DIMENSIONS, LOCATIONS, DUCTWORK AND PIPING SYSTEM LAYOUTS ARE BASED OR EQUIPMENT SELECTED BY THE ENGINEER. IF THE CONTRACTOR PROPOSES TO FURNISH EQUIPMENT THAT REQUIRES AN ARRANGEMENT OR SPACE DIFFERING FROM THAT INDICATED ON THE DRAWINGS OR IN THE SPECIFICATIONS, THE CONTRACTOR SHALL PREPARE AND SUBMIT TO THE ENGINEER FOR APPROVAL, DETAILED ARCHITECTURAL, STRUCTURAL, MECHANICAL, PLUMBING, INSTRUMENTATION, HVAC AND ELECTRICAL DRAWINGS AND EQUIPMENT LISTS SHOWING ALL NECESSARY CHANGES AND EMBODYING ALL FEATURES OF THE PROPOSED EQUIPMENT. THIS INFORMATION SHALL INCLUDE BUT NOT BE LIMITED TO PLANS, SECTIONS, DETAILS AND SCHEMATICS OF ALL APPURTENANCES REQUIRED, SUCH CHANGES, IF APPROVED BY THE ENGINEER, SHALL BE AT NO EXTRA COST TO THE OWNER. THE CONTRACTOR SHALL ASSUME THE COST OF, AND THE RESPONSIBILITY FOR, SATISFACTORILY ACCOMPLISHING ALL THE NECESSARY CHANGES CORRESPONDING TO THE DIMENSIONS AND CHARACTERISTICS OF THE EQUIPMENT SUBMRTED AND APPROVED BY THE ENGINEER. 2. SIZES OF EQUIPMENT PADS INDICATED ON THE DRAWINGS ARE APPROXIMATE. EXACT DIMENSIONS SHALL BE DETERMINED BY THE CONTRACTOR FOR THE EQUIPMENT FURNISHED. ALL FLOOR MOUNTED EQUIPMENT SHALL BE SET ON CONCRETE PADS . $. THIS IS A GENERAL LIST OF SYMBOLS AND ABBREVIATIONS. NOT ALL ITEMS SHOWN HERE APPEAR ON CONTRACT DRAWINGS. FORT WORTH City of Fort Worth Water Department Expansion of Como pump Station HVAC LEGENDS, ABBREVIATIONS AND GENERAL NOTES 0 1" 2' 1 FILENAME H-01 I SHEET ••"� i _ SCALE AS NOTED 1 2 1 3 1 4 EXISTING WALL LOUVER AND MOTOR OPERATED DAMPER 2 {{ I I f EXISTING CEILING MOUNTED EXHAUST FA I O J(A (1YP OF 2) EXISTING CEILING �1UNG UNIT HEATER j III (TYP OF 2) I I I NG I I I I I I I NG I I �15�7[7r1� O EXISTING WALL MOUNTED EXHAUST FAN � O 0 PUMP STATION PLAN 1 /4' V--0" PROJECT MANAGER VKG ClAl PROJECT ENGINEER DBE Gupta & Associates, Inc. OA/QC THs wceL s :OR THE OMRER'S usE Al NECORQ seT'r THE `'°Asulbrry cwWneerLrp DESIGNER DBE COH �R5muc"IN QQclf68kFs Tp ll IE�RIMSION AND D ONs RUM IknG�Rwd - RFlAEO CNNiCE3 AB RECOROm 9I THE G ML CONR ACTOR: T& TS ?mj r GRAFTER MAC 624 O COR51tt DR. eox uQ r,t mxyuaecl HDR Engineering, Inc. HOLLOMAN CORPORATON r 9rF+s0.7/a5 17111 Preston Road _ DENTON. TX 76201 :ponnfruR SuRe200 (94O) 402-3442 Dalias,Tx752484232 - TH15 DOCUMENT IS NOT TO BE USED OR ISSUED FOR Ph: {872]98Q�480 — MAY 20D6 — CONSTRl1C11QN OR ANY OTHER PURPOSE WITHOUT PRIOR CND THE AYN]N AND APPROVAL FR �NC IA., Fax' (972)960,4411 ISSUE GATE DESCRIPTION PROJECT NUMBER I2542 AND TI[E ENpNEER RESPONSEBIE NR Is DD(:Il E1lr. i 1- C7J 1 CAP EXISTING NG LINE FOR REUSE. �V} COORDINATE LOCATION WITH THE CIVIL SHEETS. EXISTING WALL MOUNTED EXHAUST FAN NG KEYED NOTES Q1 DEMOLISH EXISTING EXHAUST FAN, SUPPORTS AND WIRING BACK TO SOURCE. PATCH OPENING TO MATCH EXISTING. 02 BLOCK OFF EXISTING LOUVER WITH ALUMINUM BLANK OFF PANELS.. 03 DEMOLISH EXISTING UNIT HEATER, SUPPORTS AND WIRING BACK TO SOURCE. (D DEMOLISH EXISTING NATURAL GAS PIPING AND SUPPORTS. QS DEMOLISH EXISTING EXHAUST FAN, SUPPORTS AND WIRING BACK TO SOURCE, GENERAL NOTES. 1) ALL PIPING IS EXISTING EXCEPT NEW CAPS WHERE SHOWN. 2) ALL EXISTING PIPING TO REMAIN EXCEPT THAT NOTED FOR DEMOLITION, 3) SEE ARCHITECTURAL SHEETS FOR WALL AND ROOF PATCHING REQUIREMENTS. of Fort Worth FORT WORTH ���eDepartment Expansion of Como Pump Station HVAC DEMOLITION PLAN 0 7' 2" 1 FILENAME [H,-02 SHEET SCALE NOTED H-2 1 1 2 3 4 96"x54"- COMBINATION LOUVER (TYP OF 2 STACKED VERTICALLY) (TYP OF 2) J GAI Gupta & Assodatcs, Inc. c suxrw emonearing llWC—"""RlA Wd 91ia96-� l P+�4TSd9bT12$ 48"x7B" COMBINATION O2 LOUVER (A�� ICI �1 12.000 CFM 32,000 CFF TYP I T UH-4 I ---d I 1 I� TYP FM HDR Engineering, Inc 17111 Preston Read S.Wa 20D Dallaa,7x 75248.1232 Ph: (872)9604400 Fax:(972)960-4471 — MAY 2006 — ISSUE DATE DESCRIPTION CONNECT TO- EXISTING NATURAL II II }I- Z GAS LINE. REF 48"x66" COM13INATI N -- I /r CIVIL SHEETS. ,,1 "-NG LOUVER (TYP OF 2 1 — 6 O STACKED VERUCALL '' I� li r 1 I TD I � 1 20,U00 CFM I I1��1 I I � � _ I"-NG�— I - - I L } UNCLASSIFIED I I I "-NG� 102 AC/HR 1 } (SUMMER) 11 104 DEG F SUMMER III I I I 1 II 1 1 1 1 1 1 50 DEG F WINTER 1"-NG I 9.000 CFM I I ! - I UH-3 T I SD I I I I 1 'IF-3, I I I i- - I Izf T ,y 34"04" UP TO D i0 EF-3 ROOF MOUNTED Wl -4 EXHAUST CAP PROJECT MANAGER VKG PROJECT ENGINEER DBE OA/QC DESIGNER 013E DRAFTER MAC PROJECT NUMBER 12502 rT y�la` ,I ;11 - �1 - --_------------��C -0 , "IF,00 LOUVER 9 000 CFM "-NG II I� YP OF 2) II �. I FM r ; EF-� 1 I EF-2 EF-2 IS LOCATED DIRECTLY BENEATH ' - EF-1. REF ARCH SHEETS. T � i �Tt-i�r C D �} EF-4 T UH-5I� I 0 5 100 CFd I1�j11rI111111I)IIII(`I1�1l1lIIIII11% �........... �//ter.. .i.....Till ...7. I.........�i. 8'0 UP T4 ROOF MOUNTED EXHAUST CAP I � I I PUMP STATION I j PLAN 1/4' = V--O" GENERAL NOTES: 1) ALL UNIT HEATERS MOUNTED 8' AFF. 2) SEE ARCHITECTURAL SHEETS FOR EXACT LOUVER LOCATIONS, 3) ALL DUCTWORK IS GALVANIZED STEEL HGODED IIIB DOCUMEW 11 FDN 1TM OWNER'S 116E AS A RECORD 5Ef OF FFJE CONSTRUCTED PROJECT. IT NAS REIN M001}lE0 Will ORIGINAL CON"ManOR OOCUNEWIS TO INCDIDE REMON AND OMSTRKTIGN RELATED CHANGES AS REDDRDED BY THE COERAL CUNIBAWOR: HOLIOMAN CORPORATION 624 W. 11I4NERSIIY DR. BOx 430 DEMON, Tx 76201 (240) 482-3442 THIS DOCUMENT FS NOT To BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PURPOSE WITHOUT PRIOR CONSULTATION AND APPROVAL BY,HOg.,,EffQIGEEBING" INC_ AND THE ENGINEER RESPONSIBLE FOR 5t .4 THIS MCUMEM. KEYED NOTES: O1 INTERLOCK MOD WITH EF-1. O2 INTERLOCK MOD WITH EF-2. Q INTERLOCK MOD WITH EF-3. ® EXHAUST FAN AND DUCTWORK MUST NOT INTERFERE WITH THE NEC REQUIRED WORK AREA AROUND THE MCC. FIELD COORDINATE THE FINAL LOCATIONS WITH THE FLFCTRICAL CONTRACTOR. Q5 INTERLOCK EF-4 WITH THE LIGHT SWITCH. © COORDINATE GAS METER AND PRESSURE REGULATOR EQUIPMENT AND INSTALLATION REQUIREMENTS WITH TXU GAS COMPANY, FORT WORTH" of Fort wort" Water Department Expansion of Como Pump Station HVAC PLAN 0 1" 2' 1 FILENAME H-03 SCALE AS NOTED SHEET H-3 2 3 4 VENT CAP z STORM COLLAR N MEMBRANE FLASHING OVER BONDING ADHESIVE SEALANT 1 ROOFING MEMBRANE ROOF ~� EXHAUST FROM UNIT HEATER SIZE A5 SIZE AS SHOWN r' EQUIPMENT AN PLANS CONNECTION \ I �PLUG COCK I APPLIANCE DIRT LEG FLEXIBLE CONNECTION NOT ALLOWED (DUCT P Pl /,/,-TURNING VANES fl F SPUN ALUMINUM EXHAUST CAP �1/2" WIRE MESH z INSULATION AND BIRD SCREEN Y ROOFING PREFABRICATED �< MEMBRANE ROOF CURB az METAL DECK J r COORDINATE LOCATION BETWEEN STRUCTURAL J L JOISTS WHERE APPLICABLE J L NOTES: 1) RESTROOM CAP — LOREN COOK MODEL 8 TR. 2) ELECTRIC ROOM CAP — LOREN COOK MODEL 42 TR, GAS FIRED UNIT HEATER VEN7ING GAS FIRED APPLIANCE PIPING DIAGRAM TURNING VANES ROOF VENT CAP DETAIL DETAIL BO DETAIL DETAIL D N75 NTS NTS 0 NTS(D O FAN SCHEDULE UNIT # I REQ'D SHEET AREA SERVED j I CFM (TOTAL) ESP (IN H2O) DRIVE I I MOTOR (HP) STATIC EFFICIENCY (MIN) I I VOLTS I I LOREN COOK MODEL. MOTOR TYPE EF-1 1 H-3 PUMP ROOM 32.000 0.375 BELT 7.5 37% 480/3/80 TEFC 60XMPH EF 2 1 H-3 PUMP ROOM 32,000 0.375 BELT 7.5 37% 480/3/60 TEFC 60XMPH FF-3 1 H-3 ELECTRICAL ROOM 9.000 0.375 BELT 5 16% 480/3/60 TEFC 225SQN-8 FF-4 1 H-3 RESTROOM 105 .25 DIRECT 1/fO 16% 120/1/60 PSC GH140 NOTES: 1) FANS EF-1 & —2: PROVIDE WALL COLLAR, INLET WIRE GUARD, COUNTER BALANCED EXHAUST SHUTTER AND ALL NECESSARY APPURTENANCES FOR A COMPLETE INSTALLATION. 2) FANS EF-1 & —2 SHALL BE OF HEAVY DUTY CONSTRUCTION. UNIT HEATER ELECTRIC HEATER GAS HEATEER UNIT If REQ'D SHEET AREA SERVED ( it REZNOR MODEL RATING (KW) VP/H. INPUT (B7UH) I OUTPUT (BTUH)I GAS CONNECT I FLUE f GAS (PSI) II V/P/Hz UH-1' UH-5 & —41 I H-3 I ELECTRIH-3 PUMP RCALMROOM 5 14BQ/3/60 25,000 20,000 I 1/2" i 4�0 0�5 [ 120/1/60 I EGE NOTES 1) FOR UH-1, —2, —3 & —4: PROVIDE A STAINLESS STEEL HEAT EXCHANGER AND BURNER, TEFC FAN MOTOR AND SPARK IGNITED SAFETY PILOT WITH ELECTRONIC FLAME SUPERVISION. 2) PROVIDE MFR FURNISHED MOUNTING BRACKETS. 3) PROVIDE UNIT MOUNTED THERMOSTATS, CIM Gupta & Associates, Inc. ccnag 9en9h,eer@g - _ ad:µ Tem T5T/N Td: nb69 HEIR En lneerfn 9 9i Inc, F..an71B 17111 Preaten Read Suite 200 DallwIi jx 752484232 PH: (972F9604400 Fax: (972)96Dd471 PROJECT MANAGER VKG PROJECT ENGINEER DBE QA/GG DESIGNER ORE_ DRAFTER MAC — MAY 2006 — ISSUE DATE DESCRIPTION PROJECT NUMBER 12502 M TRIS DOCUMENT IS FOR THE OM1ER'S USE AS A RECORD SET DF THE CCONS WUCTED PROJECT. IT WS KMG 4N Dt)CDNE7tis IHCUIOE R RIO AND WNDIFU FROM SIORU�O REMATEA CRWOES AS Rf00ROED F17 THE CENEFAL CONTRACTOR: 110110 NCO POPA ON i1zEWON. UTX 10201 R. BOX 170 (940) 402- P42 TH15 DOCUMEW IS NOT TO BE USED OR ISSUED FOR CONSTRUCTION OR ANY OTHER PUAL BY �RPP�OSEAyWBNOUT PRIOR ANn iHETAERCJNEFµA RESPONAPP�SIVBLE R SiN.Ilv4 l3 WGUlNT. GALV DUCT 3/8"—DIA BOLT, 1-1/2'xl-1/2" xi/8" 12" QC MAX THICK MITERED & WELDED COMPANION FLANGE TO BE 2HOT—DIP GALVANIZED .0 MESH 0.063"—DIA GS \ WIRE CLOTH` 1-1/2" 11 GA GS SHEET FRONT MEW METAL (TYP OF 4) 1-1/2" 11 GA GS SHEET METAL (TYP OF 4) I° 2"x2" MESH, 0.063'—DIA GS WIRE CLOTH 3/8"—DIA BOLT, 12' OC MAX END_ VIEW GALVANIZED STEEL TERMINATION DETAIL NTS ( n— FORT WORTH City of Fort Worth Water Department Expansion of Como pump Station HVAC STANDARD DETAILS D 1" 2" 1 FILENAME H-04 SHEET SCALE AS NOTED H-4 APPENDIX 9 ONCOR TRANSFORMER DETAILS NOTE 3 B a� f— L 3" NOT'_ 2 / s A J L/Ci I 6. _ SECONDARY — PRIMARY J COMPARTMENT 28 24" COMPARTMENT PLAN NOTE 4 REINFORCEMENT SPACING; 9" CENTERS REINFORCING SCHEDULE PAD WITH BEAMS (NOTES 2 & 3) NUMBER OF #3 BARS LENGTH WEIGHT (LBS) 9 128" 36.1 14 110" 48.2 6 9&" 18.0 6 8" 1.5 3 30" 2.8 3 24" 2.2 2.8 CU YARDS CONCRETE TOTAL WEIGHT OF PAD 11,460 LBS REINFORCING SCHEDULE PAD WITHOUT BEAMS NUMBER OF #3 BARS LENGTH WEIGHT (LBS) 7 128" 28.1 12 110" 41.4 6 96" 18.0 6 8" 1.5 3 30" 2.8 3 24" 2.2 1.8 CU YARDS CONCRETE TOTAL WEIGHT OF PAD 7,300 LBS n4•' _ I 24" 57" 78' 3„ 15" � 3.. 124 SECTION "A — A 12•• 132" NOTE 6 3 15" a p 1r' SECTION " 8 — 8 12' NOTES: 1. SEE DETAIL SHEET 21 FOR GENERAL NOTES, 2. CONTRACTOR TO OBTAIN AND INSTALL {2) 543" X 8' GROUND RODS AS SHOWN. INSTALLATION DEPTH SHALL BE T- 6", 3. PIERS ARE REQUIRED ON ALL THREE PHASE TRANSFORMER PADS UNLESS WAIVED BY THE COMPANY INSPECTOR. REFERENCE DETAIL SHEET 22 FOR PIER DETAILS. 4. BEGIN SECONDARY CONDUITS AT RIGHT EDGE OF PAD WINDOW. ADD CONDUITS AS REQUIRED RIGHT TO LEFT. DO NOT CROSS DIVIDING LINE BETWEEN PRIMARY AND SECONDARY COMPARTMENTS. 5. GROUT WINDOW AS PER DETAIL SHEET 15. TRANSFORMER PAD R THREE PHASE ctNC000Qoe E 1500 0 2500 KVA RADIAL DDS-4 L1G DETAIL SHEET 27 OF 57 03 — 10 p Z � �_ m Ott a U} o CD CD F, am a a F m "a � CL c� 3/25/2019 Easements Overhead * 3 Phase Overhead: 30 ft * 1 Phase Overhead: 20 ft * Anchors/ DG: 10 ft * Service: 10 ft Underground * 3 Phase Primary Underground: 20 ft * 1 Phase Primary Underground: 15ft * Switchgears: 30 ft x 30 ft * 1 Phase Pad Mounted Transformer: 20 ft by 14 ft ® 3 Phase Pad Mounted Transformers: 20 ft x 26 ft ® Secondary and Pedestals: 10 ft path Service: 10 ft **10 ft clearance for structures to equipment** GC-6o06p1) Minority and Women Owned Business Enterprise Compliance THIS PAGE ]LEFT[" INTENTIONALLY BLANK K CITY OF PORT WORTH West -vide Wafer Treatment Plant flockup Generators STANDARD CONSTRUCTION SPEC[PICATION DOCUMEN,rs CITY PROJECT NUMBER 103410 Revised July 1, 2011 FORT WORTH TEMPORARY RFVISION 4/6/2020 (COVID-19) City of Form Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If (he total dollar vahie of the contract is $90,000.01 or more, then a I1VI'P E Auld; ong goal oal Is applicable --- - - -- POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MOE PROJECT GOALS The City's MBE goal on this project is xx % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit; both.? MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MHE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order (or the entire bid to be considered responsive to IZr s�. r c.i'ieatiotls. The Offeror shall EMAIL the MBE docurrmer4latloll tc> the aFislgrtfld City nt Fort VVn(lh lrojw,F -L16nager or Department Oesigi'Goe. A faxed copy will not be accepted 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date_ FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NC)N-RE—gPnNSIVF TO sPFMPICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR IdER1017 WILL RESULT IN A 015A.UALIFICATION PERIOD OF THREE YEARS_ Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Email: mwbeoffice@fortworthtexas,gov Temporarily Revised April 6, 2020 due to COVIDI9 Emergency Phone: (817) 392-2674 GC-6a07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH 13"estside Water Trealment Plant Backup Generators STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'CS CITYPROJ&CTNUMBCR: 103410 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11,00 Concrete Finisher $ 15,77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19,63 Electrician Apprentice (Helper) $ 15,64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.99 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12,85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder -Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fail 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2