HomeMy WebLinkAboutContract 60394�
�,t,Y
I� i i �, �i i
�i
CONTRACT
FOr�
Tr� co�vsTRuCTYo� oF
C1�'Y ��:G��iRRY �
�� ��`?"��� �i�. � —
X-27754
ROLLx1�G HILLS W�iTER T�.tEATIVIEI�TT PLAI�TT
�HLORII�1� SCRUBBER REPLAC�NIElliT
City Projecf No. �.a3127
Mattie Parker David Cooke
Mayar City Manager
Cl�ristopher Q. Harder, P.E. Farida Goderya, PIiD, P.E.
Directox, Water Department Senior Praject Managa�
Prepared £or
'�'he C�ty of Fort Worth
Wa�er Depariment
JULY 5, �023
C�1l�FORMEI�
TE�HI�TICAL SPECIFIC�TIONS
�,
,
..._�
��� F A :���=�"�_�
�,# ,� .�3�ka-, _
�};E� ��.f � � �s :''C';�.�=s:��,�
�` , _��
��_ - - ,�, �,�. �l��� ' . ��.�.���-�R�
-� ..�.� � ����- �,����� ��,
TBPELS iVa, F-882 �
100 EA5T 15TH STREET, SUITE 540 • FORT WOR7H, i'EXAS 76102 • P. 817.SB�.�S28 • F. 817.882.9975 �
� �� � _
� �����
�
R�LILII�IC I-�[LLS'�1'VAT��t'I'RE�'�'11�E1'�1'�' NLA1�1T
�I�I,O�[1l1E SCRUB��It It�PL��'E��1�'lC
City Pro�ect �1a. lA�l 27
�repared %r
Thc �ity of �ar� Worth
�iVater Department
July 5, 2023
�����R��� �o�U��wT�
These Canformed �ocumer�ts unify
adden�a issued dc�ring the bid period.
!� discrepancies beiween the
Conformed Dacuments and the Qid
Dvcuments are found, the Bid
Docurnents with the original addenda
shaif gov�rn. �riginal seale� by
Troy T. Lamar�, May 3i, 2423,
TX PE No. 9�i61.
CIVI�
RESPONSiBLE Sp�CIFICATE0�3 SEC7iONS:
DIVfSlONS 00, Q1
�6f��'�R{�t�� D6GUlV���T�
These Conformed Uocuments unify
addenda issued during the bid period.
If discrepar�cies #�etween the
Conform�d Documer�ts a�d the Bid
Docum�nts are found, �he �id
Documents with the origir�al ac�denda
shall govern. Driginal sealed by
Mark Austin Peterson, May 31, 2Q23,
TX PE No. 1423i6.
X-2i7�4
�OW�(?RRdI�� �]�C1J��N�'�
These Canformed Dacuments u,nify
adder�da issued d�sring the bid peri�d.
If discrepancies betweer� the
Canformed Qocuments and the Bid
Qocuments �re found, the Bid
Documents with the original addenda
s�all gQvern. Original sealed by
Tuan I. Sa�nsudeen, May 31, 2�23,
TK PE Na. 119019.
CIVII
RESF'ONSIBLE �PECIF�CATION SECTIOlVS:
46 05_00.01; �40_05 00.03; �44�O��OD.09;
44_05_07.03; 40_05_31 _22
DIVISIONS 43, 44, 46
�tructural
RESPONSIBLE SPEClFlCATI�N S�CTIONS:
QIVISIONS 03, 05, 07, 09
� �
�� �� � �� �
Q
R�LL�I�T� I��LLS'I��T�R'TREA`�`l�i�i'�'�` PL�►l��'
��3[L012�I�� ���2�J�B�R �P��C�Ti��1�T
�ity Project Na. l Q3l Zi
Prepa�-ed fai•
T'hc �ity of Torrt 1�ot•th
i�Vater I)epartment
J�l�,l� �, �0�3
��l�l�`�RI�IEI� IDO�UI�IEA1'�'`�
Thes� �onfarrned �lacuments uniiy addenda issued
du�rin� the ��d period. If discrepancies between the
Gon�ormed I)ocunzen�s ard the Bid 1Docuznents axe
found, the �id �oeuments with th� original addenda
sh�ll govern. �A�-ig�nal sealed by
Puneef �up��, l�ay 3Q, 20��,
�'� FE �o. 115692.
�LECTRICAL
RE5PONSfBLE SPECfFICAT40N SEC7IDNS:
ALL 0� DIVISION 26
4041 00 Electrical Meat Traeing
� � � Gupta & �ssc�ci�tes, Tnc
CI�NSULTING ENGINEERING
'i��'i7 �6l�iL�f1 f�Ac�Ci
CJ�as� Texas 752AA
TBF'E Na. F-2593
7�-29��4
� �i �
� � �������
R�LL�1�� �YdlGL�'dVATE�i TR��-47'1N�EI'V'➢' PL�4IV`I'
�HL��tII�i� ��1tLT�BER ]R������1VIEl�'I`
City Pruject T�lo« 1031�i
Prepared for
'I'hc �ity ai Far� V�orth
�ater �e�artment
JIJ�.Y �, �023
�+�l�F�Rl�iE� I��CUI�E�T'lI`�
These �onfo�rmed I3ocuments unify addenda iss�ed
durin� the bid peraod. 4� discrepa�ac�es betwee�a �l�e
Conformed �ocuments and �he Bid �lacumen�s a�e
found, the Bid I)ocurnents with the ori�inal ar�d�nda
shall �nvern. �ri�inal sealed by
Le Tien I�an�, l�Iay 3D, ZOZ3,
'�'� PE l�io, 99��8.
1fV5TRUMENTATION AND CONTROI.5
RE5PON51BLE SPECIFICATION SECTIQNS:
40 61 QQ G�NERA� PR�VISION
40 78 DO PANEL MOUf�TED CON7�OL'�EViCE5
� � � Gupta & Associates, Inc
CONSULTING ENGINEERING
13717 Neuunn Raad
fJ�as, Taxas 75244
7BPE f�Go. F 259Ci
X-2��S4
Ff�Y �� f�����' �A
�ddendu�n f�a. f�ate lssued
1 June 9, 2023
2 June 23, 2023
�IiY �� ��R� lN��i`�H, i�X��
l��i�� ���A�iI�N�N`�
��LLINC bILL� F��►�'�R �R�►ThAE[di PLAW�' CF;L��IfdE
S�CRU���R P�ANi R��L���i�i�F�i
����� �� �or�i��i�
��vi�i�� an — ������� ���iu���nn��Y�, �o����cr ����s, ���
����i�ian�s �� �°�� �v�r���r
�,dcfendum A�o. ���T10i� id�. iliL�
9
oa o�_�o
04 05_15
-00 1 � 13
00_21_13
�� 3a_13
00_41_4�
00_42 43
OD 43_13
0�_43 37
0� 45_11
ao_4�_�z
OQ_45_13
UO 45_26
00 45 4Q
OQ_52_43
oa_s1_1�
OO�fi1,�14
00�61_19
00_61_25
D0�72_00
0�_73_00
MAYORAN� COUNCIL GOMMUNICATI(�N (M&C)
ADDEN�A
[NVITATIaN Tt� BIDaERS
INSTRUCiI�NS T� BIDDERS
CONFLICT OF INTER�ST STATEMENT
BIQ FC?RIV�
PRQ�'OSAL FORM
�II� �OND
VENpOR COMPLfA�lC� TO STAiE LAW NQN
R�SlOENT BlD��R
�IDDERS PREQUALIFIGATI�NS
PREQUALIFICATION STATEMENT
PREQUALI�ICATION APPLiCATIDN
COf�TRACTOR GQMPLlANGE 1Ni1'H WQRKER'S
COMPENSA�IQhd LAIN
BUSIN�SS �Ql11TY GaAL
AGREEMENT
��R�oRMANC� Balv�
PAYMENT BOND
MAINTENANCE BOND
CERTIFICATE OF INSURANCE
GENERAL CQNDITlONS
SUPPLEMENTARY CONDITIONS
Tabie of Cont�nts
00 �1_1a-1 103127 � JUIy 6, 2D23 - CaAlFO�MED
pr�;f�CaroflulRoournents+TK+Fart Worlli+200452-0�U40QfDd F1e5ign+�4 SpecS+Caralfah�0_�1_10 (COMFORSdED)
b0_73_04 PREVAILING WAGE RATE (HEAVYAND HkGHWAY �•
CONSTRUCTEDN)
(}D 73 (}0 PREVAILING WAGE RATE �COMMERCIAL
CONSTR�CTIOf�)
o��►isiow a� - ������. ��c�uE�������
SECiI�P� RlO. TITL1�
01_11 00
01_14 Oa
01 2�_40
Q1_29_00
0�_29_73
0'[ _29_77
01 _31 _49
01_3Z_21
01_32�34
�1_33_00
p1_45_AO
q1_5q_��
01_57_13
01 60 00
U1 75_17
01 _7fi_00
01_77_00
01_TS_24
09�81_50
SUMMARY U� WOF�K
W�RK R�STRICTIOEVS
CONTRACT MaDIFICATlDN PROCEQURES
PAY�VIENT PRaCEDl1RE5
SCHEDULE OF VALUES
APPLICATIONS FOR PAYAAENT
PRO.iECT MEETINGS
SCHEDULES AND REPORTS
PHOTO�RAPHIG Air][3 VIDEOGRAPHIC
❑ocuM�NrAT�oN
SUB�U1[TTAL PROCEDURES
(�UALITY CONTROL
TEMPORA�Y I�A�ILITIES AND CONTROLS
S7URMWATER POLLUTION PREV�NTIO�N
P1�ODUCT REQUIREf'uIEIVTS
C4MM1�SlONING
ASSET MAfVAGEMENT
C�OSEOUT PR�CEQURES
OPERATION AND MAINTENANCE MANUAl�S
DESIGN CRITERIA
DI�ISION 03 - C0�l�F��T�
s���iaw ��. �i�r��
03�11�07 CONCRETE FORMW�RIC
03 2Qo0D C�NCR�T� RElNFORClNG
03 21 'f 7 ADHESIUE-BONDE� R€INF'ORCIN� �ARS AND ALL
� � Th�REAI� RDDS #N CONCRETE
(}3 30 00 CAST IN-PLACE-CONGRETE
03 35 29 TOOLED CQNCRETE FINfSHING
03_60_OQ GROUTING
Table of Gont�rtts
�Uq01_10-2 103127 July S, 2023 - CONFORMEQ
p,v;i�Garr,�v�Gbcuments�T�ForlYaprlh+20U452-00�400��4 Des�gntp4 SpeesfCarolla�D_4a_10 (GONFpRp,IE�)
Df�ISIOIV 05 — flAE'����
�ddendum iVa. 5��71�fd R��. ilT�,l�
2
�ddendum P�v.
�
05�5U�44 METAL F'ABRICATIONS
�IVI�f�N 07 — �"H�RMAL �,IVD R�I�IS�U�� ���`���7'I�PI
����1�M1i PdO. iITLE
07_92�00 J�INi' S�ALANTS
Bil�I�IC�1� 09 — �INI�b��
���TI�N AI�, �IYl��
Q9 9f� 49 HIGH-PERF�RMANCE COATfNGS
t7�b��F:f� fV Vr
�s_on �o
26 ��_19
26 05_26
26 05 29
26_Q�_33
26�05 43
26_05 5p
2fi_�5 73
� 26_28_16
2B_29_86
26 29�,87
2fe43_13
�IYI�ICaPd �� � �k���iRIC�,L
� ����
ELECTRICAL - GENERAL PROVISIONS
LOW VOLTAGE WIR�S AN� CABLES
GROUNDING AI�D BQNDING SYSTE�[
ELECTRIGAL SUPPORT HARaWARE
RAGEWAYS, BOXES, ENCl.OSURE�, AND FITTINGS
EJh6DERGRQUND SYSTEM
NEMA �RAME INQUCTiflN MOTORS, �Od VOLTS AND
BELOW
PQINER SYSTEM STUDY
L{)W VaLTAGE ENCLQSED CfRGUIT BREAKER� AND
SAFETY SV111TCH�S
MECHANICAL EQUIPMENT CONTROL PANELS
(MECPs)
ELECTI�fCAL CONTROL PANELS (ECPS}
LO1N VOLTAG� AC Sl1RGE PRDTECTIVE D�VICES
(SPDS�
�IdISI�R,� �D o ��f����S IP�i��R,B,iI�N
�,ddendum N�. S��ilpid PE�. 7'IT�.�
40 05 00.01 COMMON iNORK RESULTS F�R G�NERAI� PiPING
4�_0�_O�.p3 PIPE IDENTIFICATEON
40 05_0(}.a9 PIPkNG SYSTEMS T�STING
�D 05_07.Q3 F'REFDRMED �HANNEL PIPE SUPPORT SYSTEM
Table of Contents
Oa {}1_1q-3 1D3727 July6,ZQ23-CDNFQRMED
wti:flGatc�:o+f�cumenls+TXrFoct 4�or1h�20ff452-0UOA90�04 Designt04 SpccSJGarfllia�_Oi_10 (CONFpRMEp)
40_p5 31.22 CHLQRINATED POLYVINYL. CHLORIDE (CPVG) PIPE: •
ASTM F441
4Q_41_DO ELECTRICAL HEAT TRACINCa
2 �o s� na IhISTRUMENTATIQN GENERAf� PR4UISIONS
2 4� 6�_�'i W�i�I��NERf�'�ilO� TE�iIPl� �►iV� �Y���19A
��N9f1�i551�i�IWG
40 7$ Q� PANEL fuiOUN�C`ED CONTRQL DEVtC�S
DiVI�I��E 43 —��C��1��5 �A� APd� LIQIJI� Fi�1Rlf�L1�1G, PURI�ICAiICa�',
�tRlD STL)R��l� �{�UI�IR��Id�
�oddendum I�o. SECTI�N N�. �li��
� 43 25 44.1(} SUBMERSIBLE �UMP PUNIPS
�IVI�I�PI 4��6 �� ����U�IOF� d.l�� 1i��.'�iiE G�PrlTR��. �Qltl1�14��N�
�ddendum i��. S��il��! �I�. ���i��
1, � 44_13_�1 CHLORINE SGRIJ�BER SYSTEM
�I�I�I�h� 4� � 1dV��'L�R dR�D Vld��l°@�4dAi�i� ��l�I�fi��N I
����I�N hl�. YITLE
46 05 1Q COMMON W�RK FtESULTS FOR MECh1ANICAL
EQUIPMENT
7able oF Cpntents
00 01_10-4 1b3fi27 July fi, 2Q23 - CC}N�OFiM�D
p�+cFfCeree:lWfCocumenls+TXrFort SNOrl�+200452-0DOaQOfl14 Designr04 Specx+Carolla�l_01_10 (GQNFpR�,1EQ)
�ity �f ��r� �lo��, �e�c��
6ll�ayor a�dl Cou����d ������a��too�
DAiE: Tuesday, September 12, 2023 REFEREIdCE lVO.. �`�M&C 23-0775
LOG NAME: 60RHWTP SCRUBBER —EAGLE AND CAROLLO
S�BJ�CT:
�CD 8) Authoriz� Execution of a Contract with Eagle Contracting, LLC, in the Amaunt of $5,463,247.00 far
Rolling Hills Water Treatment Pfant Chlorine Scrubber System, Authorize Execution ofAmendment No. 2 in
the Amount of $34a,Da0.00 to an Engineering Agreement with Carolla Engineers, Inc., for Rolling Hills
Water Treatmenfi Plant Chlorine Scrubber System, Pro�ide fior Total Project Costs in the Amount of
$6,330,b9�.00, Adopt Attached Resolution Expressing Official [ntent to Reimburse Expenditures with
Proc�eds of Future Debt, and Adopt Appropriation Ordinances ta Effect a Portion af Water's Cantribution to
fF�e Fiscal Years 2023�2027 Capital Improvement Pragram
RECOIV�fUIEiVDATIOh]:
It �s recammended tF�at fhe City Cauncil;
1. Authorize execution of a contract wi#h Eagle Contracting, LLC, ]nc. in fhe amouni
nf $5,A63,2�7.00 for Rolling Hills 1Nater Treatment Plant Chlorine Scrubber System project (City
project No. 103127);
2. Authorize executian of Amendment No. 2 to an Engineering Agreem�:nt with Carolfo Engineers,
Inc., City Secretary Contract No. 56059, in the amount of $340,000.00 for construction s�tppart
services for Rolling Hiils Water Treatment Plant Chlorine Scru�l�er System project (City project No.
103127} fior a re�is�d contract amot�nt of $345,200.00;
3. Adopt the attached resolution expressing official intent to reimb�rse expenditures with proceeds
fram future debt for the Rolling Hills Water Treatment Plant Chlorine Scrubber System; and
4. Adopt fhe attached appropriation ordinance adjusting apprapr[ations in the W&5 Commercial Paper
Fund by increasing appropriations in the Rolling Hi�ls Water Treatment Plant Chlorine Scru�her
System (City Projecf No. 103127) in the ama�nt of $�,330,58�.00 and decr�asing appropriations in
the W&S Commerc�a[ Paper (City Project No. UCMLPR) by the same amount to affect a portion of
Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program.
L7ISCUS510N:
On J�tne 8, 2021, Mayor and Council Comm�tnication (M&C) 29-0374, authorized an engineering
agreement with Carollo Engineers, Inc., City Secre#ary Contract Na 56059, in the amount of $155,20fl.00,
for an evaluation and to determine whether to r�place or upgrade the existing chlorine scrubber system at
Ralling Hills Wat�r Treatment plant �RHWTP). The agresment was sut�sequenfly revised by Amendment
No. 1 in the amaunt $450,OOa.00 on Septemf�er 27, Z022, M&C 22-0741, that pro�ided for the design
services to replace the existing chlorine scrubber system.
As park of Amendment No. 2, the engineer will pravide construction phase se�°vices, including shap
drawing re�iews, part time Resident Prolect Representative senrices, S]'�G VI51t5, t�chnical assistance and
set up assistar�ce. '
The project was advertised for bid on June 01 and Q8, 2023, in the Fori Worth 5far Telegram. On June 29,
2023, the following bids were received:
Bidder II �ofiai �id II Con�racf iime
le Confrac�ing, LLC � �5,463,247.00 �DO Calendar
r,�.,�
Constructors, fnc. ��$�,997,000.00
Archer Westerr� Cnnstruction, �6,220,000.�0
LLG
Felix Consiruction Company $6,439,Oa0.00
In addition to the cantract cost, $308,8�7.00 is required for staff costs including project management
material testing and inspection and $218,530.D0 is pravided for praject contingency.
This project will have no impact an the Water Department's operating budget when complete.
This project is anticipated to be included in a future revenue bond issue far the Wat�r & Sewer Fund.
Avaiiahle cash within the Water ar�d Sewer portfalio and the City's portfolio along wi�h the appropriation
authority aufhorized under the Callable Commercial Paper Program (CP} will be used to provide interim
financing for this projeci �ntil debt is issued. Once debt assoc3ated wiff� this project is sofd, bond proceeds
will be used to reimburse the Water and Sewer portfolio and the City`s portfolio in accordance with the
attached reimbursement resolution. Under federal law, debt must be issued �rithin approximafe[y ti�ree
years in order fnr t�tese expenses to be reimbursabl�, Adoption of the attached resolution does not
abligate #he City to sefl bonds, buf pr�serves the abifity of the City to reirnburse itself from tax-exernpt
bonci proc�eds.
It is the practice of the Water Department to appropriate its CIP plan thraughout fhe fiscal year, instead of
witi�in the annual budget ordinance, as �rojects commence, additional funding needs are identified, and ta
comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2023-
2027 Ca��tal Impravement Program as follows:
60RHWTP SCRU���R -- EAGLE A�lD CAROLLO
Capita[ Re�ised
Projec� FY2023 CI� �udgef Ghange
�und �ame Appropriafiions �"���°��� (Increasel�ecrease) �Y�0�3
Name �udget
'�0�127 -
56022 � RH
W&S Chlar�ne
Commercial 5crubber ��.�� This M&C $6,330,594.00 $6,330,�94.00
Paper 5ystem
Project
Funding is budgeied in the Commercial Paper project within the W&S Commercial F'apar �und for the
purpose of funding the RH Chlorine Scrubber System project.
Funding for t�e RHWTP Chlorine 5crub�aer System prflject is depicted below:
�xisting Addifiional
���� Appropriations Appropriafiior�s �roJec� Total*
W&S Reu Bands
Seri�s 2022 - $190,000.00 $0.00 $190,OOO.QO
F'und 5CO20
W&S Re� Bonds
S�ries 2023 - $530,OOOAO $O.OQ $530,000.00
Fund 56021
W&S Commercial
Paper - Fund $0.00 $6,330,�94.00 $6,33Q,594.00
56022
�Cojecf Yo�ai $720,000.00 $fi,330,594.00 $Y,0�0,�94A0
'Numbers rounded for presentation purpases.
Business Equity — Eagl� Contracting LLC. A waiver of the goal fior Business Equity subcontracting
requirements was requested, and approWed by tF�e DV[N, in accordance with the applicable Ordinance,
because the purchase of goods or services is from sa�rces where subcontractir�g or supplier opportunities
are n�gligible.
Business Equity — Carollo �ngineers, Inc. agrees to maintain its initial SBE commitment of seven
perc�nt that it made on the original agreement and extend and maintair� that same 5BE cammitmenf of
seven percent to all prior amendments up to and inclusive af this Amendment No. 2. Therefore Car�l[o
Engineers, {nc. remains in compliance with the City's BDE Ordinance and attests to its commitmenf by its
signature on the Acceptance of Previous SBE Commitment form executed by an authorized representati�e
of its eompany.
The praject is lacated in COUNCIL DISTRICT $.
FISCAL 1NFORMAT�ON 1 CERTIFICATlOAl:
The Director of Finance cer�ifies that funds are currantly availabie in tha Commercial Paper project wi�hin
the W&S Commercial F'aper �und and upon approval af the above recommendatians and adoption of the
attached appropriation ordinance, f�nds will be availabEe in the W&S Commercial Paper Fund for the RH
Chlorine Scrubber System project to suppor� execufian of the amendment to the engineering contracf and
the construction contract. Prior to an expenditure E�eing incurred, the Water �epartment has the
respnnsibility of �erifying the avaifabi�ity of funds.
�UND ID�NTI�'IER (�IDs),:
und �epartmeni ecoun Project
I� I�
�ROl9�
�udget Re�erence # �Amou
Year (Charfifiield �1 I
�e�nd �epartment �►ccoun �roject �rogram ctivi�y �udget �eferertce � mount
ip ID Year (Chartfield 2)
C�RTIFlCATIONS:
Submitted for City Manager's Office by�.
Driginating Department Head:
Addifional Information Cantact;
Dana BurghdofF (8418)
Ghris Harder (5020}
F'arida Goderya (8214)
ATTACH iU�E f�TS
1. �ORHWTP SCRUBBER —�AGLE AND CAROLLO 1295 (Carollo),,pd� (CFW Interna!)
2. 60RHWTP SCRUBBER —EAGLE AND CAROLLO 1295 (Eagle),pdf (CFW Internaq
3. 60RHWTP SCRUBBER --EAGLE AND_�AROLL4 AP__C_Farm__{Carollo)�pdf (CFW Internal)
4. fiORHWTP SCRUBBER —EAGLE AND CARO�LO Business Equity Waiver (Eagle)_pdf (cFW Enternal)
5. 60RHWTP SCRUBBER —EAGL� AND CAROLLO FID Table (WCF o7.27.23},xlsx (CFW Internal)
6. 60RHWTP SCRUBBER —EAGLE AND CAROLLO funds availability_pdf (CF�W internal)
7. fORHWTP SCRUB�EI� --�AGL� AND CARO�.�� MAP.pdf (Public)
8. Commercial Paper Balance as of �7.27.23.xlsx (CFW Internal)
9. En ityfnfiorrriation- Eagl� Contractingj� Ic f{CFW Internaf)
10. Enti yEnformation-Carollo_Eng'ni eering,pdf (CFW Intemal)
11. ORD.APP 60RHWTP SCRUBBER —EAGLE AND CAROLL.� 56022�A023{r4 docx (Public)
12. PBS CPN 1 Q3127.pdf (CFW Internal)
13. Res.fiORHWTP SCRUBBER ---EAGLE AND CAROLLO.docx (Public)
UO OS 10 - 1
MAl'Ufi A�b C'�UNC'1L i'OMMl1VICATIUN i1�ib'�C)
Pnbe 1 af �
SECTi[)N 00_05_1 p
MAYOR AND COUNCiI. �:OMMUN[CATIC3N (M&C)
CiTY QF F(altl' WUit7'I I Ro]liitg lEills ���,�erTeeaunen� r�i,nr[�►�ior���e Srn�bE�er Replac�men�
STA�C�ARI? CONSTItUC'T]Q\ SPl�:C'II�IC�ITIQIY DUC'1;MiiM75 Pmaecl Nu. f03127
Revised July 1. ?liI I• Mt3dified h7�}� 202; -.fuly G, 2tf�3 - C'(?Nl�DRMED
OD US lU - 2
MAYUR A!D C'()UNCIL C'C}IviMU�i1CAT1UN {A7&C)
Pa�� 2 af'2
Ti�iiS RAG� L�I'T Bf�APiI� Tl�1T�1�1TIQNAi�LY,
END Q� SF.CTIQN
CITY OP FOfiT u'c)Ci'f']� kc�liiik� 1 iills 41'at�r 1'reat�uen� T'l�nt Chlnrin� Scrubber Ize��l�came�i�
57"A�nAitDCUN5T[tLlCl'lU\ SPI:i'il�li'ATIClN DOC'�A�IL"N�i5 PfUfCC� I�f1. I�I?I�t7
l�eti�ised luly 1, ?{l l I• Mndilied May �f}23 -.kily G,'�[1�3 . C[lNFC�R�4tEn
4
� �� �� � _ _. . _�
� � G,
X-277�4
CIiY �� ��R� l�t}��'H �d�aT�� D�PARii4fl�NY
��R� lld'Idd�R��1, �'�
f��LLiR1G FiiL�S 1�41Ai�R TR�AYI�flEAIT �L�.�dT CbLORIR�� ��RU���R #3EPLAC�IIfl�R��`
CI7°Y PR��I��i R�B. �0312i
AD�FFd[�Ul� W�. � Issued �ate: .iune Q9, �0�3
�id Re�ei�fi Daie: Jun� �9, �Da�
Bidd�rs an the abo�e-named project are here�y notified t�tat the Bidding Documents are
modified as indicated bslaw. Bidders are raquired to acknowledge receipi af this Addendum in
the space provided �n the Document �� 41 QO Bid Form.
This Addendum shall become pa�t of the Cvntract ar�d provisions of the Contract apply.
�P��I�'1��41`I�f��
The faliowing sections are modified as indicat�d below.
1. �ECTION 0� 1��! 3— Invitat[�n tv Bidders:
a. ar� page 2 of the specification under the "Expression of Interest" heading, revise the
Prebid Can#erence date and time as follows:
1}"DATE: W�cfnesday June 14, 2D23"
2} uTIM�: 1:00 p.m.,,
2. SECTIQN 44_13_�1 — Ghlorine Scrubt�er System:
a. Arkicle 1.�5, para�raph {�. �, re�lace the phrase "2 years" with the phrase ua years."
Approved �y: `� 4 � �.._.�.: ���-��:
Farida Goderya, PhD, P.E.
Seni�r Project Ma�nager
Ofi10�/2Q��
Date
�� oF.7���,��
�;� ,�,��
�.: � :�
�YROY T'. L�Illl�fil �
o . ..... 9576� ..... . i
4 • ���F�s�°.�;�
�m+l n� ... al� �
Addendurn No. �- June 9, 2��3 Carollo igf'LL.S No. F-882 103127
� � d4 �� �� � C:
�
�1iY �F F�RT 1�N@f�iH 1�A�i�� ���Ao�it��PJi
���Y W�RiF�, iX
X-277�4
R�LLI�1G HILLS Idd�TE� Y���if�IENT PL�[�i CHL�I�INE �GR�lF3��i� ����,�G��lI�NT
G1TY PR�J�GT RE�. �031�i
�+DD�fd�U{4� IVs�. � ISsued Cl�#e: JU�1� �3� �0�3
�id �eceipt ���e: June �9, 20a3
�idder� an the �bave-named projec# are hereby natified tfi�at the Bidding Documents are
modified as ir+dicated hei�w. Bi�d�rs are required t� ackr+owledge receipt of #his Addendum in
the spac� pro�ided vr� Dvcument 00 41 DO — Bid Form.
This Addendum shal� become }�art of the Contract and pravisicar�s af the Contract apply.
����I�I���I�I��
The fallowing �ections are modified as indicated below,
1. SECTI��I Oa �0 tl� — Metal Fabri�ations:
a. Article 2.02, paragraph E, inser� new sub-{�aragraph 3 as follows and r�number
subseq�ent sub-paragraphs see�uentia�ly start9rtg ai 4.
"3. Stainless steel pipe �andrails and guardrails:
a. Manufacturers: Une af th,� folfc�wing or equal:
1} R& B Wagner, Inc.
2) .�ulius Blum and Ca.
b. Generaf; Prefabrlcat�d sho�r-assemb4e� �rpe, field welded type, or
meehanically joine�l type.
c. Material�: Type 344 stainless steel pos#s, rails, brackets, and accessory
parts:
1) Railings and pasts: Nominal fi-112 inch, 5chedule 5 pipe with minimum
'I .90-inah oufer diameter and Q.Q�5-inch wail thickness.
2) Post ins�rk reinforc�rtg for all posts: 'i.750 inch outside diamet�r pipe,
of 0.0�3-inch wall thickness, ar�d 26 inches long.
3} Fasteners, eanneGfian plates, splice �ars, and fiftir�gs: Ty�e �04
steinfess steel.
4} Stainless steel fiinish: Number 4 satin fir�ish in acc�rd�nce with
NAAMM Me#al Finishes M�rtual.
d. Fabrieation:
1) Fabricate guardrails and posts to be in same plane.
2) Fabricate posts in singEe, ur�spliced pipe length.
3) Make handrail and guardrail sections with 20 feet max�mum between
splices.
4) Fnrm bends in pipe withaut use of fittings uvher� practical. Forrn with
irrtemal mandrels an pawer benders.
Caralfa TRWELS No. F-882 Addendum Nn, 2, Page 1 af 9 City Project I�urnber: 103127
5} Whe�re �andrail and guardraii are welde�, ma�Ce intcrsections an�
�aints wiih continu�us 36�-degree welds and grind v+re��s smaath.
B) 1Nhere handrail and guardrail are mechani�afly joined, mak� joints with
mecha�ical connectivns utiiizing stainfess steel machine screws with
1ocic washers and threaded tubular rivets."
b, Artic�e 2.42, paragraph F, fnsert new sub-paragraph 3 as #ollows:
"3. Stainless stee! ladders:
a. Materials artd fabrication:
1} Steel with solid rungs ftted into hal�s drilled in sideraifs, pl�g welded
both sides. Brackei supports at t4p, battam, and inte�mediate pofnts,
rnaximurn 60 inches on center. Space rungs 8 inch�s from wall
surtace unless at�terwise indicated on the Drawings, prime paint finish.
b. Rungs: Capable tif withstanding 1,000-pound load withaut �aiiure_
c. Side rails; Minimurn 3�inch by 318-inch flat bars.
d. Fabricatian:
1) Welded constru€ctivn, of size, shape, Iocation, and details as indicated
on the ❑rawings.
2) For Eadders c�ver �0 fe�t E�igh, furnish standard ladder cages or f�kl
prevention system designed in accardance with Sfate and OSHA
requirements.
3) Fal! preventian system: Include �ut not lirnit to railing, brackets,
clamps, 2 sleeves, and 2 belts, satisfying QSHA safe climbEng
requirerner�ts. Manufacturers: On� of the follawing or equal:
�} Nar�h Consumer Praducts, Saf-T Glimb.
b} Swa�er Communic�tions, �limbers Buddy System."
c. Ar�icle 2.02, paragraph H, replace sub-paragrapf� 4 in its entirety as follows,
"4. Stainless steel gra#ings.
a. Bar s�ze and spacing; As det�cmir�ed by ths manufac�urer ta support
d�sign Ioad.
b. Dssign five foad: A minimum of �00 paur�ds per square font uniform iiv�
load an t�e ent�re are� of the grating area, but no# less than the Eive ioad
indicated on the Drawings for th� a�ea where the grating is located,
c. Maximum fib�r stress for design load: 18,OOfl pounds per square inch.
d. M�ximum deff�ctir�n und�r design load: � i24Q of gra#ing clear span.
e. Bar spacing: Maximum af 1-1l8 ir�ch�s clsar between bars.
f. Manufacturers; The fvllowin� or equal:
1) Harsco industrial IKG, !KG Weldfarged."
d. Ar�icle 2.a�, paragrap� K, insert new sub-paragraph 2 as fallows:
"2. Sfafr�less stee! stairs:
a. Ships ladders shall cc�nform to iocal, Sfiate, and OSHA as minimum.
b. Sfringers: Strucfural ske�l channels or plates.
c. Treads: Dpen type attached ta stringers with support angles an�! clips.
Manufacturers: One oF the fo�iowing or equal:
1) Harsco fr�dustrial IKG, "Welded Tread" with Algrip0 nasing.
d. Railings: Stainless steel pip�, sized as in�ieated on t�e Drawings.
e. Anchors: Welded or baltecE brackets designed for sup�ort and anchorage at
top and botiorn.
f. Stainl�ss steel finish: Number 4 satin finish in accordance with NAAMM
Metal Finishes Manual."
e. Article 3.Q2, paragraph D, insert naw sub-paragraphs 3 and 4 as follaws:
"3. Stainless steel pipe hand�ails and g�ardraifs:
a. Durfng canstruction, keep exterior s�rFaces af handrails and guardrai[s
c�ver�d with minim�m 0.4 millimet�rs of heat shrink polyefhylene fiim.
Carnllo TBF'EL5 Na. F-882 Addendum Na. 2, Page 2 of 9 Ci#y Project Nurnb�r: 103127
b. Do not remove pratectiue �ilm h�#are handrails and guardrails hav� be�n
accepted by Engineer nar b�fare oth�r wvrk in proximity of handraiis and
g�+a�drails has been completed.
c. Qiscontinue handrails and guardraifs at lighting fixtures,
d. Provide '1!$-inch diame#er weep hole at base of each post.
e. Space posts as indicated on the Drawings.
f. Anchar �osts by brac�tet maunt to fac� of concrete surfaces �s specified
and indicat�d on the Drawings.
g. Space rails as Indicated on th� Drawings.
h. Make ad�quate provision �or expansion and contractian of kick plates and
rails.
1} Make provisions for removable sections where ir�dicat�d on the
Drawi�gs.
i. �Aake lower rails a single, unspliced length b�tween posts, or continuous,
1. F�I�ke top r�ils continuous w�tenev�r posSible, and attach sing�e, unsplic�d
Isngths ta � �osts minimum.
k. Draw up fasteners Eight with hand wrench or screw dri��r.
I. Space attachment brackets as indfcated vn shnp drawmgs or in
� manufacturer's ir�staElation instr�ctians.
m, Completed installativn shall have handrails and railings rigid and free of
play at �oin�s and aktachments.
n. Protect handraN and guardrail finish frarn seratches, gouge�, d�nts, stains,
and other damage.
o. Replace damaged or �isfigured handreils and guardrails wi#h new.
p. Shorkiy before final acceptance af ti�e wor�, and �fter r�mo�ral of protective
polyethylen� film, cl�ari handrails and guard�ails with mild d�etergent or with
soap and water.
1} After cleaning, thoro�ghly rinse handrails and guardrails and wipe
with snft ciath.
q. �rect g�ardrail straight, levef, pl�m�, and true to the positions as indica#ed
on the Drawings.
1} Cc�rrect deviations from true line of grade tl�at are visible ta th� eye,
�4. Guardrail gates:
a. Insfall gate to t�e a vertical plan� with the guardrail when sn the closscf
positian.
b. Install hinges so that �ach gate can swing 180 degrees from the c[ased
posfkion ko the fully ppen positian.
c. Inst,�l! so that the gates swing to the walkway side �f the guardrai! only.
1) Install gate stops on the�st�tio�ary ra�ling po�ts to pro�ibit gates from
swir�ging in the wrong di�-ection.
d. Instal! gate frames, hinges, sto�s, �nd la#ches in confiormance with 4Si�A
minimum strer�gth req�irements."
f, Article 3.02, paragraph G, rep{ace sub-paragraph 4 in iis entirety as follows:
"�. Stainless steei �rating;
a. Support on struc#ural stainl�ss st��l sh�kf angles ar rebates."
2. SECTI�N 2�`Q� 19 — Law Valtage Wires and Cables:
a. A�#ic�� 3.�7, paragraph A, r�place the phrase "Tag al cables" wiih tt�e phrase "Tag all
cables".
Carollo TBPELS No, F-882 Addend�m No. 2, Pag� 3 of 9 City Prnject Number: 103127
3. S�C710N 2�6_28_18 — Low Uoltage Enclosed Circuit Breakers and Safety �w[tches:
a. Article 2.Q1: Replace paragra�h C i� its �ntirety witkt the fvllowir�g:
"C. All equipment furnished under the Section shall be frvm th� same
manufacturer and sha11 be UL-listed for use in the existing equipment in which
it is insfalled."
�. SECTION 40 61 �0 — Instrumenfakian General Provisians:
a. On each page, in the footer, replace the text "Electrical — General Prouisions" with the
text "Instrumentation General ProWis�vns".
b. Article 3.06, paragraph B: Replace the specification section reference "Sectian
40 80 00" with #�e r�f�rence "Section 4a 6� 21".
5_ SECTION �Q_61_21 -- Instrumentatinn Testing and Systern C�mmissioning:
a. Add r�ew Section 40_61 21, attached.
�. SECTIQN 43_2a 00.14 — Submersibl�: Sump Pumps:
a. Replace Article 2A3 in its entirety with the following:
'��.03 '�'Y�� 4; �UI�P F Uk��, ���I��IdTIAL
A. 5ump pump �uitable for dornestic wast�water.
B. Manufackurers: C7ne af f�� fallowing or equal:
1. Pentair Hydrornatic, f-fPS�.
C. Gasir�g:
1. Gast ir+�n: ln accordanc� with ASTM A4�, Class 3D.
2. 1-1I2 inch discharg�.
Q. Impelker: Therrrropfasfic, vc�rtex type.
E. Bearings: Lubricated single-row ball bearings.
F. Mntor:
�, �il-fi�led.
2. Single phase, �20 valts, shad�d p�rle, 1,800 re►�olutions per m[nute ar
less.
3, Automatic reset t�rerrnal averload.
G. Mechanical seal: Carbonl�eramic.
H. Float switch: 2 pole, onlaff range within 12 inches �f sump f�oor.
L Power cord:
1. Length to reach rec�ptacle indicat�d on #he Qrawings p�us 5 feet.
a. 10-faot, minimum.
2. S.ITW, 16 gauge, wikh N�MA 5-15P plug."
7. SECTI�N 44_13_01 —Chlorine Scrubber System:
a. Article 2.13, replace paragraph � in its entir�ty with th� following:
"E. Le�el Device: Pravide I�v�l i�dication trar�smitter p�r scrub�er manufactu�er
recommendatfons. The level device shall be equipped with 4-20ma sigr�al,
along with dry contacts to indicate High and Low level alarms t� the scrubber
vendor cantrol ��n�l."
b. Article 214, par�graph 6.7,h: Replac� specification section ref�rer�ce "26 28_86„
wifh Section "26 2$ $8". —
Caroilo TBPELS Na F-88� Adcfendum No. 2, Rage 4 nf 9 City Project Number: 1 Q312�
c. Artic�e 3.02, paragraph C.3,b: Replace the specification section re�erer�ce
�SeCtian Q1_75_17 — Commissioning" with #he r�ference "Section 40_�1_21 —
Instrumentation Testing and Cvmmissianing.
d Articfe 3.02, paragraph D.2.b: Replace tf�e apecifieatior� section refer�nce
"Sectfon 0'1_75_17 — Cammiss�oning" wi#h t�e �eference "Section A�0_61_�1 --
lnstrumerttation T�sting and Comrnissianing.
��J41�Idl�l��
The following drawing sh�et� �re modifiied as indicated be�ow.
1. ❑RAWlNG �OGQ1 (sheet 1 of 60):
a. Replace th� Locatian Map rr�ith the im�ge attached�
2. DRAWING OOG02 {sheet 2 af 64j:
a. Delete Note 2� in iis entirety.
3. DRAWI�IG 02C01 �sheet 6 of 60):
a. IVate 23: Repl�c� th� text "fNSITU" with the text °IN SITUA.
4. �F�WIN� 41 D01 (sheet 7' of 60):
a. Replace Key Note 8 in its entirety with the following:
"8. REMOV� �XISiING LIGH�' �OL�S,4iVD �IXYURES� REINS7'ALL �IGHT
POLES AND FIXiURES FOLL4WIl�G ACC�PiANC� O� NE1N CQNCRE��
COATING. REFER TO ELE�TRICAI. SHEETS F'OR ADDITIONAL DETAILS."
b. Replace FCey IVote 9 in lts entirety with the followin�:
�9. DEM�LI�H CQNCRETE EQIJiPMENT PAD ❑OWN TO SLOPE❑
CONCR�TE FL4QR. AT EQUIPMENT ANCHQRS AND EXPaSED REBAR
CQR� DR�LL 2-1NCH DIAMETER HOLE 'I "/z-INCH DEEP. CHIP AND GRIN�
TO REMOVE EQUIPM�NT A�NCHORS AN❑ EX#ST�N� REINFQRGEMENi
T4 T'�z-INCH II�IN BELOW TOP OF �7CISTING CONCR�TE. PATCH WITH
REPAI� MATERIAL."
5. DRAWI�IG 4150"I (sheet 11 0�60):
a. Add new General Note S as foilow�:
"8. ThiE CUNTRACTOR SHAI.I. PUWER WASH THE ENTIRE WTERI(�R
SURFA�ES OF THE CONCRETE CbNTAINFu1ENT AREA WCLUDI[VG BASE
SLAB AND VIIAI.L.S WITH 1D,000 PSI H1GH-PRESSURE 111FATERAFTER
THE �EM�LiTION W�FtK IS C�MPLETEf�."
b. A# grid caQrdinates 5B and 9E (twv plac�s}, add new Key Note 2 symbal with twa
leader arrows each in op�osite direc#ions pointing to the concrete cantainment area
base siab.
c. Add new 14ey Nate 2 as follows:
u2. RDUGHEN 1"HE BASE SLAB T� A MINIMUAA AMPLITUDE OF'/a-INCH.
REPAiRIRESURFACE D�TERiQRATED OR UNEVEM SURFACES ANO
ENTfRE BASE SLAB VIIITH SIKATOP 123 PLUS, IN ACCbRDANG� WiTH
MANUFAGTLIRER'S REG�MMENDATIONS."
d. At grid coordinates �B and SB (twd places), add new K�y Note 3 symbol with one
feader arrow p�inting to the inside surfac� nf th� concrete c�ntainment area wall,
Carnikfl TBPELS No. F-882 Addendum Na 2, P�g� 5�f 9 City Pr�ject Number: 103127
e. Add new Key Note 3 as f0lfc�ws:
�3, REF'A!R DETERIORATED VERTICAL WALL SURFACES WITI� 51KATOP
122 PLUS, IN ACCaRDANCE WITH MANUFACTUR�R'S
RECOMMENDATI�NS."
6. DRAWIMG �41503 (she�t 13 af CO):
a. Revi�� General Not� 3 as foliows:
�3. ALL STRUCTURAL IVIEfV1BER MATERIALS, INCLUDING STAIRS, GRATING,
AND GUARDRAIL, SHALL BE TYPE 30A� STAINLESS STEEL."
b. Replace Ge�neral N�te 4 ir� its entirety with the foflawing:
"4, THE CONTRACTOR SHAL�. PaWER WASIT YHE ENTiRE INTERIQR
SURFACES CJF' THE C�NCRETE CONTA�NMENT AREA WCLUDING BASE
SLAB AND WALLS WITH 'IO,QQO PSI HICH-PR�SSURE WATER AFTER
THE DEf�OLITION Wt]RK IS CaMPL�TED, R�UGHEN THE BAS� SIAB
TU A MINIMUM AMPLITUDE OF'/-�NCH. REPAIRlR�SURFACE
DETERIQRATE� �R UNEVEN SURFAGES AND ENTIRE BAS� SLAB WITH
�IF�Ai�P 1�3 �I.US, IN ACGORI�ANCE WIiH N9AfVUFACTURER'S
RECQMMEND�AT'IDNS. R�PAIR ��i�RIORA7�D V�RTiCAL 1NALL
SURFACES WITH SIKAT4P 12� PLUS, IN ACCORDANCE WiTH
MANUFl�CTURER'S RECOMMENDAT[ONS.�
c. N�te at grid caorciinate 11C: Repface the text "HYD�PHILIC" with khe text
"HYDROPHILIC".
d. Np.ote at grid caardinate 13D: Inse�t #he tex# "T?C[�OT" before the phrase "SELECT
1 I bbµ�
7. DRAWING 41SO4 {sheet 14 of �0);
a. Revise General Nnte 3 a� folaows:
"3. ALL STRUCTURAL MEMBER hl[ATERIALS, INCLIlQING STAIRS, GRATING,
AND GUARDRAI�, SHAl�L BE TYPE 304 �TAENLESS STEEL.�
b. Not� at grid conr�inate � �: Insert the text "TXDaT" before tha phra�se "SELECT F#LL".
S. DRAWIAIG 41 S05 (sheet 1��f S�}:
a, Revise General Nate 3 as fallows:
u3. AI.L STRUCTURAI. MEMBER MA7ERIALS, INCLUDING STAIRS, GRATING,
AND GUARDRAIL, SHAL�. �E TYPE 344 BTAINLESS STEEL."
b. Note at grid coordinate 7E: Inse�t the text "iXDOT" befor� the phrase "SELECT FI�L".
c. Detail 3, Nate af grid co�rdir�ate 11 E: Replace the text "ADH" w�th the text
"ADHESNE".
9. DRAWiNG 41 M02 (sheet 18 of 6Q}:
a. Add ti�� folfawing text #o th� �nd of Key Nate 1:
"TANK CONSTRUCTfON SHALL B� PER SCRUB��R MANUFACTUR�R
R�QUIREiVIENTS, OR IN THEIR ABSENCE TYPICAL aETAlL MC�00."
b. The caustic starage tank, identified by Key Nate 1, and all equipment mounted tfl or
an top of the caustic s#orage tank (everything identified by Key Ntate as new, as
opposed to existing) shafl be show� wikh dark IinewarK ta represeni that this is new
er{uipment,
c. Delefe the dashed line t�at ext��ds from the sump pump at grid asaordinate 2� to the
hase bib skatian at grid caordinake 6�.
Carollo TBPELS fVa. F-882 Adden�um No. 2, Page 6 of 9 City Praject Nurnber: 14312T
d. Ak grid coordinate 5C add new Equipmer�t Tag 8 symbol with leader arrow paintir�g ta
the motorized valve on the P-SCB-O� disch�rge.
e. Ai grid conrdinate 5Q add new Equipment Tag 9 symbol with leader arrow pointing to
the motorized walve an the P-SCB-02 discharge.
f. At grid c�ordinate 4C add new Equipment Tag 1 p symbol adjacent to Key Nate 17
symbol wiif� I�ader �rrow painifng to ihe rnatorized duct damper.
g. Add the fallowing new Equipment Tags, as follows:
� � �.8.
�� ���.
3) '.10
MV-SCB-O�"
MV-SCB-�2��
r�v�sc��a��
10. DRAWiNG 41 M0� (sheet �1 0# 64):
a. Add the following text to the end of Key Note 9:
"TANK CQNSTRUCTfON SHALL 6E PER SCRUBBER Mi4NlJFACTURER
R�QUIREMENTS, OR !N TH�IR ABSENCE TYPICAL DETAIL N1C100."
b. Section cut AB: Replace drawing referen�ce "49MD7" with drawing refe�ence "�41M06".
19 . DRAVIlING 41 Ni�� �sheet 22 of f>�):
a. S�cfibn AB; Replace dt`awing re#erenc.� u4'I M06" wi�h drawing reference °41 M�5",
92. DRAWIPIG a4GE03 (sheet 25 of �Q):
a. Under �LEC�'RICAL G�N�.RAL NDT��S, delete �otes 31, 3�, 33, and �4.
b. Sequentially renumber nates 35 througFt 40 starting at 31.
13. DRAWiNG QQGE44 (�heek 26 of BO):
a. At grid cdordinates BF and 7F ton� place}, abt��e the Plan A caliout, delete the label
"CNLpRINE S�UBBER— DEN4RA".
b. At grid caor.dinates 4B, �C, and 7C �three places}, replace the label uCAUSTIC
AREA" with the #abel "�HLORINE AREA".
14. DRAVIJING 40E04 (Sheet 30 af fi0y:
a. On Panelboard �i-1 �Seation 1) schedule, place Note 8 symbaf at Circuit fVa. 5 and
Na. 6.
b. Under KEY NQTES, add N�te 8 to read as folfows:
"VEREFY THAT TH15 GIRCUIT IS FQR THE PqLE LIGHTS IN TH� CHLQRINE
SCR[JBBER AREA. MAKE A N�TE OF THE EXISTING WIRE SIZE. QEMC)�15H
EXISTING VVlRES TD THE TWa PO�� LIGHiS ON THE SGRUBBER
CC}NTAINMENT WALL, REUSE THE EX�STING C�NDU[TS AND F�UN NEW
WiRES TQ MATCH THE EXISTING WIRE SIZE. RE��R TQ DRAVIIING 41�0�
FC}R CONDUI�' MaDiFICA�ION."
'k 5. DF�AWIhIG 41 DEO'i tsheet 33 af 60):
a. At grid lacations �� and 9D (tw� placesj, delete the r��undant light fixfure symbnl.
Carallo TBPELS Mo. F-882 Addendum Na. 2, P��e 7 of 9 C�ty Project Nur��er: 1a3127
b. Label ihe light pole that is shown in the backgrour�d on the n�rfh and sauth side of
the containment area as EXISTING I.IGHT PQLE and attach the Key Note 2 symbol
#a the two poles.
c, Under KEY NOTES, add Nate 2 to read as fallows:
"REFER TO MECHANICA�. �RAV1fINGS FOR R�LOCAi14N ��L�VATION) O� TH�
LIGHT PaL.E. REFER TO DRAWING A�DEO� FbR DEMOLITIOIV AND
MODIFICATiON 4F THE VUIRES AND GQNDU{T."
96. �RAWING �1E01 (Shest �5 of S�):
a. Defete Symbol ar�d associated descript'ran and home run for PSL-SCB-U2.
b. Mave Sym�ol a�d associated descripti�n �rtd home run for PS�-SCB-�1 to a focatian
past wF�ere the discharge pipes af the recirculation pumps u�ite.
c. Add exis#ing fight pole symbals to tt�e north and south side af the chlorine
containment ares at khe locatians shawn an Drawing 4���C11 anci add symbaE for
Key Not� �4 ai each locatfon,
d. Under KEY NOTES, add Na#e 4 to read as follows:
'REFER TQ S7RUCTlJF�AL DRAWINGS �QR RELOCATION (ELEVAT[ON) OF
THE LIGHT POL�. VERTICALLY EXTENO THE EXISTING C�NDUlT� THAT WILI.
BE EMBEaDED �N THE EXTEND�T] WALLS OF THE CONiAININENT ARE/�. RUhI
N�W WIRES AS INDIGATED �N DR.AWINC 40E�4."
17. DRAWING �1 �42 (SF�eet 36 of 60j:
a. Del�te ali af circuit CPGL-�02A.
b. Qn circuit CPCL-113 rep4ace 31�`�C with 1"C.
c. On aircuit GPCL.-114 replace 2#�2, #12G, 3l4�C with 6#14, #14G, 1"C.
d. Add heading for GENERAL NQTES and add �Vc�te 1 as follawing:
"PRQVI�E CONDUIT AND WIRE AS REQUIRED BY THE CHL�RINE SCRUBBER
MANU�ACTUk�ER,"
18. DRAWING 41E03 (Sheet 37 of 80):
a. Deiete Symbol and associated description and h4me rur� for PSL-SGB-fl2.
b. A�d existing IigF�t pole symbols to the north and south side of lhe chlorine
containment area at the loeatinr� shown on Drawing �41 DE01 and add symbo� for Key
Note 4 at each location.
c. Under KEY N�TES, add N�te 4 to rea� as follows:
'RE�'ER TQ STRUCTURAI. DRAWINGS FQR RELOCATION {ELEVATION) aF
THE LIGHT POLE. VERTICA�LY EXTEND THE EKISTING C�NDUITS THAT WILI.
BE �MBED�7ED IM THE EXTENDED WA�LS OF TH� C4NTAlNM�NT AREA. RUN
NEIN W�RES AS lNDICATED ON DRAVI�ING 4UE04."
19. DRAWING 41E04 (Sheek 38 of 60}:
a. Deiet� a!I �f circult CPCL-106.
b. On circuit CF�CL-10i repEace 314�'°C with 1"C.
c. On circuit CPCR-'�OS rep�ac� 2#14, #'[4G, 314"C with 6#14, #'�4G, 1"C.
Carollo TBPELS Na F-882 Addendum No. 2, Page 8 of 9 City Project Number: 1U312?
d. A�d heading for GENERAL NQTES �nd add Na#e 1 as follawing:
"PRC3VIDE CQNDUIT AND W1RE AS REQUIRED BY TWE CHLQRINE SCRU��ER
MANE�FACTUR�R."
2p. DRAWING 41 N01 tsl�eet �2 af 60):
a. Replace this sheet in �ts entirefy wit� the one attached.
�9 . DRAWING �1 NQ2 �sF�est 43 of 60}:
a. Replace this sheet in its en#irety with the ane attach�d.
22. Sheet numbers 23 through 44 af 60 and sheet numbers 48 through 53 of 60:
a. Replace the Caroklo loga in ihe title �lack with the �allawi�tg imag�:
��'"'°� �� ,�'
��...i� � � � �r��+�
T3pE"rS Nc, F-$84
��. a���ti� oaTM�� �sr�eet �� of sa):
a. Del�te Typical Qetails MP034 and MP�53.
b. Re�lace Typical Detail MP544 with the attached �IP544.
�his Addenclum No. 2, pages � through 9, shall becorne part of the Cantr�ct and a!I provisions af the
Confract shall ap�ly thereto.
ihe time provided for �ompl�tivn of the Cantract is not changed.
END C7F AQDENDUM NO. 2
� - � .; �
Approv�d by: �'� `�- �` `�'�-�i _= 6123I2023
Farida �ac�erya, PhD, P.E. Date
Senior Project Manager
�C�� �� 'T � ��
�:'� `�- .s �
'�t � �'*� �: �
......
��R�c�usr�� ������aH
..'E 4237� . .. .
' ,
�':
����!CENS� ��
Carolla TBPELS Na. F-882 Add�ndum No, 2, P��e 9 af 9 City Praject Number: 103�27
�ttachments:
A, Respanses ta Bidders' Questions
B. SECTION h4_61 2� -- Insfrumentation Testing and Systems Commissioning
C. Location M�p
D. DRAWING 41 N41, Sheet 42 — Chlorir�e Scrub�aer P&ID — Qe Nora
E. DRAWING 41 NO2, 5he�t 43 — Gf�ldrine Scrubber P&1D — Evoqua
F. Typir,�l Detail Mi'64�4
���� ������1,' X-2��a]`-t
�
�ITY �F F�I�i l�dOF�iH �iV�,i�� i��f��i�Ti��ldi
�'��� 'Ii��R�F�, �X
R�LLIIVG �IILLS'4�fl��ei�� �'R�Rif�9�id f �!�[Vi �HLQ�IN� SC�UB��� R�����1�9�P�i
�IYY �R�J�CT IV�. 'iQ3��i
GL�►RI�I��ilOt��
The folfowing clarifieatians are pravided ir� respanse ta inquiri�s submftted by potent�al bidders.
These items are provided for clari#'icatian only �nd do not change ar alter the Contract provisions.
The clarific�tions are r�ot part of the Contract. �
C��estions received felf 'tnta several categaries. Rather than respanding to each questian
individuaily, response� are provided for each cat�gary nf ques#ion received,
Ques�ran 7:
Pleas� provide access ka the planha{ders list andfar prebid meeting sign-in s�eet_
T�e curr�nt Plarthaldefs List, as of 1Z:40 noon on �riday, June 23, �Q23 is attached, The Prsbid
Meeting A�enda is also a#tached,
Quesfiora 2:
Plea�e pravide estimates of the �olume of caustic salutian and solid preci�itate needing ta be
removed.
While the City may withdr�w some af the c�ustic tank contents for use elsewhere at the water
treatment pyant, fior bidding purpases a�surrte that �he caustic storage tank is �'ull (approxim�tely
�40,000 gallonsj.
G?ues�ion 3:
Wh�re dass the City o� Fort Worth �ource their cau�tic deliveries from?
The Rolfing Hills Water Treatment Pl�nt buys caustic from QPC Industries, Inc.
Qu�siion 4:
PleaSe cfarify makerials af constructian. Specificatirans and notes on g��eral sF�eets appear ta
conflicf wifh structural sheets.
Add�ndum No. 2 �ncludes additir�n� to Spe�i'fication 5ection 05_50_00 and madifc�tians to
notes or� structural dr�wings to clarify materials of constructio�.
Caroil� TBPELS No. F-882 City Projecf Number: 903127
Questrora 5:
Please provide estimates of the concrete surtac� restaration required per General Note 4 on
sheets 41 SQ3, 415�4, and 4150�.
Estima�tes of the surface area of the concrete cantainment area can be easily calculated from
the inforrnation provided in the Bid D�cumertts.
C�uestron 6:
No#es an �rawings 41503, 41504, and 4'�S�S require vver-excavatian and placement of select
�ll. However, criter4a for select fiil �s nat provided.
Notes F�ave been modif�d ta indicate tha# select fill shalf be to Texas Oepartment of
Transporkatian standards.
Carol{d TBPELS Na. F-882 City Proj�ct Number: 103127
o �
� -c
w � �
���
0
� � N
� � �P
N Q
� �
t�L1 �
�
� u �
� G
R3
L� � a�i
w p_
°'CCi
�,� a �
� � �
V �
d �
C
�
�
4
r�
a
m
�
�
�
�
�
V
�
�
c
.�
a
�
a
�
�
S
y � �
� C �
}'� m
m
� � o
s�
�
�
�
�-
a ;�
❑ �
�
O ..�-s
Z
� '�
O
O � 4
�'�O ;�'
u�v
�
� r�v
b�4 �
i �
� N
� M
N
i+i �
� �
.}, G
N
� �
H �
m
a7
G
.�
c�
m
�..
� �
� �
l9 �
� �
� T
� �
V
�
a �
� o
u
m d
� �
�+ ,rn
•� C
ul
A�. �y�f
� q1
v o
� � V � � o -
� o 0 o c =
�j U l. E = r
� (v �i+ 1.", .4 � j t
'� w w @ c � � ;s
� v :v c , � •r i..
� � i C � y � -
� — ni Q c � U �
� q,� V' !1 F U. w
` > � " �'
ia a � �' � L � � '�Ca
� � '� {a � � 'U„_,� d
v � O �'� 4- `f �
� u � ' `� O
� � � �
� W -
_ , 4 '�
.- 1
� �O C? N .� f�- �
� � N � Oni m � Q
� `� v `� � � m '�'
�
� f� N N 1� et I� 07
Q 1"� fr r�- r l0
� L70 01 Ol CO N 00 �
m ry oo �
� � � udi � � � �
� � � � P � �
W �[
� F � � � F I- F�-
�
� � O
�� � � p 4 O yn'.0
� � '� � � � �
d � � � � 4 � �
�t° �°. �°�
a '^
`�' �3
+� � in
� � �
� � �
a = ai
ti '� � � � � Y
� � d w o�q.
'� �
`° '^ p Ll l.J T U
`� � � � �n � � o
m
w � � � � � � �
¢ �o v �
� � L7 ,n1A. I� a �''
c
ra�g� �M
� � r � � � �
� � � � � 'n a �
g•" y o a� � � u
d c^ m`n w� � r
� � � y b � � d�i
�� � � � � p �
�
�
� � � � �
C p1 J i J C
a
� � � � � � � ��
'�I � o. 'C, c � � i
R E � y
Y �} — � � c �° c
C W � yy � Q C d
r� — C r O lJ 4 U
� � a� ` V �-. lJ x
� G � 07 u pl �
_ .� u� N u�
C �
w
N �
J �
i {\�
� �o �
�
� �
� ,�
� p
C
�a�.
�
�
m
0
�'
.a
O
�
�r'
'v
UOOSlS-I
ADI]li\DA
Pa�e 1 n[' I
sE�T�o� aa a� x �
�.DnrN�A
E1�1D OF SCCTI��I
C'fTl' OF FOR'f 4�'UIt']'1 i 1{OII111�". ��1�IC �r�1i4'f Tll'�1II11Vt1I Irl�li� I.'171�7rine Scrulil�er Ite�ilaGemca�t
5TA\�1r1RDC'()NSTRUt'TICI\ SPLC'II�IC�r�TIO�i L�UC'C;MEiNTS Proje�:l Nu, ]U3E27
Revised.Iuly 1, ?{)1 I• Modified Ma}� �(}23 •.fuly G. 2f)23 - C'(INFORf�IFC)
��:� �����e
ivi � E
,�
CITY QF FQRT WORTH
Rolling Hills 1�+.+fR Chfor�ne Scrubbe�- Replacement project
����������
iVleetir�g Date: June 14, 2023 City Project No,: 1�3127
Lacatian; Rolling Hills WTP Training Rdom and Scruk�berArea
5ubject: f�on-mandatary Prebid Meeting
��jectiv�
The meeting objective is to rnnduct the prebid m�eting far the ftolling Mil[s WTP Chlorine Scrubber
Replacement, City prnject �umber 103127.
Introductaon5
6 City af Fort Worth
� Caroilo Engineer�, Inc.
� Gupta & Associa#€s
� Prebid Attendees
Praject C��erview
1. D�mnlition
a. Remove and dispose of sodiu� hydroxide (caustic).
b. Remove scrubber system, caustic tank, overflow tank, piping, and appurtenances,
c. Remove tank base pads.
2. Structural
a. N�w cast-in-place tank pad.
6. �xtend carttainment area walls.
c. App�y high perFormance coating.
3. Scrubber
a. Ir�stalf Caustic tanEc,
b. Install scrubber system, piping, and appurtenances.
4. Yard / Site
a. Replace the sump pump discharge line ta the maiihole with a A�" pipe.
5. E�lectrical, Instrumentation & Corttrals
a. New cjrcuit from existing panel to provide power,
b. Vendor control panel far scrubber system similar to existing.
c. Connec# to / int�grate with existing plant PLC and �rogramming.
pw:�JCxoFo�JGFad y's�rtlt2t10452�q7[�7L�fh@2 Pro�tt Inittniail�vi�pi Comman�caU01r�2C1 ASCCGngs��tl3127 N119VTP 5du36zk Re{�3cemont Rehld IAeclsix� �I�urvda 2d2� 46_14 4Vex
[VII I� � _:u; � �at. � `�i. ,�
Worlc Resiri[tions
� Materials onsite prior �o shutting dawn exis#ing scrubber for demo.
� Cap and se�l existing duct onee it is eut.
� New system is operational or�ly after suceessful commissioning.
n New �ys#em ta be complete and �perational within 180 fram sh+�tdvwn of exis�ing scrubber.
Discussion Items
� Site Access: Main plant entrance fram I-20 service road.
n Laydown area: adjacent Co scrubber area.
� Field office suitable far ho5ting project meetings is not required.
� Permits:
» City bttr(dtng permik appfied through Acce[a and the permrt no is P823-Q888Q.
» TCEQ review in progress.
� Bid documents: available an BIM 36D.
� Addenda: Available on BIM 360_
7� Addendum r issued Fridaylur�e 9, �023.
� Business Equity: f�equirement waived.
e Cantractor Qualificatio�i�: General must be an the City of Fart Warth Water bepartm�nt's prequalified
contractar list.
Bid Ope�ing
� Due 1:34 p,m.lune 29, Purthasing Office, City of Fort Worth.
� Bids opetted and read aioud In the City Cvunci! Chambers at Z:QO p.m. June 29, 2023.
�oniract Schedufe
Su�stantial completinn; 180 days from shutdown of existing scrubb�r 154D c�iendar days frQm NTP.
Final acceptanCe: 60 days frorn substantial completion / 600 talendar days frarrt NTP.
Questions
Questions will be received and ansavered if possibie. An�wers requiring modifications of the Contract
Docurnents will be deferred to pubiication of an Addendum. Nothing said tr�day can modify Contr�ct
Requirements unless foElowed up with an Addendum.
N�W S�C i�10�
SI��iI�N �80_�1_2,9
IiV���Ul4��NY��lO{V TESiIh�Cs ��'� �Y�i�� ��P�IVN41��10NIR��
��O�i '9 ��R��RdL
1.0'� �C�P� �� 1dV�F�F�
A. ProvidQ all testing and cammissioning Qquipment, matarials, incidEntals, and labor,
n�cessary to perforrr� and coardinats the syst�m check-out and startup,
cornmissioning, field testing and ov�rall training for tt�e n�w Plant G�ntro! System.
B. The Contractor's Process Control Sys�ems Integrator (f�CSI) sha�l supervise andlar
perform tt�e requirem�nts of this S�ctian. As part of i�ese services, the F�CSI shal!
include, for those systerns thak are installed through a third par�y, the services of an
authorized manufacturer's representati�e shafl chec� the equipm�nt i�stallation and
place fhat porkian of the equipment in operation. The manufacturer's representative
shall be thoroughly knowledgeable abau� the installation, operation, �nd
mainten�nce of the manufactureY's equipment,
C. The Gon#ractor's propased system shall underga a camprehensive system test
process to demonstrate that the system performs as an integrated unit ta meet the
requiremen#s of #his speeificafian. The Cantractar, as a narmal ca�rse of system
de��lopment, shall conduct all eiement, �ubsystem, anc! syst�m t�sts nece�sary to
ensure the proper operation of �he system at variau� s#ages ot syst�m
dev�lnpment. This type of testing rnrill normalfy be unwitnessed; howev€r, the
�wner's Praject Team reserves the right ta w�fness t�ese tests if concerns arise
abaut ihe progress of system irnplementation.
D. Field testing shall be conducted on the Pfant Control 5ystem (PCS� in a coordir�ated
fashion includes a!I graphics, !f0 databasa, nontrals, afarms, s�curity, and histaric�l
databas� #or the PLC to be connected to the existing plant Fiber optic r�etwork.
1.02 �YS��{� ��1��F��U� AF�� ��'��i�UP
A. The Gontractor �hall develvp a specific plan for cammissioning the new contral
�anels, Nfl commissioning activtties shaU be performed untii the system chec�out
and sfartup plan has been successfully review�d and approved by the
Dwnerl�ngineer. A�I cflmmissianYng wark shall be clos�ly coordinated with
Operational Staff.
B. The Cantractar is ac�vised thak the exisfing cnntrQl system is currently aperational
and performing monitoring and control functions; therefore, any disrttptio� #o cur+rent
system operati�n shall not be acceptable.
C. The following d�scri�es th� o�erail system cMeckout and sequ�ncing and is
irttended ta use as guideline for the�r sy5tem checkout. A preliminary startup plar�
shall .�e submitted for review. The start�p plan shall be s�ccessfully r�viewed prior
to cam�nencing cammissioning activities.
Instrumentation Testing and System C�mmissloning
40�61 21-1 103127 June 23, 2023 - Addendum Na, 2
p�v'I1Gardln�DacumenlslTK�FnriWor1�r24fM52�C100044'd90esign�04 Spets�Guplel40 6S 21 (A62j
❑. All Pfant 5hukdown shall be ex4e�nsi�rely coordinat�d with Piant Qperations.
�. PLC Install�tion �nd Chec�Cout:
'I. The follawing is a guideline of #he series of steps in�olved w�#h the checkaut af
the PLCs.
2 r'erf��m tQsts to ver�fy that communicatio�ts betwe�n fhe HIVII 1I0 servers and
�'LC are functional. Any network or software communicatian driver issues
�ncouniered shall be pr�p�rly identified and carrected,
3. Next, perform an �i10 check from the field instr�am�nt and equipment t� th�
PLC.
4. �erform an �nd-ta-end (field terminatian ta HMI) check, to check each physicai
IIO point cannected to the PLC as defined herein.
5. Qnce end-ta-end point testing has been completed, the processes at the PLC
shal� be switched to remate manual control sd an operator can control the
process equipment �sing the new coRtro{ system HMI.
8. Any con#rol saftware assaciated with the PLC shall be activa#ed and tested,
o�e function at a time. if application software issues are four�d, the sofiware
canfi�uration shall be'°d�bugged" and the probl�m correctad. Appropriate
tests shall be repeated after the problem is correctvd.
7. During PLC installation and checkout, the Contractor shal! provide a minim�m
af two �2) personnel on sife fuq-time. �he Ow�er shall observe the Contractor's
work associatecf with startup of the new PLC and shall provide suppart for
process operations.
�. Control System L.evel Checkout:
1. �?uring this tes#ing phase, fhe Owner shail operate the Controi System in
r�mnte rnanual or automatia. The Contractor shall provide two (2) qualified
personnel on�site d�ring this p�ase tr� diagnase and correct any base Contraf
System problems discovered, as well as to canduct further testing activi�ies.
The �wner shall observe the CQntractor's wor►t and shall pro�ide s�pport for
pracess operations ta facilitate testing.
G. Contractar shall pravide afl test equipment necessaty to perforrn the test during
System checkout and startup,
H. Contractar and/or syst�m supplier shall be responsible for initial op�rakion of th�
new control system and shall make any required changes, adjustment, or
rep}acements far operation, monitaring, and control oF the various processes �nd
equipment necessary ta perform the functions int�nded.
Contfactor shall fiurnish to �ngineer two copies of �n installation inspectian re�art
certi�ying that all equipment has besn earrectly installed and are op�rating properly.
Th� �eport shall be signed by the Contractor's representati�es.
9 .43 : U F3l�l ITi��.S
A. Submi#tal Process:
1. �ubmit Shop Drawings, in accordance with Division 1 requirements, and as
further specified herein. An individually packaged submittal shall be made for
this section and shai! contain all of the information required. Partial submi#afs
will not be acce�ted and will be returned without reviewed.
Instrumentation Tesiing and 5yslem Cammissioning
40 61 21-2 1 Q3127 June 23, 2023 - Addendum Rlo. 2
pw NC�aroFla�LaaoumenlsfTX�Fur1 YNarlh+'l0(M52-aQUC�Oa'04 Des�gnr04 SpacsJGup1si40 fi1 �t {Ad2)
L�. Fach Sectiar� su�mittal shalf be campfete, contain a!I ofi the items listed in the
Specification 5ection, and shall be clearly marked to indicate which iterns are
applicable an each cut sheet page. The Submitt�l shall list any exceptions to the
Specificatians and D�awir�gs, and #he reason for such deviation. Shap drawings, r�at
sa checked and not�d, will be roturned un-r�viewed.
C. The Contractvr sha�l check shap drawings far accuracy and Contract Requirements
prior ta submittal to th� Engineer. �rrors and amissions on approved shop drawings
shall not relieve the Contractor from the responsibili#y of pro�iding materials and
worlsmansh�p required by the Speci�cations and Drawings, Shop drawin�s sha�! be
stamped with the date checf�ed and a Statement indlcating that the shop drawirtgs
confarm to Specifications and Drawings. Only one Specification Section submittals
will be aHowed ��r transmit#af unless sectians ar� indicated for grouping in the
individual sections.
D. Material shal� not be ordered or shipped until the shop drawfngs have been
approved. No material shaU be ardered ar shop wark s#arted if shop drawings are
mar�s�d "A�'PROVED AS I�OTE.D C�I�FI�iViW, "APPROV�A AS N�T�D
RESUBMIT" �r "NQT APF'R4VED".
E. Startup Plan Submittal:
1, The Gontractor shall su�mit a startup plan far Ow�e�lEngineer review, EJpon
successfuk review, th� Contractor shall coordinate with Operatians on an
agreed �pon date and time for commissioning each sife.
F. Testing Plan and Schedule Submitkal:
1. Subm�t, as soon as possible following PCSI's r�ceipt af IVoiice to Proceed, a
Testing Plan and Schadule Submittal. The Testing Pian shall be ma�e and
approved before any testing shaEl be accepted. The Testing Pjan, Schedule
submittal shall, as a minimum, contain the following;
a. D�erview af the Process Control Sys#em, cleariy describing the PGSf's
unders#anding Qf the project wark and interFaces to other systems; and
inclu�ing a preliminary system architecture drawing and praposed proj�ct
work schedufe cietailing all PCSf's work activities,
b. Approach to work clearly descri�ing haw the PCSI int�nds ta execute the
work, lncluding detalled discussion of switchaver, startup, r�placement of
existing equipment with new, and other tasks as required by these
speciflcatior�s as appif�able.
c. Pr��iminary PLC hardware s�bmittal information shall be inclu�ed sol�ly
for d�termining compliance vuith the requfrements of ihe Contract
Documents prlor to beginning develapmer�t af application programming.
Review and approval of software and harc�ware systerns as part af this
Project Plan stage s�all not relieve the �PCSI of ineeting all the iunctiQnal
and perfarmance rec�uirements of the system as specified herein.
Substitution of manufacturer or model vf these systems after the submittal
9s appro�ed shall not be permittedl withaut prior Uwnerl�ngineer approval.
d. Details of personnel assigned to the project and vrganizationa! s#ructure
including the �'CSI's project manager, project �ngineer, and Isa:d project
techni�ians. Include resumes of each key individual and specify in writing
their commitment ta this projeck.
e. Preliminary coordination meeting agendas as specif�ed herein.
Instrum�ntatinn Testing and Sys#em C.amrrfissloning
40_61_21-3 903127 June 23, 2023 - Addendum No. 2
p�v:l;Gardlo��acumenlsl7XlFod YJodhr20(M52-0G(lOOQlOA D�.s�gn104 Specs+Guplafd4 61 2f {AD2j
f. Pr�liminary training plan.
g. Samples of shop drawings to be submitted in conformance with the
requiremenis of the Specifications sh�ll b� submitted. P,t a minimUm
incf�de samples of panel fabricatian drawings, loap, a�d IIO wiring
diagrams.
2. Exceptions to th� Specifications or Drawings shall be cle�arly dQfined in a
separate beviation l.ist. Yhe ��viation List shail consist of a paragraph by
paragrapfi� review of the Specifications in�icating acceptance ar any propased
deviations, the reason for exception, the exact nature af the exceptian and the
pr�posed substitution so that an evaluatian rnay be made by the �ngineer.
7he acceptability of any device or rnethodol�gy subrnitted as an "equal' or
"exceptian"' to the specifications shall be at the sale discretion of the
�wnerJEngineer. If no exceptions are kaEcen t� the Specifica#ions �r Drawings,
the PC51 shalf ma�e a statement indicating s�. If there is no statem�nt
included by the PCSI, it shall be interpreted by the QwnerlEngine�r to mean
fhat na exceptians are taken.
3. A�ro�ect Sch�dule s�all be prepared and submitted using an ISa11EC
26304:2006 Eormatted file. The schedule shall be pre�ared in Gantt char#
format clearly showing task linkages fc�r all tas�ts and identifying critical path
eiements. The PGSI's schedu�� s�all be based an and coordinated with ih�
Contractar's schedules and must meet ali field installation, testing, �rtd startup
mikesto�ses in those schedules.
4. 7he pCSI schecfule shall illustrate all majar project milestanes inc�uding the
following:
a. Schedule for all subsequent praject submittals: include in the time
allotment, the time required for Contractar submittal preparation,
�ngineer's review, and a minimum �f twq camplete review cycles.
b. Proposed dates for all required project Covrdinatian Meetir�gs.
c, Hlardware purchasing, fabrication, and a�sembly (following approval of
related submittals),
d. Software purchasing ar�d configuration {following approval of related
submittals},
e, Shipment of all inst�umentation and control system equipment.
f. Inskallatian of all instrurr�entation and cantrol system equipment.
g. Duratior� and daies for ali required testing aCtivities. 'T'esting scheduie
shall Include subrxiittal flf test pra�edures a minimum of 30 days prior to
coroimencement of testing. Schedule s�all alsa include s�bmittal of
completed documentatian of testing activities far review and approval by
the Engineer prior to equipment shipment, startup, or subseauent project
war�.
h. The �CS� shall ar�a�ge tt�e schedule to deveiop, test, traubieshnot, and
train the Owner"s staff an the PLC and HMI applications. The timing af
th€�se coordination effarts shall be determined by the PCSI. The PCSi
sha�l ir�clude a!I necessary costs t� accommfldate the minimum t�me slats
�n thelr overall project schedule. All time allo#rroents shall exclude any legal
holidays, or days lost due to delays caused by the Contractor.
�. Include a sch�dule for syst�m cutover, startup, ar�dlor placing in service
for kh� PLC under thEs Contract. At a minimum, onclude the schedule for alf
HMI and RLC related wor�.
j. 5chedule far all training including su�mi#tal and apprnval nf O&M
manuals, factory training, and field training.
Instrumenta#ian Tesi�ng and System Cammissloning
40_6'f_2�-4 103127 June 23, 2023 - Addendum Na, 2
����rrc�r�4or�ocumen�s+rx�Fnnworu��2ocws2-oofl000-roa oes�ynraa saeaa+Gu��araa es 2i �pD2)
1.04 Gd�dINGI��I�F�If��
A. �allc�w�ng the network, instrumentati�n and conirol system chec{�out and start-up,
the Cantractar shall �erform a complete system test i� the presence of the
OwnerfEngineer to ver'rfy tha# ail equipment and sofi�ware is ope�ating prop�rly as a
fully integrated syst�m, ar�d that fhe Entendod monitorir�g and control functi�ns a��
fully implemented and operatianal. Commissioning shall be performed on a site by
sike basis.
1. Commissioning shall begin or►ly after networking equipment, all instrumer�#s
a�d control panels have been installed, wired, and previously tesfed by the
Contractor, in accordance with Paragraph 1.02 of this Secfion.
2. Contractar shall submit ta k�e E�gineer a schedule for Commissioning,
dncluding a proposed start date, at ieast three weeks in advance.
B. Cammissia�ing shall include, as a minimum, the following checl�s:
1. f�ll wiring shali b� c�ecked at each terminatian point fior corr�ct wire size, type,
calar, terminatian, and wire number.
2. RII instrum�nts and devices shall be checked io venfy cornpliance with the
specifications �nd appraved shap �rawir�gs. The calibration of analog deviees
shaEl be verified including th� zero and span.
3, A�alag wiring shall �e chec{ced far correct polarity and graund cantinuity at
each termination pnint in th� loop.
A�. All anaiog loops shali be verified at each termination point at 0% ��o�Q, �QafQ,
75%, and 100% signal levels.
C. Contractar shall provide the follawing documentation far use during the
Commissioning effnrt.
'!. Camplete panel schematic and internel paint-to�point wiring interconnect
drawings.
�. Complete electric�rl control schematics in �ccordance with JIC standards.
3. Cnmple#e par�el layout drawings,
4. Gomplete fi�ld wiring diagrams.
5. Complete instrurnent loop diagrarr�s.
6. Completed CalibratianlRecalibration Certificat�s for all field and panel devices
that req�ir� adjustrnent nr calibration.
7. Contractor shaEl provide ane set of Commissioning documentation far the
�wner's personnel, ane set for the Engineer's use, one set for field use, and
the required number of sets for the Contracto�'s use.
8. ihe drawings carrected and madified during Commissloning shall form the
basis for the '"As-Built" record drawi�g requfrement.
D. All PLC hardware and software shall be thoroughly tested to verify praper operatian
as an integrated sysfern. System testing shall inelude, as a minimum, the foilowing:
1. All digital inputs shalt be activated at �he field el�ment ta �erify praper
response to the status chan�e on graphic displays, reports, and in automatic
cor�tr�l algorithms.
2. AVI anaiag inputs shall be tested at the �el� transmiiter over a full range to
verify praper response on graphic displays, reports, and in automa#ic cantro!
algorithms.
3. All digital and analag outputs shall be f�rced tn verify proper control op�ration.
Instrumentatfon Testing and Systern Commissfoning
40 61 21-5 103127 Ju�e 23, 2Q23 - Addendum Na.. 2
pi��flC�rc�'nlUocumenls{T�FadlNorlhr204�352-0DOODUf040esignt04 Specs�Guptal4p fii 21 [AD2)
4. �ommu�ications, including PI.GlRTU data highway, camputer local area
network, PLCIRTU remote U�, 2�nd serial communications shall be tested
between all companents, including existing equipment.
5. Aiarm displays and printing shali be tested for all analog and digi#a� alarm
points,
6. AEI automatic control algorithms shall bs complet�ly tested aver various rar�ges
ar�d input cand�tions to verify pr�per operatiort. Graphic displays shall b�
observed to verify proper response to automatic aon#rol operations.
7. All hiskarical data callectian, trending, campuk�tion, totalizers, and reporkit�g
functions shall �e checlted ar�d kesfed ko confirm proper operation and
accuracy of the data.
E. Any defects or problems found during t�e Commissionin� effort or fieid test shall b�
carrected by the Contractor and ihen retest�d to demanstrate proper operation.
F. Following testing and demanstratian af all systern functions, the new cantrol systern
shall be fully operational for a cor�tihuo�s �8•�hour periad. 7he �ield Demonstr�fian
Test specifed below s�all not begin until the continuaus �S haur praving run has
boen successfully complQted and Owner and Engin�er agr€;e that tne Field Test can
begin.
�.05 P��Y� (��P�E�tAL�
A. Ffeld test new HMI s�r��ns develaped for the project.
B. If any pLC is currently in operatian in the �eld, any modifications to existing PLC
programs shalf be fully 3�eld tested to the satisfactian of the Qwner. -ihe Gvntractor
shall provid� arty required PLC hardware loaded with the modified PLC program for
full fiunctionai tes�ir�g in the PC51's testir�g facility.
C. The �CS1 shall test all equipment prior ta shipment lJnless vtherwise specified in
the indi�idual specificatian sections, all equiprnent provided by the PCSI shall be
field tested as a single fully in#egrated system.
D. As a minirnum, the testing shafl include the follawing;
�. �perational Readiness Test (�RT).
2, Funetianal ❑emonstration iest �FDT),
3. 30-Day Site Acceptance Test (SA7).
�. Each test shall be in the cause and effect format. The person canducting the test
shall initiate an input (cause) and, upon the system's or s�bsystsm's producing the
correct result {eff�ct), the specif�c test requirement shall be satisfied.
F. All t�sfs shaEl be conducted in accordance wikh prior �ngineer-approved
pracedures, forms, and ch�ck lists. �ach specific tesi shall be describ�d and
followed by a section far sign aff by the appropriate party after iks status completian.
G. Copies af t�ese sign off test procedures, forms, and chec�t lists will canstitute th�
required test dacurnentatian.
Instrumentation T�sting and System Cammissloning
40_fi1_21-8 'f 03127 June 23, 2023 - Addendum No. 2
p�v;I�Garc:bfCuoumenlsr'fX+Fod VJvvIh�20{W52-0DOOOU104 Design'Oa Spscs+Gup1a14U 6S 21 {pb2�
H. Pravide all special testing materials and equipmant. Wherever passible, perForm
tests using actual prncess variables, equipm�nt, and data. Where it is nat prac#ical
to tes# with real process �ariables, equipment, and data, provides suitable means of
simulation. Define these simulatior� teeh�niques in the tes# proc�dures.
The General Contractor shall reqc�irQ the fntegration Subcontractor t� coordinaie all
testing with the Engineer, all affected Subconiractors, and the Owner,
The Ownerl�ngine�r reserves th� right to test or retest all sp�cified f�nctlans
whether ar nat �xplicitly stated in the priar appro�ed � esk Procedures,
K. The �ngineer's decisian �hall be �inal regarding the acceptability and car�pleteness
of a�l testir�g.
L. Na equiprnent sha�l be s�ipped to the Project Site u�til the Er�gineer has receiv�ct all
test resufts and approved the system as ready for shipment.
M. The PCS� shall furnish the services af servicem�n, all special calibration and test
equipment and labor to perform t�e feld tes#s.
N_ Carrection of �eficiencies:
1. Alf deficiencies in warkmanship andlor items no# meeting specified testmg
requiremonts shall b� correct�d to m�et spac��icatian r�quirern�nts at no
a�ditiana� cost to fhe Owner.
2. Testing, as specified herein, shalf be repeated after correction of deficisr�cies
is made until the sp�cified requiremenks are met, This work shall be perform�d
at no additional cast to the awner.
�a�r � P�e�ucr� ���Y ���d}
PdeRT 3 EX��UTi�R�
3,Q1 O@�RAii�f�A� ���bIR1��5 TE�T (�l�Ty
A. Prior #o startup and the Functional Demonstration Test, th� entire system shall be
certified (inspecked, tested, �nd documentedj that it is READY #�r operaiion. The
Input 14utput kest shall be a witnessed by the OWN�RIENGINEER.
B. LooplCarr�ponent Insp�ctivns and Tests: The entire systern shall be �hecked for
proper installatior�, calibrafad, ar�d adj�sted an a laop-by-loop and component-by-
cor�panent basis to e�sure that it is in conforrraance with related submittal's and
these Specifications.
1. 7he LooplComponen# Inspecti4ras and Inp�t 1 Output Tests shall be
implemented using Engineer-approv�d forms and check lists.
a. Each ��aop shall have a L.00p Status Report to organize and tracic its
ins�ection, ad�ustment, and calibration. These reports shall incEude the
following informatiort and check off items with space for sign aff by tfi�e
PGSI.
1) Project Name.
Instrumen#ation 7esting and System Commissloning
40 fi1 21-7 103127 June 23, 2023 - Adde�dum No, 2
pucllCardbtDncumenla�TX�Fari tiNorlhr20G452-0O�OOb�04 bes�gn+a4 Specs�Gup1a�40 01 21 (AD2]
P.�
3
4
7_) l�.00p Number.
3) Tag Number for each camponent.
4�) Chec�C o�Fslsign affs fvr each camponent,
b. Taglidentificatian.
c. Installation,
d. Termir�ation — wiring.
e. T'ermination — tubing.
f. Calit�ration/adjustment — Check offs/sign offs for the aoop.
g. Panel interfac� terminati�ns.
h. I10 interFace terrnir�ations.
i. Il0 signal op�ratic�n.
j. Inputsloutp�ts operatianaf: receivedlsent, pracessed, and adjusted.
k. Tatal loop �p�ration -- Provide space fiflr camm�nts.
L Each active �Onalog Subsystern element and each I10 module shall have a
Camponent Galibration Shee#. These sheets shall have the fallowing
infarmation, spac�s for da#a entry, and a space f�r sign off by the PCSI:
1 } Projsct Name,
2} Loop Number,
3) Component �ag Number �f I!O Mad�aie Numb�r.
4) Cvmponent Cod� Number Analog 5ystem.
6) Mar�ufacturer (for Analog system element).
6) Model NumberlSerial Plumber (for f�nalag system).
l) Summary of �unctior�aC Requirements:
�) Indicators ar�d Recorders: Scale and chart ranges.
b) Trar�smitters/Canwerters: Scafe and chart ranges.
c) Computing �I�ments: Function.
d) Co�trallers: Action (direct/reverse} control Mad�s �PID}.
ej Switching �I�ments: Unit range, differential,
f) (FIXEDIADJUSTABLE), Prvset (AUTOIMANUAL.}.
g) f10 Modul€�s: Ir�put or autput.
Calibrations:
a. Analog bevices; Required and actual inputs and outputs at 0, 25, 50, 15,
and 1 DO percenk of span, rising and falling.
b. Discrete De�ices: Required and actual trip paEnts and reset points.
c. C�ntroilers: Mode settings (Pl�j.
d, IIO Modules: Required an actual inputs ar o�tputs for D, 2�, 50, 75, and
10Q percent of span, rising and falling.
� ) Provide space For comments.
?_) Spac� �or sign off by the PCSI.
The Contractor shall maintain the Loop Status Rep4rts and Component
Calibra#ion Sh��ts at th� jabsite and make them a�ailable to khe
Enginee►'lOwner at any #im�.
These inspections and tests require witnessing by the OWNERIENGiNEER.
Yhe �ngineer will review anc! initial ali Loo� Status Sheets and Componer�t
Calibration Sheets and spot-checEt their entries periadically ar�d upan
completion of the Operakio�al Readiness Test. Any deficiencies �ound shal! be
corrected,
Instrumentation Testing and Syslem Commissloning
40 fi1 21-8 103127 June 23, 2023 - Addendum hlo, 2
pw:flCarollqJQacumenls�7X��od 1'JorIh�204452-U00004�04 Design�04 Specs�Gupia'4U 61 2S �AD2}
3.02 �U�I��I�f�AL b�F��i�STRr4Tl�� i��� (��i}
A. Priar to startup and the 30-Day Test, the entire installed instrument and control
sys#em shali he certlfied #hat it is ready for aperation. �111 preliminary testing,
inspection, and �afibration shall be complet� as defin�d in the !Dperatianal
Readiness Tests.
B. Dnce #he facility has been star�ed up and is operating, a witnessed Functionaf
�emanstratinn iest shall be performed an the c�mplete system to �emonstrat� t�at
it is operating and in campliance with these Specificatians. �ach speci�ed function
shall be demonstrated on a paragraph-by-paragraph, laop-by-laop, and siie-by-site
basis.
C. Loop-spec�fc and non-loop-specific tests shall �e the same as specified Under
Funcfional Demanstra#ion Tests ex�ept thaQ the �ntire installed systert� s�all be
tested and all func#ionality demonstrated.
�. Up�ated versions of the documentatian specified to be pfovided for during khe tests
shal! �e m�de available tn the Engineer at the jobsite bo#h before ar�d during the
tests, In addition, ona �1) copy af al! O&M Manuals shall be made available to S�re
Engineer at the jobsit� hath beforo and during t�sting.
E. Yhe daily schedule specified ta be fallowed during the tests shall also be followetf
dur"tng the �Functional Demonstrat�on Test.
�. The system shall aperate far 14� contin�ous hours without failure before fhis tesl
shall be considered successfuf.
G. Uernonstrate cornmt�nication #ailure and recovery.
3.03 30�DAY S[T� �����Y���� T'E�i (S�iJ
A. After campletian af the Qperatiana! Readiness and F�nctional Demanstratian Tests
for all sltes, the PCSI shall be respansible for operat�on of tE�e entire system #or a
�?9P10(� Of 30 COf1SQCEltIVL' C��yS, und�r conditions af fuli p�ant process operatian,
without a sing�e non-field repairabie malfunction.
B, During this test, plant operating and PCSI personnel shall be present as rec�uired.
For this tesi, the PCSi is expected to pravide personnel who have an intimate
knowledge of the system hardware and svfitware.
C. Whi�e this test is proceeding, the Owner shall �ave f�I� use af the system. Qnly pfant
operating personnel shall be alEowed to operata equi�ment associaied with live
plant proeesses,
D. A�y malfunction during ffi�e t�sts shall �e analyzed and corrected by the PGSI. The
Engineer andlor Owner will determine whet�er any such malfunctions a�e
sufficiently serlous to warrant a r�peat of this test.
Instrumentatinn Testin� and System Commisslaning
40 61 21-9 903127 June 23, 2023 -Addendum No, 2
p�vllCaroElnr!?osumgnlsdTXlForEWor�h�2u[�052�UI141D41D4�esignlOaSpecs,+Gupla�d0 fi1 2t;Ab2E
E. During this 34-cansecutiv� day test periad, any malfunction which cannot ��
correct�d within 24 haurs of acct�rrence by PCSI p�rsonnel, or more th�n two
similar failure�s af �ny duration, will be considered a non-field-repairable malfunction.
F, Upon campletion of repairs hy the PCSI, the test shail be repeated as specified
horein.
G. fn �he event af rejection af any part ar funckion, khe PCSI shall perform repaira or
r�plac�m�nt within 90 �ays,
H. The total availability of �he system shal! be greater khan 95.� percent (99.5%} during
this test periad. Avaii�bility sf�all be defi�ed as:
Availabili�y = tTatel Testing Tim�-Down 7ome)1 Total Testing Time
Down times due to power outages or other fact�rs ou�tside the norm�l protection
devices or back-up pawer supplies pravided sha�l not con#ribute to the availabili#y
test times abovo.
J. Upan successful completion of fhe 30-day site acceptanc� test and subsequent
review and apprnval of completE systern fina� documenta#ian, the system shall be
considered substantially camplete, and the one-year warranty periad s�tall
commence.
END O� SECTION
Instrumentation T�sling and System Cnmmissloning
40 67 21-10 103'127 Jcine 23, 2023 - Addendum No. 2
pz�,llCarWlolDasumen�51TX�For1 Warlhr2qUG52-0OU3D0104 DesigniCl4 �pec�+Gupta140 U1 21 �A62j
Ai�achr�ent C -- Location Map
LOCATION M/�P
NTS
Attachment F
�
�
c ��— - MC)DL1Llef� M�_�C'.l�.h�iCRl.
.,�; .
�- ��.��x �l r � �y�. ��o F � ?,.
� �
COi3� UItE� l.. tv0'F� 'f.
_. v �
��tI�T'tRl�
A V�I�LL- �'�N�ii�AT'iC➢�4
�E�lISH�[� �LC3i]F: �
i�A�dUI.� M�:CH+4iJIGAL
� � 5��� ['T Y�1
� •
i
� �,
�
i
I �
- ' ��. C:UF�E dF4lI�l�, f�(J"F� 1.
�X��TZ�l�
��_��.t4P W�hl�T'R�ilOf�
�c�7�s; �-
1. CO�� DRILL f]lAh9ETEEt. F'Ri7C��?UF�ES. AF+lD €�OSl' ���iILLING SUF2V�ACE PR�PP���'IdN PLR
MOt�UI._�R MECH�+IICAL SEAl. Fu1ANU�AC�UFi�T�'S �t�COl�ihi�F�pA7tOIVS FOR Sp�Cl�E� F'I�E
On,
2, WA! LS 12" Q� THICFiER IiVSTA�.I, MODi�LA� M�CHAF�F�W, S�AI. A7 B�T9� �WDS OF
i��h+��Tf�AI'i�F�l,
h/����4 Inl�e�� F'��]�T'F�ATI(��I � �Xl�i[�!�
T�rp J !�l ��e�l�I�R �EAL�
nas . -- i�o,r�� � .-���*,�,��*�
U01113
1\ VITA7�UN TU 131DD�R5
Puge 1 nC2
SECTi�N 00 l l �3
INVITATIQN T� [31DC]T:RS
REC�IPT OF 13IDS
Sealed bids for tl�e co[�struction of Rolling Hil{s Water TreatQient Plant Chlo�•ine Scrubber
Replatement ("Project") will he received by the City of Fart Woifil� Purcl�asing Qfftce until 1:30
P.]Yl. CS'T, Thwrsday, .lune 29, 2023 as fur�l7er described below:
City of Fai�t Wortli
I'urch�sing Di�isia�i
200 Texas Slreet
For! Warch, T'exas 76102
Bi�is will be acc��rted by: U5 Mail, Cot�rier, FedEx c>r Itand deliWery at (lie �dtiress above;
I3ids wi11 be opened pul�licly and read aloud at 2;00 P11�F ['ST in tl7e Gity Gouncii Chan�bers.
GeNrRAL� DCSCR[PTIDI� OF WDRK
The major work will cansist of the (approxiinatc) following; C.onstrueiiou of the rcplacamcnk of
tlic eiilorine scrubt�c�• systctn, clectrical, instruinentatian, co�itra�s anc� appurtctxa��.ces, i��cluding
re€i7at�al anci disposal of existing sodiuin hydroxide (caustic soda), remova] ar�d dispasal of
scrtibber system and appurtenances ir7cluding caiisti� storag� tank and overflow ta���C, caustic
purnps, blowers, scrubber eqtiipment, piping and appurtenances, c�ncrete repair, and installation
af new scnibb.er system ��d appuctenances incl�ding ca�tstic storage tank, pumps, blowers, pawe�•
ai�d controf sysiem, piping and appurlenances, modilications and coating c�i'concrete conlarnrnent
ar�a walls, floor and tank base, and incic#entals far complele and �sahle fac�iity.
YREQUALI�'ICATIOn
C.'.ertain imprnvement5 incl�.td�d in this prQject must be perform�d by a c�ntractor or desi�;mated
�ubcontractcyr whn is pre-c�uali�eci �y the City at the time ��f'bid c�pening. The praced�n�e.� for
quali�ication and pre-qualification arc; outlined in the Sectinn 3 a.f00 23 i3 —TN5'fRUGTTaNS
TQ C3IDDERS.
DOCLIMENT EXAMINATIO�i A�'�TD PROCLJREII�ENTS
The Bidding and Cantract Docuinctits n�ay bc o�.amincd or abtait�cd a[�-linc by visitui� thc CiCy
af Fort Worth's Purchasing Divisian website at I�tt�:lJr�r��.fartwarti�€exas.g�v_lu►irchasingJ, arjd
clicking on tlte link lo the acir�erxiseci project folders on the City's eleckronic docurnent
management and callaboration syste�n site. The Contr�ct �ocuments may be cio�v��oaded,
view�el, �tnd printed by interested contr�ctors andlar suppliers.
• Bid Ccmtract Dt�cs htt s:/ldnc�;.b3b0.autoc�e;sk.cnm/sharesfbd9a8�i2a-li531-4adla-h249-
RS4c�i41 a4cE81
o �1dd�nda, h1.t.ps:lldcacs.��360.autodesk,cotrifsharesl450f'�340-176d-4fb5-9351-
20H9�e�04027
C'17'Y Oi' FO1tT +h'Cifi7']1 RolfinS IJilks +h'ater Tr�aimwit Plillll L��lIO['lll@ S4'CU�li1Z7' IZ�j1I7C�177�l1f
STA`UARD C'Uh'S7"RUC"i7Q\ 51'I:CII�ICATIUN DUC'liA9E:NT Projc�;l Hu. ]U3i27
Reviszd 7?Irir2p'_' 1 - �lndified �9ay �U?3 - Iulp &. 2f123 - ('(}\FClRiv1�D
IM1i113
f\VITA'TIUR� Tt) Q1D�L'RS
P:�ge 2 nF2
rx�R�ssroN a� �rrTrR�sT
Tn cnsurc ��otcntial biddc�-s are kcpt iip to date o�'airy ncw i��formation pertincnt to tlyi5 �rajcct, al]
intcrestcd raar�ics a�•c requcstcd to cfn�il Expressious af [ntcr�st iii this procurcmcut to tl�c City
Projcct l�an3gc�• a�fd thc Dcsign �nginccr. Tltc cinail shauld iiYciucic thc cvmpany's namc,
eantact persan 3nd that indivic�ual's eanail address arid �}�ane m�mbe�•. All Adderida will be
distributed directly ta those wkio have expressed an interesk. in th� grocuretl�enl and will alsa be
posted in the City ofFort Worth's purct�asing website at
http:l/fortwortfytexas.govlpu�'chasingTPREB�D C0�1FEI2ENCE — In person, na��ntnA��datary
A prebid canFerence �vill �e l�eld �s discussec! in Sectian UO 21 13 - INSTItUCT;ONS TO
BIDDL;ItS al the fo[lowin�dale, attd time:
DATE: Wecinesday, Jut�e 14, 2023
TIlb9�; 1 p.m,
LQCATI()N: Rnlling !-liiis Wdter Treatn7ent Plani, 2Sqf} S� Lc�op 82(), I'urt Wortl�, TX 7fi 140
If a pre�aid conference is Itield, tl�e presentatic�n ai�d any que�tit�t�s anci �r�swers �ro�ided at t17e
prcbid contcrcncc will ho issttcd as an ,�lddcndum to thc call for bids. If'a prcbid contcrcncc ig not
bcing hcld, prospccti�fc biddcrs c�n c-mail qucstions or caimnc�tits in accorda►�cc with Scctivn 6
nf thc Instruc#ians to Bidcicrs referenced abovc to tlie projcct tnanagcr(sj at thc e-mail acidresscs
]ist�d balo�r. Ci�lliled questions will sE�ffice as "questions in writii�g." lf necessary, Adcienda will
be issued ��uiss�ant to the lnst�-�ctions to Bidder�,
CITY'S [dICHT TO ACCEPT QR R�JECT BIUS
Cit}+ reserve� the right to ��ai�+e irregulhr�ties anc� to accept or reject nny or all bids.
A1'VARD
City will awArd a contr�et to tlie �idder presentin� tlle lowest price, c�u�li�ications <1nd
cnmp�tencies c:on�idered.
TUNDING
Any Contr•�ct awarded ui�der tl�is iNViTAT10N TO ��DD�R� is cx�cctcd to bc fitndcd fram
rcvctlucs �cncrAtcd froin uscr fces a�td r'csorvcd by thc City i�r tli� Prajcct.
INQIIIRIES
All inquir�es relt�tive to tiiis }�rocure�7�ent shuulci be address�d fo tt�e %llawing:
Attn: F�ridn Gac3erya, Gitiy of Fort ��Vorth
k.i�iail: k�arida.Goderva�x�fortwarthtex�s.gg�
f'l�ane: 817-392-82 t4
AND/OIZ
Attn: `1'r�y Larnan, C:arollc� En�inec;rs, [ne.
E�nail: tlamanfci�cFirollacom
Fltcme: K 17-<)16- I 827
ADVrRTiSl;MENT DATI;S
Junc l, 2023
Juitic S, zoz�
H ND O�' S�:GTIQ�
C'I.TY Uf FC�I{T 4�'UIZ7']1 12ulling I lills W�rer Tr���em6nt 1"lm�t C'hlaririe Scr�iE�l,�r 12eplacement
S'1-A\E]ARDC'UT!5[[�UC:T]()'� 5PL"CII�ICATION �UC'liivIGNT Prujcy;l Nu. 1U31�7
E�eti�ised 7?19,`2I}2] - I�ladilied Mny� �i123 - luly G, 3(123 -('f)\FORM1Ef)
�431 13
IN57RUCT1(3N5 TU f31D�L:RS
i'age I al� lf}
S�CTinN QO 21 13
INSTRUCTIONS TO BIDDERS
1. Deflp�d Terrns
I,1. Capitalizcd tcrms uscd in thcsc iNSTRUCT[ONS TO E3IDDERS are dcfincd in Section
�0 72 UU - GENCRAL CQNQfTIOI�(S.
1.2. Certain acldiCional t�r�ns used iiz tfiese INSTRUC`TIONS TO BIUUERS Isa�e ihe
i��eanings indicated below which are �pplicabl� to hot.h the singt�lar aiid plur�l thereof.
1.2.1, i3idder: Ar�y perso��, firrn, p�rtnersl�ip, cantpany, ��sociatidn, or eoiporatiov aciin�
c�ir�ctly thrc�u�;h a duly autharited re�3r�ceutati�r�, submiitin�; a bifl for perforn�i�ag
the wnrk co�templated under khe Cc�ntr4�cl Dc�cumenfti.
l.?,2, Nonr�sident �3idder: Any person, fin��, 4�artnership, carnpany, 35spC�atiE�n, or
carparation acting directly through a duly autho�•izcd representative, submitting a
bid for perfnrn�in� thc work contemplatcd tt�adcr thc Cantract Documcnts wl�osc
principal plaee of busiriess is nat iii the State af Texas.
1.2.3. 5uccessful Bidder: T#�e lowest responsible and res�onsive Bidder tn whom City
{on tl�e basis of City's e�aluaiion as hereinafter providedj m�kes an award.
�. L`opies ai' Bidcting Dncuments
Z.1. Neither City no�- �.nginee� shall asstulle any respattsibility for errors or misinterriretatio�is
resulting fran7 the 13idciers use of incom��lete sets af Bidding Dncuments.
_2.2. City and I:nginccr in rnakin� copies vf k3iddin�; I7ocuinents a�aiiablc do so anly for tl�c
purposc ai abtaining Bi.ds far #l�c Wa•k and do not authorizc or coiyfer a liccnse oz• gracit
for any flther usc.
3. Preqicalification of Bidders (Prime Contract�ors ��d Subcontract4rs}
l. Bidders or their designAtecl sE�6contraclars ��•e requ'sr�cl ta be prequ�li��ci for �he work
kypes requirin�; przqu�lification as per 5ections UO 45 11 BIDUERS
Pfi�QUALI�ICATI()NS �tid 4U 45 12 PIt�QlJAL1F1CA1T10N STAT�MENi', Firm�
4e�king �re-qualitication, �uust subrnit the docum�nititic�n idenlified in Section UU 45 1 I
n17 5ecticm i)0 45 ! 3 PR�'QLIALI]FTCATI(�N APPC,[CATIdN �t lesst sev�n (7)
�xlendK�� d�rys prinr tt� Iiid open'i�t� for reviet�v and, if qualified, �cceptatace, Tl�e
subc�r�t��actors listcd by a Biddcr an 00 4S 12 must 1�c p��ct�ualifcd for tl�c approp�•iatc
WpI'IC ly�]CS. SUt7Ct1E1�Ts�Ck01'S I11USt tdII01�' f�1C 5�3�71� �IE�1CI111C5 a5 RI{�aCl'S {'OI` Obi3111111�
prcqualification revicw. Aidcic�s or Subcontractvrs wlin are uat prcc�ualificd at ti�c timc
bic�s are ope��ed and revie�ved may cause the bid to be rejecCed.
Prequalii'ic�tion rec�tureinent 4vark types �nd docun3entation are a�ailable isy �eees�ing all
�•ec�►�irc:d �les �hrough the City's ��eb�ite at:
L�tt�i/€��ps.fort��oi�l��texas. ovf[�rojec�Resuurces/
C'17'Y �f Fi�ItT V4'OR7'11 ltolliag I�ills th/ater �C'�e;»mein I'lnnl t.lilarine S�t�ik�lstrf;epllcemel�t
STA\DAR1] C'UN5TRUCT70\ �Pi:C'Il�1C'�1TIOiv C1UCl:A9LNT Prujecl Nu. 1U3127
Re��ised/I 1pd�ted \m�euiher 2, 2Ci21 • Mlodified M1}� 2U23 • July fi, 2{123 -{'{INPE)RMCD �
aozi �:�
1NSTACIC'Tl()NS TC3 k#]DqL[25
3, l. l. P�ving — Reyu�rements dnc;ument �c�ci�ted at:
Page 2 nl' 1f1
ht�s:l/a��ns.f�rtwoithtex�s.�ovlPrqleCtResqurceslRes�urcesP107`%7 p-
%n20Gon str�icti on %2p DocumcntslGo ntractc�r�/o2 0 P7�cuual i ta cati onlTP W"/07.0 Pavi ns
%2QGontractor%20Prcaualific�tiou%o20Pro.�ran�IP��OUAI,IFiCt1TI�IV%2(1REQ
IJIREME4��'S%20FOR°/n2Q1PAVING%�OC�1��'I'ftACTO[tS df
3,1.2. Road�vay and Pedestri�n Liglifiin� — Re�uirements dncument located at:
i�ttns:llanps.fortworthtexas. >otii. �lProjectl�eso�rceslEtesourcesl'/Q2°fo24-
°/a2UConstrucliQn%20Docum�ntslConl�aclar°fa2UPr��ualircalionl'i1'VI�°l�2UR�ad�v�
`%20and'%2UP��lestri��i�`/o2{1Li Thtin 7�%2(}Pre ualificatian%ZUPro Tram15TREET°la
2(}L1C�i�T'%20PREQUAL"/o20REQMN'TS.�rdF
3.1.3. Water and Sanitr�iy Sewer— Requirement;; cic3cument iocatec� �t:
�ittps:lla�aps, fc�rt«arthtcx�s, �ov/PrajcctRcsa�ir�ccslResaurecsP102°luZU-
%a20Constiuctiotl%20Doct��nentslContractor°/a20�'reauali�cati ai�lWater%20and%2
OSanita�v%20Sewer°/n20Co.ntractvr%a20Pt•equalification°1o20Pro�amlWSS°,'o20pi_e
,�ual°1o20requiremer�ts.pdf
3.Z. l�ac.h Bidder, unless curcently preqii�lified, must subirtit ta City At Icast sevcn (7)
calendar cia�s prior to Bid openi��, !he doc�iment�tian identified i�i 5ectian pQ 45 1 l,
BIDD�RS PREQUAL[FICAT3UNS.
3.2, I.Submissinn ofancilar qu�:stions related to prequalifi�ation shc�uld be addressed to
tlje City cont�ct as pro�ideci in Para�r���h fi.l,
3,3. Thc City rescrvcs tho riglft to rcquir� ai�y prc-qualificd ean.tractor who is thc ap�arct�t lo��v
Uiddar for a projcct tn subinit suc�i additio«al infoi�matiaif as tl�e Gity, in its sole
dise�•etion �nay require, incls�dit�g but nnt limited to manpawei• and ec�tiipmenf records,
infor�nation about key personnel to be assigned to tl�e praject, and ca�►structian schedule
to assist the City in evaluating and assessing the �bility of the apparent low hidder to
deli�er a qualily product and si�ccessfully com�leie prc�jecls I'ar ihe a�tlount Uid witk�in
llt� stipulfllecl lir�t� trnme. Based upos� Che City's asses�ni�nt of Ihe su6mitted
infarmntion, �� recotni�t�iSc�ation regar�ing the award of �t cnntracl v�rill be made lo tl��
City CUur��il, �'ailure tp suUi�iit tlie additional inform�tion, if reyuested, may be �;rounds
1or rejecting the ctpp�r�nt low �idd�r as nnn-r�s�c�nsive. Affected canrr�ctors will l�e
IIOtIf1C(J 113 WI'Itll1� Ot r� ]'�CC7Y77[Y1�11d�Yip11 �O i�7e Cltjr C4U[1CII.
:3,4, fn addition to prcqualification, �dditional rcquirCmcnls ior qualifi�aiio�l may bc rcquircd
�r�ithin �ariaus scctions of thc Cantract Dociin�crats.
4. Exumination of Bicldiitg xt�c� Coy�tract Documenrs, Otlyec Rc[a#ed Data, a��c� Site
4. I. Before submitting a E3icl, ea�li Bidcie�-:
CI'fY C�I� Ft7ItT 41'Ofi7'll ltolling liills 4�'nter Traacm��ut hlni�t C'hlorin� ScruF�lsrr R�placeinem
�TA\DARD C'UN5TRUC'TI(3ti SPi:C'[l�iC'ATI[l1Y CI(lC'i�M1ILNT I'nfj�ct Na. [U3127
Revised.+IJpdated \ovemher 2, 25121 • IVlndilied May 2(}23 -.luly G, 2fl23 - CC1NF(1RI�iEl7
(?D21 13
1NSTRUC'Tl[?NS T(i kiEDUliE25
Page 3 nf I U
4.1.1. Shall exaniine und ct�reFi�lly study the Ccantract Dc�eum�:nts and othe�• relateci data
identifi�d in thc I3idding Do.euments (includin� "t�chnic�l data" referred to in
Paragtaph 4,�, �elow). No infor�nxtion given by City ar xny representative aftl�e
Ciky otller than tl�at contained in tl�c Gantract Dncumcnts and officiafiy
pron��ilgatcd ac3dcnda thcretv, sliall bc binding u�an t�c City.
4.1.2. Shauld visit the site to become familiar �uith at}d satisFy Bidder as to the gener�I,
local and site canditions th�t m�y af�'ect cost, progress, performance or fi�rnishing
of the Work.
4.1.3. �1ra11 consicler fede���l, state �ud laca! Laws and l�egul�tians that rnay afTect cost,
progress, perFe�rntaitce c�r furnishin�; of the Wark.
4. i.4. 5ha11 study all; (i} ►�eparts af ex�larations �nd tesEs of suhsurf�ce cai�ditians at or
conti�uous to the Site ai�d all drawin�s of �hysical canditions relatii�g tp existing
surf'acc or subsurfacc structures at tEie Sitc (cxccpt Undcrgraund Taaiiitics] that
havc bcen idcnti�ed in thc Contract Dacumcnts as containing rcliabic "tcclanical
data" and {ii) reports atfd drawin�s of Hazarciaus �nvirar�i.nental �anditions, if any,
at the Site that ha�e been identified in the Gontr-act ❑ocufnents as cantaining
retiable "technieai data."
4.1.5. �s advised that tl�e Contract Docui��enls oi� rle witli ll�e Cily shali constilute all of
lla� inform�Lion which the C;iiy wi11 furuish. All ��dditional irtformalion ���d data
which th� Ciky wil! fiupply at�er ��ro�nul�atio�� of the fannal Cnntract Documents
shall be itisueci in th� fUnn aFwritten addend� and shall bec;nrne part of the Contract
Dncumerits just as tiiaugh sueh addenda were actuaity writteal intq the ari�ii�ai
Contract Dncum�nts. No infarmatio�t �iven hy the City nther than that contai��ed ir�
tl�c Contract Docufnents and of�ieially �romulgated addcnda t��ereto, 5I7��� �7C
binding �ipo�� the City.
4.1.6. Should perform incierendent research, in�estigations, tests, barings, and such other
ttieans as inay be necessary to gain a con�plet� �nowlec�ge of the cnnditioiss whicli
wilf be encounterzci dtiring the canstruction oi'tl�e project. For projects with
restricted �ecess, �ipon request, City ��ay provide elch 13idcler access Io the sile to
conduct sucl� exaininatioiis, investi�at.ian�, explpratiaus, tests and studres as each
Biddar deems necessary for submissioi� af a Bid. Bidcier tnust iili ail hal�s �1nc1
cle�tn up and r�store t�te 5ite to its fnnner c�nditi�ns upcm c;ornp�et�cm of s�rch
exploraticros, inve:;tig�tic�ns, tests xnd studies.
4,1.7. Sha�l dctcrminc. ihc clit�icuhiCs ofthc W�rk and all �ttcndiitig circumstat�c�s
�ffic�tittig tl�e cast af cioing ihc Work, timc rcquired f'or it� eom��lction, and alit�in �I�
infvr�nation requircd to i��ake a proposaL Bidders sliall rcly cxcl��sivcly �t�d salely
upon their own eslimates, itit+estigatian, researcli, tests, explorations, t�nd ottier dt�ta
�vl�ich are r�ecessary for full and �umplete inPntYn�lion upon whicla tl7e pro�os�l is
to be based. �t is �indersfoac� that th� submission of 7 pi•�pos�l or 6.id is �arim�-faci�
evidence i13t�1 the Bidder Iias »iacle the investi�atio��s, examinations anci tesis 1�erein
rec}uired.
C'i"fY [3f F(7f[T +h°URTII 12u1[ing 1lills lh'aier "freainzenr f'lonl C'hloi'ine Scrubbzr Re��t;�cement
STA�llAItD i'()h'STRUC'Tl[7\ SPLC'I1�ICATI()iV pQCl:MfiNi Pr�jiti:l Nu. 1(131Z7
Itevised�Upduted \n+�euiher?, ?p21 - MadiGed Nlay 2(}23 •.luly G, 21123 - CONFi�RA�1C�
ac,ai i�
�tvs�rxucr�caNs To �iD��;�s
Pa�e 4 nl' 1 f1
4, l.�. Sh�ll prompkly notify City nf all ecmtYiets, errc�rs, arnbi�uities cfr di5cr�p�ncies in or
k�etween the Cantract Documents and such otiier relatec3 documenks. T}�e C`ontractpr
Sh�II not take sdvantage �f �ny grc�ss error or o�liission in the Gontrsct DQcuments,
and thc City shall hc �cr�nitted ko makc sucli carrectiaiis or intcr•��rctatior�s as �i�ay
bc dcemcd nccc�sary far f'ulfillment of ti�c intcnt af tlic ConEract Dncuriic�►ts.
4.2. Refererice is i�ade to Sectian 40 73 UO — Supplementary Conditions for idet�tificatio.n of,
�.2. i. those reparts of exp�oratians �nd t�sts af subaurface conditions at or con�iguous to
ih� site which h�ve been ut.ili�ed �y City in preparation o1'Ehe Contracl �]acumenLs.
The logs oi Soil Borings, if atiy, on llie plans �re Cor gep�ral infarmalion an1y.
Neither the City nc�r th� Eit�ineer �;u�rankee that the datt► sisown i� rc.�ptes�ntative ofi
�o�icliticros whrch actually exi�t,
4,2,2. tllose drawings of pliy5ical conciitions in c�r relating t� exi�ting surf'ace and
subsurtace stiuct►ires {cxccpt Undcrground T'acilitics} whici� arc at or cc�nti�;untts ta
tlic sitc that �A�c bccn utilizcd by Ci.ty iai prcparation of tlrc Contract Dacut�etrts,
4.2.3. copies of s�rcl� reports and �rawiir�s will be made avai�able by Ciiy fo any Bidder
o� requesf.. Thos� repni�ls and drawings �nay not be pari of il�e Contt�tct Documenls,
but the "techuical d�ta" cont�ined 111erein t�pon which Bidc�er is entitled to rely as
provided in 4'1ra�raph 4.(l2. of the G�neral Canditions has be�n identi �ed �nci
estabiis�ied iii P�ra�r�ph St: 4A2 of the Suppl�nientaty Condilians. Bidder is
r�spc�nsibl� fnr any interpret�tion c�r conclusion cirawn f're�m any "technical data" or
�u�y nth�r datr�, int�rpret�tions, opinians or inFormation,
4.2.4.Staildard insurance requirements, coveiages aiid liil�its,
4,3. Tho sui�missiai3 of a Bid will Gonstitutc at� incnntravcrtiblc rcprescntution by Biddcr: (i)
tliat Biddcr has complicd witli cvcry a•cquiremciit of this Paragrap3i 4, (ii) that witlaout
exceptiotl the Bid is przrnised upon performing and furtiishing the Warlc rec�uired by the
Contrt�ct Documenks and applying t�ie speeific �t�ea�Ys, E110i�lAC�S, t�chnic�aes, se��uenc�� or
pI'l?CeC{Ui'e5 Of COtiS�t'tlGtll711 (1�i111�j t�lai 1173jr t3B Si14Wl'1 Oi' 111(i1C�i�C� Ol' 8X�7CES5�)+ fl:L�ll1I`ei�
by the C�ntracl aocumenls, (iii) that Bicfder has �iven City ►�rritten nolice of a11
conflict�, errnrs, acttbiguities and ciiscrepanci�s in the C:outract Dacuiiic;nts and the
writt�n resolutions t.hereof by City are accept��bl� ka Bidder, atid when said conflicts,
etc., l�av� nUt hc;en resal�ed throu�;kl ihe iYltc�rpr�i�ttians �y t;ity as cleseri�ed i��
P�ra�rapl7 fi,, �ind (iv) that the Gtrntract Documents �re gc;ner�ally iuf�icient to indic�te
and canvc�r nndcrstandin�; of a�l tcrn�s and conditions fnr performing and funiishing thc
Wark.
4,4. Thc j�ro�isions of tkiis Paragi'a��kt 4, 1[1CIl15iYC, do not apply ta �sbcstos, Polycl�lot-inatcd
bi}�henyis (PCBs), f'etroleur�t, Hazardotas W�ste or Rac{ioactive Materi�l covered by
Paragraph 4AG. of tfie G�neral Canditions, tml�ss specifically identi�ed in th� Conti•act
❑ocuinents.
C'17'1' OT FOftT WI�RTEI Rulling Iiills 4�'7ter"I'reatmeut k'Iiltll C��lI4l'lllB SCt17i7�21' I�CjiI�CClllk'll[
5TA\pt1R13 C'()NSTI2UC'TI(}� SPL-'ClE'ICt1T1(7lY DC}C'�MLNT Ptt>.je<:[ Hu. ]U3127
Revised?ll�daied \�avemh�r?. 202 i- Madilied May 2i123 - Iuly l�, 2U2:3 -('()1V1'i)I�M�D
6021 13
3NSTRU C 1'I()IV5 '1'O 131 pDLIt5
5. Availaih'rlety of Lantis f�i• Worl�, �tc.,
I'�ge S nf 10
5.1. The lands u�o�� wljich the Work is to l�e perfornted, ri�hts-of-���ay and easements ft�r
acccss thcrcto and othcr IAnds dcsi�natcd for usc Uy Cantractor in perfbrmi»� tho Work
�rc idcniilicd i�i t�ic Coutxact Doc�in�cnts. All additional laiicis and access tl�crcto
required for tempnrary cot�struction facilities, consti�ctian equipinent or storage vf
rnaterials and equipi�ent to be incorporat�cl in the Woi•lc �re to be obtained and paid for
by Cailtractor. E�se»>eilts for per�nanenl structures ur permaneiZt changes �n existing
i'acilities are to be obtaiiied and p�icf for by City unless otk��rrvise provided in t11e
Conir�el Docurnenis.
5.�. C)urs[andrn� righ4-al=way, e�semenls, ancUpr �ermits tq be acyuired by the City �re listed
in Para�+ra�h S("_ 4.0 I of the Suppien�ent�try Conc:iiinn�. In the e�r��it th� n�cessary righE-
of-way, easenzerit�, xnd/ar }�ennits are not ol�tained, tlie City re�erries il�� rigilt ta cantel
#he award nf cnntrach at any tinte be�'are the l3idde�• l�egins any constil�ction work oit the
projcct.
5.3. 1'lie Bidder shall be prepla•ed to co��mence co��stnzction without all executed rigl�t nf
way, easements, and/or pertnits, and shall s��btzYit a schedule to the City of how
construction will proceed in ilie otl�er areas of tlSe praject. thai d4 no� require pennits
andlor easements.
6. lnterprcka�ions end Addenda
G.I. All question;; abuut the meanin� or intent aFt1�e Biddin� Dactuyieats are ta U� clirected t�
�-ity in tiv�itin�; c�n nr be#'Ure 2�.m., the Monday prior lc� tlte F3id �penin�. Qu�stians
receiued after tl�is day may nnt be respc�nded to. Interrretations or clai�i�ications
cansi�ered nccessary by Ci[y in respansc to such qucstions will bc issucd by Addcnda
dcli�crcd to a11 partics rccorded l�y City as havii�g rcccived thc Bidding Dacumcnts.
Oiity questiotis ai�s��vc�•cd by far�nal written Addcnda will b� buiding. Qral and other
ii�terpreiatians or clarificatians will be witllout lega� eifect.
Addr�ss c�uesti�ons t�:
Attn: Farid� Ciaderya, WaterDepartmeni
E��iail: Farid�.Cioder�Ca).foi�twc�rthtexaS.�Yov
Phor�e: � ! 7-392-82 i 4
AND/OR
Att�i; Troy Laman, C�rallo �ngineers, inc.
Email: tlatnar�(�;ca�'olla.com
Pi�one: $17-916-1 R27
6.2. Ar�denda m�y also be issued ta �nadify t}�e Bidding Dacuinents as deentet� ac���isable by
City.
6.3. Addenda or clarific�tio��s may be post�d �iA the Cily's elec[ranic cincnntettt mana�ement
at��i cnlla�ior�tion syslc:ttl nl l�ttns:lldocs.k�360,�utaticsk.comisl��resf45Qf2340- l 76d-46�5-�)35l -
2i1�91�cc(1U027. — -
C'f7'Y UF FC�fiT 1�'UTt7']1 1�OIII11� I�III3 V4'i11eF Tldtllll}illl ('I611t C'I1I017l1� �Ci'14F1�7@I' L�Z�IIICCE11�i1S
5TA\DARDC'UNSTRUCTIO\ SPI:t"!1�lCATION U[!C'�MLsN7 PrUjc�iNu, J4.1127
Revicecil[J�idrted \nvemher 2. 3Cl21 • Nlotijilied May 2f123 -]uly fi. 2[1�3 -('t7NFOR[�tED
OU?I 13
INSTRUC"1"IiJ1+35 TCl BIDDL'R5
Page fs nf ID
fi.4. A�rebid cunfcrence m�y be held at the time an�i E�Iktice ir�dicxted in the Ac3verti�ement or
TNV�TATiON TCl RIDDERS. Representatives of Gity� v��iil l�e present to discuss tl�e
Project, I3iciders �re encouraged to atteaid and participate in the c��iference. City will
teansmit ta all pros}acctivc f3iddcrs �f rccord sucl� Acldcnda as City considcrs ncccssary
in res�ansc tv qucskions arising at thc caufcrct�cc. Oral statciY�ents may n�t bc rclicd
Ei�on anzl �vi il not be bindin� or Ie�zaIly effecti�Te.
'�. Sid Sccurity
7.1. �ach Bid nti�st �e accompanied b}� a Bid k3ond made payable to Cily in an lmount of liue
(5} p�rc4nt af Bidcler's in�xi�����m Bid price, can th� form attached or equi�aleut, issued
by ri sttrc.ty me�tin�; tl�e rec�uirement� �f Friragraph S.0 f af 1�� Gener�il Conc�itions,
7.2. The Qid C3onds �ra�id�d by a i3icider ��vill l�e re�ained until tl�e cnnditions of the Nc�tiee of
Award have beex� satisfied. if tl�e Successliul I3idder fails tp exe�ute and rett�t�� the
Conteact Docw��cnts wit}iin 14 days af'tcr thc Noticc Qf Award eon�cying samc, City
may consicicr 13iddcr to bc in d�fault, resciisd tl�c Noticc of Ativard azid act ntt tl�c Bid
Band. Such action sh3116e City's exclusive remedy in the event BicEder is deetned to
have defaulted.
8. Co�trmci Ti�nes
The i�urnber of clays wilhin whieh, ar che dales by wliich, Miiestones �re lo be achieved in
a�car�fmce with the [reneral Rer�uirements �nd the Work is ta be coi��pleled anci ready far
Final Acc:eptance is set Fc�rth rn t4�e A�reeu�ei�t ar in�c�rp�rateci thereitt hy rcFeY�ence to th�
tiitach�d Bid For�j�,
9. Tsiquidated Dum�ges
Provisians for Eiquidatcd d�magcs are set f'oi�h in thc A�;rccmCni.
lfl. Su3�stitute and "OreE��a1" I#ems
The Cantrr�ct, if awarded, will be on the basis of materials and equipmetit describeci in the
Bidding Doc�unenis withaut consideration of possiblt substitute or "or-ec�ual" items,
Wheneve�• it is inc{ic�ted ar speeified in ihe t3idding Uoeu�nelt#s th�t a"suhstituie" or "or-
equal" ite�n ai�tital�rial or �quip»�ent may �e lurnislied or rised hy Co3ltraclor if accepiable to
C.ity, application i'or such ��ccept�nie will uot be consiciered by City until af�er the �ffeci.i�e
Date of tlie Agreemenh. The proce�lur� for submission of any such appticat.t�n by Cflnt�actor
and cnnsidc.ration hy City is ��;t fnrth in Par���;r�i�ahs 6.OSA., 6.t?SI3. snd G.i15C:, of tli� {��n�ral
Canditinns.
11. Sul�rontractars, Suppliers and Ot�ers
11.1, IEt �►ccorda»cc writh thc City's Busi�fcss Equity Ordi�tancc Na.25165-10-2(�21 thc City
I�as goals for t}je participatiun of minority b«sinEss andlor �vamer� business
enterprises in City cantracts S1U0,000 or �reater. See Sectiot� OQ a5 4� for ttie
M11�V�3�; ['r�ject Goals anc� addi[iona] require�ilents. �ailt�re to comply skt�ll ren�ier
the 13idder �s non-res�ansive.
Businc;ys Equity Ordinance No.25 165-1 0-202I, 1s �im�.ndesi (�•e}�lacin� Urdin�nce
Nc�. 24S34-i !-2(l2(}}, coc�iiied at:
hltn�:flcc�delil�r� , .r ay mlegal.ccym/crrdeslttworchllatestlf�wc�rtlz_tx10-0-0-22593
CITY C�F i�UR7' N,�r�ItT[i €t��llin� Ilills �1'ntcr �fr�.um4n� Plont Chlorine ScruEil�er f�epElcement
5TA�I)r1RD C'(]NS'rRUC"l'f()\ SPI�t'll'ICATIt)N p(3��t;h1�N7 F'ruj�et Mu. 1V3127
Iteviser�nlpdated \ovemb�r 2. ?0? 1• Nlntlilied Map 2f}? �-.fuly fi, 2S123 -('O1V�Q211EE[l
0021 13
11VST[tUCTiUNS T(1 k�ll]q1iRS
i'age 7 n!' If)
! l.2. Nc� Contractc�r whall be reyuired tc� employ any 5ubcc�ntractc�r, Su�pli�r, cytl�er pecsc�n
or nrgani�,atian a�ainst whc�m Gnntractnr Us• Gaty has reasnn�l�le objectin�t.
1�, �3id [+orm
12.1. The Bid �orizi is ineluded with the Bidding Documei�ts; additiar�al copies �ifay be
abtairied from tltie City.
12.2. All bfailks on the Bid �orrn mu�t be coinpleted �nd tl�e Bid Forn� signed in ink.
L-'t•asures or alierations sha11 be initi�led in ink by llie person si�nii�� lUe kiid Form. A
Bid priee shall be u�dsealed for each Sid item, �lt�rnaiive, and unil price iiem list�:d
therein. In tl�e eas� c�f �ptinnal �lternative:s, the �vprds "Nn Bid," "Nca Chau�;�," or
"Not 11ppIicable" n�ay b� �ntered. Bicider shall state tlie prices fc}r whic}i tl�e Bidcler
�ropcases tn dn the wark cantem�lateci �r furnish m�tteriais required. All entrie5 sl�all
he le�;ible.
l 2.3. Bids by corpoi•�tions sl�all bc cxcculcd in the corporatc namc by thc presidcnk ar a
vice-presic�ent or other corparate officer accom��ar�i�d by evidence of a�tlyority to
sign. The corporaie seal slial] be affixed. The cor��orat� address az�d state af
ir►cor�oration sha�l �e sl�ow�� below ehe signatui•e.
12.4. Bids by partnerships shall be executed in the partnership n�me and signed by a
p�rtner, wl�ose litle nwst appear under the si�n�ture ac�companied Uy evidet�ce of
�uithprity tp si�i. Th� officia� adclress of the pa�tn�rshi� shali be 4hot�+n below the
signature.
12.5, 13ids by liniited liability compani�s shall }�e executed in the name c�fthe tirm hy a
mcmbcr and ac.cnm�anicd by evidcnce of' autl�ority to sign. Tl�c statc of f'arma#ion oi
tl�e firin and thc official acldress of thc firm shall bc sl�olvn.
l2.fi. Bicis by ii�di�iduals shall show tlte Bidder's name and ofi�icial address.
12.7. �3ids by_}oint ventures shall b� executed hy eAch joint venture in ih� Illill]Cf�P ft][IlCBtCCI
on the k3i�l �or�jt. Tlie ofiicial acldress of the joint venture shall be shoNm.
12,8. A11 ns�mes sl�all be typed or printed in i�fk belo��v the si};nature,
12.9. The Bid shall cc�nta�n an aek»tywledgement c�f raceipt c�f all Addenda, the numb�rs of'
wnich st,aii �e �ilcd �,3 on che ��d rorm.
I 2, ! �. Pasta2 and c-mail addresscs and tcie�hoi�c ,numbcr k'o�- c�m�3�unications rcgarding thc
Bid sha11 bc sl�own.
12.11. �vidence nf authority to conducl hi�siness as a Nonresidetu Bidder in tfi� state of
Texas sl�all be provided in accardance witli �eetian QU 43 3? —1�endor Coinpli�nee
to Stale L�w Noi� ftesident Bidcler.
C'ITY Ur F(�ftT WC1R�T'] 1 Rallin� ![ills 4Lrnter Trealnie�it Plan! C'hlnrine ScruE�Uer Replace3�yrnt
S�'A\UAR� C'C}NSTRUC'T]U\ SPLCJI�IC`ATIUN I7()C�h41:NT Pmject iVo, 1c�3127
Revi�ed/U�d31ed \nti�emher 2, 2021 • ivind�lied May 2U23 - July 6, 2U23 - C(]NI'()RMCi�
OU21 13
[N57Rf.1('T[()NS TCl 131D�IiRS
Pa�e R nl' 1f]
l3. �ubmifision of' I3ids
Bids shxll ��e suhinitted a�� the ��rescrihed i3id F'arn�, prov�cled with t�e Didding Dacumcnts,
at the time and �lace ind�cated in the Adverti;;ernent or INVITATIQN TO T3IDD�RS,
addresscd ta Purchasing Managcr of thc City, and sl�all bc c�yc�oscd in an opaque scaled
en�+elopc, nia�•ked �vith thc City Projcck Nui�bet', Project titic, thc nar�ic and address oi'
f3idder, and �ccumpanied tay the Bid security and other rec�uie�d documents. If tl�e Bid is sent
througly tt�e mail or other deli��ry system, the s�a3ed envelape s.l}all be enclosed in a sep�rate
e�ivelape �+ith the uotat.inn "BII] �NCLOSEU" on the f�ce of it.
14. Withci�•a�vai of Bi.dls
14. F. Bids �ddressed to the Prirchasing M�na�e�- and iil�d witij kh� Purcl�asiug Of#"ice may
i�e withc#rawn prinr to the kime set fnr Uid c}pening. A request fUr wititdrawtil mu5l b�:
mdde i� writing and delivered to tl�e Purchasing Ot�ce to r4ceive d time �tamp �ric7r
to the �penit�g of F3ids. A tit77ely withdrawn l�id wil! be reittrned to the Bidder nr, if
thc rcqucst is within anc hour of bid o�cning, rn�il! nat Uc rcad aloud ak�d will
thcrcaftct' bc returiivd uno1�cncd.
14.2. 1�� tUe e�ent any Bid for which a��vithdrawal request has been tiniely fi�ed has been
inadvert�ntly opened, s�id Bid and any recard thereof wii� s�ibsequeutly be marked
"Withdi•awn" and will be �iven i�o fiirtl�er consideratian far the at�vnrd of �onl�-act,
1�. Upening ot' �3ids
Bids wili be opened �nd rea� �laud p�blicly. An abstr��ct �f tlze amounts of the bt�se Bids anci
tnajnr altemate5 (if ���y) er�ill be ni�de dvail��le tt� Bidd�rs afte�� the apening of Bid�.
1G. Iiids to Ramaia Sahj�ci to A:ccept�nc�
All Ricis will remain sub,jcct to acecptancc fior t� minit�lum q1'90 days vr ihc timc periad
s��ctificd for Naticc of Award and cxceutioi� and dclivcry of a cornpIctc Agrccmcnt by
SLlCCC5SFll� B1di�CY. GI� I713j�, at City's solc discrction, rcicasc any Bid an,d tiuflify thc Bid
security prior to th3t date.
l7. �:�aluation of Bids and Awarzi of Gontruct
l�.1. City eeserves ihe ri�ht to r�ject any or all Bids, including without 1it�iitation the rights
to reject any or all uonconformin�, nunresponsive, �uib�l�tnced or canditional �ids
�nd to reject #he Bid uf �ny Bidder ifCity helie�es th�ii it would not Ue in the best
interest of th� Prc�j�ct la n�F�k� �tn Hward tc� that E3idder. L:ity reserves t13e right tp
w�ive itifa��i�alities not iryvolvin� pric�, conh•act liine nr change5 in the V►�cirk �nnci
a�vard a contract tp suclti I3iddcr. D�scrcpancics Uetwsccn thc multi�lication of'u�iits of
Work atit� unit J�riccs wi�l bc resalvcd in lavor �f tl�e �inik priccs. Discrcpancics
bciwccn thc indi�ltcd su��i af any column n1'tigures and thc cnrrccl su�ti tl�crcof'will
bc resalvcd ii� fauor �f tlfc c�rrcct suta3. i7iscrcpancics Ucn�vicer� v��Qrds anei fiigures
will be r�solved in favor of`the words.
C1TY CF� FORT WQRTII Roilin� l[ills W�ter Tretim7eri� Plnnt C'ltlariue Scr«bl�e�' lieF�klcement
STA�DARDC'(1N51'RUC'T](7\ Sf'l:i'!l�]C'ATIU[Y DUC'�AdLNT Pm.l�t'l ho. 1U31Z7
Ret�i�ec��U�d:�1ed \ovemhzr 2, ?(i21 - IVlodilied May .�.U2� - li�y Ci, 2f123 - CONF[)RA4ED
(10 Z I I 3
INSTRUC`TI[)PIS TQ I31pDL'l2S
('a�e9nl'10
17.1. f. Any or �►11 hicis r�i11 ��e rejected i�'City has reciso�i tt� helieve th�t collusion exists
a��ong the i3idders, Bidder is a�i interested party ta any litigHtion against City,
City ar T3idder may l�a�e a claii�l ag�inst tlxe atlier or be enga�ed in litigatin�i,
Riddc�• �s in arrcars on any existing enntract o�� iias dcta�zlted oi� a pre�ious
cantract, Biddcr lias perfor�ucd a priar contract in an unsatisfactory manncr, or
Bicider has unco�z�pleted work 4vhich in tkie,judgment af tl�e City will preveut o�•
I�inder the pro�rtpt completion of 3dditianal wark if �warded.
17.2. In addition to E3idder's relevant prequAlifie�tion ret�uiremcnts, City may cansid�r the
quali�c�lians and experience of Subcontractors, Suppliers, And olhe�• �ersons and
or�;aniEations praposed 1'or lltose poriions af i1�e Work where the identity Qf such
Subcuntractprs, Suyplier5, and other persons and or��nization4 m�ist b� stil�mitted ��s
prn�ided ir� the Cantract Docurnents nr upor� the reyuest of the City. Gity altio m�y
ca3isider the c�peratin� co�#5, maintenance requiraments, perfnrmxnce daEa a�id
�uarantees ot ma,�ar items of materials a�ld equip�zient }�ropc�5ed for i�tcorporatian in
ttic Work whcn sucl� elata is rcquircd ta bc submittcd nrior to the Nnticc nf Award.
17.3. City may conduc# such investigations as City deems necessary to assist in the
e��alu�tion of any Bsd and ko establish tl�e responsibiEity, c�ullificatiai�s, atad �n�ncial
3b1llf� 4{�BiGIa�CS, pro�osed SubcautraGtoi•s, Suppliers �nd other perserns and
arganizatians Eo perfarm and furnish th� Work in aceardance with the C:ontract
Documents to Ci�y's satis!'action wi(Iiin the prescribed t'tme.
� 7.4. Cotttract�r �i�all perforul with Itis own organizari�n, work of a t�a1u� nat I�ss than
35'% of the value embrac��l on the Contract, unles� otlrerwitie apprc�wed �y the City.
17,5, If the Cnntract is to be awarded, it will he awarded to ]owest resp�nsihle and
responsivc Riddcr tivhosc cvaluatian by City indicates that thc award �vill hc in ihc
bcst intcrests vf tl�c Ciry.
17.6. Pursuant to TexAs Gavernment Code ClZapter 2252.D�1, tlie City ►�riIl not award
coutracl to a Nanresident Bidder unless the Nonresident Bic�der's bid is lo��er tl�an
the lawest bid suhrnitted �y � responsible Texas �iidder by the same �mnun! thai �
'fexas resident bid�fer would be required to underbid a Nonresident Bidder to obtain a
eompar�tb�� contract in the ,tate in �uhieh tve uoi�resictent's principat place nf
business is located,
17.7. A enntrac:i ic; tu�t t�wardeci until fatmal City Cauncil �uthai7��tion. I#'the Gnntr�+ct is
tt� be a�raE'dcd, �ity will award thc Contract vviNiin 90 riays at�cr d�c day of tiic �3id
opcnir�g unlcss cxtcndcd in �vr'slin�?. No athc�� act of City or oil�crs wi11 constitutc
acccf)tancc of'� R�d, U��pn the contract award, a Noticc of Award evill bc issucd by
tl�c City.
17,7,1,'Tlie contractor is reqnired to iil� out und sign Ehe Gertiticate �►f Interested
1'artics Form 1�95 and thc form musi bc submiticd !o lhc Nro,jcct 1�'i�na�cr
d�efore the contract rvill !�e presep#ed ta the C:ity Caunci�. The ft�rm can Uc
ot�tained ar hit�s:l/►v►v�ti�.ethics.stgte.tx,uslilatalformsli29511�9�.udf
I7.K. Failur� or refe�sEil lc� com�}ly with th� recYuiremenis m<�y result in rejectio�i uf Bid.
CffY OF Ft?R'F WI�R'fl I liollin� llills �'ater 'I'reatmcnt !'I7[l� �I}I0J'lEl� S4'fUE1�4'1' R@�1I7C4'll]@!1L
5TA\nARUC'UNSTRLlCTI(}\ SPI�:Ci[�ICATIQN i3C1C'L:MI�:NT P�r�jcwtNa ]U3117
Reuised+U�dated \rn�eiuher?, Z0� I- Modilicd May 2023 - luly U, 21723 - C(7NFf)I�M�❑
fHl2� �3
1NSTRUC'TI(}NS 7'i) �313JUL"CZS
Pnge I U nl' I{]
il3. S��ning nf Agreement
I8.1. W#�en Gity issues R Nt�t'sce oFAward to the St�ccessfu] Iiidder, it will �7e accOmpanie4l
Uy thc rcqt�ircd numbcr af unsigncd countcrparts af�thc Frajcct Manual. Widiin 1�
days tliarcaitcr, Contractox shall sig�� and dcli�cr thc rcquircd i7lunbar of countcrparts
of ti�e I�roject Manual to City with the required Bonds, Certificates oi7nsurance, and
all other �•equired dorumen�ation.
]$.2. City shall there�fter de[iver one fully signed counterp�rt ta Contractor.
�nD O�" SECTION
C'ITY C�l� F��RT W�RTII kollin�, llills �h'ater Tre;tpne�it 1'lnni Chlarine Sc�rd�ber Replacremens
S7'A\DAItD C'(]NSTRllCT1C7\ SPI:C'�1�It;A�Cf(]N C1()C'�h9LiNT Pnajc�;l Nu. JU3127
Ete��icecl.rllpdated \nveniher 2.?021 - Madilied ivi.�y 2(1?3 -,lu6y fi. 20?3 - Ci)N1�[)]iMED
00 35 13
CONFLfCT OF INTEREST STATEMENT
Page 1 uf 1
S�CiI�{V 00 3613
CON�'LICT QF INT�REST STATEMENT
Each bidder, offerar or respandent to a City of Fart Worth procurement is required ta complete a
Conflict of In#erest Questionnaire or certify that one is current and an file with the City Secr�tary's
Office pur�uant to stat� law.
If a member of fhe Fort Wor�h City Cauncil, any one or more of the City Manager or Assisfiant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting wifh a bidder, offieror or respondent is affiliated with your company, then
a Local Government Officer Confiicts Disclosure Statement (CIS) may be requir�d.
You are urged to consult with counsel regarding the applicability of these forms and Local
Gavernment Code Chap#er 176 to your campany.
The referenced forms may be downloaded from t�e IinEcs p�'avided below.
�orm Gic� lCon�iict of Inieres7 cau�stionr�airel {state.tx.usl
htips:i/www.eth ics.state.tx. usldata_fformsleonfi�ict/C IS. ndf
�
❑
❑
�
❑
0
CIQ Form does nat apply
CIQ Form is an file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
C�S Farm is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDD��; Eagle Contracting, LLC
P.O. Box 16Qa 15700 Park Vista Circle
Fort Warth, Texas 76244
�N� OF S�CTIOR!
CIN pF FORT WORTH
STANDARD CONSTRUC710N SPECIFICA710N ppCUMENTS
Revised February 24, 2020 - Modifled May 2023
By: Roy �wen „
Signafure: � _�-
Title: President
Rolling Hills Water Treaiment Plant ChEorine 5crubber Replacement
Project No. 103127
00 41 OD
�I[] F012AA
Page 1 of 3
s�cTioN ao 4� ao
BID FDRM
Tb: The Purchasing Manager
clq: The Purchasing Division
20Q Texas Street
City of Fort Worti�, Texas 76102
FDR:
City Project No.:
UnitslSecfions:
Rolling Hills Watar Treatment Plant Chlorine Scrubber Replacement
903727
1, Fcnter Inko Agreernent
The undersigned Biclder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in khe form
included in the Bidding Documents to perform and furnish all Work as specified or lndicated in the Cvntract Documents
for the Bid Price and within the Confract Time indicated in this Bid and In accordance with tf�e other ierms and conditions
af the Contract Qacurnents.
2. BIDD�R Acknowledgements and Certification
2.1. In submitting this Bicf, 6idder accepis all of the terms and conditions of the INVITATION TO eIDD�RS and
INSTRUCTIONS TO BIbDERS, including w9thout limikation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware o� all costs to pro�ide the reguired insurance, will do so pending contract award, and will
pro�lde a vafid insurance certificate meeting all requirements within 14 days of notifica#ian flf award.
23. Bit�der certifies that this Bld is genuine and nat made in the inierest of or on behalf of any undisclosed
indi�idual or entity and is nof submitted in conformity with any collusi�e agreement or rules of any group,
associatiQn, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder ka submit a false or sham Bid.
2.5. Bicider has not solicited or inducad any individuai or entity to refrain from bidding.
2.6. Bidder has not engagEd in corrupt, fraudulent, collusive, nr coercive prackices in competing for t�e Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means khe offering, gi�ing, recei�ing, or soliciting of any thing of �alue likely to
influence the action af a public official in the bidding process.
b. "fraudulent prac#ice" means an inkentional misrepresentatian of facts made (a) to influence the
bidding process to the. detri�nent of City (b} to estat�lish Bid prices at artificial non-competiti�e
levels, or (c) to depriva City o# khe benefits of free and apen competition.
c. "collusir+e practice" means a scheme or arrangement between two ar more Bidders, with or
+,vithouf the knowledge of City, a purpase of which Is ta establish Bid prices at artificial, non-
competitive levels.
CfTY OF FdRT WORTH
5TAN6ARQ CONSTRUC710N SPECIFICATION DOCUMEIdTS Rolling Hills Weter Trealment Plant Ghlorine 5erubber ReplaCement
Revised 9I3DI2021 - Modifled May 2U23 PraJect No.103127
00 41 QO
81� FORM
Page 2 of 3
d. "coercive prackice" means harming or threatening to harm, directly or indlrectly, persons or their
property to influence their participation in the bidding ptocess ar affecf fhe execution of khe
Con#ract.
3. Prequalification
Th� Bidder acknowledges that khe following work types must be performed only by prequalifed cantractors and
subcontractors:
a• Eagle Co�tracting, LLC
b. -
c.
d.
e.
f.
9•
h.
4. Tlme of Campletion
4.1. �he Work will be complete for Final Accaptance withln 600 days after the date when the
the Contract Time commences fo run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions af the Agreament as to liquidated damages in the event of failure to complete
th� Wark {andlor achievement of Milestones} within fhe tim�s specified in the Agreement.
5. Aftached to this Bid
The following documents are attached to and made a park of tfiis Bid:
a. This Bid Form, Section 04 41 fl0 '
b. Required Bid Bond, Section 00 43 13 issued 6y a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, 5ection 00 42 43
d. Vendor Compliance to Skate Law Non Resident Bidder, Sectlon 00 43 37
e. NaWBE Forms toptional at time of bid)
f. Prequalification Statemen#, Sec#ian OD 45 12
g. Conflick of Interesi Affidavit, Sectiart 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly ko City Secretary
h. Any addifional documents that may be required by Section 12 of t}�e Instruciions to Bidders
C1TY OF FORT WORTH
STANflARo CDNSTRUC710N SPECtFICATION �OGUMENTS Rolling Hills WaterTreatment Plant Chlorine Scru6ber Replacement
Revised 913Dl2021 - Madifted 11hay 2023 PtoJect No.ifl3127
e
00 41 00
BID FORM
Rage 3 of 3
6. Totai Bid Amount
6.1. Bidder wlll complete the Work in a�cordance with the Contract Documents for the following bid amaunt. In
the space provided below, please enter the total bid amount far this projeet. Only tfi�is figure wili be read
pubiicly by the City at the bid opening.
6.2. It is understood and agreed by the 8idder in signing this proposa[ thai the tptai bid amounk entered below is
subjeck ta v�riTication andlor madifcation by multiplying the unit bid prices for each pay item by the respective
estimated quankities shown in this proposal and then totaling all of the extended amaunts.
6.3 E�aivatian of BEd Alkernates - Not Used
t
To��i B�a �,� bti �.� 7. �f �
.�
7. Bid Submlital
This Bid Is submltted on .�UnB 2�, 2023
Respectfully subml#fed,,, �
�
�f
By: � ��•
(Signaiure)
Roy Ewen
(Printed Name)
by tf�e enti#y named belaw.
Tit�e: President
c�mpany: Eagle Cantracting, LLC
aadress: 57D0 Parfc Vista Circle, Ft. Worfh,
Texas 7fi244
State of incorporation; TL'XaS
Email: r.@W�n@�ag�ECOfltl"aC�111g.CD111
Phone: (817) 379-1897
�cI�D OF S�C"CEQN
CITY OF FORT WQRTM
STANDAR� GpNSTRUCTI�N SPECI�ICA7ION DOCUMENTS
Re�lsed 9130l2Q21 - Modified May 20F3
Corporate Seal:
Rolling Hills Water ireatment Plant Chiarina Scrubber Replaceritent
Project No.103127
ao ex a�
81D P0.0PCShL
Page I.of 7
SECTION 00 42 43
PR9PQ5ALFORM
LdIV�� rft�4� ���
�itider's Applicativn
Praject Item Iniarma�ian Bidder's Fraposal
Base Sid
Bidlist [�em p�i�ip�ion Specifica�ion Unii of 6i6 Unil Price Bid Value
Na. Scel3un No, Meesurc Quenptg
� Completian af wark, asscefated with the demolilian, removal end disposa[ af dia Varioas L.S l$330,fl�D.00 $33n,OD0.0�
existing chlorinc scru6hcr system.
2 Ptpcnremenl, fabrica[ion, dalivery and field assem6ly o€ the eauslic storagc tank. 44_L3_Ol LS L " � - i
ay
, � �
ProcuremeM, fa6rica[ion, constmction and�opera8artal oompletion of work,
3 equipmeat, improvements, and modifications associated with the new chEorine 44_l3_01 LS 1 ' �— � � � i
scruh6er syetem. �
Q Procurement, preparalion, and application of thc high perFormance coating 09 96 Ol LS l$40Q,OQO,dO
���,�. - - $400,U00.00
5 Constnection and aperalionai comple�ion of all electrical wark. Vario.us LS I — - —
I
i
Construclion and�operatianal cbmplction af all instrumentafion, eontrols, and ' -.�,,.�' —
6 5CApAlpC5 integration work. Various LS L -.
Conatruction a�d completion oEall items nut included in hid items ] thru 6 for
7 complete and opera�ionpl �quipment, systems, and appurtenances, including Vnriaua LS I$432,Ofla.4Q $432,�4�.00
mobilization, demobiliaalion, 600ds, generel cpnditions, overhea�d and prafit.
g ➢evelopment, $esign, snd implemers�rion of a[rench safety sys[em as required hy N1A LS 1
OSHA and Tar the acsumption of responsihility for �aid system. $1,flD0_0� $1,0��.�0
9 Canstruction allowmnce N!A LS 1$'IDO,�OOAO $100,OU17.60
Toial BEd / � ��� G i !�' ��
T
SW QP SBC'1'�dN
crrr oF FaRrwoxrx
87.iVOhR� COY3'fRL"C[70� SPECI1�CATlO�' ��J�4ENT$ Rolfing Hiils Wuer7rnlmeo� Poam Chlorinr SnuhheeAepbcpmm�
Reviscd9l}02021�-Ma11fiNMay302I p jn[Vu.IGSli7
00 43 13
BIP BONO
Page i of2
s�c�iotu oa �3 � s
Blf� BQNO
FS�40�.N,4Ll. BY TE��S@ PFt�S�PIT3:
Thaf we, Eag[e Contracting, LLC , knawn as
"Bidder"' here9n and Travelers Casualty and Surety Company of Ametica a corparate sure.fy
du�y authorized to do business in the State af Texas, knvwn as "Surery" hereln, are held and firmly baund unta the City
of Fori Worth, a municipal corparation created pursuani to the faws of Texas, known as "Cify" herein, in the penai sum
o#flve percent (5%j of Sidder's maxfrn�rm bid price, in lawFui money of the United States, to be paid In Fort WoRh,
Tarrant County, Texas for the payment a# whfch sum we[I and fruly fo be made, we b9nd oursalves, our heirs, executors,
administrators, succ�ssars and assigns, jolntly and severally, firmEy by these presents,
WHERI�AS, the PrinaipaE has ss�bmitt$d a�id or proposal to perForm Work for ttte follawing projeck
�eslgnated as RoAing Hllis. Water Treatment Planf Chlarine Serubber Replacement
NOW, THEREFOR�, the candition of lhis obfg�tion is such ihat if #he City shall award
the Cvnt�act For lhe foregoing proJect ta ihe Principal, and the Principal shali satisfy all requirements and canditians
required far the execution of the Cantract and shafl ent�r into the Goniract in writing wiih the Giry in accordance with kha
terms of sueh same, fhen this obligafio� shall be and become null arod void. I€, however, the Principaf fails ta execute
such Contract In aacordance with the terms of same or fatls to satisfy ail requirements and conditEons requlr�d for the
execution of the Conkrac#, this bond sh�Il became the property o� the Ciiy, withaut racaurse af #ha PrEncipai andlor
Surety, not to exceed tF�e penalty hereof, and shali be used to campensala CiEy for the difference between Prtncipal's
total �id amount and the next selected bidd�r's total bld amount.
pROF/IA�D FURTEiER, that if any Eegal actlon be filed on this B.and, venue shall !ie in Tarrant County,
Texas or the Unit�ed 5tates Distriot Court for lhe Northem blstrlet of 7exas, Fort Worth Qivision.
If� W�i1V�5S WH�ii�9F, the Principal and the Suraty har+e SIGNED and SEAL�D this Ir�strumentby
du�y authari2ed agents and officers on thts the zgtM day nf Jun� , Z4�3.
ATT�3i. � _
ti �y
Wilness as to P�incfpal' - - '
C1TY 4F FQRT WORTFE
STANO1+Ra GON57RllCT�ON SPECIpiCA7lON �dCUMENTs
Revised 9I3012021 - Modlfted May 2023
PRINClWAL• .
Eagle Contract' g, LLC
BY: �
I 51g aEure � -
Jim Mu a, Gen al Counsel
� Nam and Title
RaIGRg Hlllx Waler Trealmant Plant ChEarine 5crub6er Replecemenl
Yraject No. 7�3127
00 A3 '13
Bln 80k[3
Paga 2 af 2
Witnas as fo Surely -- �avid T.-�Miclette
Attach Pawer of Attomey (Surety) for Attarnay-in-Fack
Address: 5700 Park Vista Circle
Fort Worth�TX 7624�4 _
SURE7Y: .
Trauelers Casualty and 5urety Company of America
BY; ``—
Signa#urs ��
Nikole Jeann�tte, Attorney-In-Fact
Name and Titie
Address; pne Tower Square
Wartford, CT 06183
Telephane Nurnher: {gg0) 277-0111
*Nate; If slgned by an o�icer af the �urety Company, there must ba on fila a csrtlfled extract from the �y laws
showing lhat th€s person has authority ta sign suah o�ligatlon. If Sureiy's physical address is differ�nf fram
its rnailing address, both must be prnvided. The date of the bond shall not ba �arior Eo the date the Contract is
awarded.
END OF 3ECTI�37V
CITY OF FDRT WORTH
57ANOARD CONSTRl1CTiO1V SPECiFICATION OOCUMEN7S RullEng MiSSs Waler Treatmenf PSant Chiorine Sr,rub4er ReplacemeM
Kevised 9/3012021 - Modifietl May 2p29 ProJael No. 103127
���������
�radeler� C�s�a!`�,+ ar�� ��rety Com��rr� o� Am�rica
Yp�,Y�l�rs �����ii�+ an�1 �ure� �orr�rya��
5�. �a�l �Irr�e anc� i�ariHe %nsvr�nce �rnpa�y
POV9iER OF ATTOWVEY
KHOW ALL MEN BY TH�SE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and 5urety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized und�r the laws of the State of Gonnecticut (hetein
collectively called the "Companies j, and thatthe Companies do hereby make, constitute and appoint Nikole Jeannette of
HOUSTON , 7exas , their true and lawful Attorney(s)-in-Faot to sign, eXeCUte, seal and
acknowledge any and all bonds, recognizances, conditlanal undertakin�s and othar writings obligatory in the nature thereof on behalf of
the Companles fn fheir business oi guarar�teeing the fidelfty of persans, guaranteeing the perfarmance ofi cantracts and executing or
g�aranteeing bonds and undertakings req�ired or permitted in any actions or proceedings allnwed by law,
IN WITNESS WHEREOF, the Companies have causad this fnstrument to be signed, and their corporate seals to be hereto a�lxed, this �1st day Qf April,
20�1.
. ��:�.:�.
�pp?tT��.�y *�,SY AHp ��
lb, L� 8�g �
y�s� a �� �
� �� � -1 �,Si�a�N7� G�".1?�.
� �� +
�.-� y� � 'A'
� � �� ►`' 1,�7
5#ate of Connecticuk
�y:
City af Hart%rd ss. Robert L. Rane , enior Vice President
On this the 21st day ot April, 2024, befvre me persanally appeared Rober� L. Raney, who acknowEc�ged himsalf to be the Senior
Vice President of each of the Cnmpanies, and ihat he, as such, being author�zed so to do, executed the Foregoing instr[amerrt for tha
purposes therein aontained by signing on behalf of sald Companies hy himselF as a duly authorized ofificer.
,�P wa�
IN WITNESS INW�F'i�OF, I hereunto set my hand and official seal. �y. � ���
t�4TR��'f � �
My Commisslon expires the 30tfi� day of June, 2026 � �� �
p"g�'i0 Anna P. Nowik, Notary Public
u't`
ihis Power oF Attorney is granted under and by the suthority of the following resolutions adopted by the Boards of ❑irecto►s ot each of
the Companles, which r�solutions are now in fuA force and effeot, reading as follows:
RESOLVED, that the Chairman, the Preaident, any V'ice Chairman, any Executive Vice President, any Senior Vice President, any Vice
Presiden#, any Second Vice Pres[dent, the Treasurer, any Assistant Treasurer, the Corparate Secrefary or any Assis#ant 5ecretary may appoint
Attorneys-in-Fact and l�gents to act Tor and on behalf of the Campany and may give such appolntee such autharity as his or her certificate af authoriEy
may prescrib� to sign with the Company's name and sea! witM fhe Gompany`s seal boncEs, recognlzances, contracis of indemnity, and other wrftings
obligatory in the nature of a bond, recognizance, or conditionai undertaking, and any of sa]d o�oers or the Board of Qirectars at any titne may
remove any such appointee and revoke the power given him or her; and it is
FUR�7W�R RESOLVED, that the Chairman, the pres�derit, any V'rce Chairman, any Execut�ve Vice Preaident, any 5enior Vice President or
any Vfoe Prasident rnay dalegete all ar any part oi the foregning authority to ane or more oificers or emplayees of this Company, provided
that each sueh delegation is in writing and a copy thereoi is filed in the affice of the Secretary; and ii is
FURTHER R�SOLVEa, that any bond, recognizance, contraci of incEemnity, ar writing obligatory in the nature of a bond, recognizanoe,
or cnnditional undertakfng shall be valid and binding upon the Campany when (a) signed by the presideni, any Vice Chairman, any �xec�tive
lfice President, any Senlor Vice President or any Vfce Preside�t, any Second Viae President, the Treasurer, any Assisiant Treasurer, the
Corporate Secretary or any Ass[stant Secretary and duiy attested ancE sealed with the Com{�any's seal by a 5ecretary or Assistant Secretary;
ar (b) duly �xecuted (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant io the power prescribed in h�s or her
certificate or the[r certificates of au#hority or by one or more Company of�cers pursuank to a writteR delegation of authority; and it ts
FURTH�R R�50LVE�, that the signature of each of the foElowing officers: President, any Executive Vice president, any 5enior Vice President,
any Vice President, any Assistant Uce President, eny Secretary, any Ass{stant 5ecretary, and the seal oF the Company may be a�ixed 6y facsimile to
any Power of Attorney or to any certificate reEating thereto appointing Resident Vice Fresidents, Resident Assistant Secrefaries or A�torneys-in-
Facf for purposes only af execufing and attesting bonds and undertakings and othet wrltings obligatory ir� the nature thereof, and any such power of
Attorney or certificate bearing such facsimfle aignature or f�csimile sea� shail be valid and binding upan the Company and any such power so executed
and certifled by such facsimile signature and facsimile seal shall pe valid and binding on the Company in the future with respect to any bond or
understanding to whloh it is atf�ched.
I, Kevin E. Hughes, the undersigned, Assistant 5ecretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executeci by said Compar�ies, which remalns fn full force and effect.
Dsted this ��� day of , � - {1,�, , '� .L L�,
M`
V�u�,�A ��w�vxH��
�� °� �`�
� ��� � �.�, � � �.�r
�� ��
�,,�� "• ��� �� � ,�
+ �� � ha
� �
Kevfn E. Hughes, Assi tant 5ecretary
To �err'�jr flte aulher�ticity af t�iis Power ofAttor�ey� plea� ce11 c� at t-�6�-�2i-��SOZ
9l�are re�r to �e above-r�arn�d AtLnrney(sJ-in �act and rlie deiails of tiie 6ond t� wi,�ici� �Itis �awe�afAiGorney as ettacH�rJ.
���������
����Il� !� L-�.�.�I � 1�1 � 1 JL1l..�
TO OBTAIN INFORMATION 4R NIAKE A COM[PLAII+TT:
You 1'n�� callt�ct Travclers CasualtY and Surety Company of Axtterica , for infprmation or
to make a c�mplaint a�:
Travelers Bond
Attn: Claiins
1500 MFirket Street, W. 'I'ower, Suite 29Q0
Philadeipl3ia, PA 19IO2
1-500-328-2I89
You may contact the Texas Department of Insurance �o obtain the infarmation on
companies, cavearages, riglits or cnmplaints at:
Texas Department of Insurance
P.O, Box 1491Q4
Austin, TX 78714-9104
(840} 252-3439
ATTACH THIS NOT�CE TQ YOUR BOND. This notick; is for infonnation only �.nd
does nat heconne a part ar a candition of the atta.ched dacuznezzt and is given to comply
with Sec�ion 2253-021, Government Code, and �ectian 53.202, Property Code, effec�ive
September 1, 2001.
00 43 37
VENDOR GOMPLWNCE TO STATE LAW
Page 1 of t
S@CiIO�V 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Governrr�ent Code Chapter 2252 was adoptecl for the award of contracts ta nonresident bidders. This law
provides that, in order to be awarded a contract as low bidcler, rronresident bidders (out-of-state contractors
whose corporate offices or principal pface of business are autside th� State of Texas) bid projects for construction,
improvemenfs, supplies or servkces in Texas at an amount Iflwer than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a. nonresident bidder in arder to obtain a
compara6�e contrac� in the Sfate which the nonresident's principal place of 6usiness is loca#ed.
ihe appropriate blanks in Section A tnust be filled out by all non�-esident bidders in order for your bid to meet
specificatfons. The failure of nar�resident bidders to do so will automakically disqualify that bidder. Resident bidders
must check the box in Sec#ion B.
A. Nonresident bidders in the State af N/A , our principal pface of business.,
are required to be N�q percent lower than resident bidders by State Law_ A copy of the
staiute is attached.
Nonresident bidders in tF�e Skate of NIA , our principal place of business,
are not required to underbid resident bidders.
B. The principal place af business of our company or our �arent company or majority owner is
in the State ofi Texas. �
B1�9FR:
�ND OF SECTION
�v� Roy Ewen
' � �, , �� --�
r _ r'
(Signature)
l"it[e:
Date: June 29, 2023
CITY OF FORT WORTH
STANDARD CONSTRUCTION SP.ECIFICATION DOCUMEN75 Rolling Hills Water Treatment Plant Chlorine 3Cru6ber Replacement
Revlsed 913012U?t - Modifled May 2023 Project No. 103127
� �
EAGLE CONTRA.CTING �.�MI'TEB Yl�RTNFRS�III�
File Num�er: 12142710
Cor�veri:ing it to
E�gle Contr�cting, LLG
r�le Num�er: 804318633
Corpar�tions S�ction �A� E p�,
P.O,Box 13G97 -3 �
Anstin, Tcaas 787I 1-3G97 � �'
�
�ff��� a� �h� Se�rr���Y°y o� ��a�e
CERTXTI��T,� �F CQI�VERSIDI�i
Jol�ii T�. Sc�tt
Secretary of State
The undersigned, as Secret�try of Statc of Texa,s, hEr�by certifies that a fflin� instrument for
l�as been recei�+ec� iy� this off'ice and has been �'ound to con£orm to law. ACCORD�TGLY, the
unders�gned, as 5�cr�tary of State, and by virtus of the au#hority vested in the se�retary by Iaw, hereby
issu�s this certi�cate evidencin� the acc�ptance and fili�lg of the coi�version �n t�ic date sl�own below,
Dated: ] 1/I5/2D21
Effecti�e; 11/15l2021
.
�
:�� ��'�
����►r ��p.
��J
�1;� �1�� �.��
�r 1�1 �� � _.
����nt ���
�'l�ane: {512) �4C3-5555
Prepared by: Kika Gar�'a
�
7oh» B. scott
Secretary nf SC�.te
Cvure vfsif ars ore �he i��l�t•net rrt {�Etps://�s��vw.sos.texas.gov/
Fax: (512) 4G3-5709 Dial: 7-1-1 for Relay Serv�ces
'F'ID; 1�340 Aocu�ner3t: 109�277�OOODG
Flling#;�,�1�k273E1 Document#:f094Z774DD00f Ffled On ii/15/2421 received by U�load
c�R�rr��c�T� oF co�rvr����
c�F
��GLE C�1�'i'RACTTi�i� LII�fi1TED �ARTI�'ER�frIiF
�a� Fife # UO]214�'�l0
I�iTO
�A�LE C�1�'�I2ACT��G, LLC
Pursuant �o €he provisions ofTitle 1, Chapter 10 ofti�� T�xa� Business Organizatior�s Cvde,
the und�rsigned con�e�in� er�tity cet�ifies the foilorvin� �C���ifi�ate�nfConversion adopted for the
pur�ose af effectin� a con�ersion in accordance wit� tl�� provisians o#' t1�� �T�xas Business
Or$anizatians Code.
I. A Plan af Co�tversioi� was appro�eci and adopte� in acc4rdanc� with the provisians
ofTitle 1, Ghapter � 0, S��tian 10. i0�e1 set�. of the Tex�.s Business Or�anizatior�s Cncfe praviding
�or th�.co�nversion nf Ea�Ee Contractin,� Licnited Partne�hip, a limites3 pa�n�irsljip ,fnrrncd un�ec
the Texas Bustness Qrg�tnizat�ans Cnde into Ea�le Contracting, f L.0 A TiX�S I11'Ct1t�(� IfAiflllty
GOIR j7�i7�1. ' A copy vf tk�e P#an of Conversior� wl�ich was appraved and adopted in accordan�� with
the pt�vis�ons aF Section j�.I Ol(b) oF th� Texas Business �rganizations Cade is attached hereto
as ExJ�ibit "A" ane� rnade a pa�t he�eo�F for ail pEEt�oses.
2. T�e executed plat� of ConversiQn is on �ie at the prin;cipal place af busin�ss of th�
converting entiry at .5700 PAR�C V35TA_ ClitC1..C, FQRT WURTH, TX 76��4.anci, from €�nd af�er
the co�version, an executed P'lan ofConvesrsion wiil b� vn fiie at the principal plac� of b�sin�ss vf
che canvei�ted entity a�t 5700 A�RK VI�TA CiRCL�, �URT WORTH, TX 7G244.
�. A cvpy vf khe �'lan of ConveYs�on will be furnish�d by th� conv�rtin� ent�t�' (prior
to t�e conv�r�ion) or by th� conve�ted �ntiry (a#�er th� cnnv�:rsiQnj on vvritte� r�q�est and without
cvst to �ny shareholder ��• me�ber af the canv�rting ent€ty or t�e converted entity, .�
' 4. The approval bt S�te Pi�n nf Conversion was c�u�y autf�orized by ali actian re�uired
i�y the�laws under which Eagie Cor�tracting Limited Parrtrie�ship was �ormed and by 'tts constituent
documer�ts. Tt�e percentage ownursi�ip of the pa�•tnership interests of Eagle Contracti�g f.imited
Par�tnership entitled to vnte, �vith oth�rshares Qr as a class, nn tlYe plan afcnn�ersian are as �'oflows:
p81'Yii�i5� iTl
ln�erests 4utstandin�
100°/4
C�ass or �eries
General and Lirnited
Partnerslzip interesi
Number of Shares Entitled
ta �nte as a Cl�ss �r Seri�s
-p-
5. Th� c�umb�r vf shares, ��ot entitieci to vole o�ly as a ciass, �oted foe and against the
glan af Coriversion, res�secti�ely, and, ifthe shar�s of any class or s�ries ar� �ntitlecl to vote as a
class, the nurnb�r of shares of each such class c�r s�ries �votet� fnr and ��ainst the Plmn of
Cnnversion, a�•e as toflows:
Total Total
Voteci For Voted A�ainst
� oo�r4 -o-
l.'tRTIFlCAT� OF'COIV1'�HSIpN
Clas�
or Set•ies
General and Limxted
Pflrtnership Interest
Numb�r of �t�ares
Entitled to Vote �s
a Class ar Series
NfA
�,iaE 1
6. The Cer�ificate nf Formatio� of �a�le Contracting, LLC, which is io 6e cr�ated
pursUa�i to tF�e Plan of Canversion is b�in$ f�led with the Secretary of State of Texas with this
Certificate afConversion. A capy of said Cer�ificate of (�armation is attac�ie� f�eretn as Exhibit
"B„ ancl made a par� hex•eof �'or a!1 purpos�s.
7. Eagle Cotttraciir�$, L�,C w't�) �e responsibl� for ihe gayinent of a!! franchis� or
margin taxes and f�es of Eagle Cantracting Limited Pa�•ti�ership and ihe cn�vened en�ity will b�
oh�ig�#�ci ta pay such fr�nc�is�: ar margir� taxes and �ees if �am� �re nof timeiy paid !ay tlie
canv��.ing entity.
S. Th� canversion wiil hecome efFective an the date nf.filin� wit� the Secretary of
Stace oft�e State of Texas in accc�rdance wit� the pcovisions ofarticle 10. iQ5 ofthe Texas Business
O�gan�za#iar�s Code.
DatEcf: Navember 1�, 2021, ta become eff'e�tiv� on the dat� of �ling witM ch� Secretary
of State af the Stat� ofi T�xas. .
E��le Coni�c�i�g Limited Partnership
�"h�eugh HE[-� Ente�prises, L.L.C.
Gene�a� �'arr�ner
�� �-
By: Roy Ewen, PfESi��1]�
�a��e Cant�cting Licnited Par�inership
Ti�raugh B.J. Hayr�es Ent�r�risex, L,.C..C.
G�n�rai Pai�ner
� + ��"
8�+: �I��y � Il� , ld�� Ilt
r��.�v ar• ct��v��tsio� i=�c� a
E�claibit ��A"
�'i�Ai�.O�' C�I�V�R�IU�f �
o�
��GLE C��1TRhCTING L�iV'[i iTED PART�G�R�HIP
(a Texas Limited 1'a�t�ersi�ip)
;Pd'1'O
EAGL� CU1�iTR.ACT�G, LLC
(a Te�as iimited liabili#y cor�pnnY)
TNIS PL/�N OF C4i�fVERSi4N, is mad� e�'ective as of October 26, 2421 (the "Plan"),
an� is r�ade pursuant to Title 1, �h��ter 1�, Sectian 1U.101 ,et s�. n� the Tex�s Business
Orgar�ixaCions Code (th� "TBOC"j, by Ea�le Contf•actir�g Li�;�it�d �atr�tn�rship, a Texas limitec!
partn�rship (her�inaf�er ref�rr�d to �s t�e "Conv�rting Entity"). .
W ITNESSET!-�:
WHER�AS, Convercin� Entity is a limite�l partners�tip duly org�niz�d and yalidly existin�
�ncter the laws of t�e State a�Texas; and the o�vnership af�such Ganvsrting Entity is as fol3ows;
IYA113�E:
B.J. Hayr�es Enterpris�s, L.I..C.
H�H �nt�rpris�s, L.�..�.
��y Ewen. ,
. S.#Ily Haynes, .
�r����tssxa��� �i�:
.0��
.OQb
' � 59.994
.39.996
� W[�EREAtS, th� �anecal and limit�d partners nf the Conve��#�ng Er�tity una��i��ously d��m
it adv,isaG�e �nd in Elre b�st� inter�sts of Gonv��ting Entity and � its pattne� that� Conve�ting Entity
canvei�i into �agl� Cantracting, LLC, a Texas lirr�iter� Lixbility Company, as provid�d het�ei� {tl��
"Canv�rsion").and hy resaluti4ns duly adnpted and appraved pu�sua�,t to the t�rans and provisians
o�' �his P.lan; � � . - . .
' NOW, THEf2EFORE, in consideration ot the premises �d the mutual �g�•�m�nts
hereinaft�r set Forth, in accordance with the provisions of applicabie law, ti�e parties hereby agree
as to�[aws.
ARTiC�.E 1
C3ene
�.O 1. The Conversion. The general and limited �artnecs of the �onverting Entity es�h
ag�ee �o e�i'rect the Canversian, subject ta the terms and conditions herein s�t forti�. This Plan of
Conversioi� has been submitted ta a�l of the partners oithc CanverEing EntEiy entitlecf ta voce with
r�spect tv fihe su6jec� rn��tE+er hereof �the "Partners"), far ada�t'son and �pprova� in accardanc� with
the TBOC, by cans��ts i� writ�z�g ex��uted by kkte P�xtn�rs af Conveeting �ntity.
'I .02 Cn��verted Entitv. Upnn the .�ffsctive Date, As d�fr�ed in 5ectiora 1.07 l7ereof, the
Con�ersion sltnll be accQmplished by con�ertin� kt�e Converting Entity irtto Ea��e Contracting
PI,AN OF CpN'S'£RSIOs�' PAGE 1
Er�gle Cont��,cting, LLC. (�tereinaf�er sometimes referrerl to �s the "Cc�nverted Cntity"), stnd th�
existenee ofCanvereing Erttity shal� �ontinu� ir� tt�e Pn�m ofConveried Entiry.
I,43 Or�nnizationa! Form c�iCo�vert�d Enti.�y. Tl3e Converted Er�t�ry shaIl be a limited
liability compa�iy Fo�med pursuar�t to the laws of the State nF'fexas.
1.D4 Certi�cate of Fc�rmation �nd R�„�u�ations oiCor}verted Er�titv. Upnn.the �ffectivs
Date, the Cer#ificate o�' Formation of Convet�ced Entity {att�ched as Ex�ibit "B" to tlae Certifcata
�f Conversion to b� filed v�it� the Texas Secretary o€Scate) shall b� and r��nain Ehe Gertifcate of
I�amnati�n af the Co�tverEed �ntiiy, until ait�fed, amended or �e�e�le�. Upon the Eff.ective Date,
the Rege�lations of Conver#ed Entity shall be artd rem�in the Regulations af the Canyerted Entity,
unti! altered, amend�d or rep�aEed.
- I.OS � Prope�t�s and �,iahiiities, Upon the �ffactive Date, Conv�r�it�� Entity shall be
conv�rted� i�ato �h� Convei�ted Entaty and the �xistence of Canvertin� Entity shalf cn��tinue, without
i�terruption, i� t�� for�n aF Converted Entity. The �anvert�d Entity sf��ll, f'rom and a#�er the
Effective �lats, possess alI the rigl�ts, privil�ges, imrnunities, powers and franchises of �+vhatsoever
nature and t[esci�ip�ic�n, oPa p�blic �s weil as a private nature, and b� subj�ct to al] t�� restrictivns,
dis�bilities a�d duties ofthe Canver�ing Enlity. Other converiin� conditians are as foilows: �.
� � a. All rights, titl� an�3 interest in pro�erty, re�l, p�rsor►al and t�ix�d, �ac�d all debts an
whatever accaunt; �� wei! as all othsr thin�s in action belongin� to oc� due to Converting Er�tity
shslCci�ntinue'to t�� �wr�ed by or due to the Convert�d Entity, and ail prop�rty, righ�.s; �rivileges,
imr�ur�ities, pawers, iic�nses, leeses, and fr�nchises, �nd �!l and every oti�er int�rests s�al1 be
ti��re�f�er as eftective�y the property�of cE�� Conv��ted �ntity �s they weire ofthe�Conv�rtin� Entity,
ax�d the tit�e to� any re�l �skate' vestecf. by de�d or atherwis� at�d �y I�easehalde�r i�it�zests in the
conGer�ed f�ntity shail not revei� ar he in any way impaired by re�son of the Canveesian.
b. � AI! �liabilities ar ohligatior�s nf the Canverting �ntity shal F cantinue co be I'iabiliti�s
�nd ob(iga'tions of the �Converted Entit�y �vithouc iEnpaxrmet�t or diminution by r�easori oi' t}ie
cari��rsion: � � • - �
" •c, � AGI rights pk' creditors or other parti�s with respe�t to ar again'st'rttte Con��rting
Entity, i� exisience as of tli� �ffective Date� ytill continue to e�cist as to those li�bilities at�d
abligatiacis and l�e pursued by �kiase c��eciitc�rs and o�iligee� as if the Cor��vei�sio� had not c�cci�t.red,
and all �iens upon the prape�ty af' t�e Cor�vertfng E�tity shall be presc�ved unimpaired, and ail
debts, liabiliti�s, obtigatiar�s and duties of the Ganverting Entity shafi cvntinue ta exist �nci to be
t�encefor�� attached to tl�e Conv�i�ted Entity, anc� may be enforced �gainst it to the same exte,lt as
if the said debts, liabilities, abligativns ar�d duti�s had been inc�r�ed or �anteacted by �t.
d. Any claim, acti�n or ��roaeedin�, whether civil, cl•imina[ or administrativ�, pendin�
by or a�ainsC ti�e Co�tvercing �r�tity, ir�ay be corttinued �y or a�ai�tst t�e Canverted �t�tity or th�
prior meinbers, as ti�e cas� rr�ay 6e, 4VIL�lOUC 1i3j� 5L%9i1LUiIqR 0��1��'L1�5.
1.06, Ad�itional Aets. Cnnverting Enfity hereby agrees that at any tirne, or �i�om Eime to
time, as nnd when requ�sted by the Convert�d Entityy p�' by its SUG�essorS �nd &sSig�1S, it wil!
�xec�rke and d�iiver, or caus� ta be execvied or• delivered in its narne by its iast acri�g officers, or
�y the cori•�sponding af�ce�s af ti�e Cor�ve�ted Entiry, all such conveyances, assignments,
t�ansfers, deeds ne other insmiments, and ���ill ta�:� or cause to �ie i�ken sucla fi�rtlaer or ath�r aetion
PLAN []f CON1'CRSE(7N
Pr�C� 2
as the CQnverted Cntity, its s��ccessnrs o� assigns, rnay de�m necessary, �esirable ar appropriaie in
orde� to evidence the transf�r, vestir�g or devatutio� ofar�y �rop�rty, right, p�ivilege, immunity or
ftar�ci�is�,,or to vest or perfec� in ar con#�rm to the Conve�t�c� Entiry, its successors and assigns,
title to anc! �ossession af �If of the properry, ri�hts, privil�g�s, �owers, immuniti�s, franchises,
leases, �nd interests referred ta in t1�is Article 1 and atherwise to carr� out the intent and �urposes
h�reof.
� 6.07. Eff�ctive Date. T�� Effective Date a� the Co�versian of Convertit�g Cntity� inta
Convened Entity shal� Ue th� etfective date as set far�h in the C�:�t;ticat� c�f F'arm�tion regaedin�
t�e Conv�rsio�n tv b�e filed �vith the Tex�s Secretary af State.
ART[CLE �3
4wnerskti Interests of th� CanveMed Enti
�.0 f. Conv�rsian . af Owners�iip tnt�rests. Tl�e manner oF th� cor�r+ersioi� of tt�e
�wnership �nterests of Con�erting Entit�! �por� th� Eifectiv� Date sha�t] be as hereinafter set forth
in this Sectivn �.0 [. All �� the Ow��rship Interests of Converting �ntity issi�ed, outstanding and
�tandin� in the narne ofthe Partners as re�le�ted in t�e boolc� and records ofthe Conver�ing Er�tity
immediately prinr to the E#fective Dat�, and a�I rights i�7 respect iherenf slrall ther�apvn, by r�irtu�
of the Canversi�n and vvitha�t any furth�r aatfan an the pa��t of the ha3der thereof, shall
automatically beeome and be can�eried into Unit� of inembersl�ip of Cc�nvei�ted Entity with eacfi
perc�nta�e of th� pwnership Interes#s or fraction thereof in the Converta�g Entity �qualing;:one
Unit of inembet�s�ip or frac€ian ihereof it� the Gonverteci �ntity. 7'�e Units Qfinembersi�ip int�r�st
in tt�� Conver�ed E��tity r�ceived by the Partt�er of th� �anver�ing Entity shAll be Ur�its of
�nembership intei•�st in th� Cor�verted �nt�ty. � : � � . .
ARTIG�E III
Tax Aspects
3.Oi. Tax Treatmenf. • The Convr;�rti�g E;ratity and the Ca�rv�rEed ���tity hereby
�cknawfedge a�1d agree that:
- �,(a) the tra�ls�ctians contet�plated hereby shall be trented�for all purpases as:
• � (i) t�e tr�nsfer �Fali assets �nd �iabilit�es a�the Conv�rti�g E:�iity i�to
the �n���rted Entity;
(ii} the con�ersian oFthe +�onverting Entity is a mere c�aiige in form ar
identiry of t�i� Cor��eMing Entity; and
(iii) t�ie cnnversion is a tax-free reacgan�zation ur�der Sectfon
3C8(a){ I}(�) nf the �ntern$i R�venue Code and a��r other applia�bEe fecieral and
scaie laws.
(b) k�335 Alan of Comersion shall constitute a"pian of rear;a�ni�scion" for
�ur�oses of S�ction 36$(a} of the lnternal R�venue Code.
3.02 RepnrCin,g,. 'The Co�verting Entity and the ConverE�d �ntity ��ree to �le sucl� tax
r�ports and sta�ements in a manc�er which is consist�nt with S�ction 3.OI above. �
FI.:1N OF C'OY�1fI;fiSION Pr1CL�3
tN WITNES� WN�REOF, this Plar� has bcer� exec►ited as afthe day and year �rst wri#en
above.
�agle Cnntracting Limitecf {'ni�t�ersl�ip
Thxa��t� }-d.EH �nterprisss, I�.L.�,
General 1'�rrtner
� �t . ���
�
By: Roy Cwen, �'resident
Eagle Coi3tracting Lirrtited Par�ners}�i}�
Throu��Y 13.J. Hayr�es Enterprises,l..L.C.
Gene��►! �ar�ner�
.�.�.....� , �
By: Biliy Hayr s, res ent
�,.
`' ��,� �
' / � .._ --
Ray �w�n, Lit��ited Parmer
•7
' �, r�
Billy 1-�ay s, LEmit�`tT Partner
rLa�v n�� �c,t�a�xs�or� ��.ncc �
�X�3ZSIT `�5��
C�RTIr�CA,TE OF FO�ATIUN
OF
EAGLE COI�TRAC'�'�NG, LLC
Pursuanc to the provisians o#'Titl� 1, Chapter 10 oithe Texas B�lsiness Organizatiai�s Cod�,
a�td the �'lan o�' Convexsion adopted by Ea�le Coz�trac#in,,g Limx#�d Yartnership, the fallowing
Cer#�f catc of �armation was adnpted:
ARTICL� ON�
The name of the Limited Liabiiity Cam.p��y tn be forn�,ed is �Agle Con�ractin�, T,�LC,
vahickz entity is being forrr�ed pu��suant to a pIan oi aonversion and the convertin� entity's nam� is
Eagle Cantracting �,imited Pat•tnersh�p, whose mailing address is PO BOX 16a0, KEL.L�R, T?�
762�4-I�UO a.�d whoss registered oifice stre�t address rs 5i00 PARK V�STA CIRCLE, �ORT
WORTI-I, TX 7fi24�}, v�rhich erztity is a limited partnership forrz3ed under the laws af the State of
Texas nn Feb� uary i 1, 'l 987, `�'exas S�cretary af State file number 001 � 14�710.
AR�ICL� TWO
The peniod of duration of tl�is Limiied Liability Carnpas�y is perpetual from the date of th.�
�ling of this ���i�cate of Farnaation with tha �ecretat�y a� State or until th.e earlier dissolutao� af
th� Limited Liability Company in accordan,�e with il�e provisions o� its Regulations d�• Corr�pany
Agxeement and thE Texas �usiness Oz•gaz�izativns Code.
�RTICI�� THREE
Excep� as provid�d ��� tkze Regulatioaxs or Cvmp�ny .l�,greexnent, the purpase foz whicYa the
Limited L,iahility Company is arga�nized is ta co��duct ar�y lawFul busine�s, to prornat� a�ny lawfu!
puxpose and to engage in any lawFul act or activity fox which limited liability companics r�ay be
arga�.��ed unde�• th� Texas Business Organazation Code, including, b�t not Iimited to, the purchase,
d�velo�mer�t, sale, service, lease and tnanagez��ei�t of pe�'sanal and rea! �r�periies af aIl kinds and
ciescxiptians,
ART.�CLE FOUR
The I,imited Liability Caz�r�}�a��y sh�li h�ve the gowea�s pxovided for pursuant ta S�ct�an
2.10�, et seq. o�the Texas Busin�ss Ox'ganizations Code,
�
ART�CL� �`IVE
Th� Gim'tted i,iability Cnmpany will not coinmence busin�ss until it k�as receivecf for the
issuance of its certificates or ur�its ofinembershi� interesi consideratian consistiz�g of money> labor
done, a prornissory note, or �aroperty received.
ART�CLE �XX
On each m�tter an which the rr►embership inter�st is entitled to vote, a member wiil have
cane (1} vote or a fraction af an.e vote per one percent of rneznbership irzterest or fractaon, of
merrlbership interest owned by the mernl�er, The members qf the entity may t�lce aCtioln w�thouf
holding a meeting, providing notice, or talcing a vote if the mernbers of the eutity �aving ai least
the rninimum num�e�� o# votes thai wau�d be n�cessary to take the action that is the subject af tk�e
consent at a me�ting, in which each member entitled ta �oie on tk�e act�an is present anci votes,
signs a w�ritten con�en,t ar cansents statzng the action ta�cen. A vvritten co�sent o�� consents
d�scri��d in this Article m��t ir�clude the date each memb�r signed th� eonsent and is effective to
ta�Ce t1�e action that is t�ie subject of the conseni only if tl�e cor�sent or co�,s�nts are delivered to the
en#aty not tater thaz� the 60th day a�ter the date the earliest cfated consent is delivered to the entity
as requircd by the Susk�a�ss Orga�yizations Cods. The entity shail pramptly noti�y each owner or
i�aeax�ber wha did not sign a co�zsent desei•ibed by this Article of the action that is th:e subjec# af the
consern.
A�tTICI�E ��ViN
The st�reet a�.dress c�f 4he iz�itia! registered office of tk�e Limited Liabiliiy Coin�any is 2832
Prairie View DXive, I-�rgyl�, Texas 7Fi226, and the r�a�ne o£ xts register�d agent at suc� address is
Roy Ew�n. `I'h� �ddress a£t�Ze px�incipal place ��bt�si:��ss is 5�00 Park Vis�a Ciz, Fort Vdo�th, TX
76244.
ARI`�CI.E EIGHT
T��e �,imited Liabitity Company shal� bc managed by a►na�nag�r ox managers. Th� number
of ir�itial Managers is one (1) initial m�nager, ar�d the name and address a�t11e person wha is io
serve as Manager until the �'ix•st annual meetin� af the Mem�ers or until his succes�or is elected
and qt�alified is as follows:
Roy Erven
2832 Pxairie View Drive
Ar�y�e, '�exas 76226
ARTiCLE 1�J'IN�
The initiai Re�ulations or Campasiy Agreemeztt will be adopted hy the Mandgers, The powers ta
alter, ame��d, or repeal the Re�urations ar Campany Agreement, or adopt n.ew Regulations or
Cam�any A,gz'eement is veste� in the N�enr�bers, and the Mana�ers sl�all not have the ri$ht tn a�ter,
ariaend, ai' repeal th� �tegulatians ax ado�t new Regulations ox Campany Agreerr�e�xt.
�
;;
�ARTIGLE �L�VE�;
To the full extent ��rmitted by Texas taw, no Manager of the Lim�ted Liability Cotnpany
shall he liable to the Limited I�iabillty Company ar its Members fox monetary darr�agss far an act
or omission i�i sucli Managar's capacity as a Manager e�f the Li�nited Liabiiity Campany, except
that tfiis Article doe� not elimirlate ar limit the Liability ofa iVianagei tn the extent tl�� Manager i�
fouild liable far (�) a breach of the Mana�er's d�ty af loyalty to the Com�any or its members; (iij
�� act ar arr��ssior� �tat in gaod f�ith t�at constitutes � breaah �f duty of t�.e M�s�ager to the
Company ar an act ar omission that involves inten�ional �nisconduct or a knowing viaiatian of tite
law; (iii) a t�ansactian ftom wl�ich the 1Vlana�er received an improper ben�fit wlxetiaer ar not tt��
be�nefit z'�suited #'�•orr� an actiqn taken within tlte seope of the I�Ianager's off'tce; or �iv} aiz acc or
amission fnr whicl� the LiabiIity of a Manager is ea�pressly provided t�y an appliGable �tatute. Any
xepeal or amer�dment of this Article by th� m�m�ers nf the Company sha11 be prasp�ctive oraty and
5ha11 not adversely �ffect ariy limit�tion on the Liability o£ a N�az�ager of the Com�pany existing at
the txme o� such re�ea� ar amendment. In addition to the �ircumstanees in wk�ick� the Mana�er of
the Campany is not tiabl� as set forth� in the preceding sentences, tlxe Manager shall nat be liable to
ths #'ullest extent permitted by any �rovision of th� statutes nf Texas here�iiter �r�actes� that fur�h�r
l�mits t�e Liability of a M�nager or af a director af a corporatior�. The �oregt�ing elimination of
th� Ii�bility to th� Lirnited Liability Cam�an�y o�° its Membexs £or moneta�ey damagss s�all not be
deemed �xc�usive o� a3ny o�h�r rig�Zts or lirnitatzans of liabi�ity ar ir�demnity to which a Manag��
may be entitled und�r any ather pr��+ision af the Certi���ate of Fof�nation, the Regulations o�
Cornpany A�r�em�z�t a�the Limited Ls�bility Company, contraet or agt�ezn�nt, vote nf Membe�s
andlor disinterested N�ana�ers of the Limited Liability Compar�y, or oth��wise.
.�RT�CLE TWELVE
The mernberslaip intetest a� t�ae Limited �.�ability Company will be subject co restrictions
on its transferabiiity as set out in axay buy�se�� agreement by and amon� its members, t1�s
R�gulat10I15 or Company Agreement o#' tl�e Lirnited Liability Compai�y, wl�ich buy-seil
agreement, iiany, azld/or �t.egulatians or Co�np�ny A.greeix�ent wil� be kept with the recards af tl�e
Limited Liability Compaixy. Tl�e Liz�ited Liabil'r�ty Co�npar�y will pxovic�e a aapy of the buy-se�l
agr�ex�zent, ifa��y, andlor Regulat�ons or Cotrapany Agreen�.e�t withatrt charge to any record l�alder
of a mezrabership i�te��es� upoxi written requ�st address�d to We Li�riited Lxability Campa�y at its
priz�cipal,busir�es� office or iCs r�egisCer�d agent's address.
ARTIC�E '�'��TE�11i
T�is Certif cate af Forr���.tion tnay be amezaded, modified, s�.ip�lemented or r�stated inr any
manne�c pernxitted by applicable law and approved by th� a�rmative vote af �ne:mUex�s awning
f�y-one percent {51%) in interest of t#�� memb�rship inter�sts in #i�e Cnmpany then outstandi���.
IN WITNESS �VHEF2EUF, I have hereunto �et nny ha.rzd this November 10, 2Q21.
�
� /��--`
Z�ay Ewen, rrgar►izer
i'LA1V OF C�NVERS1014
�n� � �
Filin��:1214271�q Docuinr�nt#:Li794�77�0000fi Filed �n fs/15I2021 received by Upload
c�,����r�c�rr� or �o�rvrH�rcp�v
C}F
GAG[�� CUNTRACTiN[� LI['Y�l7'I�1D Y�.�t'�'IYGRSEI�P
�o� ��i� � oa�z��z��a
�N'�'O
�AGLE COf�Tf�►CTIi��, LLC
Pursu�r�t to the prt�vi5ions ofTitle I, �'hapter {0 ofthe T�x�s C3usin�ss Or�anizations Code,
the undersigr�eci cn»ve�i�tin� entity certilies Ihe follawin� Ce��tif�c�tc ofConversio�� �dnpted f'or th�
pur�o�� of e�f'ec'ting � cnnversinn in flccordancc with the prnvisions of the �Tex�s L�usin�ss
Organiz�tians Cad�.
1. A Plan o1`C�nversinn was apprav� nnd adopted Fn aacQrd�nce with tize pravisini�s
ofi Titie 1, Clz��tcr 10, Sectian I(�. IA1ct scr�. of t�e '1'�xs�s f3��siness Or�,aniz�tians Coc�c prnviding
for the.convec•sian of Eaglc Contra�ting Litnited 3�artnership, a limited p�tMncrship forn�e� under
tlie 'I'ex�s E3usiness i�rgati�izatians Cocfe i��tc� �a�fe Cnttitracting, �.LC a Texas limited 1it�Uility
cam�fl�y. � A copy of tiie Pl�n oFCanversian wl�ich was a�pravccl nnd �dapted in �acnrd�nce with
the prc�visions of Section i 4.! �I (b) of the "('�xas 8�:��ness prganiz�tions �odc is atta�hed heret�
�s �xhibit "A„ a�d rYtnde a p�rt hercot' fbr al I�ur�c�scs.
2. Tfie exccutcd Pfan af Coitiversiosr is on file �t t�e princi�aal place c�f husir��ss c�f titie
convcrtin� entity at 5700 ��R�G V1S`fA (;IRC�L�, �UR'1' WCl�T1-�, TX 7�2QA �r�ci, t'�•om �nc� �fter
t�tie conver=sion, an executed Afan ofCanv�rsiorr wi[1 be on filc �t thc principal �lace of �usiness a!'
tt�e convei�red entity at 5?04 �AFtK V1S'i'A C:IRC[,E, F�nCtT WCIR`l'H, TX 7b2q4.
3. A capy of the Plan afConvc�sion ►vill be furnished by the conv�rti�� enti�}� (prinr
ta tl�e �attversian) ar by the convorl�d �nlity (a�er the cnnvecsiot�) c�n writlen req���t and withc�E[t
cast tt� �ny sharchnlder or member nt thc cniivertin� entity or th� ec�rv�e��ted entsty. �
�4. `flse a�provat ol'll�e 1'��n nf'Conw�r�ic�n was cluly rauthorizecl by stlf �etion requirted
by the laws under wh�ch �agle Cantracki�n� Limitec� partriers�:ip w7s for�t�ed gnd by its constituent
docum�r��s. TEte �ercentage owners��in nf the �sr�nershi� int�rests t�f �;agle C�ntr�ctir�� Limrtcd
I'artner�hip �nticicd to vote, ti�ith othershares or�S � cias�, an tlic }�lan afca��ersion tti'B #i5 �'OIi4W5:
�apinersh ip
Jnt�resEs 0«tst�ndir�
100°/n
�lAS5 ak" SCrlcs
GenerHl unci Limited
Partne���hip lnterest
Numbcr af' Sh�res Fntitlecl
tn Vote as � C����ar Series
.p_
4. The num6er af shares, not eltititicci ta vale oniy as a cl�sss, voted for �nd ag�inst t�tc
Wlan of Convers'ron, re���ctively, s�nd, if the sll�res of any class de s�ri�s are et�tit#eci to vaEe as �
cl�ss, thc numbc�r af shar�s nf each su�h clnss ar scries �oted iar Frnd :��,�inct thc Plan oF
Can���t'sian, are as Ibllo�vs:
Total To�al
VOtC(� �'O!' VOI�:CI � f!� 1fl5�
I U0�/u -0-
Nt�mbir aFShares
C�d55 illtll�ed to Vote �tS
Of SCfiGS 8 t'.1�ISti Uf �Gl"1CS
Generai and Lin�ited A!1'11
P�rtr��rship Inter�st
C'iiR'!'!f'IC:i7'�'O!'CC7IVNRNSII}N f:�Ef7E !
G. Tlte CcrtiFcnte of Formation af ���gl� Cantractin�, L.L,C, whiah is to Uc crc�ted
�«rsuant tc� fhe Plat� of Conversic�n is bein� filed with the Secretary of Stnte of'I'exr�s witl� th#s
C;ertif c:�te oi' L'nn�ersiran. /1 copy af s�sici C,'erti�cate r�f �ormation is atc�ched her`�to as �xhil�i!
"F3" and m�dc a p�rt hereaf I'ar �II purpo�es.
7. ��gie �anti��tirig, �.LC 1VlII �ll'. fC5�qi1SIbIC fdC III� �lej+lilCflt Of aI) F!'AI1C�115� OP
n�argin t�xes �nd fees of E�gle Cuntr�cti�r� Li�tieed 1'�rt�ers��ip aiyd ihe c�nverted entity wilt t�e
obti�Hted tc� }�ay s�cla franchis� nr marKin laxes a��d fees if samc A��c not timely paid E�y tltie
cc�nvcrting entity.
8. T�1� GO�1V�E'SlUfl Will beCpllie Cf�'eCtIVC c�C1 tI1� d�t� Q� �Illl�! wltll ffl� SCCrCtBt•y of
State af t��e St�te Uf Tcx�s in accordance with tl�e provisionsof�rticte i 0. i 45 oF�l�e �"ex�s fius�nass
Or�;anizati�n5 C�de.
DAted: Navember I{l, 202 I, tn l�ect�me effcctive on the d�te nf f l�tfg with the Sccret�r�
af Stgte of tlte St�t� of Texas.
E�g�e Gontraating I�imitcd Parineeship
'Through F-IC�[ �nt�rprises, I,.�..C,
Geneeal �'urir�c:r
�� �
Ry: Roy Ewc"s�, Pr�sident
�,��ke C:dntrractii�� Limite�i I'ttrli7�rshiF�
TEtro�iglt �3.J. [�J�yncs �ntel•prises, I..E...�.
Gcneral tia�rtner
` � V,.���.
Ety: �illy -[ ne , r� fdenl
PI.hV E11' (:OAl1'I{1{�I(l�V Pdfi�? 3
Exhihit'�A"
rLn�.or co�v�rzs�o�
OI<`
EAGLJ� C4NTRACTI�fG LIM�'�'EU PAR7'F:Cl2SHIP
(�'i'exns Lir�itod Partners�ip}
�l�i'I'O
��.GL� C(}�1TRACT�G, I..�.�
{a 7'eac�s timit�d liab�lity compunyj
'T`�I�S PI.AN O�' CO�IVER5[ON, is made effectiv�e tts af Octaher 2b, 2021 (ths "Plun'�,
n��d is rnade pu2suttnt tc� 'fit�e I, Ch�pter I�, 5ectiar� lQ.lUl ct seq. o# thc 'Tex�s I�usine�s
OrganizoCions Cad� (tl�� "TBOC"�, by ���le C�hiracting Liistiited Parinership, a Tex��s lin�itecl
pttrtt��rship (hereinafte�• ref�rrcd ta bs lh� "Conve:�ting �.ntity")
Wi"l'IrC�5SET1�1:
V�/E�1�R�AS, Ca�nvertin� �ntily is a limited pas�ncrsitiiFf duty oe��nized a�td �alidly exista�g
u�d�r th� laws of the State of'!'�x�s; .nnd the otvnersl�ip c��'such Canverting Entity is ns fal�ows;
� �:
QV4rf�CR��Il�' %:
� B.J. Haynes �nterpriscs, L..I..G, .Uq�}
!-!�H Entcrpris�s, L.L.C. .DOG
�.ay Ew�n 59.944
B,illy �-layues. 39.��G
WF�EREA�, ti�e �er�ral and limited �artners af ihe Gonverting Entiey u�animously deem
it �dyisaUle and i� t��e E�est inter�sks of C;onverting Erriity and its �artner� �I�nt Canverting f ntity
convert into �agle Cc►ntr�ciin�, B.LC, a Texes dimited LiabiEity C:otnpany, as provided herein (th�
"Cot�versivn") anc� hy resolu�ians duly adoptcd and a�pec�ved pt�rsuAnt tt� the t�rv�ts and �rouisiorts
oi'�h�� Pta�r, .
NOW, T€-f�:REf�U�L', iii consideratian ol` tlze f�r�mises And the rnu�Eis� ngre�merits
hereinAli�r sel Fort4�, in r�ccnrd�nce �vitli th� pcovisi�ns of' ��,plicnble law, the parties hereby agree
as f�llows:
ARTICL� 1
��_ne�l
i.01. The_GortverSiar�. Tl�e gensr�i� aixd limitcd partners nf the Cdnvertii�� l•:ntity e�sch
agr�e �n eFtcet ��e (:cr�zvers'rr�n, subjeat to �l�e tcrn�� Ancl conditions hcrein sct fartli. Titis I'lan oF
C:t�nversion h�s bee�� submitt�d ta alt oitk�e p�rtners of tt�e Ccinvertin� E��tity entitlec� tn vnte with
respect ti� tltc subj�:ct matter ii�E•eo[`(�h�: "4'�rliier�"), f�r �c�option ancJ �l�prnval In �ccort�<<ncc will�
the '1'Bc3C, by consei�ts in wi•it ir�� e�:c.cuted by t�te �'artners of Converli�ig Entity.
I.D2 (soi�vcrrtecl_�nlitv. U�on t}�c l�ffc:c�fv� ��ce, �s d��ncd in S�cEic�n I.U7 I�ercof, the
Conversion sltuil be accarrapl�slicd by conv4r�iisg the E;rntive:��titzg �;ntify intc� E;Fl�IC: C(111�1'flCUll�,
YI.AN OI� C:C)`1'k:R51C)� 1'.1CF. !
[:��le Coi►trAat�n�, L�.�. (hereiitia�cr saenetiriies refierred tc� �s �ite "�:tmvert�;d Gnli�y"), and thc:
exist�nc�: nf'C:ar�vcrtin� Entity shalC co��tit�uc in thc fum7 nfCnnvcpted �ntity,
1,03 Ur�z���izatioi��! Farm o1'�nnverted F�titv, "fi3e f;onveried Entrty shall bc � limited
liabiliiy comp�ny form�d pursuai�t ta the laws a�#he Stats oFTexHs.
i.U4 Cerl'��,zcate of'F'nrmatian tir�c� ��,��I�tions of'C:c�nwerte�i �nt�tv. Upon tfte �ft'ective
d7tc, the Certi�cate of Form��ion ai' Ganv���t�d Entiry (fltt�ch�d �s �x€iibit "B" to tk�e Ge���iiicate
o#`C;ar�vef•si�n to b� fil�d w�th the Tex�s Secretsry of Stat�) shatl he an� remain �l�e Cer�ifiaate of
h'ormation oi tl�e Cor�vert�d Lntiry, ui►lif �ite��ed, nmerrded c�r repc�lcci, lJpon tl�e Fffective lJate,
the Regulations ofGonverted I;ntity sh�il be and rerr�ain the fte�u�atiaiis oFthe Cony�rted Fntity,
until altered, am�nd�d or r�p�aled.
l.�S C'rop��ies u�tid I,iabilities. Upon the �:tfcctive Uate, Convert�in� ��itiry sl��ll be
cn�tverted into lh� Cc�nveited ��itity nnd l�1te cxiskence aFCanvcr#ing �ntity sh�1! cn��tinue, w�tl�out
interruption, in the t"�rm oP Converccd �ntity. Tl�e C;onverted �ntity s�pAll, fram and afier th�
Ef�'ectiv� Date, pvss�ss all El:e a•igl�ts, privi�e�es, iinir��(nities, powe�'s nnd fran�hises nf whaisocver
riatui�c az�ci �1�sc��i�tion, of a pu#�}ic Rs well as a privstc naiure, and ls� sul�,�ect to all t17� resiricti�t�s,
dlsebilities und duties oFthe Con�erting E�tity. Qther co�Yverting coitditians ar� as folltyws; �
�. A1f ri$Itts, title ar�d interc.st itt prnpeity, real, perscmal and ittiix�d,-uncl afl debc� on
wh�tever a�cotrnt, as walJ as ail other thi���s iit �ctic�n �elc��i�ing to nr dua to Convertin� Enlity
shal� continue ro ba awnsif by ar d�e lo the Cnnvei�ted �ntity, an� �ll �roperty, rigl�ts, privile�cs,
immui3iti�s, pawers, licenses, Icsscy, and f'ran�hi�es, �nd �II �nd �vcry aiher inler�s#s si�s��l hc
tl��reafter a� efFectively the prc���rly nf �he Cooverted Entity �s they were of the ConweMing [;ntity,
H�cf the title to any rcal �srate vcsted by de�d or otf�erwise anil ��:y le�tselZalde� int�resls in the
eonverted E�ntity sl��t! not �ve��t ar be in �r�y wt�y impw�i�eci by rensc�n af ths Cnnr�eraior�,
b. � All �liabilities or oF�liga�ic�i�s c�f thc t:nr�veMing �r�t�ty sltia�l cnntine�e to �►e li�sbilities
�nd OE)�I�A�IQf1S di tt�e �u:�verted Entity �vit��out impairine��t or dimin�iticm �y reasori oi th�
cnnversion: . .
c. � AI4 ri�ltitx of creditars nr c�ther p�E•�ie�; with respect ta or a�pinst �thc Cor�verEing
E�itity, in exi5te�ce as at' tl�e �f'fecti�e DatG will cor�tinnc to exist As to tt�ose linbilities aitid
obligations And bc p�rsued �y eltos� �rcdilors and aE�figces as ift�ic Cnnvci•sic�n ftad not c��ut�cred,
at�d n�� liens upot� the �ro�erty qE'the Ccrnverting Entity sliaii �� presorvcd unimpAircd, and ail
cfebEs, littbilitics, �nb�i��tinns �nd ctutics oFthe Convertir�� F,ittity sh�ll c�,�linue to exise anc� to be
thenceforth aitached to the Caciv���t�c� C��ti#y, and may be enf"r��ced n��irost ii tn the ��tte axtcitit as
if the said ciobts, li�k3ilities, s�6i�g�tians �nd duties had k�cen incErrred ar car7ti�cied by it.
d. A�tiy cl�im, nctinn ar �roceeding, whethercivil, L'1'![T11t1f1I QE' ad1111J1151i'BEIVC, peridiitig
by or �gair�st titic C�nveriirtg �'��tit,��, i�ay be cotE�inuecl Gy ar ab�tEnst tife C:onvertccl �:ntity or thc
��rior rnernhet•s� as the c�tie muy h�, withn�it any s�El�siituti4n o�'parties.
I,4)6. Aciclitianal Aets. Cortiwer�ing Entity lyer�by �i�;�•ees thal �t �ny timc:, ar li•om Eir7y� !n
ti�ne, as �nd w#�en requ�:sted by �I�c C:nnvcrted E.ntity, or l�y ifs succes5ors �nc� assigtfs, it will
�x�cute. ar�d delivcr, nr ca��se to be excc�rted crr cfelivered in iCs nattte hy its las� �cli��g nfticci:�, nr
by th� caE•ecsponrfiitg pF�icers oi' tlia Conv�rtc�d �ntiiy, flll Such C4f1VCyAt1CCS� ilSSl�►T1k11C�lI'S,
transters, deeds ar other inslru�n�r�t4, �nd ►�til! tF�kc nr cut�sc to bc taken st�ch furiher or oClt�r acti�n
P1.AV qF'CpN1�liftSlf]M �,_�{..�� �
�s the Converted �r�tity, its sz�cc�ssars nr assign5, m�y riecm n�cess�ry, desir�►Ble dr �ppcapriai�: it�
order to eviclenec dfe trttnsfer, vessin� or devnl�tion o[' nny prap�rt}�, rigltit, privileg�, irnrnunity c�r
�ranchise, or to vcst or perfc.�t in or c�nfirm to thc Con�crtcd �ntity, its successors �nc� assigns,
U�.IB LQ 1Eli� �7Q55�SSIQ11 of al I o#' Ehe pi•operty, E�i�tits, privileges, powers, 11Ti1]3UI11ki�5� f'ranchises,
leascs, and interesks referred to in thi� Articic I nnd �tl�erwise tu c�riy out the intent ar�d puj•poscs
hcreof.
I.07. �f�'ective u�te. T4�e �ffective D�te af chc Convcrsiort of' Convertin�3 �ntiky into
Ca�verted �ritity shali be Ihe eft'ectivc d�ce as s�t #`or�h in c��� (;crtilicate ol' f nrm�ttinn re�;�r�iing
the Cnnversinn ln b� i"�letl ivith th�'I'exus Secre���ry c�f St�ite.
ARTICLE J1
�wners�h�s I�rterests o�the Converte I L�titv
2.01. Conversio�� .af Uwncrshin ti�tere�. The m�nncr oF sJ�� conversian c�i' thc
(3wnership Int�rests af Conv�rtir�g �ntity upon th� Cffective Oat� sltiall �e as l��r�inafter set fortii
in lhis Seccic�n 2.0 I. Al2 aF th�: Ownership [ntorests of Car��e�•ting Ent�ty issuecf, outstttndin� �sjd
standing in thc name af �IYe h�iKnees as r�flec#ed i�i the bonks �nci records af tt�e �anvertEng E�tiry
imrnetii�t�ly prior to ih� Cit�`ective Dat�, and all ri�l�ts �it r�sp�ct therea�`sl�all thet�upon, by vir«e
of' tlse Conversipn �nd w�ih��l �ny furtl�cr uctian os� the pa��t ni t�e halder thereaf, shall
auxom�ticaliy beaame and bc cnnucrted inla Units of ineinbership of Cnitv�i�tcd C;ntiky with eaah
percenta�e a{' t1�e qwners��ip li�t�cests �r Frac�ion ther�eof in tl�e Cc�i�vertin� Entiiy equating ane
Unit ofitnembership or fractian tl�eredf in the Converted Cnt'rty. Thc: llnits of�cmbcrshi}� inkceest
in the Converleci Eittity received by il�o P�rltier of the Canvertiiti� �ittity slt�li �a.� Units of
itt�mbe�'ship ir�t�cest i�� t�ie Coi�verted �n�ity, � �.
ARTICLE [ll
T�x�ts
3.01, T�x Treatment. 'fhs Conve�tiin� l,nlily anc� the Cot�verted F�tlity hereby
�tcknowledge �rtd �gree t���t:
•{a) �he �ranss�ctions caniemplated I�c�by sljall be �rented-for ail ��irposcs �s:
(ij �Ite tr•ansFer of ai9 z�sscts a��ci {i��ilities of tho Converting �:r�tity into
tE�e Canverteci �ntity;
(ii} tkie onnversian of H�c (;onverting E:ntity is � merc chai��e iri �or•nt ar
identity of tl�e Canvcrtir�� Lntity; nnd
(iii) thc cc>nvcrsion is a tax-t'rec reprgani��lion uiider Sectiuii
3l'i8(a}( i)(I�) nF lhe intc�•nal ReveE���e C�de �nd ttn}� c�ther applicn4�le #'cd�r�! znd
s��►te l�w�,
(b} this f'Inn ��f� C:a�jvcrsion shali cansti�acc a"plan of reor�aniz��tiur�" for
p��rpase� of Section 36�(a} of the lnteriial Rcvenue �'ad�.
3.02 fi�ptir�, t�. "r}]C ��I1VCf1111�, E!}tlijr filtCi LhC (;p[}VI',I'IC(� �11f11}� Fl�;C�E LU F�IIL' �SIIC:Ii kax
F8�)OPlS aEl(i Slf1tC111�11t5 1[l il fil�lilf�P 4YI114I1 15 COt1Sl5�t`.[2� WItII S�CliUfl .i.� � F1�UVC.
}'1,.�►[� C)I� C,'l7\VE:lt51�N P�1UC 3
aE�ovc.
tN Wt'�'N[:SS WM�aIiFUl�, thi5 f'Ifin ha�; k�e�t� ex�cutecl as ol'thc day �nal ycar firs! written
�a�;lc C�IYiIII'il[:Clli�+ L1fI1ftC(i �Fil'�IlCf5lllj)
`�'hrUub}i l-1�:H £:�i�er�riscs, E..Ea,C'.
Cienerr�l 1'�rinej•
��� �.
_ � � _. � ... . . _
k�y: itay i:wen, I'resident
Laglc (:ont�actii�6 Lirnitcd P�nnershi�a
'l�hrcy�i�l� 13.J. 1-iaynes tsnler�rrises, L.t�,C.
C�ner�l Pnrtner
�1
��+_ . �J�'
[3y: I�i�ly �-layrr �, f���.' ent
C� r
' �� ���
ttoy Ewcn, �,imitcd Par�iter �. — _ _._ __..
�
_�1. � -'
�i11y I iny�n►i ` P�u•ii�er
I'LAfV 1}F' 1'UfY1'f,EitikiliY f'.�ICI? d
r�axt�����x� «�„
CFRTirXCA'�� U� �+4�MA'I'IOiV
O�'
EA(;I�E COt�'I'TtAC"I'ING, L�C
Pt�rsuant tc� the Eyra�isia�is oI`Tizle l, C',�ls��]tC�' I O 4f tI1C T8XcR5 M�kiSit�CSS nCgani�.atio�tis (:nde:,
and the �'lan af Conversian adnpted �iy �xg�e Conti�acting l.ir��iie�i Na��nership, tl�e �ullawi�ig
Certi�c�fe of Fnrmatian �+as adoptcd:
AR'I`�CLE [31�1E
"Chc nt�m� of the Limikeci l,iability C:c�tati�ny �o be �arr��ed is C��le Ce�nte�petin�, LLC,
whic:h et�tity is beit�g form�d pw�sua�t to a pf �tn of conversinn Artd the caxlvcrting entity's nam� i�
��gl� Contrr�ctsng �,imitt;d Pa3�ti}ei�shi�, whase mailing addcess is PO B[JX ifi40, Krs��T..ER, TX
7G244-IGOU and whase regisEered office street Adaress is 57Q0 Y�LRK VISTA CI�LCC.,�, �4RT
WOR't'I1, "CX 7624�1, which entily is a lin�ilec� partnership fn�'rnecl un(ler ihe l�v�rs �f tht'. �t�t� of
'i`ex�s oci F`el�rua�y 1 l, 1987, Texas Secr�tary uf Sta�e iile r�umber OQ � 2l �t�7 i 0.
A,��'I'iCL� 1'W(�
"!'�ye pa�7oc1 of c�ur�ti�n c�f tl�is Li�nilesl Liab�lity [:oinp��iy is �aerpetuai {'rom the date aF the
filing of this C�rti#'icate of �'orniation with the �ecrcta�y o�' Stat� or ��ntil tlte cariie�� dissolutiax� of
tlYs I.iii�it�d Li�bility C:aiT��yany in accorciaE�ce with che provisit�ns of its Y�eg�il�tio��s or Gr�mpany
A�recment Hnd the Texas 13�siness a�•gaRtizati�ns Cotle.
AR'4'IC�,� x�l��
�xc�pt as �rvvided i�ti t��� Re�t�l�lioj�s or Cutt�uatfy A�reeme�xt, thc purposc fc�r whicl7 the
Limited Li�bility Company is org��iizerl is ta c�ncluct a��y I�w#`ul E�usi��e�s, to �rnmote riny lsw�'u�
pur�o�e ai�c! to eiigage in a��y lawfu] act ni� activity for whiel� limited liability com���iiics naay be
r��•gani�ed unde�� the Texas 13usine�s Qr�;aniz�ttioti Cnde, iticlt►clin�;, bu� not limit�tl tt�, the Pia��chase,
develnpment, sale, sezvice, lease axld ��taty�gemer�t af E�erso:��l anci rea! properties af all kicads �nd
c�escriptiai�s.
ARTICL� FOUR
`I'ite I,itrrtted LiaUifity Co1��any shall ����vc: �l�e powcrs prnvidcd tar pursuE�r�t ta S4ctian
2,143, e! set�. of'tkie'd�[:Xii1 F�US1EiLSS {�i"�ii�3!%iit101]5 CG(��.
�aT�cL� ��v�:
'�f'li� i.irrziEed l.ial�ilily C:c�n�pany will r�c�t coit�mcz�ce l�usiness i�r�ti1 i� Iz�s Feccivecl �ur tt�e
issunr�ce ofits c�:rtificutcs nr' tlf7115 O�I11EtT1i�CT5fl1�] lill�f451 GD1151C�C1'ltlptl CUI1�I5tIC1� U�1710I1Cjl, labor
dc�ne:, � p��amissc�iy nnte, or prapc��ty r�ceived.
��x���r �Yx
C1n each inatler �n wk�icti tl�e mecy�bership ii7terest �s entit�eci to vote, � mc�a�bc�• wil) h��vc
an� {I) vote or a f'r�ction of c�ne v�te p�r ane perc�nt of ine�nher;;�i�, iriicresl or frac�ion of
membershi� intcrest ov�n�cd by �he member. '�'he metnbers nf th� cntity m�y take �ct�pn wit�to►�t
hnldin� a mecting, �roviding natic�, or takin� t� votc if the rnc;ml�e�•s c�€'th�: entity i�avin� �t le�st
t�le miniinum nt�mber nf vot�s that waukc! be tiec�sary t� �alce tl�e acliai� that is the subjcct o� the
ccrosent at a meeting, in v��h�cfa eacl� tai��nber et�litled tc� votc ar� t1i� �ction is pre:s�nl �nrl vote�,
signs a� wriltej� consent oc� ciynse:nts siatatag ctie actiar� taken. 11, written consant c�r eonsents
desci•i�ed i:t this Artic[e must include the cEate eackl member signer3 th� cor�set�t and is el�ective tu
t�ke thC Hctiari i}t�t is Ek�e subjeet t�f thc cottsetit only i1"tl�e conse«t or canscnts are c�elivered 10 thc
+�n#ity nbt latcr i�ian t�ae GQth day after tl�e da#a ihe cat`�1EST CI3tCi� C4I15Clil 15 C�@�IV�CGCt t0 t}]� 2iltlt�
as requircd by t��e B��sicless Or�qi�izfttions Cadc. 7't�r: c�nti�y 9k�F�11 �romptly nc�tify ��ch owner nr
Il]�I]7t7CY WI]U ali� i10� 5t�11 i! COI1SC11i C��.riCt'ibed hy khis Atti�lc oftlt� ractton that is the subject p�'the
GUqS�llf .
ARTICL�; SEVLN
Tl�e strcet ad�ress o�'t�ie initi�l registereci o(licc of t�e Liu�ited Li�bility C:orn�aany iw 2$32
�'rairie View D�ivc, Argyle, 'i'cx�s 7f�22G, �►nci thc ��fime uf its regi4tered agei�t at sucly address is
I�oy L:wen. Thc: addK•ess of the pri�lci��al place of f�t�siness is 5700 I��st•k Viste� Cii�, ForE WoE�t��,'1'X
7G2q�#.
AEt'1'ICI.��: F�GFI'I'
"i'he I,imitcd I,ia�iiity Company 5}�t�ll be manaigecl Uy � mann�erc�r tt��na�ers. Tf�e nutFtbcr
nf iniSial Mat�a.�,crs is ot�e (1) initi�l n�€�ra�ger, anrl t}te n�mc and ac�tiress o� tlte ��exson w}�a is tc�
serv� as Manti�er utllil thc first annuai meeEir�g af' lkte Metribers or iaiti� his succes5or is elected
���d qualifiecl is f�s i'ollows:
Roy �.we»
2�32 ��•ai�•i� View I)r�vc
Argyle, `�'ex�is 7(i2'��
Ali7'lC'L,f�: N�NI+;
"i�kl� ll7lil�li IZC�l1I1i1p�1S {}i (;OCi]�7�111}� ,f�giCCI11CCl� 1�'I�I i}C R[IO]]t(:(� I]y lhC M�111��CI:S. �I�t1C j)UWLI'S !O
��I�er, �unet�d, or re�ae�l tli� Ri�;ul�lic�ivy trr Cctiin��any �Lgreemcnt, c�r �ticypt E�ew ��e�ulatitms c}�•
COi17[j�ifly A�I'CC117CI1t 15 VCStE(i !�] i�]C MCl'I1�Ct'S, a��cl thc M�i��6c:rs shall �tat ha�Jc; thc ri�t�t to �lter,
a�l��zxd, ur reE�eiEl tE�e Reguluiions or xdc��t new I�e�;ulatie�n:� c�r Cc���apsiTiy ����ee�t�en�.
r�i��l�iC�� r.�,�vcN
'�'o the full extent �ermiltad l�y Tex�s law, no Manager c�f the �.imited LiabLlity Compat�y
shall be lia�le to the T.irnited I.i�hility Cfln�p�ny or �ts Memb�rs for morieiary damages fo�� an act
ar amissio�f i�� such Man��er's aa;�neity as a M�nagei of t��e Limited Ligbility Cornpai�y, Gxee��t
khat this A.rticle does not efiminatc ar �ir�it the F�iability �f � Mana�er tn thc ext�nt tt�e Mat�ager �s
fouucl li�ible Fc�r (i) a I�reach of tlt� Ma�a�er's duty af Inyai�y to the Company ur its members; (ii)
an �ck or omission not in good fQith #hak ca��st'rtutes a hre�ch at c�uty nf t�e Mat�ager ta thc
Camp�zny nr an �ct or orni�si�n ihat involve� ii�tenlional miscdt�duct ol� a�uiawing vinl�tian 4� klte
IAw; (iii} a transaction from which th� Man���r rcceivec� �n improper �ene�t wh$Eher ar not �l�e
henefil resul�ed f�•am �n action i�ken witliiii tt�e scope af tl�e Ma�i�ger'� office; ar (iv) �iz act or
amission for whici� the �.iaUility a�a Man�ger is ��pressly pm�ided by �n �pplicAk�l� sttttute, Any
repe�E nr arnc�ttimettt �f this A�ticle by ttie zr�er��}�ers af tha Compaily shall be prnspectiv� on�y a�a�i
shall i��t adversely aff�ct any limitatinn on thc �.ia�il�ty of a Manager o#'thc Gompany existin� at
tlye time a#`sitch repeal nr �mencirn�nt. I�i addition to ihe circuozstances in which ihe Munag�r of
the Cam��ny is nat liable as sat fo�li ifx t�i� precedin�, s�ntenoes, tlte M���ag�� shall nat be f i�blo to
ihe fiyllest ex�ent �S�rmitted by any pravision of the statutes o# `fex�s here�f�er �nactec� tl�ai furih�r
lirnits t�i� �,iahili#y of � Max�a�er or of a dii�ectui� af a co�poration. The �ore�aing climin�tion of
the liability to t�tc Limited �,iability Co�npany nr its Members far maneiary damages s��al! s�ot bc
c�eemed exciusive o�' ainy ath�:r ri�hts or �imitations oi liabi�iry or indexnnity to whic� � Mansger
may �e e�ttided und�r �ny othcr pravisi�n of th� t'er�i�►cate af �"c�izz�atiat�, ttie Re�ulations or
C:orttpany Ag�e�ment oCthe Ilimited Liability Conr�peny, cm�jtract or �greernent, v�te of'Ivlembees
and/o�• disint�rested Mana�crs of t�e Litnit�ci Linbility Cam�aany, or atlterwise.
ARTIC�C TW�LV�
Tl�e membor•ship intcrest o#' the Limitcd �,iability Cam��r�y will bc sub,�ect to restxicti�n�
o�� its tr�i�sferability as set out in aiiy buy-se�ll agreciti�nl by s�nd amo��g its t���mberw, tl�e
Reg�l��tivus or Com�any Agreemet�t o:f tlac I�i.��xiied �,iability CompRsay, wk�ich bi�yscll
a�reeinent, if any, a��dlor �t�gulations or Campany A�'eeiy�e�tt wikl be kept witli tl�c racards af il�e
�.imited LiAbitity Cc�mpany. T�e f��znited Iriab�lity Coinpt�ny will pravide a ao�ay a�'thc buy-sell
agre�m�nt, if �uiy, and/or R�g�tl�tions ar Cojnp�ny Agreement withocit char�e t� ��Sy recnrd [�ol�ies•
of � m�mbcrs�ip ir�te�•est upon written requesi addressed to ll�e Lisnited I a�ibility Company at its
princip�i btrsiness af�'ice ai� its r�gistared a�eixt's address.
ARTICLE Tk�IitTEEiV
This �ertificate oFFarznntion zn�y be amcnded, maclified, st�p}�lemer�ied ar rest�ted in any
t7j�nn�r per���itted by applicr�Me law antk �ppraved hy thc af#irmativ� vate of ttZetnl7ei'S OWt11I7g,
fifty-ane perceni {S I%) in interest of tlxe r�zernbersf�ip ir�ter�sts i�i ihe CampE�ny ttian c�uc�t�cldin�.
IN WITN�SS Wi��'C:�O�', I liave �tiereUnta set my h��d tliis Novembcr 1 �, 2021.
C ��x� --
IZc� l�;�a�rt U' r r aiiicer .�_ ..r.�_.�._--
Y � k
PI,AN QF CONVl:E�S�ON 1'At:� h
�ac� �s i � - �
BT�DIiRS PRE[1UALlI�ICATIUNS
Pa�e ] oC'_'
SECTION 00�4�_ll
BIDDERS PREQUALIFICA"CIONS
�. Su�jmary. All contractors 1re rec�uired io be prequaliiieci by the City pr�orla subinittin� bids. Ta be
eligible to bid t�e conlractor must submit Seclion 00 45_12, Prequalification Statement for ttie work
cype(s) listed witl� tl�eir Bid. Ai�y contraclar ar s�abcantracfor who is not �tequalif ed for the work
type(s) listed must stabmit Sectinn QO 45_i 3, f�icider 1'requalification Application in accordanee witli
il�e rec�uirements �ielow�.
The prequalificatian pr��ess wi11 estabIish a bi�l limit basec3 nn � t�chnic�►1 evafuation �►nd fi��uncial
�nalysis �f the contractor. The inform�tiun inust be submitt�d seven (7} days prior to the d��te oF t1�e
c�peni��g of bids. Por exa��iple, �i eontrxetor wishing to s�tbn�il bidti an �rnjects ln he c�penecl c�tx ihe 7th
af April rnust tile the information by tl�e 31 st day of March in order to bid an these �i•ojects. in order
to expeditc a�id facilitatc thc approval at`a }3idder°s Prec�ualification Applicatian, tl�c fallowin�; mt�st
accampai�y thc submissioii.
a. A coinplotc sct af auditcd or rc�iewcd fil�ancial statemeiits.
(1 } C��SSlil�a B�I�liCC SI1CGt
(2} �I1C0111� S�3t�1t1E17fi
(3} Staten�ent af Cash 1=1aws
(4) Stateinent of Retained Earnings
(5) Notes to the �inancial St�tements, if n��y
b. A eei-ti�ed capy of the �rm's �rganizatsonal documents (Corpflrate Ct�arter, Articles af
lncorporatic�n, Articles nf �r�aiiization, Certilicate of Formation, LLC Regula�ions,
C.erti�eate of �.i�nited Fart�iership Agreement}.
�:. A e�ainpleted Biclder Pr�c�ualification Applic�tion.
( I} The firm's Tex��s Tax���y�r �dentifis:dtiart Nut�ber as is�ued by lhe Texas
C.nmptroller of Pui�lic Accounts. To obtain a Texas Taxpayer identification nu�nber
visit the Texas Gomptralfer c}f Pttblic Accntmis anline at tlie fallnwin� wel� adt�ress
www.�vindow.statc.bc.usltaxucrmitl and fill nut thc applicarion to a�ply far yo�ir
Tcxas tax 1D,
(2} T1�e tirm's c-f��ail address and fax nun}ber.
(3) The f�rn�'s DUNS ��uruber as issucd by Dun & Bradsti°cct. Tius nu�nbcr is used
�ay tlie City far req�iire�l repo�rting on liederai Aid projects. The DUNS num}�er may
be abtained at wwvv.dnb.com.
d. Resumes reflectin� the construction ex}�erience of the principles of the firm for �irms
submilting l�heir initial prequalification. Tnese resumes should include the size and scopa of
tlie t�vark perFoi7ued.
e. Olher information as requested by the Csty.
Z. Prequalil"rcafion Requirements
a. Frrlaucicil Strrter�a��rts, Financi�l statement sui�mission must he �rc��idrd in aicnrcf�mct with
lhe fotiowiitg:
( I) The City ret�i�ires #fiat tlte ori�ii�al Financial State��ient or a certified capy bc
�ubE��i#tcd for cnnsic�cra�inii.
(�.) To k�c satisfactory, thc fiisancial statcmcnts must bc auditcd or rcvicwed by an
indepe��dent, certified public �ccountir�� firm regisie�•ed and it� goad standi��� in
any state. Curren#'f'exas statties also rec�uire that account[n� Firit�s performitl�
CITY CIF FC)ItT �1'OI2'fll Ttulling Ilills 1�,'ater "f5�ealn�ent 1']nut C'Ijlnt'in� Scit�bber Replacemznt
57A�DARDC[)N5TRLJCT[C)\ SP�CII�LC'ATI(lIV D�CI:ML:NT5 Proiecl Ho. ]U3127
RfVIECij .Iilly �, 201 I- Nfndifed �ay?023 July fi, 20?3 CONf=O[th7ED
ao �s � i - z
131UpLR5 PKl�.(�UAL[I'li'ATI(7NS
Page2of2
audits or rcvicws on busincss cnkitics witl�iu tl�c Statc af Tcxas bc properly
licensed or re�istered ��vith the Tex�� State Qoard of Public Accnt�trtancY.
(3� T}ie accountin� fir�n should state iti tl�e �udit reporl or review wlre[her the
con�ractor is an inciividual, �orporati�n, or limited li�bility con�pany.
{4) Financi�I Scatements tnust be presented in U.S, dallars at the current rate of
excMan�e of the i3a3nnce Sl�eet date.
(5� Tlie City tivil! nol reca�lix� nny c�r[ified pul�lic accouutant as independent wha is
na#, in facl, i��depc:ndeiit.
((zy The �eco�ntant's c>�ainion cm the tinat�ci��l st�te�7ients of the contractin�; cc�rnpany
slic�uld s#ate llfal tile �udit c�r review li�s heen ennducted in accordance with
auditii�g �tandards gei�erally accepted in the United St�teS of A�nerica. This must
l�c statcd in chc accounting iirm's opi�jian. It shottld; {1) cxpress an unc�ualificd
apinion, ar {2) cxpress a qualificd c�piuian on rl�c statcmcclts takcn as a wlrolc,
(7) T}�e City reser�es the ri�ht to rec�uire a new stat�ment at any ti�3ie.
(8) 7'he �nafici3l st3tecnent must be prepared as nf ttle last day of any rnoittl�, itnt
i�3o�•e than one year old ancl r��ust be oii �le wit�� #.he City 16 months therea�er, in
accnr�lance with ['aragrapli I ,
(9) The C'ity wil[ delermine a contraclor's bidding capacity far the ��Erposes �f
awarding coutr�cls. Bidcliiig capacily is delermii�ed k�y muliiplyin�; ihe pasi4ive
net �vorking c�pit�l (workin� ca�ital= curr�nt �ssets — cui�rent liflbiliiies) by n
f�ictqr c�#' I U. Only those statilnents reflecting �t pa5itive net workin�; caritr�l
po5itinn w�ll be eeyr�sic3ered sati5factoty fc�r prequalitication purpc7ses.
( I Q) Tn tlie case that a bidding date fa]]s wit.hin the tin�e a new tinancial statement is
bcing prc�ar�d, thc prcvious statcmcnt shall bc u�datcd vviNi pro�cr �criiication.
b. Brdr�et� Pi°equaliJicaliar �,vWlrculio�r, A Bidt�cr Prcqualification Applicatian inust bc
subn�iitcd alnng wi#h auditcd ar �•cvicwcd �nancial statcmcnts by fit•�us wishing to bc ciigiblc
to b'sd on all classes of canstruction and rnaintei�ance prnjects. Incompfete Applicatians will
be rejected.
(1) In those scl�ed�les wl�ere tl�ere is nothing tc� report, tlie natation of "None" or
"N/A" should be inserted.
(2} A mit�imum of Cve (5) refereflces of relat�d work must be provici�d.
(3} Subrr,ission of ni� ec�uipment schedule which iiidicaies equiprnent under the
control of'th� Contractcu and which i5 relat�d tn the type af wc�rk for wi�ieh the
Cc�ntactqz' is seekin� prequa]i�caticm. The tichedule must incl��de the
manuf�cturcr, �n�dcl and gcncral comn�an dcsc��iption of cach piccc of
cquipmcnt. 1lbbrc�iations or mcans of' dcscribing cquipmc»t othcr than prn�idcd
abo��c will not bc acccpicd.
3. Fli�ibility to Bid
a. T'Ife �'ity stiall be the sole,judge as to a contractor's prequalificalion,
6. Tlje City nYay reject, stispeud, or modify �nJ� prea�ualificatioa� for failure by il�e coEitractor to
denionser�te acceplabl� Cn�nci�! �6ility c�r perforni�nc�.
c. Tlie City will issu� �� letter as tc� Ihe status ol'the prequa�iCcatic�n ap�roval.
d. If a c�ntr��ctor has a vtlli� prequalifivatioi; letter, the cUntractor wiff bc eligible tn l�id the
�reyualilied work types unti] the expiraticyn dc�le titated in the letter.
CNU QF S�CTION
CI7'Y QP FC)IZT 1�'Ol"tT7 i ftollia� Ilills 14'ater Pi���ment Plnnt ('hlorine Scn�Uber It���lacame�u
STA�DAl�DCt1NST[tUC"CJO� SPL•:C1FiCA'fIUN fJUC�ML;NTS Pruje�l No, ]V31k7
Re� ised.luly I, ?01 I- Modili�d May 24)23 ]ul,y fi.20?3 ['QNF()RN1F.[]
00 45 12
PREQUAI„IFICATIflN STATEMENT
Page 1 of i
SECTIDN 00 45 12
PR�QUALIFICATI�N STATEMENT
Each Bidder for a City procurement is required tn complete the infarmation below by iden#ifying the prequalified
contractars andlor subcontractors wham they intend to utilize for the major wark type(s) listed.
Major Work Type ContractarlSubcontractor Company 1Vame Prequalification
Expiration Date
Gene�al �ontractor Eagle Contracting, LLC 4/30/2024
The undersign�d here6y certifies tha� the cantractors andlor subcontractors descnbed in the table above are
currently prequa{ified for khe work kypes lis#ed.
�ID[�FcR:
Eagle Contracting, LLC
P.O. Box 1600 I Park Vista Circle
Fart Worth, Texas 76244
By: F3�y Ewen
{Signature}
Tiee: President
oate: Jurte, 29, 2023
EI�� OF S�CTION
C1TY OF FORT WORTH
5TANDAR� CqN57RUCT10N SPECIFICAT1bN OOCUMENTS Rolling Hills Water Treatmenl Piant Chlorine ScrubbeY Replacemenl
Revised D913012021 - Mod'rfied May 2023 ProJect No. 1 p3127
���� ����F�����
�
SECTION OQ 4� 13
FR�QllAC.Tr[CATiON 11PPI,ICATION
Date nt Dalance Sl�eet
Name under which yc�u wish lo �ualil'y
Posk Off"i�e Box
Strect 1lddress (required)
Mark �nly qne;
Individua]
Limited l'artnership
Gczicral Pa���crship
Corporation
Limited Liability Com�any
C:ity
Stxce
Zip �ode
City
State
Zi}� Code
( 1 f }
Te�e�l�onc
Cu�ai1
r�x
Tcxas Taxpayc�• Identitication No.
Federal Empinyers [c�entification No.
a�UNS No. (ifapplicable)
Emaiifmail this questionnair� along v�jith financial statemeirts to the appropriate graup Uelow. A separate
submittal is required t"or waterlsewer, pavin�, and Ei�htin�:
16�ork Ca�cgury -1�at�^r 17cpi - Whtcr.'scwcr Work C�kIC�!OCy — TP��! P:iVin�; Work Catcbory -'�'PW PedlRdwy Lightin�;
juhn.kt���tvicli�;FurlW�xlh'lex�s.�ruv � �'pW
hork 1Vart1� Watcr U�;partmcnt E3i�inc}:3iligattd CityofFa��t l�l+orth'I`ranspnrtafion and Pitblic t:l[yof F'orh 11+a�th'I�I'W 7'ran�ppr[ation
Fitc:�l 5er�ise•� Division 2UU'fi;xas St. Fon Works Dept. 3741 SVIf Lnop 82{), Far•t LVartli, �ta»age�uem Att��: Clint liocrver, P.E. SU{l l
, 1�ro�•iEi, TX 7(i l02 7'X 7G 133 Aitn: Aiicia (:srria Jamcs Ave. C'nri �Vo�7h, TX ifi 1] 5
*F`inancial Stateinents musk be mailed. Mark tl�e envela�se: "Bid�{er P�•ec�ualif�cation ApplieatEon"
bU 45 l3 - 2
13111p1iR PRIi(,2UAL11rICA'flOi+l APPLICA'I'lUN
Pagc 2 nf A
�US1�iESS CLASS�FICATl0�1
Tlze f'ollawirYg sho�ild Uc complctcd in nrcEcr tliat wc may �roperly cI�ssify your firlt�:
(Chcck tl�c hlock(s) wl�ich arc al�p[�cablc Block 3 is ta iac lcf't blank ifBlack I ancilar Blnck 2 is
ehecked)
� Has fewer than ] �0 employees
ancVor
� N�s less cl�An $6,QOO,OQ0.00 iu ai�nual gross a•eceipts
OR
� nocs not iucct thc criteria f'or bcing dcsignafcd a stnall busincss as providcd in Scctinn
20b[i.()U1 uftlte Tex�s Cioveruinent C'ode.
7'l�e classification af your �rm as a small or t�r�e business i5 nu� � factor in det�rniining �ligilailiky tp
hecpme prec�ualitietl,
Select tnajor wc�rk categaries for which you wcyuId like to l�e prec�ualitied (City m�y t[eem you are nnt
qualitied for selected categnry ur may appro�� ,yuu ut u lesser sirel[en�th and maximurn size may
nqt be listed speci�call�� un�er a major ���ork category):
�A.�OR 4VOR1C C�TEG(�i71ES
Water Depart�nent
Augur Boring - 24-inch diamcter casi��g and lcss
Au�ur F3�ring -�r�ater than 24-incla diaEnet�� casin� aiid �;reater
'Cunnelin� — 3Ci-lnches — GO —inches, �ti7d 35U LF' or ]e.ss
Tunnel in� - 36-Incl�es — GO --inches, and �reater tlian 350 LF
Tunneling-- 66" �nd greater, 35Q LF and greater
`Cunneling — 6(i" and gc•e�tt�r, 35f1 LF or L�ss
Cathadic I'roteclion
W�ter Distribution, �evelo�arr��nt, 8�inch diaE�eter a»d sm�ller
VVatcr Distributioi3, �J�•ban a��d Rcnc�val, R-inch dia�ncter and snlallcr
Wr�ter Distributic�n, Qe�elc�pment, 1.7.-incl� dianteter and smaller
�1V�ter Distributipn, Urbxn �i�d Renewal, 12-i��ch di��metc:r and small�r
WflteE• Tr�nsmis�ion, Uewelopin�;nl, 24-inches a�icl smAlEer
Water Transmission, iJrban/Renewal, 24-inches anci smaller
Water'1'rZi�s�r�iswioii, Develapm��tt, 42-incl7es and si�laller
Water Transmission, Urbanf]te�iewal, 42-inches �nd st��aller
Water'i'r�nsmiasinn, 1]ewelopmeitt, A!! Sizes
Watc�' Transinission, �Urk�at�fRencti�ral, AllSizas
Sewer F3ypas4 Pum�irrg, f�-ins:h�s and s�naller
Seu�er Bypass I'um}�ing, 1 K-inches — 36-ineltc;s
Se��er T3ypass 1'tYmpin� 42-iitches �nd larger
CC�V, 8-i�jches and srnaller
CCTV, 12-inches �nd snZatler
CCTV, 18-inches and sr�laller
CCTV, �4-iT�ches and smaller
CIl"Y C�F� FQKT 1vU1t7�1! knlling I�illti wn,���r�:���,���u r�isu�i Chlorim 5i:ri�bk�erliepla�remzni
57�A�b,�RD CON57"RUC:T]Q\ 5f'�CII�ECAT[ON t]{1iut41E\TS Cily Prujecl �"o. ]f13127
Rcviticcj A u�us[ ];i, F1721- .lul y(�, 2023 - i' ()N F[71t M f:l�
004513-3
I31T�I?fifL 1'Itlit�UAL[l�lC'ATlUAI Af'PLfC'ATIUN
P:t�e 3 of R
MAJ�R WORK CATEGORIES, COi�TINU�ED
GCTV, 42-inchc5 ai�d smallcr
GG7'V, 48-inches and smalle�'
Sewer C[f'F, 12-inches a�titl smalter
Scwcr C�IPP, 24-incl�cs atrd sil�aIicr
Sewei• CIPP, 42-inches �nd sn�alier
Sewer GlF'P, AII Sizes
Sewer Collection System, Derrebpment, 8anches �ncl smaller
Sewer Collectian System, Urban/Rene�val, 8-inches anel sit�aller
Scwcr Collcction Systcm, Dcvclopmc�at, 12-i�iches and s�x�allcr
Sewer Collection System, Llrbanlltenew�l, 12-inch�s �nd sinatl�r
Sewer lnterceptors, Development, 24-incl�es and smaller
5cwcr Intcrcc�tors, UrbanlRenewal, 2�-inc3ics and sinallcr
Sewe�• Tnkerceptt�rs, l]eve]opment, 42-inches and S�nailer
S�wer Int�rceptars, UrbanlR�newal, 42-iuches and smaller
Seti�er lutet�epta�-s, ileve�apment, 48-inehes and smaller
Se�ver Interc�ptors, Urban/Ren�wal, 48-incl�es and sm�Iler
S�wer Pi�c �nlargcmcnt 12-inchcs and sinaller
Sewer I'ipe Enlargemeut 24-inclies and smaller
Sewer Pipe Enlarge�nent, All Sizes
5ewcr Cleaning , 24inches and smaller
Se�+er Cleanir�g , 42-inche,5 and sm�ller
�ewer Cl�aning , All �ixes
Sewer Cleansng, S-is�ches and smaller
Sewer Cleaning, ] 2-incities and smaller
Sewcr Sipl�nns 12-inciics ar lcss
S�wer Si�hans 24-inches or less
Sewer Sipltons 42-inches n�' iess
Scr�fcr Si�l�va�s �Lil 5i�cs
TranSportat�c�n Publi� Wor�
Aspljalt Paving Constructinn/l2eeonstructic�n (L�.SS THAN i S,{lU0 square y�-c�5)
Asphalt I'avin� Consl�ructianikeeonsCruction (15,U00 sqtrare y�rds �►nd Gi�EATEIt)
Asp}�alt Pa�ir�g Heavy Maintenance (UNdER $1,000,000)
Asphalt Paving Hca�y Maintcnancc (�1,0OO,OQO anei OV�R)
Cancrete �'a�ing Constrt�ctionfi�econstruction (LESS THAN i5,4D0 squQre yards}'�
Concrete Pa�in� Constructiai�i[�ec�nsti�iction (15,000 squ�re yards and G1tEA"1'Blt)�
Roadway ��nd Pcdcstri�n i,ig��ting
N�TE '�There is nnt d prequalification �•ec{uiremet�t fUr installaticm tsf cc�ncrete side�,�axlk, curh &
��ittcr. driveways, a�rd pa��ci rc��l�ccineut, on�y o�► concrete sh-eet 1 RD�'V paving
CI'fY Oh' E�OIL'I' 1kC71t'f'I I Ra�llin�. Hills WnlerTre:ilinc:nl Plsm! Glilorine Sr.rul�hcr Iteplacemei�t
STA'�DrIRO Cf31VSTRUCTl01 5P8C[FICATId1V DOCUM�tiT5 Cily f'rc�j�ct \u. 1U3127
Revisecl Angust 13, 2021- .luly !�, 2f123 - COiVf[iFtMF�I
UU 45 l3 -4
LiI13Qf:R PRIi(�[1r�,LI1+IC'A'['it)N APPLICATfUN
P�g� 4 af 8
List cquipmc�al yau tlo nat own but �uhich is availahlc by rcntii�g
DCSCRIf'TION OF EQiJ1PNICN'T` NAMB AND DETA[LED ADDftESS OF OWN�R
2. How mai�y yca�,s has your or�anization bccn itt business as a gcncra� contraccor ut�dcr ynui pr�scut
nam�?
List previotis husiness naEz7es;
3. How rnany ye�i's of exp$rience in constr�ictioi� wark has your ai•gatiiz�tinr�
had:
(a) Ils a General C:cmtract�r: (h) As a Sui�-Contr�ctvr:
4. '"What projects has your organization campieted in Texas and elsewhere?
CLASS L��.ATI�lN NAM� AND DETACL�1]
CUNTRACT QF DATF CITY-CQUNTY- ADDRESS QF pFF1C;lAL TO
AMQUNT WORIC COMPL�T�D STA`�'G WHQM YOU R�F�R
'�tf requalifying cinly shaw wc�rk �aerformed sirzce ]ast stutement.
5. Har�e yau �:�er failed to ao��i�let� 3ny wark awarded #o you?
If so, where at�d wl7y?_
6. Has any officcr or owr�er of your organization �ver b�en an officer of �nother c�rgaiiizatian that fai�ed to
coii7plete a cornract'?
lF sa, stale the namc of the indi�idt3�l, otfi�r or�anization �n�l reasac�.
T. H�s any officer or owner of yow� or�anization e�ve�� 1'ailed to catt�pleir� a contr7ct execuled in ltiislher
na me'�
!i's�, st�ie th� na�ne c�f the indiwidueii, nzme of c�e�nc;r �tnd re°ason.
C'CI�Y Ut� Fc?l;7' Wplt'111 Rcsllin�, liill.4 W�»1er'frealn►ent f'Isin1 Ckllorine Scr{t$ber Itepl�iceme»e
STrI\DAft� C01�51'ftUCTIDA SPECI�ICATION I?C1CUI4fE\"�3 Ci1y Pni_jeci �u. ][13127
Revis�ci /� u�ust 13, 2U2 I- lul y h, 2023 - C'i]1V �(J li M F: f)
R045 13-5
l31[)i)I:R 1'Rli(?UAL1P[CATf()N APPLIC'ATIUN
Pa�e 5 nf S
8, In wliat atlxcr lincs of busincss arc yo�i tii�ailcially ir�tc�•cstcci?
9, Have you ever �erforrned ar�y work for the City?
If so, when and to whom do you ref�r?
10, St�te n�mes an�! detailed addresses o1' �II producers froi�� whom you h��e purch�seci ��rincip�[
n�ateri�ls durin� the last tl�ree years,
NAIVIE OF FiRM OIt COM1'ANY L7ETAILED AUURESS
I 1. Gi�e t�te names of any attiliate� c�r relakives currently c�ebarred Uy the City. Ii�tiicate your reiationshi��
to this �crsc�n a�� frin.
12. What is the constnictian experience of tiie principal inclividuals in yaur or�lniza,tian?
PRESENT MAGNITUDE
PQSITCON OR YC11RS OF AND TYP� OF 1N WHAT
NAM� QFFIG� CXPERiENGE WORK CAPA�ITY
13. If �ny o�vner, uf�cer, directar, ar stackliolder of ya�ir fi�-m is au empiayee of the t:ity, ar shar� tl�e
sanle 13o�isel�old �vith a City employee, piease list che name of the Cit�+ employee �nd the ��elationship. ln
addition, list any C:ity ernployee �t+ha is the spous�, child, c�r par�nt af an cn�tter, of�cer, stc�ekholdei-, or
direetor wha dcyes not 3ivc in the s�me hc�u�et�c�ld Uut whn reeeiv�s care and assistance irom ti�at p�rson a�
n ciire�t result afa dac�tnsented m�dical eandition. T��is includes fust�r childre�a or thos� r�;lated by
ade�Fsticy�i ar marria{;e.
('i f"Y [7E� 1�(71�7� WOt�'I11 Et�,llirig liilis Wa��ri'rau�mziit Pl�an� Chlnrii3e Scr��is�i� fiepl:i�cment
STA\DARd CONSTRUCTIO\ SPECII'6CATICJN DOCUM19F�T5 City Proj�rl W. ]U3127
R�a�isGd Au�u4t 1 i. 2021-,luly G, 2�23 - C(7NFORMF.n
�045 !3-C,
131bDIiR PRIiQUALfI'1C-A'1'1(}N APPL[C:Al'[UN
P:i�!e C, �ef S
�C1RF�RAT�fJN BTi,QCIC I'AR'FN�RSI�I�P A3LOCI�
If a co�•paratio��: IfA partnea•slain:
Datc oflncorporatian Statc af'Qrganizatiott
Charte�•1File No, Date c�f org�tnizatioi�
i�PCSI�CIII Is �a�rtnership �ener�i, litt�ited, or re�isterec� lirnited
l�ability partnershi�'�
�icc Presidcnts
File No. (if � iinited
Part�icrship)
Cieneral Partners/tlt�icers
Secretary Liinit$d I'artners (if applicable}
T'reasurer
L1MI'CED LCA�ILITY COi�'1PA�fY BLOCK
If u corporution:
State of lncarpo�•atian
Date of organization
File No, Indi�iduais auchorized to sig�i far Partnership
O�cers or Yianagers {with titles, if any)
�,xccp� �or �imErca psrincrs, ��tc incfrv�auais i�steti In tric blocics above arc presumcc! to lia��c f'ull
si�nRture aut-horit�� far ��our• firm unless otlier�visc advised. Shou�d ,you wisla ro �r�nt sigoaturc
autharil�� for addifianal indiuidu�tls, please allaclt a c�rti�ea� eopy of thc corporatc resolution,
carporate �rinutes, partnership agreernent, poraer af attorney ar other legal documentatian rw�hich
�rants this �tpthorit,y.
C'[ I�Y Uh� Fc)[�'1' W�IIt�I�ki Itulling Ilills �Va�izrT'r��ia�ent Plan� Chlnrir�� 54iuUher Re��l�iceitieni
STA\I?t1RD CONSTRl1CT1Q\ 5PECIFfCATI(7N DDCUME\T5 Cily Prujcct \u. 1113137
Rcvised August 13, 2021-.luly h,?023- COI�F(�RMP:❑
OU4S 13-7
131i3Dfilt PiZli(;llr1LiI�ICA1'IUN AE'PL1C'ATIUN
I'agc 7 tif R
1�. �qLI1�t11Clli
'1'OTAL
Si�nilar �ypcs of cc�uipmcnt may bc lumpcd tngctlrcr. lf your firm h�s inorc tl�an 30 typcs oi' cquipmeirt,
you rnay sl�ow thesa 30 types and slaow the r�mainder as "�rarioi�s". �'he City, by allavving yau to sha�v
only 30 iypes of equipittent, reserves the right to request � camplete, detai�ed list of all y�ur ec�uipment.
The ec�uipme�ii list is a r�presentaiian of ec�ii�ment t�nder the cantrol of the firin and which is rel�ted la
the t.ype oF work for wh�cl� the firtn is seekin� quaGficntion. [n the description il�clude, the manuf�eturer,
i�iadel, arid generul con�man description Uf each.
BALANC� SHEE'I'
ITEM QUANTITY iT�M DF.SGRiPTIQN VALUC
1
2
3
4
S
[�
7
R
9
10
11
]2
13
14
15
V6
I7
18
19
zn
zi
�.z
z�
24
25
26
27
- 2�3
29
36
Vari�t►s-
'L'Q7',�L
C'I i'Y Oh h�i�li"f WOit�f'11 f�olliug Hills �V;�ter7're;tim�nl Plan� Chlorine Sr.n�6ber Itep+l:jcemen�
STr1\pARD Ct)NSl"ktUCT]C)\ SAkC'irlC'A7"IiIN UqCUh9E\TS City Prc�jn��l �u. ]U3127
IZC4'ISC{j 1�U'c'lltil I.i, �II�I- July fi, 20?:i -['OEVrORMF.C)
ucr 45 l3 - 8
iJ1DllI�R I'IiI;QUALIF[CAT'ION APPLICAI'I�N
f'agc R nf �
SIllUE�t 1'REQUALiFICATiC)N AFFIUAVI7'
STATE dP
COUNTY OF
Tlye ui�dersibi�ed I�ereby deelt�res that the foregoing is � trxie statemeilt of tltie financi�l conuition of tMe
entity herein firsi� named, �s of th� d�►te l�er�in first �;iven; th�t this statement is fUr the �xpr�ss purpose of
inElucing lhe �arty tn wh[�m it i5 Submilted to �tvvsrd the submitt�r d coi�tract; and khdt the accou�ttant wlsU
��repared lhe h�l:�nce sheet aceo«�p���ying this report as well as <�tr�y cl�pository, vendc�r ar airy ath�r
agency herein named is I�ere�y autl�orized tt� supnly each pxrty witlti x�iy 3llfc3rmati�t�, W�7k�� L}715 SfdiCll7Crit
is in tarcc, a�cccssary to vcrity said statcrrtcnt.
_ _ , baing duly swnrn, dcp.oscs �nd says t}�at
he/sl�e is tlie � of _ , klie entity
dcscribcd in and �vhic�� cxccutcd #hc fiorcgoing st�icmnnt that hcJshe is familiar with tllc boaks af tf�c said
�IltEty SI]O�'III� lx5 ��c3T]Cfill CUiI(�1t1011� t}iat tl�e foregoi�g finar�c'sal statement taken fratn the books of the
said ent.ity as of the date tl�ereof and chat the at�swers ta the quest.ion.s of 1he far�goittg Bidder
Preqacfllificatian Application are carrect and lrue as �F the d�te of this aFlidavit.
Firm Na�ne:
Signaturc,
Sworn to bcfa�•c �nc tl�is
_ day af' ,
Natary I'�Eblic
Notar�� Aublic n�ust not be a�� officcr, director, or srotkttnldcr or rclatiwe LEicrGoY,
CI1�Y C)r� FC1R"f WOIZ'I l I ItaElin� Hills 1�'merTre:+tmen� Plnnt C'hlorine ,5c=ruhher ldeplacemr.nc
STA\pARDCONSTRUC�']O\ SPECI�'iCATION [)()CUI�iC1T5 C'i[y Pro,jc��t \.u. ]llsl27
Revisa<l Au�u+t I 3, 31121- J u�y l,. 2q2;3 - C()N 1= (7 Ft M F.f)
00 45 26 - I
CONTRACTOA COMPLIANCE W[TH WOAKER'S CQMPENSATIOiY LAW
Page 1 af 2
SECTION 40_45_26
CONTRACTOR COMPLIANCE WITH WORKER'S CONIPENSATION LAW
Pursua.nt ta Texas LabQr Code Section 406.096(a), as amended, Contractor certifies that it provides
wnrker's compensation insurance coverage far all of its employees employed on City Project Na. 103127
Contractor further certifies that, pursuant to Texas Labor Cade, Section 406.096(6), as arnended, it will
provide to City its subcnntractor's certiiicates of compiiance with worker's campensation caverag�.
CONTRACTOR:
Eagle Contracting, LLC By: Roy Ewen
Company (P�ease�rint) ,
P.�. Box 1600 !�700 Park Vista Circle Signature: � -=�'� �
Addres.s
Ff. Worth, Texas 76244 Title: President
City/StatelZip {Please Print)
THE STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authority, on tkus dacy personally appeared
ROy EWBII , known to me to be tke person vcrhose name is subscribed to
the foregoing instrument, and acknowledged to m� that helshe exeeuted the same a� the act and deed of
President
the capacity therein stated.
for the purposes at�d consideration therein expressed and in
G1VEN UNDER MY HAND AND SEAL OF OF�`ICE this
June ,2023
END OF SECTI�N
29th day of 00 45 26
=� �Rachel Harris� - � `-
Notary Public in and for the tate of Tcxas
�,��pY A{� FtACHEL A. HAHAlS
4c� 1D �i32588265
My CorramissEa� �xP{res
�� July 14, 2024
.,.+,....+...+•+....rr.'
CI'['Y OF PORT WORTH RoUing Hills Water Treatment Plant Chlorine Scrui�ber Replacement
STANDARD CONSTRUCTIdN SPECIFICATIbN DOCUMEENTS Project 1�To, 103127
Etevised July 1, 2411- Modi6ed May 2Q23
G64540- I
BEISIIICRh Et(�tllly �iC1A�
Pag� 1 nf 2
SECTIO1v104 45 40
Qeisiness Equity Goal
APPLICAT101� 01� YOLICY
lf sh� lniai doliar ualire of Ihe contract is $100,000 or mare, then a Busiriess Eqt�ity goal is ap�lic�ble.
A BusEness Equit,y F'irm re%rs to certiffec{ fviinaritJ�-, andlor Women�, o�vned B�siness Entcr�rises
�n�rvv��:s�.
P�LICY STATEMENT
lt is the po(icy of the City of Hort Worth to enstEre the fulI and e�uitable particip�tian of Bt�sit�ess �quiiy
Fii-�is when �ppliea6le, in llte procurefnent o£all gaoc}s and servic;es. All requiremeiiis anc� re�ul�lions
stat�d in the C:ity's Busin�ss Equily Ot•dinance Na, 25115-1(1-202I, (replacing Qrc�in�nce N4. 24534-11-
202U (coditie[i �t: ltttps://cod�lib�•aty.amle�*al.com/ce�deslftwortl�llaiest/ftwa.rth [�JU-i)-D-�2593) apply to
this Uid.
BUS1N[� SS EQUiTY PROJ�CT GOAI.
Thc City's Business F.quity gp�l on this projcct is waived (D"/a� of thc tatat bid value af tlic canh•act (13us�
hid crp,udies t� Pa�•k,r ancl Gcm�m��nity Service.$).
M�THODS T�Q COMPL'� WITH THE G�AL
On City contrscts where a Bus�ness Equiiy Goal is �pplied, offerors are required to cnmply with the City's
Btisiness Ey4�ity �rdiu�nce by zneeting ar exceeding the above stated goal or otl�erwise comply �vit.h the
ordin�nce through one of ihe following methods: 1. Cammercially usciul serviccs per�ormed by a
Busintss Equity, primc cantractor, �. Business �q��ty subcontr�cting part€cipafion, 3. Combi�natian
of Business Equity prime services and Business �qu�ty su�contracting participal�ion, 4. Business
Eq�it�� Joint Venture1119entar-Prot��� parlicigaiion, �. Gaud T�ith �f�urt docuroenlation, or 6.
Frime contraetow Wair+er documentatinn.
SU�3NIITTAL OF REQ�7IRED DOCUNiI�i�iTA'Ti01�1
Ap��liCal�le documcnts (listcd l�elarx�) rnust be rccci�ed by thc Purchasin� Division, OIt thc offcror shal]
EII�AIL ttic L3usincss Equity documcntatiou to tl�c as.s"rgncd City of F'or� Worth P�•ojcct Managcr or
Dspartment pesi�n�e. Dacuments are to be receivcd nn �ater tha�� 2:OD p.m., on the third �ity
I]U511I�5S (.�4y A�tCT fI1C �1[� #}�)C11lT1� (IAtC, exelusive of tl�e �ic� openir�� date.
The Offeror musl s�binit one or mor� of tlie followi�g docuinents:
], UtitfzAtion Form and Letter{s) of lntent, if k�e goal is met or exceeded;
2, �oad I'aith Effort �'orm ancf Cltilizatinn F'arm, inclE�dizz� supp�r�i�ig (ipL;lElll�lllil[IQ1], if
}�artic:�p�tion is }ess than stated �ot�l, or no Business Equity ptu�tic;ip�#ic�i3 is a�eai�npG�hed;
3. Prfine Contracinr V4'aiver l+'nrm, includin�; sup�nrtin� document:�ticm, if tiie [}ffc:ror �uill perf'onn
all subcc�nlracting/su�plii�� oppc7rtunities, nr
4. Juint Venturc1117entur-Prpt�g� F�rm, if gaal is i��et ot- exceeded with a Jc�int Venture nr MentqE•-
Ps•ot�.gc participatio�y.
T�tese fornes ean be found at:
Business Equity Utilizatio� l�o.i°�t� afld Lekter of InCent
17tt�s:lla�ps.fnt�u�orihtex�7s, o� vlProjaeiF�esaui•cesfResourcesl'!60 - MWB�IBusiness ��y,Util,izaiiari
F`arin DV[N 2022 �20324.��if
CI7'Y OF FOF�T 1�VQA7'll Rolling I lills Watcr 1'r���n�zm �'1nu[ i'lilnrin� Scitib�zr Rzninc�inenl
STA\DARqC'UN57'EtUC'Tl()P: Sf'I_C'l1�IC'A'{'IUfY UUC�M�NZ'S I�rpjn:tNu. JU3127
Re«ised Oclnber 27, 2l321 - �to�tiFied �iay 2l12.i Jul�� f�. 2023 C'(lNF[7R[41EQ
UU4Sq0-2
[3usinesti Lqully Ciun]
E'ab� 3 nf?
I,CTtCi' O� 11]tCIIf
tt s:lla�ps.fot�Fwot't��texas.�vlProiectResc�ut'cesiResourcesP160 � M�VBEILetter of Intent_.,DVIN
2U21.udf -
Business Equity Gaod Faith Effori Forin
Yttps:f/�p�s.fortworthtex�s. o��'eetltesoureeslResaurcisf'fG0 - i411�VB�ICaod Haiih �ffort
Foi�ni DVIN 2U22.�df
Business Equity Prim.e Contractar Wa�ver Fann
llktp:5,lfak�ns.f�artwa��tt►texa;;.�c�vlPrc�ectResources/Rc:smurcesPl�O - MWB�JMWBE Prime Contr�ctw-
W3iver-7.2.A3 I 3.t�df
Bil&1L1C55 GqUitj+.l�ink Venturc Form
httns:fla�a,�s.fortwo�•thtexas.�a�fPr�iectResourceslResnurces�160 - MW[3E/MWBE Joint
Vent��re �20225. df
FAIL�[JRE TU ACHIEVE TI�E C�Ai. OR OTHERWISE COMPLY WI'I`H THE ORI}INANCE WILL
R�SUL'I' 1N TI�IC B1DD�R/01+'F�ROR B�1NC U�CLAREU NON-RCSP�N5iVE AWD THC [31D
RL+'JECTC� b.
FAII,URF TO SilRMIT THF FiEQUIR�� R1151VESS �0[JTY �OCUMFI*1TATIQI�T OR OTHFRWfS�
COI�iPLY WITH TH� ORDiNANC� WT�,�. RESULT ITV THE B[D BEiPiG DECLARTD NON-
RESPONSIV�. TH� BID R�J�CTCD A�D MAY SUBJECT TH C 13[DD�RlOI� f'�ROR TO SANC.'TiON5
AS D�8C121�3�D [W S�C. 20-373 U�"�'NCs URUf1�ANCC.
1�'c�r Qaestions, Plcasc Contact '�"he S��siness �;quit,y Div�siop of thc Dcpartment of Di�crsity And
lnclusion at {817) 34���b74.
ENQ OF SECTIQN
CI"CY c)F TC�R'I' WI�R'['I I Rolli�ig Ilills W��er fraalnunt I']ani f.'f�lorin� ScruEibzr Re{,lacemea�t
STA\ptl[iU C()NSTRUCTIf7\ SPL:CIl�1CAT1[3N D()L'l;iv]l:NrS r I'rojecl No. 3U3117
Revisad Qctsih�r 27. 2421 - �Qndilied 19ay 2(12; Ju[y 6. 7023 C()Nl=t)RNSEp
o052a3-t
Agt�ement
Page 1 of 7
SECTION 00 �2 43
kGItEEMENT
THIS AGRE�IVI�NT, authatized on , •-._ _, is made by and betv�ree� the City o£ Forth
Worth, a Texas hotrie rt�le municipality, acting by aqd through its duly authozized Gity Manager,
("City"), and Ea 1e Contractin LLC �
authorized tn do business in Texas, acting by and through its duly aut4�orized representRtiva,
("Contraotor"j.
City at�d Contractor, in cnnsideration of the rautua! covenanis hereina#�er set forth, agree as
folEaws:
A�'ticle I. WORIC
Can.�ractor shaLj complete all Warlc ss speci�ted or indicated in the Cnn[ract Documents for the
Project iden.ti�ed herein.
Article 2. PROJECT
�'he project for wt►ich the Wortc undar the Contraet Documents may be the whoie or only a part is
generally described as %1lows:
Rolling Hills Water Treatment Plant Chlorine Scrubber Replacement
Cziv Pro}ect No. 103127
Ar�icle 3. COI+ITRACT TTME
3.1 Time is af the essence.
AIl time limi4s %r Milestones, if any, atid Final Accepiance as stated in tha Contract
Documents are a£ the essence to this Contxact,
Milestones: The new scn�bber system shall be cou�plete, com�nissianed, anet operaiional r�o
rr�ore t�an L 80 days from the shutdovru aF the existing scnabber system for demolition.
Completion of t�is milestone constitutes substantial completia�.
3.2 Fina� Acoeptance.
Tha Worlc will be substan.tiallq complete within days a$er the date when the Cantract
Time commences to run as pro�+ided in Paxagraph 2.03 of the General Conditions, The
Wprlc will be compleke for Final Acceptance within days after t�e date when the
Contr�ct Time cammences to nui as provided in Paragraph 2A3 of th� General Conditions.
CiTiC OF FORT WO1tTH Rolling Hiils Weter'lYcnhnent Plant Chlorine Scmbber Repiscemcnt
STANpARb CON3T[ZUCTlQ1�I 3PHCIFICA7'FON �bCilirlEi�ETS Praject No. IU3 E27
Revised I IfY3fL421 - MadiFed 09l2UI2023
005243�2
Agreement
Paga2of7
3.3 Liquidateci damages
Cantractor recognizes that time is oF the essence of this Agreement and that City will
suf%r financial loss if the Work is not cornpleted within the times specified in Paragraph
3.2 a6ove, plus any axtension thereof aliowed in accordance with Article 12 of the
General Canditions. The Contractar aisa ��ecogniaes the deiays, expense and di#'ficulties
involved in pro�in.g in a legal proceeding the actual ioss suffered by the City if the Wark
is not cornpleted on time, Accozdingly, instead of requiring any sueh proof, Contractor
agrees that as liquidated damages for delay (but not as a�enalty), Contractor shail pay
Ci#y t�wa thnusand, �ve hundred Dollars (S2,§00.00) for each day that expires after the
time specified in �'aragraph 3.2 for Substa�,tial Completion until the City issues the Letter
of 5ubstantial Completian in accordance w�th 5C-1�4.10 of the Supplementary
Conditions, After Snbstantial Completion, if Cantractor shall neglect, refuse, or fail ko
complete the remaining Wor�C f'or �inal Acceptance witi�in f�} days fram the date of
Substantial Completion, or any proper extension thereof granted 6y the City, Cantractor
shall pay City one thousand Dotlars (�1,OOp.00) for each day that expires after the time
specified in Paragraph 3.2 for Final Accepkance untiI khe City issues the Fina1 Letter of
Acceptance.
Article 4. C�NTRACT �RXC�
City agrees to pay Cantractaz £nr pezfprma�ace oi the Work in accordance with the Contract
Documents an amount i� eurrent fisnds of i e iuio �� Nu te Six -Threa Thn sand T o Hu d ed Fa -5cv n
(� 5.463 247.0� �'
A�'ticle 5. CONTRACT DOC[IIVIENTS
5.1 CONTENTS:
A. The Cantract �ocuments which compris� the entire agre�ment between City and •
Contractor conceming the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid �orm
1) Progosal Form
2) Vendar Campliance to State Law Non-Residenk Hidder
3) Pz�qualification Stakement
4) 5tate and Federai documents (project specifrej
b. CurrentPrevailing Wage Rate Table
c. Insurance AC�RD Form(s)
d. Payment Bond
e. Perfarmance $ond
f. Maintenance Bond
g. �ower of Attom�y far the Sonds
h. Worker's Comgensation A�fidavit
i. MB� and/or SBE Commitment Form
l. Form 1295 Certi�ication Na. 2023-1Q�8524_
3. Generai Conditions.
4. Supplementary Canditions.
C1TY QF FORT WORTFi Rolling NiEls Waler Treadnent Plant Chlocine ScruLher Replacemant
STANQAIZDCONSTRUCT[ONSPECII'iG1"C]DNDOCL]MEN"r5 Projecti+lo. L03i29
Revised 11l231Z421 -ivlodiCed04120YL027
o052a3-3
Agtecmanl
Page 3 af 7
5. Specifications speaifically made a part nf the Con.U:act Documents by attachment
or, i�' not attached, as incntpnrated by re£erence and desaribed in the Table oi
Contents of tF�e Project's Contract Documents,
6. Dravvings.
7. Addenda,
8. Documentation submikted by Contraotor p�xor ko Natice of Award,
9. Tt�e foll.owing which may b� delivered or issued aftar the �ffecti�e Date nf the
Agreement and, if issued, become an incotpaxated part o� the Contract Documents:
a. NoEice ta gxooeeci.
b. Field Ordcrs.
c. Change Qrders. �
d. Letter af Subs#a�atial Completion,
e. Lette�' o£�irtal Acceptance.
Arficle Cs. INDEMNi�'iCATION
b.1 Contractor covenaats and agrees to Indemnify, hold harmless and d�fend, at tts o�vn
expense, the cfty, its offirers, servants a�d emplayees, from and a�ainst any And a13
c[aims ai•ising otti af, nr a�leged to arlse aut of, the wor�t at�tl set^vices to be perfor�aed
by the cuntrActor, its ufticers, aget�ts, c�anplayees, su6con,tractors, i�eenses or invitees
under th�s coniract. This indemnification Qrovis�on is speci�callY Lrtkended to o�exate
flnd be effecti�e evat� !f it i�s alle�ed ar proven that ai[ ar so�ae af t6e dama�es bein�
sougl�t were caused, in whole or in pa� t, bv anY_�c#, qmassion or ne�li�e�ce of_t�e cii�y.
This indemnity p�•ovisio� is intended to include, withnut limitation, indemnity for
cosfs, expsoses and [egal fees incurred by the eity in defenc�in� ��a�nst such claimc And
causes of aciions.
5,2 Coutraetor covenants Rnci �grees to indemaify and hold httrrnless, at �ts awn ax�ense,
the ciEy, i#s ai'fice�•s, servants and earployees, irum and a�ainst any a�.r� �11 loss, damage
or destruction uf property of it�e c#ty, arising uu� of, or alleged to arise out of, the worlc
a�d ser�vices to be perfurmed by tfae cont��actor, i#s ofiicers, agents, esnployees,
s�bcankractors, lecensees or invite�s under this eontxact. This i�demniffca�ion
rovision is s eci�i cai! intended fo o erate ar�d be effecfive even �f it is a!!e ed oi
nroven that all or some of the_da�►ases bein� sought r�rere caused, in whole ar i�a �ark�
� ar� act omiss�lo� nr ne li ence a�'t�e ei .
Artieie i.1VIISCELLAN�DU$
7. i Terms.
Terms used �► titis Agreemeat which Are defined in Azticle 1 of the General Condikions wili
have tha meanings indicatecE in khe Genera! Candit'sons.
7.2 Assigrument nf Contract.
This Agreemenk, including all of the Contract Dacuments may not be assigued by the
Cantractor without the advanced express written consent of the City.
CITY O� FDRT WOEiT#i l�alii�g Fiills Water Treahneot Piant Chlntine SsN6ber iicplacement
STANDARD CO�t3TRUCTiON SPEC�[CATION ��CUMBAlTS ProjcctNo. IQ3127
Rcviscd I 1l23I2021 - Madified 691201Z023
04 52 43 • 4
Agtcemcnt
Page � oF7
7.3 Successors and Assigns,
Ciry atxd Cant��►ctor each binds itself, its parmers, successars, assigns and legal
repr�sentatives to the other party hereto, in respect ta all cavenar�ts, agreez�ents and
nhtigations contained in the Contract DocuFn.cnts.
7.�t Severability.
Any pxavision or part oi the Canhaot Documents held to be unconstitutional, vaid or
unenforce�hle by a cotut of compete�t jurisdiction shai! be dea�ed stricken, and all
remaiiving pro�visions sha[I conkiu�e to be valid and binding upou City and Contractor,
The failure af City or Confraetor to insist upon ti�e performanee af any terrcr or provision of
this Agreement or ta exercise any rigY�t gxanted her�iz� shal! noi constitute a waiver of City's
or Con�tactor's �espective ri.ght to insist upon appropi7ate peiformance nr to assert any such
right on any future occasion.
'1.5 Govemfng Law and Venue.
This Agreement, including ali of the Can4ract Dact�znents is perfo�rnable in the 5tpte of
Tezas. Venue shall be Tanant County, Tex�s, or the United States District Court for #i�e
Nortk�em District of Texas, Fort Worth Division.
7.6 At►thariry to 5ign.
Contractor shall attach e�idenoe of auihority to si�n Agreement, if other than duly
authorized sig�tatoty o�'the Con#ractor,
7.7 Non-appropriation of �nds.
I� the event no Tunds or insuff cient funds are appropriate�. 6y City in any fiscal pariod for
any payrnenks dt�e hereunder, City wi[1 �otify Vendor of such occucrence and this
Agreetnent shall terminake on the last day of the ftscal period for which appropxiations were
recei�ed wiEhout penaity or expense ta City of any kcind whai5oever, except as to the
porEions of the payments her�in agxeed tipon for whiclt £ur►ds have been appropxzated.
7.8 Prahibition On Cantracts With Companies Boycotting Isr&eI.
Car�t�actar, ut�ess a sole proprietor, aela�owledges tha# in accordmnce with Chapter 2271 of
the Texas Govemment Code, if Cpntractor has 14 ox more fuI� iime-employees and t�e
coatract value is $100,000 ar more, the City is prohibited &flzn entering into a contract with
a campany for goods or services unless the cantract contains a writien veri�ficatian &onn the
comp€�y that it: (I) does no# �aycolt Israel; and (2) vvill not boycatt Israel diuing the term
of khe con�ract, Ti�e ter�s "boycott Israel" and "co�npany" shall ha�e the meanings
ascribed to thase terms 4n Sec#ion 8a8.00I of the T�xas Government Code. �y signin� this
cn�traci, Contr�ctnr cer[�fies th�t Cantxacto�''s signafure provides Writtea
veritication to khe City that if Chap#er ��'11, Texas Govern�nent Code appl�es,
Contrac#or: {1) does nat boycott �sraet; and {2) will nut boycatt Isr�+e1 due•ing tk�e term
oftite cantxact.
Cll'Y QR FORT WOLiTH Rolling Hills Water Trca�mcut Plant Chloriae Sc�a6ber C�eplacement
3?'APfDATZD COilS7RUCTION SPgCIFICATIqN bOCIliNEN'i'S ProjectNa. 103127
Revised 11I23f2021 - iviadified U4l20l2Q23 �
0052A7-5
Agreement
Pngc 5 af 7
7,9 Frahibitinn an Boycutting Snergy Companies.
�`on�actdx salcnowled�es that in accoi'dance �•ith C1.,�gter 2274 of the Texas Goveznm�nk
C-�d� ��s added hy �cts 2021, 87th L�g,, fL,S., �S.�B. 13; � Z), ,�? �it�r is ��rahibited from
cnt�ri�sg inio a contract for goods ot' services that �ias a va[ue o� �IUI},l7Off or �nre, which
will ba paid wholly or partly from pu6iic funds of the Gity, with a company (with i0 or
more ful�-tiunae eznployees) wn.less tb.e contract eantains ��:�ritten verification fram the
coinpany that it: (i) does not boycott enezgy companies; and (2) ��vr11 nat �c�yoot� energy
contpanies during k�e term of the cantraet. The terms "�oycott enargy comparry" and
"carnpany" ha�e the meaning ascribed ta thase terr�►s by Chapter 2274 of the Texas
Ga�ernsn�nt Code (as added by Acts 2021, 87th X..eg., �t.S., S.B. 13, § 2}. To the extent
that Chaptei� 2�`�4 af t�e Goveroment Code is applicahle to this Agreemestt, l�y
signing this Agreement, Con�tractor certi�ies that Contractor's signature provides
wri�ten verit'ication to the City #hat Contractor: (1) daes not boycoit energy
compa�nRes; ax�d {�) wi� not hnycott e�ergy conapan�es dnri�ng the term a� this
Agreement.
7,10 Prohibition on Discrimination Agains# F�'earm and A�amunition Industries.
Cnnkractar acicnowledges khat except �s othe�rise provided by Chapter 227� of the Texss
Govemment Code (as added by Acts 202i, 87th Leg., R.S., S.B. 19, § 1}, the City is
prohibited from ente�ing into a con.�'act for gaods or sar�ices that has a value of $100,ODD
ar more w�ich will t�e p�id wholjy or parfly from pu6lic £unds o£ t�p �ity, �v'rt�: a cnm�ar�_y
(w'tth iQ or more �till-time employees) unless the contract coniains a�:.i,tken ��tirifGation
frorn the cnmpany thai it: (1} does nat have a prrac�ice, palicy, gn.iidance, ot �irective thai
discriminates against a firearm entity or firearm tr�de associatian; and (2) will not
discriminate dwring the tez�n of kh� cant��act against a firearm entity or frearm trade
assoei�tion. The ter�ns "discriminate," "�reaz�n entity" aud "�ire�rm crade assaciation"
have the meaning ascribed to those terms by Chapter 227� of the Texas Government Code
(ss added by Acts 2021, 87t1� Leg., R.S., S,B, 19, § 1). '�o the extent that Cbxpter �ti74
of the Gu�erumeni Cade is appl#cable to tbis Agxeemeat, by �i�r�i�ng �kh� l�greezneut,
Contractar certi£'�es that CautracEor's signature pravides wri[ten verification ta #he
Ci#y thxt Contractor: {I) daes not have a pi•actice, poCicy, guidance, vr dn`rective that
discri�ni�akes aga�ost a�rearm e�tity or fireArm irade associa#ion; And (2) will ttat
discrimin�#e against a f[rearr� entity ur ffa-eartn trade assaciatian durigg the term oi
this Agreement.
C['�Y UP FORT WORTH RolHng Hil[s Wa�ar Treahneat Alent Chlarine Scru66er Rep[acemant
STAi�[DARD COi�ESTRUCfTO?V SP�C�ICATiOi�E UOCUMEi�(TS Projui Na. lOZ l27
itcvistd 1112312421 -Moditied09/20l2023
005243-fi
Agrecmcnt
Page 6 of 7
7.� I Immigratian Nationality Act.
Contractor shall verify the identity and employme�t eligibility of iks• employees who
perforcn� vs�orlc under fihis Agreement, inc�uding complefing the Employrnent Eligibifity
Verification Form (I-9). Upon request by City, Contracior shall provide City with capies af
aII Z-3 fornns and support�ng eligibility dacumentakion for aach �rnployee wha performs
work under this Agxee�n.ent, Contractor shall adhere to all Rederal and State laws as well as
establish appxopriate procedures �nd contrala so k�aat no sexvices wii� be performecl by any
Contractar employee wh.o is not legally eligible to perform suc3� services.
CONTRACTOR 5�iA.L�, XNDEMN�FY CIxY AND HOr.,D CiTY �I.ARML�SS
FRQI� ANY �'ENALTI�5, LIABLLXTICS, OR LOSSES DUE TO'VIOLATiONS OT
THIS PARAGRAP�i BY �"ONTRACTOR, CONTEtACTOR'S Eli�Il'LOXk:�S,
S�7BCU�VTRACTOR5, A�ENTS, OR LYCENS�ES. City, upon writte� notice to
Contractor, shall ha�e the xight to immediately terminate #his Agreernent for violations of
this pro�isiqn by Contractar.
7.12 No Th'rcd-Party Beneficiaries.
This �greem�nt gives no �ights or benefiks to anyone other than th.e City and the Contractor
snd there are no third-party ben,eftciariss,
7.13 No Cause of Action Against Engineer,
Contractos, its subcontractors and eq�ipment �nd materiais supplis��s on the �'R01ECT or
their su�eiies, shali maintain no direct action. against the �ngineez, its aifiicers, ernployees,
and subeondr�ctozs, far any claim aris�g out of, in connection with, or resulting from Ehe
engineering services perfaz�x�ed. �nly the City will be the henefiaiaty of any unr�ertalcing
by the Engineer, The presence o� dutias of tt�e Engin.eex's personnel at a cansfn�ctian site,
wt�etk�.cr as an-site representatives or otherwise, do not tjnake the Engir►eer ar 'tts personnel
in any way responsible for those duties that belon� Ea the C'tty and/or tl�e Ciry's construction
cont�aetors ar ofher entities, and do .unf relieve the construction contractors or sny okher
e�tity of their obligations, duties, �nd respansit�ilities, i�ncluding, but not limited to, al!
constnzction methods, means, techniques, sec�uences, and px'ocedut•es necessary fnr
��ordinaking and completing all partions of the construction woric in accoxdance with the
C�nt��act Doca�nants aud any hea.lth or safety precautions required by such construction
work. TI�e Engineer and its persanne! have no aut�orify to exercise any control over any
cansiructian cont�actor or other entify or theix errzployees in can�ec�zon wit� their vuotk ar
any heaith or safety precaufions.
CITX OT FO�T WORiET Rokling Flil[s WaterTreetmant Plant Chlarino Scruhber Repiascincnl
STAFV�ARD COt4STiiUC'CIQ� Sk'�CQr[CATION Dt]CUME3�I'fS Pcojcct No. t03127
Ravised 1l123iL021 - Modificd 09/20/2023
0o sz�3. �
Agrean�ont
Pngo 7 o F?
IN WITTI�SS 'WHEItBOF, City and Cont��actor have each oxscuted tl�is Agreeincnt to bo
of£ective as of tk�e date subsc�ibcd hy tlte City's clesignated Assistant City 1VXannge� ("�£feotive
bak�"}.
Corih•actoc;
�Y�
, �
_S� � .
,
im iVi ka
(�'r;nced r4m.e}
�
[ierr��•al Cnunsel
Titie
11750 ICaiv Freeway. 5t�ite 500
Ac�dross
c�cyrsE�te�zt�
City of Fort Worth
�a.y;
-����--
Daua i�urgltdoff
Assisfan� Cily Manager
Oct 27, 2023
�3ate
Akfest;
� - - -:
11�&C: ��_ _' '
DuEe Xinte. '
. - _`— • . �
�orm X295 Na.. ��,� a�_ ; - ,-- _
ContracE Cosnplianc� i4�anager;
By S1gf11Ilg, I nofcnawledge that � am the paiso�
iesponsiblo for tha ntoniia��ing and
acLninistrstlon of th9s conhaot, lnoluding
ansuring nll perfnrmance ancI z�eporiing
requirements.
7ariafit GocleYyQ _
Parida Croderya, PhD, P.$.
Praject Mananer
Appraved as to %o�ni and Legnlity:
. � �
' Uoug]as W. �3E�ak
Sr. Assiqtatit City �ittornay
APP�tOVAL It8C0[vIIV18lVDH�:
�,ris6mlu•_v.�siT„�
CEuistopha� Ht+rder, P. �.
IJ�xector Wtttac Department
_i
n
C{TY OF FQRi' WORTH Ra�ling I{Iqe WnlerT:calmanl Plnn! Cl�lor�u�`:�uyruy��r,,sflesnam�S l
STATI�ARD COi�STRUC1'�QN SPLCIIr[CATIpI�I pOCUMBNTS Pru[act i'lo�l43i�I,._,�y �.
iiav�avd l l/Z3l2aZl - Madillad 49120l20R3 -
�
�
CJO EI l�- I
P�RFURMIA\CE BUhfD
Page 1 of 3
Bond 1Vo. 107908899
SECT�ON fli�_6i_.13
�'�RFQR[v1ANCE BQND
TNE STA`�`E OF' T�XAS §
� KT�OW ALL B'Y T�iESE PR�SENTS:
COUiVT�' O� TAR�i�NT �
Tltat eve, Eagle Contracting, LLC _ _, known �s "Principa!"
17ere[ii ancl Travelers Casualty and Surety Company of America , � coi�j�dr�t� sur�ty(s�ir�ties� ii' ���ore
than onc) d�.�ly a►ttl��ri7cd ta dn �usinoss in thc Stato of Tcxas, lcno�vn as "Surcty" �tcrcin (��Ijetl�cr ane or
i�lora), �re iield and �rmly bouud tinto El�e Gily o�`l�art Wort�i, a nn�nicip�] coi-�ora�ian creatsd pursunnt i�
the lzws of Texa�., knoti�vn as "City" herein, in the p���a] sui� af
Fi�e MilAon Four Hundred Sixty Three fihousand
"�w� Mundrerl FartV Seven and DUl10U ^ UR]1d1'ti (� 5,463,247.00 j, ���y�rf�t1
money uf #he United States, to be paid in Fort Virorth, Taiti•ani County, Tex�s for the p�yn�ent oFwh�ch
surn s�+cii a�d truly to hc tnade, �vc bind aurselvcs, our i�cirs, cxccutoi5, administrators, successo3•s and
assi�ns, jointly and s�v�rally, fi.rrnSy Uy th�s� prese��ts.
WNCR�A�, Hte 1'rinci�al i�as en#�r�a into a certain wrikte�� c�ntract with tl�e City aw3rded ihe
12th day ai' September , 20 �3 , w11i�13 Goniract is i3er�hy ref�rrecl lo and inade a p�►rt hereol' for
all �ur�oses ns if:FEilky sct fortki hErcui, to fi�i•nisl� all matcrials, cqiii�mciit labo.r aixd oti�cr acccssarics
de�n�d 6y idw, in khe prasacution �f t�ie bYork, i»cluciin� �ny Citian�e �rc�er:�, �.s �ro�idcd for in sziid
Co�cract desigt�atec{ �s the Village Craelc Water Recl�smAtion Facility, Enclosure of G�seous Cltl�rine ant�
N�iscc[lancaus I��ipravorrrc»ts Projccr, City Prq�acr Na, I 03 I 2i,
IV4lW, 'THERE�ORE, the condition of this obligation is such tht�T if the s�id �'rincipal sha!]
faithti�ily �er�orm it ni�iigati�n5 und�r the Contract and shxll i�ti s3i res�ecis ciuly at�d faithfully �erfUr�n
tite Wor!<, inclucling C�i�nge Orciet'�, uncler the Coiitract, aecarciing to the plans, specification�, a�zc�
contract dacu����yfis thcrcin rcfctrcc� tc�, and a.� �vcll durit�g at�y period of cxtet�sion of thc Coiitraet that
may l�� ��r�nted �j� ti�e �arE of'the Gity, tlien tl�is o�li�;ation tiht�ll be and becUuie nuli and void, nthenarise
to reaiiain in ful� foree s�nci effect,
PI3(]VID�D �+URTH�R, tha! if a��y i�bal �icticrn be £iled c�n thiti Banci, v�ntte 4l1:a1[ lie in Tarrani
Coun�y, Tex�is or tl�e United St�tes bistrict Caurt far the Noi-t�ern DistrEct n�'Te�xas; C"orl Wortli Division.
This bancf is n��de r�nii exeeutecl in rc�rnpliance ��ith thc: pr�visians of Ch:�pter 2253 Ut the -I"ex�s
Govcrnt�ncnt Codc. �s a�i�cnr�cel, �Ild ��I �13�i1I1�IC5 Of] �Ilt5 WpI1CI 5I"kiill bC (�GICi'IiilliCd 111 r�CCOF'L��l1CC 1Vlf�] �I1C
prov�sic>ns oisai�3 �tatue.
C'1TY C�F rt�k'E' 1VfjIi'E'I t [L�llin�; �Ii1iS 4L'11�!''1'tdt�t�llel]l �'j,uz� Clil.�rin� S���ulitz�r R�pl;+cz�nanc
srA�a�,Ra ec��sr[tuc�[o� s�Lc:�r�c��ruav �c�c:Gn�i�r�r5 Pr�;rei rro. ru;�z�
Revis�d .1Ed)� I. 2i11 I- h+icrdElied i�laa: 2(113 1�:1y (i. 7113:a CONF()Rb'iEQ
ou cr t3-x
�'tRl�URMA\L'� EiUND
[�6at' 2 O� �
[I�' �'i`IT:VCS� W'H�REO�, tk�e i'rincipa! and tl�e Sur�ty h��e SiGNEU ailti SEALED tltis
iiistru�nei�t 6y dti�y authpri�ed ag�nts an� offic�rs on tttis t1�e 27th �{�iy ��' September
, zo?3 .
PRINCIPAL: .
�agle Contracting, LLC
BY � 'i
�
SIgnlLure
A'�"F`EST. ` '
� Jim Il�uska, General Counsel
�Crrr�r�1�S�'3�
f
— � '
� �
�� F
'ttE�ess ms to �'rincipal �� ���
P�� �
� �� _ � —L
Wih,ess r� tn '� Da�id T. Miclette
' Name and Titic
Address: 5700 Park Vista Gircle, Fort Worth, TX 76244
SURETY:
Tra�elers Casualty and 5urety Company pf America
�.
BY: �
SignatG�re
Nilco�e Jeannette, Attorney�ln-Fact
NRnZe �ttd i'itle
ndclrC,S: Qne �ower Square, HartFord, CT 061$3
1'�elephQ�ie Number: (860) 277-0111
*Nc�te: lfsigned by ari offce�� oftlie Su�'ety Co�t���ntiy, ther� ti�ust be o�� til� a certifeci ext�zct fro�ri the
by-la�vs sl�awing tl�at t}jis peE•sof� lias authorit�+ to si�n stjeh obligation, Cf S�n�et}''S pi1�fS1C�Y�
7ddr�ss is diFfer�nt fro�ii its m�iiin� ac{cires�, 6�th na��st be pruvicied. Tiie clate of tlye �and sl�all
31ot be prior to tl�� ci�it� tlie Cantracr is ai��arded.
END OF S�IC:TIUlV
� i'fY OF Ft)R7 WpR7'll Rnllla�tt kliil5 L4'aler 'ftzn�m�nr 1�I1�11 ('hlofint Scnibllak' Rtnl�cen]ellt
STA� DA1i17 C(}t�+5TI{UCTIf?� 5i'L• C'I I� iCATi01� 17UC'l: h�GN 7�S f'rqiect Nn. 1 U3 {? 7
Re��E�ed July 1, 2i111 - NEodiCKd May 2c1?3 ��iy� r, zn�a co�aF�R1�4�B
�}0 Gf l�- l
P.AY hR�ti'C 13UN ❑
nage 1 0l' a
S�CTION �i� bl 1$ Bond No. 107906899
PAYME�T BONp
'T�� S'�`AT� O� TE7�AS g
§ IiI+tO�V AL�, �Y 7'9iE�1� PRE���J'�`S:
Cf3C7I�m'� O�r TARI�Ai�1T §
TI13P we, Ea le Cnntracting, LLC knawn as
"Pi�ncipa!"' ltceain, and Travelers Casualty and Surety Company af America � �
coipoi��te s�ir�ty (suu�eties), duly auti�orized to du busin�ss i�� t13e Staie at Texas, knowt� as "Sureiy" tlerei��
(tivh�tl.�er nne a�- R��o���), are held and fitYniy bou�tc! unto tj�e City of Fo:�t Worth, a mut�icipal corporation
creafcd pursurmt i� tlae l�ws of tlie Skste of Texas, Ecnown ds "City" l�erci�z, in tl�e penal suiu
Five Million Four Hundred Sixty 7hree Thousand
Of Hundred Fo Seven and 001100 DOlf�irs ($ 5,463,247.00 }, 1i11�+flli
mo3�cy aF' thc Unitcd 5t�tcs, to ba �aid in Fort Warth, Tarrant Cflunty, Tcxas. fti�' th� ��ayn�Cnt ofi �vhich
sun� �vell �and truly be mac�e, we binc! ourselves, our l�eirs, exacutors, ad,nuiistra�o�•s, suecessozs and
assi�ns, �ointly anc� s�veral[y, fir�niy 6y Etiese p�esents:
Vi�HE[Z�ri�, P�inCipa! has enter� inlo fl cerlain wr�tten Confra�l wil.li Gily, ����rd�d 4he �?t�_
day of September , 2q 23 ,�vi�icl� Gor►h'act is lfci'c�y rafcrj•cd tn and �ziadc a part hcreaf
�or a11 pui��ases �s if fiilty set #nrfh l��rein, to f�i�-�ish all �t�ateri�ils, ec�ui�ment, labnr and uther �ccessories
as clefnec3 by laiW, in the prasecution of the Worlc as provEcle� for in s.�id Conta•�ei and design�ted as the
Viilage Creetc Water Reclan�ation Fac�lity, Enclosur� of �ase�us Chiori�ta atid Miscelianeous
lrtipravemen�s Projeci, Cily Project Nn. 1U3127,
T+f�pbV, TFiLR�FOR�, 'iH�G COT�DiTiO�+I O� TH�S flT3L1'GATTON is such tl�at �f Princi�al
s1�a11 �ay aIl �ns�nies awin� to any (and €�if) p�ymej�t bond k�enefic}nry (�s clefinecf in Chapter 2253 of the
Tcxas Goucrt�.mcnt Cac1�, as aiY�ciidcd) u� th� prosccEtition c�f Ehc Viloik �.��idcr thc Cantract, tl�cu il�is
Ut}II��1k1UF1 li�liiil �� �t�3d become n�t11 tiYic� vUici; otltGr��is� ta reinain in #u�l �orc:e and effecl,
TFll5 �'10n� 1$ liic3C�l: at1C� CXCCll�Cd kll C4111�1I10.i1CC 1Vl��l t}1C �)fOVISlE�115 0� C�13j7�Cr 2253 of thc Tcxas
Cioveznn�,ent C.od�, as �iiie�3c��d, �nd alf Iiabilities on lhis bond sh��l be deler�ninecl in acc�rdance wiih ihe
�rovi5iac�s nf said statute.
C'!TY C�F' FOfLT V�°ARTFI Ct��llin� 7filis 41'a�c�'1'rza�mesi+ i'Inns ['ltiloriae Sciul,�er Re��l�ccju�is�
STA�DAltl7 CC)MST[tUL'Ti0\ yP1;C:ll�lGAT1Gh L�C�i'l:N1L:N'fS PEl1�C�I N@. �U�i27
Rzvised luly l.2(II 1• Mfadi#iad MI�},?(y?3 ]uly 6, 7U73 C.'{TNFORt�7ED
t1O fiI la-L
PAYML•"1'�' BUND
I'age 2 n C 3
lf� W�TN�SS WHEIiEaE�, che Principzl �tn� SureYy lt�ve �ach S!(��V�D and S�,a.i��p this
instrumciat b}� duly autharkzcd ag�nts and of�iccrs on tltis li�c 27th �ay �F September _
,2U23
PRiNCIPAL:
�agl eon�a�c , . �
ATTEST: - � ��Y; � — -- . .. _.._.__ �,.�
� Si};nature
�
J9m Mu lca, General Counsel
(Arir�cipaf} Secr�lary ' , Nan�e and Title
Ac�res`s: ��70a Park Vista Circle, For# Wvrth, TiC 76244
+i �
�
\ ' �..s�_c., (�.��..+�
Vitncss as to Prtnoip�! ��u ����.jr.�
�� ����
A�T�ST:
,�
, r.�'r- � 1`.rCk-5
(Sure Sc�6��t�i� ness, Stacy Owens
� -
--�-� �� �
W� a� to Surery bavid T. Miclette
SlJR6�Y;
Travelers Casuafty and 5urety Company of Arrterica
�Y: 1
Sign atur
Nikols Jeannette, Attorney-In-Fact
N�inc i�nd Title
Acldre�s: One iow�r Square, Hartford, CT 06183
Teiepf�oi�e �lt�mbzr: (86�) 2i7�0111
Narc: lf si�nad ny a�� of�iccr of t�xc Sa�rcty, thcrc ci�ust bc o�� �ic a ce��tif�cd cktracc from tl;c bylav��s
sl�owuig tl�at tilis persan ii�s authority ta sign sucl� aUli�ation. If' Sui•cty's pl�ysical address is diffcrct�t
from its maifing address, botlti mtsst be prpvided.
'ft�e dat� af the bond sh�ll not b� ��•ior io the d�te 1he Contract is aw�rcl�d.
El� D O�' S�CT10iV
C'rr. v czr �c�ct•r ���c�rz�n � Rollitte 1 IiHs �Vater Trznlnlaur 1'l�nt i'l�h,rine Scitibber Replaceu�aus
5TA`DARD CUiV5TRi1C'TEfI� 5PLCIE�IC:.4T'IU7�! DUC'L:h4L•'NT5 Pref�cl Nu. ]t1�127
Rzviced .fuly f. ?�! ]• h4nclired AAsr �t}23 1u1�� C, z[11; ("Uti[FE]RA4EU �
ti
U06k 1)-1
iNAiNT�:�r1\CL'' BUND
Pnge l n(d
S��CTiON QO 6� x9 B�nd No. 107906899
MAINTENANG� BO�IU
TH� STr�T� OF T�XAS �
� YCI110W ALL BY TK�SE PRCSEI�TS:
COU?+iTY OF �'r��A�IT §
That wc Eagle Contracting, LLC �T, lc�zo�vn as "Pcincipal"
li�r�in and 7ravelers Casualty and 5urety Company oi Amer�ca , a coi-��orate sueely (sureties, if't�ti�re
than ons.) di�ly autha�-iz�d to do bus3�ess in Che State af Tex�s, icnawn as "Su��4ty" herein (whetl�er one ar
inorej, ar� heid and #'irmly b�und unto t�te City of Port Wc�rtl�, ��n�inicipal eoi�}oratian created pt���suant to
�he laws of 4he State of �'exas; fcnown fls "City" h�rein, i�i �{ie sum
Five Million �our Hur�dred Sixty 7hree Thousand
�� Two undrec� Fortv Seven and OD1100 ___ Do1Iar5 (� 5,4$3,247.�0 }, laWful
nlaney of tt�e ��nited 5tates, t� be paid in Fatt Wnrth, T�in�ani �.;pu�ity, T�xa,;, for pttiymei3i of w[�.ich su��n
tiveli and tntiy be made unto tlae City �nd its sticcessors, �ve bind ourseives, our �ieies, �xectitors,
administrators, sticcessars and assigr�s, joi��riy a�nd sc�rerafly, tirn�ly by th�s� �resents.
WH�+T�EAS, thc PruSci�a! ltaa c�ztcrcd intn a cct�tain tivrittcn, contrlct ��rit3i thc City awaedcd
tli� 92th clay of ,_,_,September , 2U?3 , which Co�ltract is t}�r�t�y referred to
and a rnade par� hereof for all pur�ases as if fu14y set forth herein, Co ft�rnis�t all maCerials, ec�ui�meiit
�a�or �nd ptl�er acccssaries as defined �y law, in the pzc�sccutiQ7t ot`the Woric, it��lttdil�g any Work
r�s��liin� fro�u a����ly aEilhorizec� Change Orcl�r (eoliectiv�ly lyer�irz, tlie "Warlc") Zs �ro��ided for it� saicl
cvntract ��►nd clesig�ated as the VEkla�e Creek W�ter Reciairtation Faciiity, Enciosure of Gaseous Chlorine
and Miscelfaneaus Impror�'��nenks Praject, City Project Nn. 103l27.
Va`H�REA�, Pri�xci�a] l�inds it�cif to usc sucl� u�atcrials and to sa c���st�,tet tf�c Wvrk i�� accordancc
with ih� E}lans. specific:�tions a�nd Co��tract �ucum�i�ts that the War�c i� �nci ti�ilk reinain fr�e fi'nrs� defeets
ir� mate�7als ar work�n�nship for and during the p�riod oftw•o (2) vcars ��ter tl�e d�te nf �in�i Acceptailce
of tlt� 1Vork by the C'ity ("�fainte3l�i�ce Feriqd"); �nci
1�VH�R�AS, L'�'irscipal �ii�ds itself ta cepair or reconstruct tite �'�rlc in ��vhoie ar in �art upan
receivin� nntic� #rc3rri the Ciiy c�t'tlie n�ed ti�eref�r at any tii�e wie�iiti lit� l+l��inten�anc� Period.
C'tTY C�1= fiC)itT 1VOk'TI Y Rullii�a i liils �Vaier �'raa�nteiu I'lau� C'l�ltirin� ScruUUer 1�epl<srema�u
5Trf.\pARa C'1]N5TRUCT'lU\ SPL:CII�lCATit�iY �1�.1C'l;i�9[iNT5 i'rujtul Nu. 11i:4] �?
Rrwsed 1uiy� 1,?lil I• Madilieci Ma� 21123 fu11' C�, �'.033 ('C7�1'FORk7�P
UU61 fh-2
M.4lNT�Nr��i'l� BUNb
Paga 2 ni d
1riO1�� T�IEREF�QRE, t��c cc�nditia� of this o�ali�atin�x zs such tl�at if F�•iticipal shali rct��.cc3y any�
defecEi��e Wor1t, fur which tii��ely noti�e v�ras provicE�d by City, tu a cUmplNlian satisF�ctu�y to dze C:ity,
tl�eii this obli ;aliat� sls�ll becoine nE�ll and tiroid; otheravise to reE2�ain in fril! Force And efFect.
�'i�O��iIDED, H�1�YEYER, if Principal s1�a11 Cai( so to re}�air or r�constrtEct �ny tin��ky itc�tice�!
defeetive Worlc, i# is a�re�d tlaat tl�e Cfty i��ay cause any aiici ali suci� defective Work to be repaired andlor
rzconstrueted witl} �11 assaci�ted cnsts ther�c�f"U�ir�� �ia��ne k�y tl�e Prineipaf Tnd the Sirrety under this
M�ir�lenanc� bond; �nc�
PCd�IVIT?1CD �`U�THE�, tt�at if any izg�l action be F'ile� on t11i� Bc�itcl, venue �ttxl) li� it� Tarrdnt
Cou�til}�, Texns or ti�e Unitee� States C)istriet CourE for the No�tl�ern District of Te�as, Fori Worth Division;
ar�d
PROViD�D �IJRTH��t, that this ohligation si��ll be eontinuous in nmt�ire and s��ccessive
t��cu�eries i�1ay he had l�ereai7 £ar suecessiue breache5.
t'1'fY UF Fc?ftT 1+i[jli'Cll 2o1{ing t[iils �'��ler TrelfineEu Pl�e�t f.'Islorine 5ci�iUber Raplacemzn+
STA\Dr1Rfli'UNSTRIlC'i'lU\SPL'C'IFICATIO�f17UC'1:h4�N'ES Prulec:liVA ]U:Sl�7
R2F15pCI �llly I, 301 l• fVlnd':.�zd \Aur 1U33 !ul}� G,?U�3 C'(}NFORA�tEb
U�)G119-1
�'iA[MTIiNA\CE 13UN�
Page 3 oC 4
ll�� W1T�JIC�� WHL�IdEOF, [E�ePrincip�►I znd the Surety t���v� eaclt SlGNE:U �nc� S�AL,�D t1�i�
i�tstr�.ttncnc l?y duiy authorizcd agcnts a►td ofiiecrs on kllis tk�c _ Z�t� ��y �f ��ptember_
� �[j 23
PRiNGT.�'r�:
�agle Contracting, LI.0
. . �(.. . ..... . -
B�`;_..�.�._
;'�ig�lalur� . �
ATTBST:
(Prir�ci�Al} Sccrctnsy�
ly / �
�y /• � V `
' �I�-.� _r� w
-�--� �4'iuics; as tu Prineipal ����_� ��1 ��'�
��r�_�- �
�'�TEST:
��
_V
(Su�fy) � t ness, Stacy Owens
-�
� 1 - � ��—
��� �-.---
4�fitne� as to Suret}! �a�idi. 111ficlette-
Jim I��ska, General Counsel
� . . .., . 'Narnc and �i`itic . , . �.. . . . .
�slc[rc:ss: 570D Park Vis�a Circle, Fort Worth, TX 76244
r
SURE'IY:
Travelers Casualty and Surety Company of America
�3Y: ������; _rl_' _
5 tgnatsuc '�^�
Nikole Jeannette, Attomey-In-Fac#
�fll]1C dlld �IiiC
Addr�ss; ��� Tower 5quare, Wartford, CT 061$3
1'ele�l�one tJuml�er: (860) 277-0111 _
�FNat : �f signed by ��n otticer n£ the Surety C�i��pciny, tllere must he o�� i�1e a certified extract trurn the
lsy-1a��5 shpwi»g tl�at tl�is E�ersnt� 1�as autharit}+ to 5i.�n tittc�i �bligation. It Surety's physiea[
address is diffcr�nt fi•am its n�aiiii�g add:•ass, bath mt�st hc pra�idccl. T13c date ot titc �pr�d shA�l
��ot Uc �aric�r to tiic c�atc k13c Cnntract is a�vardGd.
ENI� O�' sEC`!'�O�
C'iTV lIF FI�t�T 1�t7�L�'� I l2oHin� IlilE, 41r��e,• Tre��maFia Plant C'It]urinz Sc�-ubberlirpinaeinzni
STA\D�IRi�(Y)t�'SiRUC'TtU\ SPLCEI��C'1TiUYD.UC'L'iulisNFS hruJeclNu. ]U3127
Rzvised Juiy S, ?itl 1- hadilied May 2U�3 July fi, 34}23 C'OyFORN{EU
O(�5i i9-4
i14At3+STLNA�CL BQNI)
Pa�e 4 ot 4
THIS PAGE L�FT ALANT�Il�TENTI�NALLY
Cll'Y L�I^ Fn1�7 WC1R'il! Rolling lEillti Wnter Treltrn���rt'1�rst C'lalurine Sc�zik�Uar fie�}lace�n�nt
STAt�ARD C(1N STRUCT]Ut SPi:i"II� 1C �Tl(3T� C)UC�I:MLiVTS f'n�1Ccl Nu. ] 03127
Reviced July I. �{l l I• h4od�fied Ma}' 2(F?� July fi,?i)23 C�NFQRh�9ED
T��������
Tr��vel�r� �a�u�l�p �aH� S�r�y C�mpa��v of A�erica
ir�e��leps �s��1�,+ and ��r� �Amp�r�y
�t. ��ul Fire �H�4 [�arin� %ns�rarr�e C�mp�ny
Qow�R o� arro�n��r
14NDW ALL, NiEN �Y 'CWESE RRE5EN7S: That Travelers Casuakty and 5urety Company of America, Travelers Casuatty and Surety Company, and
5t. Paul Fire and NEarine lnsurance Company are carporailons duly organfzed under the Iaws of the State of Canneeticut (her�in
collectively called the "Companies"), and that the Campanies do hereby make, constitufe and appaint N ikole Jeannette of
HOUSTON , Texas , thekr true and kawfill Attorney�s)-ln-Fact ta sign, execute, seal and
acknowledge any and all bonds, recognlzances, conditional undertakings and other writings oblfgatory in #he nature thereaP on behaif of
the Campanies in ihelr business of guaranteeing the fidelity of pe►sons, guaranteeing the performance oP oontracts and executing or
guaranteeing bonds and undertakings requlred or permEtted in any actions or proceedings allowed by law.
lN WITM1iESS Wii�REOF, the Companies have caused ihls instrument to be signed, and ih�ir corparate seals to be hereto affixed, this a1st day of April,
2a21.
!y'a�� �4J*�TY qp��`�
��� � � ��
�� � � �q�a, � � �
, coi�+. � �}�, �
'�'�,� �'�, aa� l� i�`
� 1 � ti�� �
5tate of Connecticut
By:
City of Ha�tTotd ss. Robert L. Rane , enior Vice President
On this the 31st day of April, Z0�9, beiore me persnnaily appeared Robert L. Raney, who aoknowledged himself to be the Senior
�ce Presiclenk of each af the Com�ranies, and that he, as such, being authorized so ta do, executed the foregoing instrument for the
purpases thereln confained by sigrting on behalf af said Companies by hirnself as a du�y authorized officer.
. i�l�ad.'�s,,
iN WITNESS WHEREOF, I hereunto set my hand and official seal. �yi!%��
f10TAilY ��
My Commisslon expires the 34th day of June, aaas � �+'� �
p"'"° Anna P. lVowik, Notary Public
,� �
...�
7hls Power of Aitomey is granted under and �y the aukhority of the following resolutians adapted hy the Boards of Dire�ors of eaah aF
the Companies, which resolutinns are naw in full iorce and effect, reading as follows:
R�SaLVED, that the Chairman, the Prestdent, any Yce Chairman, any F�cecufkve Vice President, any Senior Vice President, any Vic:e
President, eny Seco�d Vice President, the Treasurer, any Assistant Treasurer, the Corporate 5ecrekary or any Asslstant Secretary may appoint
. Attarneys-in-Fact and qgents to aci iar snd on behalf of the Compar�y and may give such appofnte� such authority as his or her certificate of aufharity
may prescrEbe to sign with the Company's narr�e and seal with ihe Corr�gany's seal bonds, recognizances, c:ontracts of indemnity, and oiher writings
obligatory 9n fha nature oF a bond, recognizance, or conditional uncfertaking, and any of sald officers nr the Board of Directars at any time may
remove any such appointee and re�oice the power gNen him ar her; and it is
FURTHE3i RESOLVEU, that the Chairman, the President, any Vice Chairman, a�y Executive Vice F'resident, any Senior Vice President or
�ny �ce PresideM may delegate el! or any Part af khe foregoing authority ta ane or more officers or employees of this Company, provided
that each such delegation is In writing and a copy thereof is fled in the offfce of the Secretary; and lt is
FlfR7HER RESQLV�Q, that any band, recognizance, contract of indemnity, or wrlttng obligatory in the nature of a bond, recogniaance,
or cnnditlanal undertaking shall be vaEid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Uice president, any Senlor Vfce Prestdent or any Vice President, any Secand Vc;� PresEdent, the Treasurer, any Assistant 7reasurer, the
Corporate Seeretary or any Assistant 5ecretary and duly attested and sealed with the Company`s seal by a 8ecreiary or Assistant Secretary;
or {b) duly executed (under seal, if required) by ane or more Atiorr�eys-in-Fact and Agsnts pursuant to tt�e power prescribed in his or her
certlficate ar their certifioates nf authority orby one or more Company officers pursuant to a written delegation of authority; and it is
FURiH�R Rf50LV�D, fhat the s9gnature of each oF the following nfficers: Presfder�i, any E�cacutive Vice President, any 5enlor Vice President,
any Vice President, any Assistar�t Vlce Presldent, any Secretary, any Assistant Secretary, and the seal of the Company may be eifkxed by iacsimile to
any Power af Attorney or to any ce�tiflcate relating thereta appointing Resideni I/tce Presidents, Resident Assistant 5earetaries vr Attorneys-in-
Faci for purposes oniy of execuking and ai�esting bonds and undertakings and other writ9ngs ahllgatory in the nafure thereof, and any such Power of
Attorney or certfficate bearing suoh facsfmile signature or facsirr►ile seal shali be valfcE and binding upon the Company end any such power so executed
and certified by such facslmlle signa#ure and facsimile seal shall be valid and binding on the Cflmpany in the fUture with respect to any band or
utsderstanding ta which it is attached.
I, Kevin E. Hughes, the urndersigned, Assistant Secretary of each of the Compan�es, do hereby certify that th� above and foregoing is a
true and corract copy of the Power of Attorney executed by said Companies, which remains In fuq force and effect.
1]ated this �1x��day af� - ,� �1(�,r •� � �
��p.-r 64�i:,_ �J�,1.SY Ary�� ���
r � *
� � � `� HppTFppry� �� � �,+�74�4
��. @ � COHM. �+ ,�y � �
�..a«�� y�,f • F�d� i'� 1�
�� �
Kevin E. Hughes, Ass ant Secretary
i'o �rerify i�ie a��e�trciir+of IJpis �ow�afAit�vnieY. Ple�se ca11 � at1-BOO-431 3�8Q
�/eese pef�' Gv ii�e .�6ove narn�f A�i�re}�(8)-iR-�a,�t �E9 tAre de�ils of OFie 6a�d Cn �ro,l�iclr �is P9aw�r afA�`tarr�ey ��it�ched.
1 ����1����
���lL� 1 ��� l�l ���11.�
TO OBTAIN INFURMATTON OR MAKE A COMPLAINT:
Yo�l may Contact Travelers Casua[ �r�d Sure Com an a�' America , for ir�fa�natian �r
ta make a eomplaint at:
Travelers Bond
Attn: Claims
I500 Market Street, W. Tvw�r, Suite 2900
Philadelphia, PA 191Q2
1-SQO-328-2189
Ynu may contact the Texas Departrnen# Qf Tns�.uance ta obtain the information on
cornpanies, coverages, rights or complaints ai:
Texas Department afInsurance
P.O. Box i�9104
Austin, T� 78714-9104
(800) 252-3439
ATTACH THIS NOTTCE TO YOUR BOND. This notice is far informatian anly and
does not become a part ar a condition of the attached do�ument and is given to comply
with Section 2253-021, Governnaent Code, and Sectian 53.2U2, Property Code, effeciive
September l., 2Q01.
�Oh125-1
CL:RTi1�IC'ATf: Ul� Iti511[iANCL
Page 1 oC�
srcT�orr on t� z�
CT:RTIFICATF �F [NSURANGi:
P'AGE LEF� BLAn� INTENTYaNALLY. PLACE AWARDED CONTRACTOR'S STANDAR❑
AC;I�Rll CERTIFYCATE ��' II�S[JRA:�ICE FOI��I HETtE Ia dR C;O:i1TRr�GT EXECUT10I�i.
F I�IU OR SE:C'TION
C'ITV Or F[�E�"f' N'�7�t'CI i ftolling I lilfs �'ntcr Trea�nsent 1'lant f'hlurine 3crukrber lieplacei«ena
�TA\DARD Cl3N5TRUCTIC74 5Pl_t'I1�ICATIQ� Ul7Ct:AdIiNTS Nroject Na. ]U3127
Revised .luly 1, 2(I1 I- M��difed Muy 2i123 July G, 20?3 ('[7NFORAALD
UObl25-2
CI:RTII�ICATL ill' 1\Si1RANC'ls
I'xg� 2 nC?
TFi15 PAGE L�FT l3LA]�K Tl\T1F,NT[UNALLY
Cl7'Y UI� i�t:iEt'1' WpR"i'id lto.11iu� !li11e w'�rer Tre,trne�ir I'l�siis Clilna�ine ScrubUer Ite;�lac:�man�
SiA�DAKDC'UN.Si�I�UC'TiC]\ SPL't'll�lC'Ai'I(]N �OC'l:A�ILNTS Pro_ject I�u. ]i13127
l�eti�isod.auly I, �UI I- Mndilicd Muy ��Z:3 ]uly fi, 20?3 (.'ONP(]ItM�D
� �
Policy Number: 61UEAQL1832
�ffective Dafe: 12/31/2022 —12l3112023
�
�.
��
,�-�
�������+�i�� ������� ��14������ {d�����w�� ����
Various provisions in this policy restrict coverage.
Read the entire paliey carefully to determine rights,
duties and rNhat is and is not covered.
Throughout this policy the words "you" and "your"
refer to the Named Insured shown in the
Declarations, and any other person or organizatlon
quallfying as a Named Insured under this policy. �"he
WOfC�S "W�'�� °iJS° and '�OLJf'� refer tD �f12 StOC�C
insurance company member of The Hartford
praviding this insurance.
The word "insured" means any person or
organlzation qualifying as such under 5ection Il -
Who Is An Insured.
Other words ancf phrases that appear in quotation
marks have specia� meaning. Refer to Section V-
Definifions.
S�CTi�W I - COVEF�AG�S
C01I�ItAG�, /� �OnI�,Y Ih1JURY l�i�CJ F�iZAF�E�YY
�/�MAC's� LlI�a�IL,I�Y
1. lnsuring Agreement
a. We wi11 pay those sums khat the insured
becames IegaUy obligated to pay as damages
because of °bndily injury" ar "proper[y
damage" to which fhis insurance appliss. We
will have the right and duty to defend ihe
insured against any "suit" seeking thase
damages. However, we will have na du#y ko
def�nd the insured against any "suik" seeking
damages far "bodily injury" or "property
damage" to which this insurance does noi
apply. We may, at our discretion, investigate
any "occurrence" ant� settle any claim or "s�it"
that may result. Sut:
(1) The amo�ni we wilf �ay for damages is
limited as described in Sectian lli - Limits
Qf Insurance; and
{�) Our right and duty to defend ends when
we ha�e used up the ap�licable limit vf
insurance in the payment of judgments or
settlements under Coverages A or 8 or
me�ical expenses under Coverage C.
Na other abligation or liability to pay sums ar
perFprm acts or services is covered unless
explicitly pro�ided for under Supplerneniary
Payments - Caverages .� ar�d B.
b. This insurance appAes fo "bodily injury" and
"property ciamage" only if:
(1) The "bodily injury" or "property damage" is
caused by an 'bccurrence" tha# takes
place in the "coverage territory';
(2j The "bodily injury" or "propet�y damage"
occurs during the policy period; and
�3) Prior fo the policy period, no insured listed
under Paragraph 1, of Sectlon II - Who Is
An Insured and no "employea" authorized
by you to give or receive notice of an
"occurrence" or claim, knew that the
"bodily injurq" or "Property damage" had
occurred, in whole ar in part. lf such a
listed insured ar au#horized "employee"
knew, prior to t�e policy period, that the
"badily injury" ar "prnperty damage"
oceurred, then any continuation, change
or resumptian af such "bodily injury" or
"properfy damage" during or after the
policy period will be deemed to have been
known prior to the palicy period.
c. "Bodily injury" or "property darr�age" will be
deemed to ha�e been known to have
occurred at the earliest time when any
insured listed under Paragraph 9, of Sectian fl
- Who Is An Insured ar any "er�ployee"
a�fhorized by you to give or receive notice of
an "accurrence" or claim:
(1 j Reports ali, or any part, of the "bodily
injury" or "property damage" to us or any
okher insurer;
(2,j Fteceives a written or verbal demand or
elaim far damages because ofi the "bodily
in}ury" or "praperty damage' ; or
(3j Becomes aware by any other means that
"bodily injury" or "property damage" has
occurred nr has begun to occur.
d. Damages beeause of "bodily injury" inclu.de
damage5 claimed by any person ar
organization for care, loss of services or
death resulting at any time from the "bod�ly
injury",
e. Incidenta� l�led�cal Nlaipractice And Cood
Samaritan Coverage
"Bod�iy injury" arising out of the rendering af
or iailure to render the following health care
services by any "ernployee" ar "valunteer
vvorker" shall be deemed to be caused by an
'bccurrence" for:
�iG 00 01 09 16 �age 1 of 21
O 2016 The Hartford
(includes capyrighted material af Insurance Servfces Office, Inc. with its permission.)
s�criow n -wba «�w ir�suR��
1. If you are designafed In the Declarations as:
a. An individual, you a�d yaur spouse are
insureds, but only with respect to the conduct
of a business af whiah you are #he sole
owner.
b. A partnership or joint venkure, you are an
insured. Your members, your partners, and
their spouses are also insureds, buk only with
respeci to the conduct of your bus�n�ss.
c. A limited liability company, yau are an
insured. Your members are also ins�reds, but
only wifh respect to the conduct o# your
business, Your managers are insureds, but
anly with respect to their duties as your
managers.
d. An organization other than a partnership, �oint
venture or limited liabifify campany, you are
an insured. Your "executive officers" and
directors are insureds, but only with respect to
their duties as yaur afficers or directars. Your
stockholders are also Insureds, but only wikh
res�ect to their aia.bility as stocicholders.
e. A trust, yau are an insured. Your trustees are
alsn insureds, but only wikh respect to their
duties as trustees.
2. Each of the following is also an insured:
a. @mployees And Vofunteer Warkers
Your "volunt�er workers" only wh[le
performing duties related to the conduct of
your business, or your "employees", other
than either yaur "executive officers" (if yau are
an arganization other than a partnership, joint
venture or limited liability company) or ypur
managers (if you are a limited liability
company), but oniy far acts within the scnpe
of their employment by you or whlle
perfarming dufies related to khe conduct of
y�ur business.
Fkowve�er, none of thes� °employees" ar
"valunteer worlcers" are insureds fnr:
(1) "Bodily injury" or "persana! and advertising
injury":
{a) To you, to your partners or members (if
you are a partnership or joint �enture),
to yaur members (if you are a limited
liabilify company}, to a co"employee"
while in the course of his or Mer
ernploymant or perfnrming duties
related ko the conduct af your
business, or to your other "valunteer
workers" while perfvrming duties
related to the conduct of your
business;
(b) To the spouse, child, parent, brother or
sisier of that ca-"emplayee" ar that
"volun#eer worker" as a consaquence
of Paragraph (1)(a) above;
(cj For which there is any o�ligation to
share damages with or repay someone
else who must pay damages because
of the injury described in Paragraphs
(1}(a) or (1)(b) above; or
(cij Arising out of his or her providing or
failing to provide professional health
care services.
If you ar� not in the business of providing
prnf�ssianaf health care services:
(a) Subparagraphs (1)(a}, (1){b) and (1j(c)
above do not apply to any "employee"
or "volunteer worker" providing first aid
s�rvices; and
(h)Subparagraph (1)(d) above does not
apply to any nurse, emergency medical
teci�nician or paramedic employed by
you to provicfe such services.
{aj "Property damage" to praperty:
(a) Owned, accupied or used by,
(b� Rented fo, in the care, custody or
control af, or over which physical
control is being exercised for any
purpase by
you, any of your "employses", "volunteer
warkers", any partner or member {if you
are a partnership or joint venture), or any
member {if you are a limited liability
cornpanyj.
io. Fteal Estate F�lanager
Any person (ather than your "�mployee" or
"volunteer worker"}, or any organizatian while
acting as yaur real esia#e manager.
c. '�emporary Cus#od�ans O# Ynur Property
Any person or organization having propar
temporary cuskody of yflur property if you die,
but anly:
(9) With respect to liability arising out of the
rnaintenance or use of fhat pro�erty; and
(2) Until your iegal r�pres�ntative has been
ap�oint�d.
d. Legal Representative If You Die
Your legal representati�e if you die, but only
with respect to duiies as such. That
representati�e will ha�e all your r�ghfs and
duties under this Coverage Part.
e. Unnamed SubsEdiary
Arty subsidiary, and subsidiary thereof, of
yaurs which is a legally incorporated entity of
which you own a finanoi�l 'tnterest af tnore
than 50°/a of ths voting stock on the effective
date of the Coverage Part.
HG 00 09 0916 �age 71 af 21
The insurance afforded herein for any
subsidiary not name� in this Coverage Part
as a named insured does not appfy ta injury
ar damage with respect to which such insureck
is afso a named insured under another policy
or would be a named insured under such
pol9cy but for its termination or the exhaustion
of its limits of insurance.
Newly Acquired Or Formed �rganization
Any atganizatian you newly acquire or form,
Qther than a partnership, joint venture or limited
liability company, and o�er wf�ich you maintain
finaneial interest of more #han 50% of the vating
stock, wifl qualify as a fVamed Insurec� if there is
no other similar insurance availabEe to thak
organizatinn. Hawever:
a. Cov�rage ut�der this provlsion is afford�d only
until the 18Dth day after you acquire ar form
the organization or the end of the policy
�eriod, whichever is earlier;
b. Cav�rage A does not apply to "badily injury"
or "properEy damage" that accurred before
yau acquired or forrrmed the organi�atian; and
c. Goverage � does not apply to "personal and
advertising injury" arising out of an of#ense
r.ommitted before you acquired or Farmed the
organization,
Nonawned Watercra�
With respect to wa#ercraft yau do not own that is
less than 5� feet long and is not baing used ko
carry persons for a charge, any person is an
insureci while operating such watercraft with your
permission. Any other person or organizatian
responsible for the conduct of such person is
also an insured, but anEy with respeet ta liability
arising out of the operation pf the watercraft, and
only if no other insurance oi any kind is avai[able
to #hat person or arganization for this fiability.
However, r�p persan ar organizatian is an insured
witn respect ta:
a. "Bodily in}ury° to a co='ernployee" of #he
person aperat9ng ths watercraft; or
b. "Property darnage" to property ovuned by,
rented to, in the eharge o� ar occupied by yvu
or the employer of any person wMa is an
insured under this provision.
3.
�.
�. Additional Ensureds When Required By
Written Contract, laHritten Agreement Or
�ermit
7he following person(s) or organization(s} are an
additional insured when you have agreed, in a
wrilfen contrack, written agreement or b�caus� of
a permit issued by a state ar politicai subdivisiar�,
khat such person or organi�atian be added as an
additianal insured on yaur poliey, provided the
injury or darnage oecurs subsequent to the
execution of the contraet or agreement.
A person or organization is a� additional insured
under this provision only far tt�at perfod af time
required by the contracf or agreement.
Howe�er, no such person or organization is an
insured under this pravision if such person or
organization is included as an insured by an
endorse�ent issued by us and made a part of
this Coverage Part.
a. Vendors
Any person(s} or organizafion(sl (referred to
befow as vendor), but only with respect to
"bodily injury" or "prop�rty damage" arlsing
out af "your products" which are distributed or
sold in the regular caurse of the vendor's
business and only if this Coverage Part
provides coverage for "bodify injury" ar
"property damage" included within t�e
"products-cornpieied opera#ior�s hazard".
(1) The insurance afforded #he vendor is
subject to the follnwing add9#ional
exalusians:
7his insurance does nok apply to:
(a} "Bodily ir�jury" or "property damage" for
which the vendor is abiigated to pay
damages by reason of the assumption
ofi liability in a cantract or agreernent,
This exclusion does not apply to
liabiiiiy for damages that the vendor
would have in the absence of fhe
contract or agreernent;
(bj Any express warranfy unauthorized by
you;
(cy Any physical or chemical change in the
praduct made intentionally by the
vendar;
f dj Repackaging, except when unpacked
sofely for the purpose of ins}�ection,
demonstration, testing, or the
substifution af parts under instructions
from �he manufacturer, and fhen
repackaged in the originai con#ain�r,
(e) Any failure to make such inspections,
adjustmenis, tests or servicing as the
vendar has agreed to rrjake or normally
undertakes to maice in the usual
course of business, ir� connection with
the distribuiion or sale of the products;
(f� Demor�stratio�, installation, servicing
or repair operations, excep# such
operations performed at the vendor's
premises in connectior� with the sale of
the product;
(gj Products which, after distrihution ar
sale by you, have been {abeled nr
relabeled or used as a container, park
or ingredient of any other ihing or
substance by or for the vendar; or
�'age 12 of 21 HG 40 09 09 16
(h) "Bodily injury" or "property ciamage"
arising out af the sole negligence nf the
vendflr for its own acfs or amissions or
those af its employees or anyone else
acting on its behaff. Howe��r, this
exclusion does not apply to;
(i) ihe exceptians contained in Sub-
paragraphs (ci} or {f�; or
(i�) Such inspectinns, adj�stmenis,
tests or servicing as tha vendar has
agre�d to make ar normally
undertakes to make in ti�e usual
caurse of business, in connectian
with the distribution or sale of the
products.
(2) This insurance does not apply to any
insured person or vrganization, fram
whom you have acquired such products,
or any ingredient, part or container,
entering into, accompanying or conkaining
SUCh j�i'OC�UGtS.
b. bessors Of �quipment
(1= Any persan(s) or organixation{s) frnm
whom you lease eguipment; but only with
respecf to their liability far "bodily injury",
"property damage" or "persanal and
ad�ertising injury" caused, in whole or in
part, by your maintenance, aperatlan or
use of equipment �sased to you by such
persan(sj or organizatian(s).
(aj Wlth respect to khe ins�rance aifarded to
these addii3onal insureds this ins�rance
does not apply ko any "occurrertce" whi�h
iakes placa after the equipment k�ase
expi res.
c. Lessors �f Land Or �remises
Any person or organizatior� from wham you
lease land or premises, but only +nrith respect
to liability arising out of the OWi1�CSilf�?,
maintenance or use af that part of the land or
premises leased to yflu.
With respect to the insurance afforded these
additional insureds khe following additional
exclusions apply:
This insurance does nat apply to:
'i. Any "occurrenc�° which takes place after
you cease to lease tha# lancf; or
�. Structural alteratians, new cnnstruction or
dert�olition aperations performed by or on
behalf af such persan or organization.
d. ArchiEects, �ng€neers Or Surveyors
Any architect, engineer, or surveyor, but only
with respect to liability for "bodily injury",
"property darnage" Qr "personai and
adverlising injury" caused, in whole or in part,
by yvur acts or omissEons or the acts or
omissions of those acting on your beha4f:
(1j 1n connection with your premises; or
(�) In the performance of yaur ongoing
operatfons performed by you or on your
behalf.
With respect to the insurance affarded these
additianal Insureds, the fallowing additior�ai
exclusion applies:
This insuranc� does nat apply ta "badlly
injury", "property damage" ar "personal and
advertising injury" arising out of the rendering
of or the fai[ure ta render any pro€essiana!
services by ar for you, including:
1. 7he preparing, appro�ing, or failing to
prepare or approve, maps, shop dra+�ings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications; or
2. Super�isory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims
against any insured allege negligence ar
other wrangdoing in the supervision, hiring,
employment, training or monitoring of others
by that insured, iF the 'bccurrence" which
caused the "�odily injury" or "property
damage", or fhe oifense which caused the
"personaf and advertising injury", involved the
rer�dering vf or the failure to render any
prnfessianal services by or for ynu.
e. Permits Issued �y �tate �r Roiitical
Suhdivisions
Arry state or political subdivision, but only with
respect to op�rakians per#ormed by you or on
your behalf for which the siate or political
subdivision has issued a permit.
Wifh respect to khe insurance affnrded these
additional insureds, this insurance dnes not
apply to:
(1 j "Bodily injury", "property damage" ar
"personal and adver�sing Injury" arising
out af operations performed for the stete
or municipality; or
(2) "Bodily injury" or "property damage"
included within the "producis-completed
operations hazard".
dny Other Par�y
Any other person or organization who is not
an addiiional insured under Paragraphs a.
through e. a6o�e, 6ut only wifh respect to
liability for "badiiy injury", "praperly damage"
ar "personal and adveriising injury" caused, ir�
whole or in part, by your acts or omissions or
the acts nr amissions of those acting on your
behalf:
(1j En the performan�e af your angaing
operaiians;
i�C 00 01 09 16 �age 13 of �1
t3) Any manager, if you or ihe additional
insured is a limited liability company;
(4) Any "execukive ofFicer" or insurance
manager, if yo�t or the additional insured is
a corporation;
(5) Any truste�, if you or the additional
insured is a frust; ar
(Bj Any elected or appointed afficial, if you or
the additianal insured is a politicaf
subdi�ision or public entity.
This duty applies separakely to you and any
additional insured.
3. �egal l�ction Against Us
No person or organizatian has a right under this
Coverage Part:
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 o� this Cn�erage Part unless al1 of
its terms have been fully complied with.
A person or organizakion may sue us to recaver
on an agreed settlemeni ar on a final judgment
against an insured; but we will not be liable far
damages that are not payable under the terms af
this Ca�erage Part or that are in excess of the
applicable limit of insurance. An agreed
settlement means a settlement and release af
liabillty signed by us, the insured and the
claimant or the claimant's legal representative.
4. Other Insurance
If other valid and callectible insu.rance is
availabla to ti�e insured for a loss we cover under
Coverages A or � of this Co�erage Part, our
obligafions ar� limited as fallows:
a. Primary Insurance
This insurance is primary except when b.
be{ow applies. If othe.r insura�ce is also
primary, we wiil share with all that oiher
insurance by t�e method described in c_
helow.
b. �xcess Insurance
This insurance is excess over any of the other
insurance, whet��r prim�ry, exc�ss,
contingent or on any other basis:
(1} Your Work
That is Fire, Extended Coverage, Builder's
Risk, lnstallatian Risk or similar caverage
for "your work";
(2) �remises Rent�d io Ynu
7hat is fire, lightning or exploslon
insurance for premises rented to you or
temporarily accupied by you with
permission of the owner;
(3j Tenant L9ability
�'hat is insurance purchased by you to
cover your liability as a fenant fnr
"properiy damage" to premises rented to
you or tempararily occupied by you with
permission of ihe awner,
(4) Aircraft, �4u#a Or IEi�ate�'craft
If the loss arises out of the maintenance or
use of aircraft, "autos" or v�atercraft to the
extent not subject to Exclusion g. of
Section I- Coverage A- Badily Injury And
Prvperty Damage Liability;
(5) �roperty �amage To �3orrowed
�quipment Or llse Of �levators
If the lass arises aut af "properfy damage"
to borrowed equipment or the use of
elevatars to the exteni not subject to
Exeluslon j. af Section [- Coverage A-
Bodily Injury And Property Damage
Liabilfty;
(6) 1dHhen Yau Are Added As An Additional
Insured io Bther Insuranae
Any other insurance available to you
covering liabiliiy for damages arising out
of the premises or operations, or products
and co�pleted operations, for which you
have been added as an ad�itinnal insured
by that insurance; or
(7) WE�en You Add Others As An
Addi�iana! Insured 7'0 7his Insu�ance
Any other insurance avaiiabEe to an
additiona! insured.
However, the following pro�isions ap�ly to
other insurance availabEe ta any person or
arganization who is an addifional insured
under this caverage part.
(a) Primary Insurance When Required
�y Contract
This insurance is primary if you ha�e
agreed in a wriiten contract or written
agreement that this insurance be
primary. If other insurance is also
prir�ary, we wiil sE�are with all that
aiher insuranc� by the mefhod
described in c. befow.
(b) Primary And R1on-Co.ntributory io
Other Insu�anne When Required �y
Contract
If you have agreed in a written
contract, writ#en agreement, or permit
that this insurance is prirnary and nan-
contributory with the additional
Insured's own insurance, this insurance
is primary and we wiU not seek
contri�ution from khat other insurance.
Page 1B of 2,'� HG p0 Q9 09 9fi
Paragraphs (a) and (b) do not apply to
oEher insurance to which the additional
insured has been added as an additianal
insured.
When this insurance is excess, we will have
no duEq under Ca��rages A or � to defend
th� insured against any "suit" if any other
insurer has a duty to defend the insured
against that "suit", If no ather insurer defends,
we will undertake to do so, but w� wil! be
entitled to fhe insured's rights agaiRst aE{
those other 9nsurers.
When this insurance is excess o�er other
insurance, we will pay only our share of ihe
amount of the loss, if any, that exceeds the
sum of:
(1 j The total amount that all such other
9nsurance wouid pay for the loss In the
abssnce of khis insurance; anci
{a) �'he to#al of all deductible and self-insured
amounts under all that ather insurance.
We will share the remaining loss, if any, wiih
any other insurance that is nof d�scribed in
this Excess Insurance provisian and was nok
bnught s�ecifieally ta appty in excess of the
Limits of Insurance shown in the �eclarations
pf ihis Covorage Part.
c. �ethac! Og Sharing
If all af the ather €nsurance permlts
contrihutian by equal shares, we will follow
this method alsa. Uncier this approacF� each
insurer contributes equal amounts unti{ it has
paid its applicahle [imit of insurance or none
af the loss rernains, whEchever comes first.
If any of the other insurance does not permit
cor�tributian by equal shares, we wfll
contributa by {imits. Under this method, each
insurer's share is bas�d an the ratio of its
applicable limif of insurance fo the total
applicabl� limits of insurance of ah insurers.
5. F�remium ,4udit
a. We will compute all premiums far this
Co�erage Part in accordance w9th our rules
and rates.
b. Premium shown in this Covarage Parf as
advance premium is a deposit premium only.
Af the close af each audit perivd we will
compute ihe earned premium for tha# }�eriod
anc! send notice to fhe first Named Insured,
The due date for audit and rekrospective
premiums is the date shown as the du� date
on the bill. If the sum of the advance and
audit premiums paid for the policy periad is
greater than the earned premium, we will
return the excess to the first Named Insured.
c. The first Named Insured must keep records of
the information we need far premiurr�
camputation, and send us copies at such
times as we may request.
8. �epresentatians
a. When You Accep# ihis Policy
By accePting this policy, you agree:
(1 j The statements in the Declarations are
accurate and complete;
(2) Those stateme�ts are based upon
representations you made to us; and
(3) We ha�e issued this policy in reliance
upon your representations.
b. Un[ntent�onal Failure io Disclose Wazards
If unintentionally you shouid fail to disclvse all
hazards relating ko the conduct of your
business that exist at the ir�ception date of
this Coverage Part, we shall not deny
co�erage under thls Coverage Part because
of suc� fail�re.
�'. Separation Of I�sureds
Exce{�t with respect to the Limits af Insurance,
and any righks or duties specificalky assigned in
this Coverage Part ta the first Narned Insured,
this insurance applies:
a. As if each Named Insured were th� only
Named Insured; and
b. Separately ta each insured against wham
claim is made or "suit" is brought.
�, Transfer Of Rights Q# Recovery Against
Others To Us
a. iransfer Of Rights Of Reca�ery
If the insured has rights ta recn�er all or part
of any paymen#, including Supplementary
Payments, we have made under this
Coverage Part, thase rights are transferred to
us. The insured must do nofhing after lass to
impair thern. At our request, th� insured will
bring "suit" or transfer ihose righ#s to us ar�d
h�lp us enfarce them.
b. Wai�er Af Rights Of Recovery [Waiver Of
Subragation)
If the insured has waived any rights of
recovery against any person or arganization
for all or part of any payment, including
Supplerrientary Payments, we have rnade
under this Coverage F'art, we also waive that
right, provlded the insured waived their rights
of reco�ery agair�st such person or
organizatlon in a contract, agreernent or
permit that was executed prior to the injury o�
damage.
S. When V�le Llo I�ot Renew
lf we decide not to renew this Coverage Par#, we
wili mail or deli�er to th� first Namad Insured
shown in the Declarations written nat�ce af the
NG OD 01 09 76 F'age 97 of 21
Policy Numbsr: 61 LJEADL1933
Effe�t�ve o�te: � ti�� i�o2� -� � ti�� �za23
co�n���ei,�� �u�or���i��
b� g916 0312
7'bl� �R�DO�S�fVlIERfi CHANG�� TFIE P�LI�Y. �L��S� R�i4� I� �►�R��'l���Y,
���������� ���������� ����� ����
�����������
This endorsement modifies insurance provided under khe following:
�US1N�$.3 ,4U�0 G01/��►G� �O�Af�
To the extent that the pravisions of this endorsement pravide broader benefits to the "insured" thart other
provisians af ihe Co�erage Form, the provisians of this endorsement apply.
1. �ROAD �O�flA IP�SUR��
Q,. SUb�[CIIS�IBS and �lewly Acgulred or
Formed Organlaations
The Named Insured shown in the
Declarations is amended to include:
(1) Any legal busjness entity ather than a
parEnership or joint venture, formed as a
5U�351CI1&fjl in which yau have an
owRership interest of more than 60% on
the ef�ective date ofi the Caverage Form.
Howe�er, the Named Insured does not
includa any subsidiary that is an
"insured" under any other atatomc�bile
policy or wauld be an "insured" under
such a palicy but fnr its terminatlon or
ihe exhaustion of its Limit of Insuranoe.
(2) Ar�y organizatian ih�t is acquired or
farmed 6y yau and over which yau
malntain majority ownership, However,
tFEe Narned lnsured does not include any
newly formed or acquired organlzation:
(a) That is a partnership or joint
venture,
(bj That is an "Insured" under any other
policy,
(c) That has exhausted its Limit of
Insuranee under any other policy, or
(d) 180 days or mare after its
acq�isition or formatinn by you,
unless you have given us notice of
the acquisitlon or fortnation.
Co�erage does not apply to "bodlly
injury" ar "property damage" that results
from an "accident" tnat accurred before
you farmed or acquired the organization.
Ei. �mplo�vees as Insureds
Paragraph A.1. - WHO IS AN IfVSURED - of
SECTION ll - L�ABILI�If COV�RAG� is
atnended tg add:
Any "employee" of yours while usirtg a
covered "auto" you don't own, hire or
borrow in your business or yo�r
persanal a�fairs.
C. �essors as Insureds
P�ragraph A.1. - WHO fS AN INSURED - of
Section II - LiabiEify Co�erage is arrzended to
add:
e. 7he lessor of a ca�ered "auto" while th�
"auto" is leased to you under a written
agreement if:
(1 } ihe agreement requires you to
provide direct primary insurance for
the lessor and
{2} The "auto" is leased withaut a driver.
Such a leased "auto" will be considered a
covered "auto" you own and nof a covered
"auto" you hire.
�?. Additianal Insured if Required by Contract
(1) Paragraph A.1. - WHO IS AN INSiJR�D
- of Seetion II - Liability Coverage is
amended to add:
f. When you have agreed, in a written
contract or wriften agraement, that a
person or organizatian be add�d as
an additional insured on your
ausiness auto policy, such person ar
organization is an "insured", but only
to the extent such persnn or
organizafion is liable for "bodily
injury" or "property damag�" caused
by the conduct of an "insured" under
paragraphs a. or b. of VNho Is An
lnsured with regard to the
ownership, maintenance or use of a
covered "aufo,"
O 2011, The Hartford (Incluc�es copyrightecf material
�opm HA 9916 �3 7a of ISO Properties, Inc., with it� permission.) �age 1 af 5
The insurance afforded to any such
additional insured applfes oniy if the
"bodily inJury" or "property damage"
occurs:
(1) During the palicy period, and
(2) Subsequent to the executian ofi such
written contract, and
(3) Priar to the expiration of the periad
of time that the written contract
requires such insuranee be provided
to the additional insured.
(2) Haw l.imiks Apply
[f you have agreecE in a written cankrack
or wriiteR agreement that another
parson or organixation be added as an
additional insured on yaur policy, the
most we wlll pay on behalf of such
add€tional [nsured is the lesser of:
(a) The limits of insurance speeified in
the wrif#en contract or written
agreement; or
(b) The Lirnits of Insurance shown in
the Declarations.
Such amount shala be a�art af and not
in addikian to l,imits of Insurance shawn
in #he Decfaratlons and described In this
Sectian.
(3) Additionai Insureds Other Insurance
If we oover a claim or "suit" under this
Coverage Park #hat may also be covered
by ofher insurance a�ailable to an
additlonal insured, such additional
lnsured must submit such clalm ar "suik"
to the other insurer for defense and
indernnity.
Howe�er, #his pravision daes r�ot apply
to k�e extent tha# you have agreed in a
wrltten contract or written agreement
that this insurance is primary and non-
contrlbutory with the additional insured's
own insurance.
(4) Duties in Th� Event Of Accident, Claim,
Suit ar Lass
If you haue agTeed in a wriiter[ contract
or written agreement thaf anather
person or organization be added as an
additional insured on your palicy, the
additianal insured shafl be required to
cornply wi#h the prov9sions in LOSS
CONOfT14NS 2. - OUTI�S IN THE
EVEI�T OF ACCIDENT, CI..AIM , SUIT
OR LOSS — OF SECTION IV —
BUSINESS AUTa COND1Tf0NS, in the
sarne manner as the Named Ir�sured.
�. Primai^y and iVon-Contributary if
�equlred i�y Con#ract
Dnly with respect to Insurance pro�ided to
an additianal insured jn 1.D. - Additional
Insured if Required by Contract, the
following provisions apply:
{3) Primary 1ns�rance When Required By
Contract
This insurance is primary if you ha�e
agreed in a written contract or wriften
agreer�ent that ihls insurance be
primary. If other insurance is also
primary, we will share with all that other
Insurance by the method described in
Other Insurance 5.d.
(4) Prirnary And Non-Contributory To Other
Insurance When Required By Contrac#
If you ha�e agreed in a written contract
or written agreement that this insuranc�
is primary and nan-cantributory with the
add9tional insured"s own insurance, #his
insurance is prirnary and wa will not
seek contribution from that ather
Insurance.
Paragraphs (3j and (4) do not apply to oiher
insurance to which the additional insured
has been added as an additional insur�d.
VVhen this insurance is excess, we will have no
duty to defend the insured against any "suit" if
any other �nsurer has a duty to defend the
insured against tha# "suit". If no pti�er insurer
defends, we wilf undertake to do so, but we will
be entitled to the insured's rights against all
thosa other insurers.
When this insurance is excess o�er ather
insurance, we will pay only our share of ihe
amount oF the [oss, if any, ihat exceeds ihe sum
of:
(� ) The total amount lhat all such oti�er
insurance would pay for the loss in the
absence of this insurance; and
(2} The total of all deductible and self-insured
amounts under ali that ather insurance.
We wIN share the remaining ioss, Ef any, by the
method descrihed in Other Insurance 5.d.
2. AUT'OS F��N7�C� BY �i1���0Y��S
Any "auto" hired or renied by your "empioyee"
on your behalf and ak yaur direction will be
considered an "a�tto" you hire.
The OTHER INSURANCE Condition is amended
by adding the following:
O 2011, The Fiart€ord (Includes copyrighted material
�arm IiA 99 95 Q3 �[2 af ISO Properties, Ir�c., with i#s p�2rmisslon.} Page � af 5
If an "employes`s" parsonal insurance also S.
appiies on an excess basis to a covered "auto"
hired or ren#ed iay your "empioyee" on your
behalf and at your directian, this insurance will
be primary to the "am�loyee's" personal
insurance.
3, ,�i9A�f�D�D �'�LLOIAI �t�AP��Y�� �XC�I��IAN
EXCLU510N 5. - FELLOW EMPLOY�E - of
SECTION II - L.IA�ILITY COV�RAG� does nnt
app{y if you have workers' compensation
insurance in-force cflvering all of your
"employees°.
Coverage is excess over any ather collectible
insurance.
4. bIR�� RU�O PHYSICAL �l�aAI�AG� COV�FtR£��
If hired "autos" are covered "autos" for Liability
Coverage and if Comprehensive, Specified
Causes of Loss, or Collisian coverages are
provided under khis Goverage Form far any
"auto" you ovun, then the Physical Damage
Co�erages provided ar� extended to "autos" you
hire or barrow, subject to the foHowing [imit.
The mast we wiil pay for "loss" to any �ired
"auto" is;
(1} $100,004;
(2} T�e actual cash value of the damaged or
stolen praperty at the kime of the "loss"; or
(3) The cost af repairing ar r��lacing the
darr�aged or siolen property,
whichever is smallest, minus a deductible. The
deduciible will be equal to th� larg�st d�ductible
ap}�licabie to any owneci "auto" for that
coverage. No deductible applies to "loss" caused
by fire or ligh#ning. Hired Auto Physical �]amage
coverage is excess over any other collectible
insurance. Subject to the ahove limit, deductible
and exc�ss provisions, we uvill pravide coverag�
equal to the broadest coverage app[icable to any
covered "auto" you own.
We will aiso caver lass of use of the hired "auto"
if it r�sults from an "accident", you are legal�y
liabte and the lessor incurs an actual financiak
loss, subject to a maximum af $10U0 per
"accident".
This extension of coverage does no# apply to
any "auto" you hire nr borraw frort� any of ypur
"employees", partners (if you are a partnership},
mernbers {if you are a limited liabikity company),
or members of their households.
PFiY�IC�BL DAfifli4�'a� - AeDDITIpRlAL
i�M�ORARY T'�hlf�SP�RiATI�R1 �.Xf��PlS�
COV�I7ACE
Paragraph A.4.a. of S�CTION III - PHY5ICAL
DAMAGE COV�RAGE is amended to provide a
fimit of $50 per day and a maximum lirnit of
$1,000.
6. LO�P!lL��S� C�P COV�R�CE
lJnder SECTION IIl - PHY5ICAL DAMAGE
COVERAGE, in the event of a tatal "loss" ta a
covered "auto", we will pay yaur addikianal legal
obligation for any difference between the actual
cash value of the "auto" ak the kime of the "loss"
anci the "outstanding balance" of khe loanllease,
"Outstanding balance" means the amounf you
owe on the loanllease at the time of "lass" less
any amounts representing taxes; o�erdue
payments; penalties, inter�st or eharges
resulting from overdue payments; addikloRaf
mileage charges; excess wear and tear charges;
lease termination fees; security deposits not
re#urr�ed by the lessor; costs for extencied
warranties, credit life Insurance, health, accident
or disability insurance purchased with th� laan or
lease; and carry-over balences frorn pre�ious
laans or �eases.
�'. AI1��3AG CO!l��AC�
Under Paragraph B. EXCLUSIOi�S - af
SEC7lON III - PHYSICAL DAMAGE
COVERAGE, th� fnllowing is ad�ed:
The exclusion reCating to mec�anical breakdown
does nat apply to the accidental discharge of an
airbag.
8. ���CTROI�IC �QUIPM�NT - �ROAD��1�9
C01l�R�eG�
a. The exceptions to Paragraphs 8.4 -
EXCLUSIONS - of SECTION Ilf - PHYSICAL
QAMAG� C�VERAGE are replaced hy the
folEow[ng:
�xclusions 4.c. and 4.d. da not apply to
equiprnent designed to be operated solely
by use of the power from the "auto's"
electrical system that, at the time of "loss",
is:
(1} Permanently installed in or upon
the covered "auio' ;
(2) RemouabEe frarn a housing unit
which is permanenfly install�d in
or upon the covered "auto";
(3} An integral part of #he same unit
hausing any electronic
equipment described in
!'aragraphs �1) and (2} above; nr
O 2011, The Hartford (Includes capyrighted material
�orm Ffi� 9916 0312 of ISO Properties, Inc„ with its permission.) �'age 3 of �
(4} Necessary far the normal
operation of the covered "auta" or
the monitoring afi ihe cov�red
"auto's" operating system.
b.Section IEI — Version CA 00 01 03 10 of the
Business Auto Coverage Form, Physiaal
Damage Coverage, Limit of Insurance,
Paragraph G.2 and Versian CA 00 01 �0 01 of
fhe Business Auta Coverage Farm, Physical
Darnage Coverage, Limit of Insurance,
F'aragraph C are each arnendeci ta add the
following:
$1,50� is the most we will pay for "loss" in
any one "accident" ta all elecironic
equipmenl (other than equipment designed
solely for the reproducfion of sound, and
accessories used with suc� equipment)
thaf reproduces, receiVes or transmits
audio, visual or data signals which, a# the
time of "�OSS�� �5:
(1) Permanently {nstafled in or upan
the covered "aufa" in a housEng,
apening or other focativn tha# is not
narmally used by the "auto"
ma�ufaeturer for the installation of
such equipment;
(2} F2emovable from a permanently
installed housing unit as descrlbed
in Paragraph 2.a. above or is an
infegral parf af that equipment; or
(3) An intcgral part of such equipmeni.
c. For each covered "auto", shouid loss he limited
ta electronic equipment only, our obligation to
pay far, repair, return or replace damaged or
stalen eiectronic equipmen# wilE be reduced by
the applicabEe deductible shown in the
Dealarations, ar $250, whichever decluctible is
less.
9. �XiRA �KP�WS� - ��AA��N��
COI��RAG�
Under Paragrapf� A. - COV�RAGE - of S�CTION
Ill - PHYSICAL DAMAGE COVERAGE, we wi[I
pay far the expense of returning a stolsn covered
"auta" to yo�.
70. GL.L.�° SS F�E�d4R - L{IIAIVER. O� ���UCTIBLF
Under Paragraph D. - DEDUCTIBLE - of S�CTION
III - PHY3iCAL DAMAGE COVERAG�, the
following is adc[ed:
No deductibl� applies to glass damag� if the
glass is repaired rather than replaced,
11. T1�410 OR AflOFt� D�9�IC7'I���S
Under Paragraph D. - D�DUC7iBLE - of S�CTIOM
III - RHYSICAL DAMAGE COVERAG�, t1�e
folfow9ng fs added:
If anQther Fiartford Financial Services Group,
Inc. company policy ar coverage form that is �o#
an automobile policy or caverage form applies to
khe same "accident", the following applies.
(1) If the deductible under this Business Auto
Coverage Farm is the srr�aAer (or smallest}
decluctible, it will be waived;
{2) If the deductible under this BusRness Auto
Coverage �prm is nai the smaller (or
srrtallest) deductible, if will be reduced by
fhe amoun# of the smaller (or smallest)
deduciible.
1a. AIol0�R19�D 9UTI�5 Ihl Tb� �V�RiY O�
ACCI��i��, CLA►I�A, SUIi OR LOSS
The requirement in L�SS CONDITIOiVS 2.a. -
DUTIES IN TFi� EVENT OF ACCIDENT,GLAIM,
SUIT OR L05S - of S�CTI�N IV - BUSIN�SS
AlJTO CONDI'TIO�S that you must notify us ofi
an "accid�nt" applies only when the "accident" fs
known to:
{1) You, if you are an individual;
(2) A parkner, if yau are a partnership;
(3) A member, if you are a limited liahility
company; or
(4} An executive officer or insurance manager, if
you are a cnrporat�on.
i3. �lf�li���F�'�IOAlA� �poILU�� �Q �]ISCLOS�
Fi�RQ ,
If you unintentionally fail to disclose any hazards
existing at the inception date of your policy, we
will nok deny caverage under #his Coverage
Form because of such failure.
'14. WIR�D AIJ7°O - COV��C� Y��tRIiO�tY
Paragraph e. of G�N�RAL CONDITIONS 7. -
POLiCY PERIOD, C�VERAGE T�RRITORY -
oF SECTION IV - BUSINESS AUTO
CONDITIDNS is r�placed by khe fnllawing:
e. �or short-terrn hired "autos", the cor+erage
territory w(th respect ko Lia6ility Coverage is
anywhere in the world provided t�at if fhe
"Insured's" responsibillty to pay damages far
"6odily inju.ry" or "praper[y damage" is
determined in a"suit," khe "suik" is braught in
the United States of America, the territories
and passessior�s of the Unfted States of
America, Puerto R[co or Canada or in a
settlement we agree to.
1 �. Iii�i4lVEft QF SU�ROCATIOPd
TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US - of SEC7fON IV -
BUSI�EESS AUTO CONDITIONS is amended by
adding ihe following:
Q 2Q11, The Hartford (Includes copyrighted matarial
�o�m bA 9� 16 Q312 of ISO Properties, Inc., wifh its permission.) Page � af 5
Ws waive any right of recovery we may have
against any person or organization with vuham
you have a written contract that requires such
waiver because of paymen#s we make for
darr►ages under this Co�erage Forrn.
16. ft@SULTAWi M�i�ir�� APE�UI�� C�V��o��'
The de�nition of "bodily injury" in S�CTION V-
pE�iN17101VS is replaced by the following:
"Bodily injury" r�eans bodily inj�ry, sickness or
discase sustained by any person, irtcluding
mental anguish or death resulting from any of
these.
17. �XTEN�I�� C/�PlC��LPoTIOW C�PlDITIOPE
paragraph 2. of tF�e C�MMON POL.ICY
CONDITIONS - CAi�C�LLAi10iV - applies
except as foltows;
If we cancel for any reason other than
nonpayment of premium, we wlll mail or deli�er
to the first Named Insur�E wrilten nntic� of
caneellation ak least 60 days before the effecti�e
date of cancellation.
1�. HYBRIp, �L,�CTRIC, OR NAT'URAL� GA�
V�bIC�.� PAY[I��{W�' C�1���►G�
In the errent of a total loss to a"non-hybrid" auta
for which Compr�hensive, Specified Causes of
Loss, or Collision coverages are pro�ided under
this Caverage Forrn, then such Physieal
Damage Coverag�s are artzended as follows:
a.ff khe auto is replaced with a"hybrid" auto or
an auto power�d so�ely by electriciiy or natural
gas, we will pay an additianal 10%, ko a
maximum of $2,500, of the "nfln-hybrid" auto's
actual cash value or replacement cost,
whiche�er is 1ess,
b.7he auto must be replaced and a capy of a bill
of sale ar new lease agreement recelved by us
within 60 ca�er�dar days af the date of °loss,"
e. R�gardl�ss of the number of sutos deemed a
tatal loss, the most we will pay under this
Hybrid, El�ctric, ar Natural Gas Vehicle
Payment Coverage provision for any ane
°io5s�� �S ��a,000.
For the purposes of ti�e caverage provision,
a.A "non-hybrid" auto is defined as an auto that
uses only an internal combustian engine to
move the auto b�t does not include autos
pawered solely by electricity or natural gas.
�.A "hybrid" auto is defined as an auto with an
internal combustion engine and one or more
electrlc motors; and that uses #he internaf
combustian engine and one or more electric
mn#ors ka mo�e the auto, ar the internal
cambustion engin� to charge one or mora
electric motors, which move the auto.
19. V�HICLE WItiAF COV�RAG�
In kne event of a to#al lass ko an "auto" far which
Comprehensive, Specified Causes of Loss, or
Collisian coverages are pravided undar this
Ca�erage Form, then such Physical Qarr�age
Coverages are amended to add ihe following.
In addition ko the ackual cash value of the "auto",
we w�ll pay up #o $1,000 for vinyl �ehicle wraps
which are displayed on the covered "auto" at the
time of tatal loss, Regar�less af the number of
autos deemed a tokal loss, the most we will pay
under this Vehicle Wrap Coverage provision for
any on�a "loss" is $5,000. For purposes Qf this
coverage provlsion, signs or other graphics
painfeci or rnagn�Hcally afflxed to the �ehicle. are
not cansidered vehicle wraps.
02�91, The HarEford (fncEudes copyrighted material
F�orm HA 99 16 03 12 of ISO Properties, Inc., with its permissian.) Page 5 of 5
�' i
TFiI� �lVC7Q�S�M�i�i CFiANG�� �H� �C��i�Y. P��A�� ��A� I� �AR�F��LLY.
�f��Pa� ��I��Ft 4� ��R RI�Hi i0
����1��R FR�f1fl O fW�F�� �NDORS�{1��R��'
�ollcy Number: 6i W�A AR1GST ��darsement Num�er:
Efiecti�e 9ate: 17J31f�0�2 Effective hour is fhe same as stated on the Information Page of the pnlicy.
Named IHsured and A dress: EAGLE CONTRACifNG LP
PO Box 1600
KELLER TX 76244
This endorsement applies only to the insurance pra�ided
by the policy because Texas is shawn in Item 3.A. of the
Information I'age.
We have the right ta recaver aur payments from anyon�
iiable for an injury covered by this pnlicy. We will not
enforce our right against the pe�son or organization
r�amed in the Schedule, but this waiver applies only with
1. ( )
(X)
Special Waiver
Name of person or organization
respect ta bodily injury arising out of the aperafions
d�scri�ed in the Schedufe where you are requir�d by a
written contract to obtain this waiver fram us.
�'has endarsernent shall net aperate directly ar lndirectfy
to benefit anyone not named in the 5chedule.
The premium for this endarsement Es shown in the
Schedule.
5chedule
Blanket Waiver
Any person or organizatian for whom the Named Insured has agreed 6y written caniract to furnish this waiver.
2. Operations:
All Texas Operatians
3. Premium:
The premium charge for this endorsement shall be 2 percent of the prernium de�eloped on payroll in
connectior� with work performed for the above persan(s) or organization(s) arising ouf of the operations described.
Ad�ance Premium:
Fnrm WG 4� 03 04 � Printed in U.S.A.
�roc�ss �ate: 02/24/22 Pnlicy Fxpiratlan �ate: 12/31/22
Policy Number: US00045092L22A
Ef�ective Date; 1213112a22 — 921��I2023
�Oi4�Rii��G1�4L �X��SS �'D�.�OW �O��R AN'D U1WBR��1�,� �I.��l�.l�Y P�LICY
VARIOl1S PROVISIONS IN THIS POLICY E�ESTRICT COVERAGE. R�AR 7F�� ENTlRE POLiCY CAREFI�tLY TO
pETERMWE YOUR RIGHTS, DUTIES AND WMAT 1S ANR WHAT iS N01' COVERE�.
THIS POLICY IS INGOMPLET� UNLESS THE DECLARATIOfVS AND ALL APPL,ICABL� FORMS AND
ENdORS�MEiVTS ARE ATTACHEd.
THROUGHOUT Tiil5 POLlCY THE WORDS "YDU" AIVD "YOUR" REFER TO TH� Fd�4Fil1�� IF�SU�tG� SHOWiV IN
DECLARATIONS ITEM 1 AND ANY OTHER PERSON OR ORGANIZATION 4UALI�YING AS A k�1AiW�� iNSURECi
l]NDER Th{IS POLICY. THE W�RDS "W�", "US", AND "OUR" R�FER TO THE COMPANY PROVIDING THIS
INSURANCE.
WORDS AI�� PHRASES THAT APF'EAR fN ���9 HAVE SP�,CIAL MERNING ANQ ARE D�FIEVED IiU SECTI�N
Vi - DEFINITlONS.
IFlSURIHG AG���fl��N�S
in cons�deration of #he payment of premium, and subjeek ta ihe terms, definiiions, aonditipns and limita#ions of this
policy, including any endorsements ar amendments th�reto, we agree with the named insured as fallows:
�A) Insuring Agreement �= Excess Follnw �orm I�iabiliky
{i) We wlll pay on behalf of the insured, subjeet to Section IV. Limits of �nsuranc�, those amoun�s the
insur�d becames legally obligated ko pay as damages in excess of the scheduled underfying
Insurance as a result of a claim covered by tha scheduled underlyin� insurance, but only if the
scheduled underlying insurance has b�en exhausted by the actual paym�nt of loss to w�ich this
policy applies.
(2j Coverage under this Insuring Agreement A shall iollow khe terms, definitinns, conditions and
lirnitatians ai the scheduled underiying insurance, subject to the policy period, Limits of
Insurance, premium, and any contrary provisions cantained ir� this pnlicy.
Ho�n+e�er, this Insuring Agreement A will not apply fo any disaster r�sponse expense as descriqed
in Insuring Agreement C, even if such insuranee is eovered by the sche�luled und�rlying Insurance
or would have been but for the exhaustion of the scheduled unc�erlying insurance.
(3j If we are prevented by law vr statute from making payment on the insured's behalf under Insuring
Agreement R, we will indemnify the insured for thase sums otherwise payable hereundsr.
(B) Insuring Agreement �- Umbretla Liability O�er Self-insured �etention
(Z) We wiil pay on Iaehalf of the insured, subjeci ta 5ection IV. Lirnits of Insurance, those amounis r�ot
covered by the scFrec�uled u�BeYlying ir�surance that the insured becomes legatly oE�lfgatec� to pay
as damages in excess of the self-insu��ci retention because of bodily injury, property �arna�e
(including liabiiity assumed by tl�e insured under an insured cantract) or persot�al anci advertisin�
Injury tai�ing place anywhere in the warld and caused by an occurrence during ihe policy period.
(2) The coverage provided hy Insuring Agreement S wil! noi apply to damages that would have been
co�ered by the scheduled underlytng insurance but for its exhaustion by the payment of 1oss.
(3) `�he eov�rage provided by Insuring Agreemeni B will no# apply to any damages covered by Insuring
Agreement A, or arising out of subjects of insurance or exposures to loss for wh.ich this policy
requires the scheduled �nderlyin� insueance to be maintained.
XCU 050 0811 O 20i 1 X.L. America, Inc. Afl Rlghts Reserved. Page 2 ai 26
May nat be copied without permission.
IncEudes copyrighted ma�erlal of Insu�ance Servfces Offices, I.nc,, with its permission.
Policy Number, US00045092L22A
�ffective Date: 12/31/2022 —12131f2023
(�)
{3)
(4)
{5)
If we and tMe Insur�d disagree on whether a disaster ev�nt has occurred, the ir�suved�s righ# af
reimbursem�nt under Insuring Agreement C shaU be arbitrated pursuant to the rules of the American
Arbitration Association for the state shawn in Declarations Item 1.
Payment by us of disaster response exper�ses will not determine ar be evidence of nur rights or
obligations under Insuring Agreernent A ar B.
Payment by us of disaster responsa expens�s wi11 not ob{ige us to assume any duty to control the
in�estigation, settlement or defense of any claim or suit ihat might arise from a co�ered disaster
event.
Wli� lS AN.IP�SlJ���
The fallowing are insureds under Insuring Agreemeni A:
��)
i2)
The narned Insured.
f�)
Any person or organiz�tion qual9fying as an insured under tMe schedNled underlying irtsur�ftce,
but for no broader coverage than would be afforded to such person or organizatior� by the scheduled
undarlying insu�ance.
The follovuing are insureds under Insuring Agreements � and C:
t�)
(2)
��)
��)
{5)
(6}
(�)
{8)
��)
{10)
(�1)
XCU Q50 D811
The named insured.
A�y Person or organlzation, other than an employea or valunt�er worit�r, while such person or
nrganization is acting as your real estaie manager.
Your legal r�pr�sen#ative if you die, but an{y with respeck to his ar her duties as such.
Your emplaye�s, but anly for acts within the scape af their emplayrnent }�y you, or while performir�g
duties rela#ec! to the conduct of your business.
Your volur�teer warkers, but anly while performing duties related ta the cant�uct of your business.
if you are designated in the DeclaratEons as an individual, then yaur spouse, but only with respect to
the conduct of a business of which you are the sole owner.
If you are designated in the Declarations as a partnership or joint �enture, your partners and their
spouses, but only with respect to the canduct af yaur business.
If you are designated in the Declarat9ons as a lirnited liablliky company, your rr�ernbers, but only wiih
respect to the conduct of your busin�ss, and your managers, but only with respect ta their duties as
such.
I# you are designated in the Declarativns as an organEzatiof� other than a partnership, joint ven#ure
or limited fialzility company, your executive otfice�s and direcfors, buk oniy with respect ta their duties
as sueh. Your stockholders are also ins�reds, but on�y with respeet to their liability as stockholders.
If you are �esignaked in the Declarations as a trusi, your trustees, but only with respect to their duties
as such.
Any organization in which you maintain an interest of more than flfty �ercent {50%) as of fhe effective
date af this policy.
O 2011 X.L. America, Inc. All Rights Reserved. Page 4 of 26
May not 6e capied withaut permission.
Includes copyrighted maierlal af Insuranee 5ervices Oftices, Enc., with Its parmisslon.
If other insurance applies to damages covered by this palicy, this policy wil! apply excess of
such ot�er Insura�ce. However, this provision will nok apply:
(ij If the ather Insurance is written to be excess of this policy.
(2) With respect to Insuring Agreement /� only, if you ha�e agreed in a written contracf with another
person or organizaiion that this policy sha[l be primary and non-contributory with such other person
or entity`s coverage, but only with respect to da�nag�s arising out of insured operations or work on
your behalfi per�nrmed under such written cor�tract. When this Paragraph (�} applies, the co�erage
available to the other person or organizati4n will be the lesser of the policy's Limits o# Insurance or
the minimum limits required by such written conkract. In that case, ather insurance of that person
or organization wi11 apply as excess and not contribute priar ta the Insurance afforded by this policy.
(3} EV�thing In this Candition (M) sha{I make this policy subject to the terms, conditions and limitakions of
such other ins�rance.
(N) �remiurn
(1) The first nam�d Insur�s� shall be responsibie for payment of all premiums when due.
(2} The premium for this policy shall be camputed on the bas�s set forth in Declaratians Item 8_ At the
beginning af the polfcy pe�iod, the first named insu�ed musi pay us the Pr�mium shouvn in
Declarations Item 6,
(3j When thls policy expires ar is cancefled, we will compute the earned premium for the time this policy
was in force. If this policy is subject ta audit adjustment, the actual expasure base wlll be used to
corr�pute the earned premium. If the earned premium is greater than the original premium paid, you
will promptly pay us the difference. If tF�e earned premium is less than the origina! premium paid, we
wilE return the d9fference #o yo�. But in any e�ent, we shall rekain the Minirr�um Premium as shown
in Declarations Itetn 6 for each iwelve (12) months of the policy per3ad.
(�� Separatian af Insureds
Except with respect ta the Limits of Insurance oi this pollcy and rights or duiies speciflcally assigned to yau,
this insurance applies as if each insured were the only insured, and separately to each insured against
whom clairrE is made or suit is brought.
(P) iransfer o1 Rlghts of Recavery
(1) If any insured has the right to recover all or part of any payment we have made under this policy,
those rights are transferred to us. You must do nothing after loss to impair these rights an� must
help us enforce them. If, prinr to the Cime of an ocnurr�nce, you ancE the insurer of scheduled
underlying insurance wa[ve any right of recovery against a specific persorr or organizatian fa� in}ury
or damage as required under an insured contract, we also will waive any righis it may have against
such person or orgar�ixation.
{2) Rny recoveries shall foe ap�lied as follows:
(a) Any person or organization, including you, that has paid an amflunt in excess of the
applical�le Limifs of I�surance of this policy will be reimbursed first.
XCU 050 081 f O 2U11 X.L. America, Inc. All Rlghts Reserved. Page 25 0( 26
May nnt be cnpied without permission.
Includes copyrlghted material of lnsuranca Services Offices, Inc., with Its permisslon,
Policy Numbar: AEC077429�402
Ef�ective Daie: 12l31f�022 --171�112023
�o���vw�n� �'vrr� �E�c�s� �Li������y �oi��� r�
������ -�
There are pro�isions in this palicy that restrict coverage. Reaci the entire palicy carefuily to determine r g ts, uties and
what is and is not covered.
1'hroughout this policy, the words "you" and "your" reier to the Named Insur�d. The ward� "we", "us" and "our" refer to the
aompany providing this insurance.
The word "insured(s)" ineans any person(s) or organization{s} quaiitying as such in the Controlling Underlying Polkcy
shown in item 6.d. of the Declarations, but only to the extent and within the scope for which such "insureds" e�ualify for
coverage in the Contralling Underlying Paliey.
Wards and phrases that are printed in bold-fac� typQ are d�fined in ihis policy. These deflnitians are found in ��C�IQW
dl. ��FIPlITIO�'S of this policy or in the specific policy provision where they appear.
In considsratiart o# the payrnent af the prem�um and in relianae upon the statements in the Declarations and in
accardance wtth the provisions of this policy, we agree wlth yau to provide couerage as iollows:.
Insurin� �4�reemer�ts
��C�I�N I. ��11��dC�
A. We will �ay on behalf of the insured the sums in excess of the Total Limits Df RII Underlying Insuranoe shown in Itern
6.�. of the Declarations that the insured becomes IegaEly obligated to pay as damages.
�. Thls insurance applies only to damages eovered by the Controlling Underlying Pollcy as shown in Item 6.A. of the
Declarations. Except as otherwise pro�ided by this policy, the co�erage folEows the definitians, terms, conditions,
limitations, and exclusians of the Conirolling Underlying Pollcy in effect at the inception of this �allcy.
C. Notwithstanding anything to the contrary contained in Paragraphs EE�. and �. above, if the Controlling linderlying
�olicy daes nQt apply to damages for reasons other than exhaustion of applicable Limits of Insurance by payment af
loss, then this palicy does nat apply to suci� damages.
�i. The amount we wjll pay is limited as described In �EGTI�tY II. LIMl7S OF iN'SUf��IV��.
��C�IQiV EI. E.Il4Ilf�S O� l�1SU�AiVC�
�4. The Limits of Ensurance shown in the Declarations end the rules befow describe the rrtost we rEvill pay regardless of the
rsumber of:
1. Insureds;
2. Clairns rnade or suits brought; ar
3, Persans or arganizations making clalms or bringing suits.
�. The Limits of Insurance of this policy will apply as follaws:
1. This policy applies only it� excess of the Total Limits Of AI1 Underlying Insurance shown in Item 6.�. of the
Declarattons.
�. if aur l.imits af lnsurance shawn in Itern 4. of the C7eclarations are less than the total Limits of Insurance shown in
Etem �., the limits of our liabiliiy will be that proportion af the bss which aur Limits of Insurance bear to the total
Lirnits of Insurance in I#em 4. and which is in excess of the Tatal Limits Of All Underlying Insurance as shown in
Item 6.�. ai the Declarations.
3. 5ubject to Paragraph �.�. above, the Other Aggregate Limit st�own jn Ifem 4.�. of the Declarations is the most
we will pay for all 18s5 to which this poficy appiies, except for IosS caverecf ur�der the products/cornplsted
operations hazard, that is sub�ect ta an aggregate limit pravided by ihe Controlling LJnderkying !'olicy, The Other
Aggregate Limit applies separately and in the same manner as the aggregate limits provided by the Contro[ling
Underlying Policy.
�. Subject to Paragraph �.�. abova, the limit shor�vn in Item 4.C. of the Declarations ft�r the ProduotslComplstsd
Operations Aggregate is the mast we wi{I pay for afl I�ss ta which this }�olicy applies under the products/
u-�xs-jao-c cw {olri z�
Incl�des cvpyri�hted maEerial ni Insuranee Services Otlice, Inc., wiYh its parmixsinn. Page t of 7
yau fully complied with these requirements.
�. f�anrenewal
If we decide nok to renew this policy, we will mail ar deliver ta the first Named Insured shnwn in Item i. of the
Declaratians written notice af the nonrenewal not less than thirty (90) days before the expiration date.
lt nntice Is mailed, praof of mailing will be sufficient proof af notice.
F. �Jotice of Occurrence
1. You must see to it that we are notified as soan as practicable of an occurrenCe which may result in damages
covered by this palicy. To the extent possible, notice will include:
a. How, when and where the oCCurrence toak place;
b. 7he names and addresses of arty injured persans and witnesses; and
a. The nature and lacation of any injury or damage arising oui of the oCCurrenCe.
�. Knowkedge of an oCcuprence by the agent, servant or emplayee of yours, will nai in itself constitute fcnowtedge by
the insured unless you, or ar�y �mploye� authorized by you to give or rece9�e notice of an occufrence, claim or
suit receives such nofica Frarn the agent, servant or employee.
3. If a claim ar suit against any insured is reasonably likely to in�olve this policy, you must notify us in writing as
saon as praeticable.
4. You and any other involved i�sured must:
a. Ir�medfately send us copies of any demands, notices, summonses or legal papers received in connection
with the claim ar suit,
b. Authorize us to obtain records and other infarmation;
C. Cooperate with us in the investigation, settiement or defense of tne claim or suit; and
d. Asslst us, upon aur reques#, in the enforcement of any right against any person or organ€zation which may be
liable to the insured beaause of in�ury or damage to which this insurance may also apply.
�. The insureds will not, except at thelr own cost, voluntarily make a payment, assurne any obligation, or incur any
expense, other than for first aid, without aur cansent.
�. Your failure to give notice of an occurrence to us will not invalidate coverage under this pollcy if the occurt'ehce
was inad�ertently reported to another insurer. However, you will report any such oCcutrehCe ta us as soon as
practicable ance you become aware of such errnr.
G, �ther Insurance
ff other insurance applies to damages that ar� also cavered by this policy, this paliey will apply excess of the other
insuranc�. Nothing herein will be construed to make this policy subject to the terrr�s, conditions and limitations of
s�ch other insurance. Howe�er, this provisian will nat appiy if the other insurance is written to be excess of this
palicy.
Other insurance includes ar�y .type of seEf-irrsurance vr other mechanism by which an insured arranges for funding of
legal liabilities.
hi. �erms Contormed ta Statute
The terms of this policy that are in conflict with ihe statutes, laws, ordinances or reguiations in any cauntry,
jurisdiction, state or province where this policy is issued are amended to canform to such stat�tes, laws, ardinances
or regulations. If we are prevented by law or statute from paying on behalf of the insured, then we will, wE�ere
permitted by law or statute, indemnlfy the insursd.
I. Y�anster of Rights at �ecovery A�air�st Others to Us
'9 . If the insured has righis tv reco�rer all ar part af any payment wa Mave made u�dar this insurance, t�tose rights are
transferred fo us. The insured must do nothing after fhe ioss ta lmpalr them. At our request, the insured wil{
U-EXS•100-C CW (01112)
Includes capyrighted material of Insurance 5ervices Ofiice, Inc., with its permission. Page 6 of 7
bring suit or transfer those rights to us and help us enforce them.
However, if any insured i� required ta waEve their rights of recovery from others by a written contract or
agreement executed before a�QSs, we agree t� waive our rlghts of reoo�ery to the extent required by the writien
aontract or agreement. This waiver of rights will not be construed ta be a wai�er with respect to any other
operations far which the insured has not wai�ed their rights oi recovery by cantract.
2. Any amount reco�ered will be apportionEd in the �nverse order of paymenk of I�ss to ihe extent of actual
paymeni. The expenses of alE such recovery proceedings will be apporiian�:tk in the ratia of respective recoveries.
J. Unintentiohal Er��r� a�� Omissio�s
Any unintentional error or omfsslon in the description of, ar #ailure to describe completely, any exposure intended io
be eovered �y this palicy, will nvt invalidate ar affect the coverage tor that exposure. However, the insured must
report such error or flmission to us as soon as practicable after its discaysry.
�. Wher� Loss is �ayable
Caverage under this �olicy wili not apply unless and until the lnsured or #he insured's Underlying Insurance has paid
or Is obligated to pay the full amount of the Total Limits Of All Underlying Insurance shown in Item 6.�. of the
Declarations.
When the amount of loss is determined by an agresd settlement or a final judgment against an insured, we wlll
pramptly pay on hehalf of the insured the amount ai loss covered under the terms of this policy.
S�C�'10[V VI. ���IiVITIQf��
�. F�ost[le fire means one which becomes uncontrollable or hrea[cs out irom where it was intended to kae.
B. �as� means damages that the insured is legally obl�gated to pay aiter making prop�r deductions #or all recoveries
and salvage. Hawever,
1. ��ss alsn includes defense expenses and supplementary payments if any Underlying lnsurance includes defense
expenses and supplementary payments within the Limlts of Insurance; or
2. Loss daes not include defense exper�ses and sup�lementary payments if nane of the Underlying Insurance
indudes defense expenses and supplementary payments wikhin the Limits a1 Insurance.
C. Occurr�nce rrseans a covered event as defined in the Canirolling Underlying Palicy.
p. POIII�t�ntS means any s�lid, liquid, gaseous, or thermal irritant or cont�minant including smoke, �apor, sooi, fumes,
acid, alkalis, chernicals and waste. Waste includes rnaterial to be recycled, reconditiqned or reclaimed
U-EXS-100-C CW {01I12j
Includes copyrlghted roaterial of Insurance Servicas OEfioe, Inc., with its permisslon. PagB 7 of 7
�ndorsement # 08
�i�ni�ed QJ�her In�uran�� ��n�i�io� Amend.rn�nt
�
������
?olicy No. Eff. Data of Poi. Exp. aaFe of Pol. Eff. Date o( End. � Praducer Add'I Prem. Return Prem.
— — - ._.�.�._.,�..
EC077421 �402 1213112a22 12131I2023 � 2�� �02� 18284000 '
PEamed Insured and {W�ailing �ddress: Producer:
SATTERFIELD AND PONiIKES CONSTRUCTION, CRC INSURANCE SERVIGES, INC.
INC. ' 1 N FRANKLIN ST STE 350Q
117Sp KATY FWY STE 5p0 CHICAGO, IL 64606-3494
MOUSTON, TX 77079-1 21 9
7i�ES f�P1DORS�M��� CHAIVG�S �'H� ���ICY. P��AS� R�A� li C���fULLY.
Condition C�. Oth�r lns�rar�ce af SFCTI�N V. C�hlDI'i'10N�, paragraph 1�., piher Insurance is deleted and repfaced
with the follawing:
�. �t�l@C I�ISLIiA11C@
If other insurance appNes to cEamages that are alsa covered by this policy, this polioy wfll apply excess of the other
insurance, However, this provisian will not apply:
1. If the ath�r insurance is written to be excess at this policy; or
a. If you ha�e agreed in a wri�ten contract to carry insurance to apply prior to and be non-contributory with that of
another person or organization's insurance, but only as respects damages arising out of insur�d operations or
wark on your behalf perFormed under such written contract. Hnwever, the limits a�ailable to the other persan or
organfaation will be the lesser of our paHcy Limlts of fns�rance or the limits required by such written contract. In
that case, other insurance of that person or organizatlon will apply as excess and not contribute prior to #he
insurance affarded by this policy.
Nathing herein will be canstrued to make this policy su�ject to th� terms, conditions and limitations of such other
insuranc�.
A�L OTb�R TERi�S AF�� CON�i�IOMS 0� iHlS �B�IC�' ��F�1Alf� U[�C#�,�I�GE�.
Inaludes copyrighted material of Insurance 3ervices O(tice, Inc., with Its permissfon. U-EXS-42p-A CW (0311�)
Page 1 af 1
�'oficy Number, 61 UEADL1932
�fiective Date: 1 2/3112022 —1 2�3112�23
.
.� �
'�f�l� �i��O���fW��P� T�HANG�� iFi� PQ�IGY. R���4�E ��AD I�' �����ULLY.
i���l�� �� �l���s��.�l����� �� ��������i��� i��L,������
This palicy is suhjeci ta the follawing additional
Ganditions:
A.
�.
If this policy is cancefled by the Campany, other
than for nonpayment of premium, notice of such
cancellation wiN be provided at least thirty (3Q)
days i� advance af the cancellation effective dale
to lh� certificate �older(s) with mailing addresses
an file with the agent of record 4r the Campany.
If t��is policy is cancellet{ by ih� Campany for
r�onpayment af premium, or by the �nsured, notice
of such cancellation will be provided wiihin {10)
days ot ihe cancelEatfon effective date to the
cerli(icate holcier(s) with maiEing addresses an file
with tha agvnt of recard or the Company.
If natice is mailed, prooi af mailing to the last known
mailing address af the certificate holder(s) on file with
the agenF of recard or the Company will �e sufficient
pr0o( Of np1iC8.
Any natlficatipn rights prflvided by this endorseme.nt
a�aply only ta active cerkiticate F�older(sj whn were
issued a certificate ot insurance applicabie to this
pqlicy's term.
Faiiure to pravide such no#ice to the csrtificate
holder(s) will not amend or extend the date the
cancef�ation becames Qtfective, nqr will It negate
cancellativn of the policy. FaElure to send notice shall
impose no IEab€lity af any klnd upan the Company or Its
agents ar r�presentatives.
Form [Fi 0313 06 't 9 Page '€ of 1
OO 2011, The Wartford
Policy Number: 6111EADL�933
Effective Date:12131f2022 —12I31I2D2�
��� �
7HI� �i�6Q���{4N��li �HAP�C�S TFi� P��ICY. �L��S� f��A�] li �A���ULLY.
��YBC� �� C�I�C���i4iI��V �� �I�F��n�l�A�� HOLDE�(�}
This pplicy fs subjeci to the fallowing addiilanal
Conditiar�s:
ra
�.
ff this policy is cancelled by tha Company, other
than for nonpayment of premium, natice of such
cancellatian will be pravided at least thirty (30)
days in advance p# the cancepation eifective cEate
to the certificate holder(s) with mailing adcfresses
on file with the agent oi record or the Company,
ff this �oiicy is cancelled by the Company fnr
nonpayment of premivm, or �y the insured, notice
of s�ch cancellation will be pro�ided within (10)
days of the cancellat9on effective datQ tQ the
cer�ificate holder(s} with mafling address�s an i�le
with the agent of record or the Company.
F�orm Ili 03 i3 OB 11
If notice is mailed, proof of mai[ing to the last knawn
mailing address of the certificate holder(s) on fi�e with
the agent of record or the Company will be suf#Icient
proot of notiee.
Any notification rights provided by this endorsemenl
apply only to active certificate holder(s} who �rere
issued a certificate of insurance applicable to this
po1[cy's term.
Failure to provlde suah notice to the certifieate
holder(s} will nol amand or extond the date tha
cancellation becomes effective, nor wiEl it negate
cancellation of lhe poiicy. Failure to send notice s�all
imppse no IlabiliEy of any kind u�an the Company or its
agents or representat�ves.
O 201 i, 7he Hartford
Pa�e i o# t
,
,
, ,�
TF�I� �P���R�FlVi�i�'f CHANG�� THE F�OLICY. �L�A�� ���� l�' C����`U��Y.
i�XA� IVBT'I�F ��
{V�Ai��IA� �bAN�f� �fVC��F��F��f�'T
�'oficy Number: 61 WEA ARIGST �ndorse�e�t I�umber: 3
�ffective [�ate: D8/02123 Effective haur is the same as stated on the information Page of the p�olicy.
�amed Insur�d and �Address: �AGLE CONTRACTWG LP
11750 KATY FWY STE 5D0
HQUSTON TX 77079
This endarsement applies only to the insurance pro�ided tiy the pnlicy �ecause T�xas is shown in Item 3.A. of the
Information Page.
!n the event of cancellatior� nr other matsrial change of the palicy, we will mai! advance notice to fhe {�erson or
organizatinn named in the 5chedufe. The number of days advancs notice is shown in the Schedule.
This endvrsement shall not operate directly pr indirectEy t4 benefit anyone nat named in th� Schedule.
S�Ii��UL�
1. Number of days advance notice: 3D days
2. NQtice will be mailed to:
All eert9ficaie holder(s) with mailing addresses on iile with the agent of record or the company who were issued a
certificate of insurance applicable to this policy's term.
Countersigned by
Authorized Represantative
�orm WC 4� 06 0� Printed in U.S,A.
Process �ate: 08/02/23 �olicy �xpiratian Date: 12/31/23
��r��� ���r�.. �����o�rs
c�� ��ac ����T�.u������ �������
c'ir� a� �cntr ��=oRTF{
STAhIDr�EtDCONSTRl�CTION SP€�CiF'1C,�1Tf0\ qf}ClJI41�NT'S
Rcviaic�n_ A23�'�1ZI —July 6, 2023 — CdldFOf�(MED
STANDARD GENERAL CONDITIQNS OF THE
��NSTRUCTION CaNT�ACT
'I`.��LE �F �U1�TEI�TS
Page
Artiele 1— Definitions and Te�~��nirialogy .......................................................................................................... i
1.01 Deiuied Ternt�.5 ..........................................................................,............,.........................,............,1
1.02 `I'�ru�ino�ogy ..................................................................................................................................G
Articl�: 2— Prelimniary Matters ......................................................................................................................... 7
2.01 Copies ot' Documents ....................................................................................................................7
2.02 Con�mencement of Cont�•act �Ti�ne; Notice ka Praceed ................................................................7
2.Q3 Starti�i� the Work .......................................................................................................................... �
2.04 Ii�fare Stat�timg Canstrc�ction ....--•---� .....................................................................,....................... S
2.05 Ft�ecaiistructian Conf�rence............,...... ....................................................................................... 8
2.�6 Public Meetii�g ....................................,.,,.........,,...............,...,.............,.............,.....,..,..............,..8
�,07 initial Acce}�tance of Schedu�es ....................................................................................................�
Arti�le 3 -
3.01
3.02
�.o�
3.04
3.U5
3.06
Contract Doctunent5: lntent, t�intienditig, Reuse ............................................................................5
Ii�tent ............................................................................................. ................... .............................. 8
Refer�nce �tan�lards ...................................................................................................................... 9
R�parting and Resolvin� niscrepancies .......................................................................................�
A1Y�et�ding and Supplementing Gontract Doc�iment� ..................................................�,..,.,.,,..,.. ]0
ReuseofDocuments ..............�.............................................,.......,,.......................................,....,10
�Eectronic Dat�........... ................................................................................,.,...........................,.. 11
At1;cl� 4— Availability of Lancis; S�bsurface atid Fliysical Coriditiol�s; Ha•r�ardous Eu�iro�uner�tal
Conditions; it�fer�t�ce Points ........................................................................................................... 11
4.01 Availability of i.ands ..................................................................................................................11
4.L12 Siibsiuface and Pliysscal Candit�ons ......................................................................,...................12
4.03 D�fferu�g Sul��urface nr Physic�l Conditions .............................................................................12
4.04 Undergrouud �acilities ...............................................................................................................13
�.OS Reference Points ......................................................................................................................... l�
4.Ofi Ha�.ardous F_.n��irot�n�ental Caridition atSite .............................................................................. �4
ArticleS— Bonds and Insu�-ance ...... ........................................................................................................... IG
S.OI Licenseci S�uaties and Ii�.�w'ers ................................................................................................... I6
S.Q2 P�:rfarmance, Payrueiit, and Maintcnar�ce Bot�cis ....................................................................... 1G
5_03 Certificate.s �ilcisurance .............................................................................................................16
S.a4 Contrlct�r's Irisurance ...........................................................................�...,...,............,............... l8
S.US �cce�tance ofBc�nds �nd Insura�ice; O��tEon to Replace ........................................................... 19
Article fi - Contcactor's ReS�ons�bilities ........................................................................................................19
6.01 Supe�•vi.sian �nt! Su�er��te3�denc.e ................................_..............................................................19
C1TY[)F' �ORT t�=ORTH
,�iTANL7Al2f3C47N5Tlf1;CT]ON 5PLCIFIC;ITIC}1 UOCl1141�NlTS
Id��risinn: R2��i121 — July 6, 2023 — CONFORMEQ
6.02
5.03
6.04
G.05
6.Q6
6.07
6.08
6.09
6.10
6.11
6. I 2.
6. I 3
G.14
6. l5
G. l G
f�.17
b.18
�.19
G.20
G.21
G.22
6. �3
6.24
I�ab�r; Workin�; Hours...................
............................................................................................. ��
Seivi�es, Materi�Ls, and Equipinent ...........................................................................................20
Pt•oject Scl�eduie ..........................................................................................................................21
Substit��tes atid "Or-Equals" .......................................................................................................21
C'oucerning Subco�t�actors, Suppliers, aud 4tl�ers .................................................................... 2�
i�Va�e Rates ...................................................................�.........,.,,,.,..................,.....................,...., 25
Patent I�'ees and Roya.lt.ies ...........................................................................................................26
Perinitsand Utiliti�s ....................................................................................................................27
LawsandRegulalians .................................................................................................................27
Taxes ................................................................................................. ._.28
... ... .. ................... ............
Useof Srte and Othar Areas .......................................................................................................2�
RecordDncuments ......................................................................................................................29
SafetyandProtectian ..................................................................................................................24
SafetyRepreset�tative ..................................................................................................................3Q
HarardCon��nunicatiori Prograi�s .............................................................................................30
Emergencies and/ar Rectif�cation .........................................,..,........................................,.........3Q
Submittals.. ... . ..... ... ......... .... ..... ............. ............. ..... . .. ... ........ ........ ..... ........ ..... .... ....... ........ „ ... ... .. 3 I
Cantuauiuigtlte Wark ...................................................................................................................32
Contraetor's General Warranlyaud Guarantee ..........................................................................32
�nde�ruiiC�ati�n ...................................................<......,...,...............,......................,...................33
Del�gatioi� oi Profes�i�nal D�sign Services ..............................................................................3�
Rightto Audii ..............................................................................................................................34
Nnnc�iscrAt�ir�atio n ... ... .... . .... ... ... .......... . .... .... .... . ... .... ................ .... ..... ....... . ..... .............. ............. .. 35
Article 7- Other Wo�•� atthe Site ............................................................................................. .. .�.... ..,.....,..35
7.01 Rel�ted Worle at Srte ...................................................................................................................35
7.02 Coordination,... .......................................................,..,.................................................................3G
Article 8 - City's Respansibilities ...................................................................................................................36
S.O1 Cominur�i�ations to Cantractor ...................................................................................................36
8.02 I=urni�5h Data ................................................................................................................................3G
8.03 I'ay Wl�en Due .......--�--•---....-• .............•---�-�-•-
. . ...........................................................................3b
8.�4 Lands �nd Easements; Reparts and Tests ...................................................................................3fi
$.OS Cl�ange Orders ............................................................................................................................. 3b
$.OS in�p�etinns, Tests, and A�praval� ............ .................................................................................36
$.�7 Lunitatia�is ot� City's Responsibilities ..----� ................................................................................3?
$.08 Undi.�closed Hazardous Environmental Conditiou .................................................................... 37
8.0� Canpliance wilh Safely Prograi� ...............................................................................................37
l�rlicle 9- Cily's Obser�alion Sta�us Dur:u�g G�nstruclian ........................................................................... 37
9.01 Ciry's ProjectMana�er ............................................................................................................�7
9.U? Vi.sits to �ite ................................................................................................................................ 37
9.03 Ai�thorized Vari�tions ui Work ..................................................................................................35
4_04 Rejeetin� DeFectiv� Wark ..........................................................................................................38
9.�5 lleterniuialions far Wark �erfonneci ..........................................................................................�8
9.06 D�cisions ai� R�c�uir��r�et�ts of Cantract I�ocume�lts a�td Acceptability of Wc�rk .....................3�
CIT'Y QF F()RT tY{]RTIi
STANDARDC(1N5T1tliCTION SPGC[F1CAT10'1 dDCl1M�NTS
Rcvisiun: R?��L] _ �uly 6, 2023 - COIVFORME�
Article 10 — Changes in tl�e Work; Gl�irns; Ext�°� Work ......................
I�.Q� Author�zed C'hanges in the Work .....................................
10.02 Una�th�rized Cl�anges in tlt� Work .................................
10.03 Executian oiCliange Ordei�s .............................................
1Q.(}4- �xtra Work ...................�---�........................,...,..........--•--•...
10,(�5 Notificat�on ta Surety ........................................................
14.Q6 Coi��•a�t Cl��im5 �'ro�esa ...................................................
..........................................................38
.............. ....................•--.............,......38
...... ....................................................39
..............�................................,.......... 39
.......................................................... 39
.......................................................... 3R
.......................................................... �10
Ai�ticle 11 -- C:c�st of t�e Work; Aflawances; Unit Price �1Vark; FI�i�S Q��at�tity Meas�uement ......................4�
11.Q1 Cost of tY�e Work ...............................................................................................................�.........41
i1.Q2 Alk�wances ..................................................................................................................................43
l],03 U��it Price Wnrlr ..........................................................................................................................44
l ].U4 Plans Qunntity Measur�mer�t..,........� ..........................................................................................45
Article 12 — C}�t�i�e of Contract Price; Ch�nge �f C'ontract`I'une ................................................................. 4b
12.Q1 ChangeofCanlractPrice ............................................................................................................4G
12.Q2 Cl�ange of Coi�tract Time. .................................................................,...........,..............,..,...,.......47
1 �.03 I3elays ..........................................................................................................................................47
Articie 13 — Tests �nd inspect�fl�7s; Correction, Rernc�va� or Acceptance of Defeciive Vi�ork ...................... 48
13.01 Notice af Defects ........................................................................................................................4$
13.02 Access to Work ...........................................................................................................................48
13.03 Tesis and I��spectioi� ..................................................................................................................48
13.04 Unca�erittg Wark ........................................................................................................................49
13.05 Ciry May Stap the Worl{........,...... ......................................,.....................,..,,..,..........................49
L3.(�5 Cat�•ection or Re�na�al of llefecti�e Wnr1c ................................................................................�0
L3.U'f Correctinn Period ............................................................. ...�.,,..............................................,..., 50
13.0$ AcceptanceofDc;feetive Worlc .....................................................................�•--�.....,...................51
13.09 Cily May Cc�ixect Defec(.iv� Work .............................................................................................51
A1�ticle 14 — Payr��ents to Contr�,ctor and Completioi� .................................................................................... S2
14.01 Schedtile afV�htes ......................................................................................................................52
14.02 �'ro�ress P�}�nents ...................................................................................................................... S2
14.03 Coaltract�ar's WarranlyafTill� ......................................_...,....................,....................,.........,....54
I4,G4 Pari�aI Utili�tEfln ........................................................................................................................SS
14,05 Fina2 ins�ectian ...........................................................................................................................5�
14,�6 Fina1 Acceptance ......................................................................................................................... SS
14.07 I'vtal Payment .............................................................................................................................. S6
14.08 Fvial Ct�mplet.inn Delayed �nc� P���tial �etan�ag�; Releasc: ........................................................SG
1�4.09 Waiver of Ci�uns ........................................................................................................................ 57
Ai�tiule l5 Sus�ens�on of' Wark ancl 1"ert�vnalion ........................................................................................57
IS.QI Gity May Suspet�d Work .............................................................................................................57
15.U2 C'ity May'1"ei•ininate forCause ...................................................................................................5$
15.03 City May T'eriuulate I�or C'anvenience ....................................................................................... GO
1lrtic�e 1G Di�pute R�soluti�n ....................................................................................................................
16,01 Mc.thcxis ancl Prc�eed�n•�s ......................
.. .. ... . .... ... . .... ... ... ..... ..... ... ..... .... .... . .. . .. ... ..... ... .. ...
.. 61
..G1
C]TY DF PL3RT �1'(�RTH
STANDARIICqNSTRl�CT]ON SPL•CIF[C,a�F1Q\ I)OC"Uh4CM"S
Rch�isian: R231Zf121 —,luly E, 2023 — �ONFORM�D
Article17 —Miscellaneous ...................................................�--._...........................,,..._...._..._............................62
1?A1 Giving Notice ..............................................................................................................................62
1?.02 Ca�nputation afTitue� ................................................................................................................62
l'i.03 Cum�il�tiv� Remeclies .................................................................................................................G2
17.0� Sur��ival ofObligations ...............................................................................................................63
17.OS Headin� ......................................................................................................................................6:i
C1TY OF F()R7 Wl'(lR`l'H
STANDARRCQNSTR1;CTlON SPLCiF1CATI0'� pOCIli�1CNT5
Rcvisiun: A��121 — July 6, 2023 —CalJFORMED
c�a -rz ao - i
GEM1IERALCONUITIONS
E'a�c 1 of{,3
ARTICL� 1— llL+'r1N1T14NS ANll T�RIYI[NOLO�Y
1.01 L}e�irl�c� Te�'1)?.Y
A. Wher�ver �ised in these Gen�i•al Cauditions or uz other C:�ntraet Uncumel�ts, the terms list�.d �elow
have tf�e ir�eai�ngs indical�cl ��hich are applicable to bot�i tlie singutar and plura! ll�ereof, and
�vords denating �;ende�� 5hall incltitde the masculine, fe�nin�ne and neuter, S��d tei�ms are �enerally
capita.lized or written ui italics, but not aiway5. W�ien used in a context consistent �vit�i tlie
defniition of a listed-de�'u�ed terni, the teran sh�ll liave a meaiiing as t3efined belar�r wlietk�er
capitalized ar italici�ed or ath�rwise. In additian to t�i�ns spes;ifically defnled, lerii� witli itutial
capital letters in tlie Cotikract Doeuinents iniclud� refet�ences to itlentif'ie�i articles and paragraphs,
and t�e tiiles of other documents or fo��tns.
1, Adc�c.?��du Wriit�n or �rapl�ic instruments �ssued prior ta the opening af Bids w��ieh clarify,
coirect, or chan�e the Bidding Require�nents or tl�e pro�osed Cantract Dncurnents.
2. Agreei,refrt Z'he written inst�wn�n# wi�icli is evidence of t�ie agreement hetweer� Cfity and
Co��tractorcaverin� th� Work.
3. Appliculion.fo�� FrrJ�rj�cr�! Tl�e Torn� acceptab�e '�Q Gltjt VY�1fCI3 15 to l�e used by Contractar
durin� the cour5e of th� Woric in reqt�esting progr�ss or fii��t1 p�yrnet�ts and which is ta be
accnmpanied by sucl� sup}x�rfin� docu�nentation as i.� rec�tin'ed l�y tl�e Cqntract Docwner�ts.
4. A,sbesto�s—Any snakeri�.l that contains �n�r� than nr�e percent asbestos aaid is friable or is
releasing asbesto� #�ers into the air abo�e cur�•ent act.ion l�v�ls established by th� Llnitec# States
O�cu(�at�anal S�fety and �Iealth Admuiistrat�on.
5. Aoelurc!— Authorization }�y the City Council for the City to enter into an Agreenient.
b. Brd—The atfer or �roposal of a Ridder subrnitted on the preserlbed fc�r�n setting forll� t}te
��•ices for tlie Work ko be pe��formed.
7. 13iclder'- The indrvidual or entity who s��bmits a Bid d'u•ectly �o City.
8. Biddi��� C7oete�t�re��ts�- Tl�e Bidding Requu•eineiits and ihc: praposecl Cont�act Boctut�ezits
(including al� Addcnda).
9. Bidcll�lg R�quirc�irrc��ds Tl�e advc.rtisement or TnwiEatian io F3ir�, instructians ta Ridciers, Bid
�cctuity c�f acce�t�Ule fa•�z�, if any, and the Bid �'orni t�+ida aiiy su�spleinents.
ltl. Bu.51J�Cs.s Da�, — A b�i5iness day is de.fuied �s � cisly tl�at t��e C;ity COt7C�t1CtS I]OTfl7�� �l]SII1C5S,
gcncraily Mc�uday fl�rou�li Friclay, c;xc�pt for federal or sta4� l�olid�ys observ�:�l i�y th� City.
11. CnTe.f�rlr�rDu.y -- A c�ay cot�s�stu�g of 24 ho�irs measuretl from midni�l7t ta di� nc�xt zlvdnight.
CITY L7F FO2T 41'{7R7'li
STt1NDARllC0i�5TRl,'CTIf1N SPt�.CIFlCrITIQ\ [](?CUIviCIVTS
Rcvisicm: R113�'?(121 —,�uly 6, 2023—CpNFOF�MED
(fU 72 Clil - I
��N��,a�cor�airioNs
Pi�gc 2 nf G3
l2. Claange Ur�de1��A doctuzient, wli�cli �.� prep�red and a�prnved by tlie City, wh'rcl� is signed
by Cont�`actnr and City at�d authorizes an addition, de�etion, or revision u� the Work or an
atljustinent n1 tE�e Contract Pciee or the Conkt�act 'Time, issuet! on or a��r tlie LffecYive Date
of the Agreemetzt.
l�. Crr�>— Th� Cily o!' Fart Worth, Texas, a home-r�de fTILl171C1�3A� carporAtian, auth�ri�ed and
chartered unde�- the Texas State Stat�ites, act�n� by iks governuig b�dy thraugl} its City
Manager, liis desig�iee, c�r agents autliariz.ed under liis �l�alf, each nf whicl� i.� req�tired by
Charter t� �rform specif"ic duties wit� �•esp�nsibility for final �uforcement of ihe cpntracb
invalvnig lhe City of Fort Warth is by Charter vested in tlie City Manager and is khe erciity
��vit� whot7i Cnntractor l�as entered i�ztc� tiie Agr�ement aild Pc�r wham t17e Wc�rk is to be
periormed.
14. City ATtnr�raey �- 7'he offici�lly appointed City At�orney of the City af l�ort Worth, "Cex�s, or
i�:�s duly authoriz,ed represe��tative.
15. Crty Cor�rrcil - The duly elected and qLi�lif'ied gover�ir►g body of the Ciry oi F'ort Wortli,
Texas.
1G. �i[y Ma�crger— T}ie offici�lly appainted and authari�ed City M��}ager af the City of Fort
Wortlt., Texa�, or his duly authorized r�prese�itative.
l7. Cn�t#�•act G"larin—A die�n�nd or asseeti�n by City ar Contractar ��eking ai� adjt�st�nent of
Contra�t Pri�e or Contract Time, or txath, or other relief wit� �•espect to the t�ri�s af the
Contract. A r�em�and for money or servic:es b� a tlurd parry is not a Cantract C}�rm.
1$. Conlrc�r.!—The eniire and integrated writteii dacurrient belween the Cily and Contractar
concerning che �Vork. The Cantract cantains the A�,�reement and a1l Contr•act Tla�uments and
supers�des �rrior negati�tio��s, C��7P�5�Ilf�CiOt15, or agreements, whether w�•itten or nral.
l9. C'n�ttract 17oeum�rrts- Thnse ite�ns sp desi�ttated in the A�-eeinent. All items listed it1 tlle
Agr�en�ent �re Contract Dcx.�ui3�nts. Approved Sub«zittals, ather Contractor subnti�tals, and
the re�rts and drawings of subsurface ai�d physical conditiai�s ar•e not Contract Docu�l�en#s.
20. Conlruc� Price—T}te maneys payable by City lo Contr�ctor for complei�n of the Wprk in
accordartce v�ri�� tEte Cnntract Da�tunents as stated in the A�-eement (suhj�ct to the provision.s
of Narag�aph 1].03 u� the case of Unit Price Work).
2l. C'orrh-ar•t I'i�arc--Tl�e nuinber nf days or the dates stat�d in the Agreemer�t to: (i} acl�ieve
Mil�stonas, if �ny and (ii) com�lete tlie Work so that it is ready fnr Fi�1a1 Acceptance.
22. Ccs�alrc�c rnr—The individual or e��tity witl� whom City has entered inin the Agre�ment.
23, Cn,s1 oJ'!h� Y�'oj•k—See P�ra��raph I l.(}I ofthese General Cnndit�ns fordefiinition.
Cl7"Y DF F()RT il'(}R�}{
STRNpAl2DC4N5TRl.f'iION SPCCtFIiAT10\ Dc]ClJN1�'NTS
R��•isic�n: �2�".�121 — July 6, 2023 — CO�lFOFtME❑
UU 72 (SO -1
GE(VFF2ALCONUITIl7iJ S
I'hgc � nf G3
24. Dalara�e Clai��.� •- A dent�nd for moi�ey or set�ices arisu�� froii-� the Project nr Site fi•otn a
thu•d party, City or Gontr��ctor exclusi��e nf a C'ontract Claun,
25. Dr��}� or day— A day, unie�s �tl�erw�se c�efniec�, shall niean a Ca1�i3ciar Day.
2G. Dir•�ctar of'Avi�tron — Th� offiei�lly appointecl Director of tlt� Aviation Departrnent of th�
City ot' Fort Worth, Texas, a1' hi� duly app�inted representat�ve, assis�ant, or agents.
�7. Dir•ector• nf Paiks aj2c� Corttmtrjtity� Se���ices - The ofir�ially a�E�ainted Duectqr of the Par�
��Yd Corru-nunity Services Uepartt��ent of tiie C"ity of Fort Worth, 'Texas, pr his duly a��oir�ted
repres�ntative, assistant, or agents.
28. Di�•ec�tar• of Planirirrg at�d I�ei��lapr�rer�t — Tt�e of�icialIy appoitlted Directar of the �'l�uning
and T?evelopmeni DeparEr��ent ai' t�ie City af Fori �Vartli, Texas, or his duly �ppoirited
representaliue, assistant, nr agents.
29. Dll°ecto�° of Ti�ar�s�artatrn�� P��hlic Warlc.s — The af�ci�lly a�pointed Directoa� af khe
Trar�s�ortation Public Warks lle�artiitent of t��e Ci#y of Fart Warth, Texas, or his duly
ap�au�ted r�presentative, assistant, or agents.
30. DirE�et«1•of'J�trterDepc�rtrne��t •-- '�'l�e offi�ially appou�ted D'u•�ctoi� ofthe Water Depart�nent
ai the City of Fort Wortl�, Texas, or hzs dtily app�ainted representative, assistant, or agents.
31. 1lrawiytg.s--1'lin.t. p�t�Y of t�ie Contract Dacuments prepared �r appra�ed l�y �:n�ineer wlyiciz
�•aphinally shovas the sca�3e, extent, and cl�a.racternfthe Warktp be �erfor�ned t�y Contractor.
Subrnittals are z�ot Dr�wiu�gs as so defined.
32. Ef,'fcetir��Date of't17e Agi•eetnent—The cfat� �dicateci ai the A�ec;ni�nt on which it becoines
effecti�e, but if no such date i� indicated, it tneans tl7e dlte an w�Fch the Agreement is sigr�ed
�nc� delivered by the last of the twn parties to si�n and deliver.
33. E��gineer�--Tl�e lieensed prafession��l engineer or engineeru�g i"um re�;iate�•ed 'u1 tl�e State of
Texas perfnrniuig professional services for ihe City.
34. �a�tra Wo�•!� Additional work made necessary by ch�nges or altc;rations of the ConU•act
DQcurnents or at qtt�ntities o�• for otl�er reasons far w��ich no prFces are prc�vided in tfie Cantraet
Docuinents. Exira work shall ba paa�t af the Work,
35. I"ielcl O�•cle�� -A �vritten ordcr i�sued �y City whicl� requ'v-es changes iri t�ie LVnrlc but wl7icl3
daes nat uivatve a ch�iige u-� thc C:ontc•ac� Frice, Cnntraet Tu�1e, or tlte u�tent o.f tEie Lnguieer.
Fielc� Orc�ers �re paid from Fiefd Oc•�ier Alluwaiices uicoip�ratcd 'uito the Coneract l�y fi�r�d��
work lype at th� timc of award.
36. Fr��c�! Acc.cptur�c�r� — The written nolice �iven by the City to the Contracl��r Ehat tlie Work
specified in the Contract Docu�nents has been coi�p�ececi to che saiisfaction of t}�e City.
C]TY OF �(71tT 1t�ORTII
STANi�ARi7Cf7N5TRliCTI(�N SPEi{'[FICA'fit)\ i].DC[1MC�fTS
[ica<;siun: WJ_3,��] — July 6, 2423 -- GONFOF�MED
otr �z na - �
GENERAL CANDIT1bN S
Pa�c �4 ot' G3
��. i'Ii4Cdl �il.speciin�� -- Ins�ectiai� C1I`1'let� OUt {]�J �l� C1�jT t0 V�rI� t�7A� ��1� L011il'AC�OI' �1�S
cot7�p�eted the W�rlc, and each and eveiy pai� or a�purtenance thereof, fully, entuely, and in
cai�foi7nance witl� the Contract Documents.
38. G�f�e1•c�I R�c1uirer�7er7rsz--Sections afDiv�sion 1 of't�e Cantract Docu�nents.
39. Hazcr�clvus F.rtvirorrr�aei�tal Co��di�io��----T11e presence at the Site af Aslx;stos, PCBs,
L'etraleun�, Hazardous Waste, Rad�aactiv� �irlaterial, ar other xnaterial5 u� such quantiti�s ar
circiinnstauces that m�y �resent a substanki�l dan�er to persons or property cx�ased tliereto.
�Q. �IQZQ7'CI011S Wastc�-Hazardous wasle is defuied as any solid waste listed as iiazardous or
p�ss�sses on� or mor� �azardous chac�cteri�tics �s defuied 'us tl�� Cec��ral wast� regul�tioiis,
�►s amended from time to tirx�e.
41. ����rs an�f Rege�lritro��s—Any aiid 111 applicable �aws, ru�les, re�«lations, orciinai�ces, cocl�s,
and nrders nf any a�d a� govertunencal lx�dies, agencies, authori�ies, and ca�u�ts ha��
j�iri.�ciictian.
42. Lier�s—Charges, security interests, or encumbranees upon Pro�ect funds, real property, or
persaual properiy.
43. Mcrjor I�c.yrrt- An Ttem of worz� included in the Contract Dactpzients that has a total cost equal
to ar greater than S% af the ariginal �ontract Pri��e or $25,0(}�1 whic�v�r is less.
44, Milestorae---A prirycip�l e�fent s}�cifr�d in tlie Cantract Docu��ents rel�ting ta an inte�necliate
Contraet Tinte prior to Final Acceptance ofthe Wurk.
�5. Notic�e of Awns•d The written natice Uy City to the Successful Bic�der stati�ig t�at up�n
timely crn���iance by tlze Successi'u] Bidder with the eonditrons precedent listeci therein, City
will si�n and deliver the A�re�ment.
4�. Noaice tn Praceed�--A written notice giv��� by City to Contractor fixing the d�te nn w��ich the
Contract Tune will coi�unence #o t�ut and nn wluclt Contractor shall statt ta perform tl�e Work
specified 'vl Cc�ntract Docwne��ts.
47. PGBs—P�lychlarinated biphenyls.
4$, Petrc�l�uj��--Petraletiin, includ�n� crt�de oil or any fi•action thereof'which is liquid at s�andard
condit�o��s of temperatijre and pressture (6D degrees T'al�renlieit �nc� 14.7 �unds pei' Sqllal'C
inch absolute), sucl� as oil, pet�•aPeu�n, fuel ail, ail 5ludge, ait refuse, �ilSQ�IIIG'' �CCP05�ilC, �nd
o�l it�ixec� vviih oth�� noz�-HazardoE�s Waste and cj•ude oi�s.
�9. Plrr,�s - S�e d�finition of Drawings.
cirY �� �c��r �vn�TH
5TA3VDAEtDCONSTRL'CTION SFCCfFlCA71�� DOCUIW1CiV7'S
I�evisiam: &23lZC121 —July 6, 2023 — CONFORMED
O(7 72 4(I - I
�eNE�a�.coNnirioNs
ragc S of G3
5�. Prajecr Sch�d,�le—A sched���e, prep�red and rnaurtau�ed by C`ontractor, ui accoidnnce with
tha Ceneral Rec�i�ir�ment5, describi►zg tlie sequence and dw-�tion af tl�e acti��ities cc�mpi•i�i�ig
tlie Cant�•acto��'s plan to acc�nzplish �h� Work within the Coi7tract Time.
51. Pi•ajecr—The Work ta t�e perfor�neci uncl�r the Contr�ct Qocuments.
S2. P1•c>jcc�1 Mrrrz�g��—The authori�ed represe»tative of the City wl�a will be assi�med to tl7e
Site.
53. Pzrhltc Meetrizg -- An announced meetirj� candttcted by the City to facilitate public
particip�tioi� aitd to assist t��e �ublic in ga�iing an infonned view of the Project.
54. Rcrc�rorrc•trve hlate��irrl Sour�e, special nucl��r, ar bypr•oduet niater'�al as defined by tll�
Atomi� Ener�;,y Act c�f' 1954 {42 USC Seetion 201 I el seq,) as arne�ded fron� kirne ta tirn�.
S5. Regulr�r Warkin�Y Houa•s -Hours beginnin� at 7:00 a.m. and endin� at 5:(M? Ea.rn., Manday
t�u�u �'riday (�xchiding le�al lYal�days).
SG. Sarnple.s--Pkyysical exa.inples of �nateriaL�, equiprnent, ac wnrlananshi� that are
represe�ltative ofsorne �o��tion of tlie �Vork anci wluch establish t��e standaz•ds by wluch suclz
pai�tinn of l•he 1+Vork will be judged,
�7. ,5checlufe of�Saahr�iilcals—A schedt�l�, nrepared and maintained Uy Contrac#or, of rec�t�ired
submittals a�d the ti�ne reqiiire�ne�ts to stippoi�t scheduled perform��ice af related consti��ction
activitie5.
58, Scl�ecle.�le a�'Valeres- �A schedufe, prepared and ir�u�tan�ecl by Ca�tractor, allocating pzartions
af th� Contrack Pric�; ta various portions nf the 1Work and �pseci as the basis for teviewuig
Cantractor's A�piications for T'ayrr�ent.
S9. SitE—I.ands or areas indicated in ihe Gant�act T3pcuments as being fiirnished by City upon
wtuch the Wark is to E�e perforined, u�cludmg rigljts-af-way, }�ermits, and easements for access
�hereYa, and sucl� otlier lands furni�lled by City which are designated for ths use af Cnuh°actor.
G0. Specificatiarrs--That �ai�t oi th�; Conta•act llocuments consa�ting af written reqixireiYients fc�r
materials, equi�i�rent, systen�s, standards and workrna:nship as a�plied to tl�e Work, and certain
adininistrativ� requirEments and prncedl�ral rnatters applicable thereto. Specificntinns �n7� be
s�zecifcally made � part of tlt� Co��tract Dnc�iinents by attaclunent or, if yiot attaclied, ����y� he
uicarpor�teci by refereEicc as indicated in tl�e 7'able of Lontetlts (Division U� QO (X1} of encl�
Project.
G1. Scrbc�or�t�•actr�r�-An uidividu�l or entity h���ing a d�rect cantract witlt Contractor or with ���y
other 5uhcrn�tractor far the perf�rrnance o�" a part �f the Wark �t the Site.
CITY OF FC)RT 1I�ClR'Cl[
STANIle1RDCOtVSTR1�CTlON 5PL•CIFfCrIT1Q\ DC]Cl1MCN��S
Revisic:n: iv'L3�fRl --Juiy 6, 20�3 — CQNFOf�MED
(}U 72 UU - I
GEN�RaL coNa[r�oN s
Pagc G of G3
C�2. Sr�hr�arttal.s--Ali drawings, dIA�TAlriS, illustratiotis, schedules, and otiier c�at� or uifnrm��tiai�
Fvltich are specifically prepared vr �sseinbled by or far Coniracto�' and submitted by Cot�tc�ctoc
to ill�istrat� same porti�n of tl�� Work.
G3. Su6sttt��tta! C'am�letr'a�t - The stage u� the pro�ress of the Pro��ek ��li�n ths Vdork is
suff�ci�F�tly cornplete in accordance EviCh the Gantract Documents %r F'inal Inspection.
64. Sc�ccessfu113idcler=-'The Bidder sul�rnittirt� the l�west and ynnst respansive Bid to whn�n City
makes an Award.
G5. .S'ciperi�rt��lc��rrt�- The rep�•esentative of t�le Coi�tractar who is a�ailaUle at ali kunes a�;�d able
tc� recei�re instructions �rorn the City and to �ct for the Crnstr�ctor.
bG. Sirpplejrrc�nl�r�� Cortc�rlion,s�That paz•t �f the Contract ilgcu�ner�ts whr�h amends or
supplen�ents these �renerai �ondi�ians.
b7. S�ep�lier� -A maneafacturer, fabricator, s�p�lier, distributor, cnateriai�i�an, ar vendnr 1ia�in� a
direcl coiitracl with Conlraclor or wich any Subcontractc�r lo fut��ish rn�terials or equi�m��nt
to b� incor�arated ic� t��e Work by Cantractor ar 5ubcontractor,
68. Uridergr•oular� Facrltdi�s—All undergraund pipel�nes, canduits, ducts, c�b�s, wires,
inaril�oles, vaults, tarrks, tui�neLs, Qr otlier such facilit�es ar attac��t�ents, and any er�cas.eine►�s
cantainitig such facilities, including bt�t not lin�ited tn, thnse th�t conuey eleeiricity, gases,
stearn, liquid peri•o�un� products, telephone or ather communications, cabl� television,
water, was�ewater, stoi�ni water, o�lier liquids ox ch�r�r;a�s, or traf�c or other eontrol systeins.
69 Uizr't P1•icc Wo��k—See Pa��agraph 11.03 of� tliese General Condition� fvr detinition.
70. Wc�c�I�E�rtc! Wa•kir�g Hours - Hours begimning a.t 9:fl0 a.m. ar�d ending at 5:[}0 �.i�., Saturd�y,
Sunday or lega� hol��ay, a5 a�praved in adva�ice by tl�e �ity.
7l. Wn�•k—Tl�e eut�re constructi�n o�• th� various separately identi%ab�� parts thereof reqtau•ed to
be provided uuc�er the Cantract Do�uments. Work includes and is khe result nf periant�'v�g ar
providin�; aN lak�ar, services, and dacurrientation necess�ry to �roduce s�c}i Cp11StPl1CtIDi1
inch�ding any Change Order or Field Ord�r, and furnishing, installing, �nd sncorperrating all
m�teri�ls and equipment into such constnict�an, all as required by tl�e Cantract Dactunents.
72. Wnr�king Dr{}� -- A workui� day i.S de�'u�ed �s � day, not ulc�ud'u�g Sah�rdays, Sund�ys, n�• le�a I
haI�zi�ys au#hari��d by the City for contract puip�ases, in wh�cli weather c�r oll�er cc�r�ciitivns
nc�t t�nder the control of tl�e Gontractar will ��rn�i! th� p�rforinallce o£ the pri��iipal unit �f
��vork underway for a Gantinuous period of nat less than 7 I�oiirs bet�veexi 7 a.ir�. and 6 pan.
1.�2 Tc�►•ntlrrolo�y
�. "1'he. wnrds and ternYs c�isct�.�sed in Paragrapli 1.Q�.B through C are nat defuied but, w��e�� used i��
the Bidciulg Requir�ments or Contr�ct �acuments, �we �h� u�dicat�d mcani�ag.
E3. hrtent nf'Cer7ain '!'e���rrs a�° Acljec.�trifes:
C1�Y (}F F(lRT 1VORTli
STAAiDt�RDCONSTRlICT[ON SPCCIFiC'ATIO\ [H7Ct1A4L'-AfTS
Rn�isian:W)3�4 _,y��yg,�p23—CONFORMED
0072OU-I
GENERAL CQN� ITIQN S
f"uga 7 of G3
1. �l'�]E Cantr�ct Dnct��Z�ents uiclude t�le t81'IttS "�5 3I�0��4FeC�," "as �tpprnved," "as ordered," "AS
duected" nr teri��s of lil�e effect or ir�i}�rt to authorize an exerc�,se of jud�,�nent by City. In
addition, f�i� ac�jeclives "reasonable," "suitable," "accepta6le," `��•o�aer," "s�tisfactory," or
adj�eti��s of like effect ar unport are usec� to describe an actio�� or det�r�nn�ation af City zs #o
the Wark. It is intended that s�ich exercise of professiQnal jt�d�ment, actian, or detertninatior�
will be salely to evaluate, in general, tlie Wark for compl��nce with the uifoz�naatian in tlie
Contract Doct�inen�s and witli t�e t�e�i�n can�ept of the Prnject as a finxctianin� wliole aS
shawn or indicated in the Contract Documents (unless there is a sp�ci�`� statement indicati�ng
otherwi��).
C. DcJ�cl����:
1. The ward "defective," wlyen modiiying tite word "Work," ref�rs tn Work thaT is
t�nsatisfactniy, faulty, or de�cietit in th�t i�:
a. does not coi�f'arm to the C'.ontr�ct Dacument5; or
U, daes not n�eet the req��irei���n�s of aily applicabl� insp�ctiou, referenc�. standard, test, or
approval referred to in t}te Cai�tract Dc�ciinients; or
c. has been dan3aged prFnr to C�ty's writteil acceptanCe.
D. Ftirraislz, liistall, Per,�nrm, Prnvdde:
I. ��'he ward "�11I7115�1" or the word °`jI15fA�" Ol �7@ WpI'C� �`PeI'f01'!11" (]1• the ward "PCpVI[�G'°' UY
the wvrd "Sup�ly," or ar�y cambinatinn or suni�r d'u-ective or usage thereof, shall meau
furnishing ancl incarp�rating ui die Work incl�.Gda�g all necessary ]alsor, materials, c.quipment,
�nd e�erylhing nec�ssary ko perfvrm ttie Work indicated, unless speci�caliy limited in tt�e
context used.
�. Unles� st�ted ok3�erwise in tlte Contract Dactunents, words or plu•asa5 that have a wel]-known
teclu�ical or cnnstruction u�dustry oc trade meanui�, are used �a the Cont��act Docw��ents in
accorclance with sucli recog�iized meaning.
ARTYCL�; � — PRELIMINARY �ATTERS
2.U� Cc��rics rrf 17ocu������tts
City �l�all furnish to Cantrackor o�ir� (i} original ex4culed copy and one (1) electronic copy ot' the
Conri'act Documet�ts, attd fntu• (4] additianal capies of t��e 9�e�iwings. Additic�n�I copies will be
fiuiiisl�ed u�on request at fhe cost of re��a•aduction.
�.02 C'ql)1iY1NITc�na�izt nf'Co�rrract Ti�ric; Nv�rrG� to Pr•oc3ec�c1
The Coi�tr�ct Tirtye wi�i co�rnnence to r�in on tl�e day indieated in the Notice tfl Proceed. A Notice t�
Procee[t t���ty be �iven nn earlier than 14 d�ys after tlie E�ic�ctt�+e Date of t��c A�reement, uniess agreerl
tn by both parties in writu�g.
Cl7'Y C1F FfjRT WORi'H
ST,iNp�yltl)CONSTRL•'CTICSN SPLC'1FlCAT10\ E)DClJNILNrS
Rc,�isiap; ��;.'�t}2l _ �uly 6, 2023 — CbNFORhAED
U{i 72 UU - I
G�NERAI. CQIVpIT10N S
P�gc 3 nf 63
2.(}3 Sta��til�g the Wa►k
ConY�•actor sh�tll sf�i� to perf'o�-m tlie 1�Va�-k c�n t��e date when tlie La�tract 1'une con-uilences to ruii.
No Worl� shalI b� done at tli� Site pri�r to t��e date o» wl�ic:h the Contract Time comn�ences to run.
�.04 I3�f�re Slpl'11�1gCUliSir•trc�ivrr
Br�,seline Scherltrles: Submit �n accordance with the Contract Do���ments, and prior to siartin� the
Work.
2.Q5 F�,eco�astructiari Conf'erence
Before any Work at the Site is started, the Consractor sl�ll att�ncf a�r�c:onstructi�n Cnilference as
9p�Clf1�{� 1ri ill� COtlxl•act Docum�nts.
2,05 Pirblic Mcc�ing
Contractor ��iay not mobilize any equi���ne��t, materi�L� nr re�niu�ce� to tlie Site prior to Ca�itractor
�ttencirng the PublEc Meeting as scheduled by the City.
2.07 If7rtrrr111cceptanceof Scl�edules
No pragress payment shall be rnade to Gontractor �intil acce�table scliedules are subinittecl ta City in
accardance witli the 5chee�u� Speci�cAtian as �ravided in t)ie Contract Dc�uments.
�RTICLF 3-- CONTRACT DOCU11�1�,FTS: fNTEf�T, AI�EIiDlliiG, R�USE
3Al lnterrt
A. The Contract Docume�ts are coinp��n�entary; what �s r�q�iired by one is as binding as if re.cYuued
by a1L
R. It i� tlle intent o1' iFie Contract 17ocucnei�ts to descrbe a fur}ctionally co��nplete project (or part
tl�ereo� to be ca��structed u� accardance with the C�ntract Dacurnei�ts. Any l�bar, do�umentat�on,
services, materi�ls, ar equipme�it t��at reasonably �nay be inferred fro�1� the Cnnh•act Docwnents
ar froti� prevailirt� custoin or trade usage a� being require� to produce the uidicated result will be
prauicl�d whet�ex� or nnt specifically callecl far, at no additior�l cost to City.
C, Cla�•ifi�ati�ns and irtterprekatiions of tl�e Contr�ct Documents sha�I Ue issued by City.
i�, The Speciiicatr�ons rnay vary in form, Porri��t and style. Some Specific�ti�n sections m�y �e wi-itten
ui �a�ying degrees of snean�ned or dec��rative style and same sections may be relatively
narrati�e hy co�nE�arisan. O�n�ssion of sucli wards and plirases as "`the Cant�actor shall," "in
conforn�ity with," "as showi�," or "as specif�Eeci" are intznliornal in strean�fined seetions.
Oiuilted wn�•c�sa�id phrases sl�all l�e sizp�l�ed by inference. Snizil�r ty�es ofprovisions may ap}��ar
in various parts of a secti�n ar a��ticles within a�ar� dependin� on the format of the
C17� Y C)F F(11t7" tVORTH
ST11N[IARpCC1N5'fRl;CTION SPfC'lFfCAT1Q\ D(�CIJMC;Nl'S
Revisiun: R2�1 —July 6, 2023—CONFOfi�v1ED
UIl 72 U(! - I
GENE#2AL CONDITiON S
P;i�c 9 of 63
seccion. 'Che C:antractoi� s�iall not take ac�vantage of any t�ariatian nf farm, forinat or Slyl� Ill
making Contraet Claims.
E. The cross referencing of specificatmt� seetions under the subparagraph heading "Rel�ted
S�ctions ine[ude but are not n�cessarily lunited to:" and c]se�vher�. within each Speciiicatian
section is provided as an aid and convenEence to the Cc�ntractor. The Cantractor sha�l r�ot rely on
the cross referencin� �rovided ��nd sliall be responsi�ale to caardinate tl�e entire Wark under the
C'.QI]CCBCti DOCllilt�[7f5 alid prc�vide a cn�np�te Project �vhether or not the cross cefereticing i.s
provided in e�ch section or ��+hetl�er ar uot the cross referencuig is complete.
�.D2 �e,fe)�eltceStlllTc�(Ji'c�5
A. Skandards, Specitications, Cades, Laws, and Regulation�
I. Re�erence to st�ndards. speeii�ications, mar�4ta]S, or codes of any teclinical society, argani�.atinn,
ar associ�tion, ar to Laws or Re�ilatians, whether sucli referet�ce Ue specific or by im��lication,
slial� niean the standard, s�c�catian, manual, cade, or Laws flr Re�tlatiot3s in effect at the
l'une of openuig c�f Bic�s (or on t.he Effecti�e Dat� af th� Agreen�enti if there w�re t►o Bi�s),
except as may be atllerwise s��ecifcally stated in tlie Cnntract Docun�ents,
No �rovis�on oti any sirch standai-d, specifi�atFon, manual, or code, or any instl-uction of a
Suppl�er, shall be effecti�e to cY�asige the duties or respansibilit�es nf City, Coi�tr�etar, or any
af their subcontractat•s, cans«ltants, �gents, or ernplayee5, fram fhose setforth in the Cnntrac#
Dacui�nents. No sueh provision or instruction shall b� �ffectiue tb assi�� to City, or ariy of its
a�ficers, dir��tors, metnbers, partners, �m�loyees, agents, coiisulta��ts, oc subc:oiri�ractors, a��y
dUty or at�thority ta supervi�e or direct the perforr��ance of the Work �r any duty or at�tY�ority
to undertake x•espons�biliry incansistent witk� the provisions �f the Gontr�ct Docun�ents.
3.U3 RL'J30i"lTf7�CY17fIRL�snlvir�glJr.�cr�eperr�cie.s�
A. Re�a�•ttrtg 17i.sci�epar�ci�r:
I. Cvt�t��crClDi'SR�l�IL'1VOfGC17xtPCrL�DOCurnentsBef'ar�Stcarting Wor�C: II�fore undei�taku�� each
,n���t o1'the Work, Cotifractor sl�all carefully st�idy a»d compare tl�e Gontract Documents ai�d
ch�ck �nd veriry pertinent tigur�s therein a�ainst all ap�licaE�le fizld me�tsu�•em�i�ts a�3d
ca�ydit.ions. Corjtractar shall promptly report in �uritic��; tn City any confiict, error, ambi�ity,
or discre�3�ncy wl�icl� Contractor discovers, or h�s achi�l �iowledge n% and siiall abtain a
written interprc;tatioit ar clariCcaiion from City �efp�•e proceeciin� ��ith any Wark aiCec#etl
tlicreiay.
2. Cv�rrr�ctc�lvl•'s� R�vic�i�� r�jCor��r°crc� I3c�cienaeltts l�tn'ii?4r, PC�ffOI71i(1J14°� vj' ��ifot•!r: ii; during the
�erforrr��nce of the Wnr1c, Cnr�tractor c��scovers any canflict, crs•or, a�nbi�niity, or discrep�iney
withut fll� Cdllrl'c�Ct D4CllIIlCllfSz Oi' �}�iI�VCCtl t�12 COI1T1'�Ct DQCLII12011tS �itl(� �c�� �I1jF a�)�7�lCii�}IL
La4v or Rc:�u�at�fln ,(U) any stanc�ard, specification, ma�ival, or cade, or (c} any inst�•uction of
any SuppGer, then Contraclor sl�all pra�nptly report it to City ui writi�lg. Caittr�etor shall nQt
proceed with th� ��Vorlc aftecteci therel�y {exce}�t in an emergenc�� as required by Par��r'a��h
C l7'Y C1F FOR'r �l'()RTE{
STAN17AiLbCONSiRliC1'lON SPL•CIFICATI4\ DDCUiv1EIYT5
RcviSi�n: R2�+�1 - July 6, 2023 - CONFOfZMED
i1U 72 oU - I
G�NERAL CONbITION S
P:�!c 10 oF fi3
�7.17.A� LlIltl� c�Il iilYl�Il�111CI1L OI• su����ie�iient to the Ca[�tract Documents l�as been i�sued by
one oi the tnethads u�dicated in 1'ara�•aph 3.04.
3. Contractor shal! jiot be li�ble to City for failure to re,port any conflict, error, amhig��ity, or
ciiscrepancy ni the Cojltract Dneuments unless Cont�•actor had actual kn�wl�d�e thereaf.
F3. Resolvi►tg Disc�i'�1)Cl17CIL'.s.•
l. Except as nxay be atherwi.5e speci�cally stated 'ui the Contract D��uments, the provisio»s of
the Cvntraet Docvtnetlts �ha1I take precedence in resotvu�� any conflict, errar, amhiguity, or
discrepancy be#w�an the provisis3t� of the Contraci D�:urr�erils a�nd th� provis�otas of at3y
stat�tlarc�, specifiLati�r�, inanual, or tlie uistructi�n of ai�y 5e�ppli�r {whether or not specifically
incorpor�ted by reteren�e in the Cantract Doc�unents),
2. in eas� of discrepancies, tig�u•ed dirnensians s�tia11 govern over scaled di�mensians, Plans s}�all
govern over S�acificatians, Su}�plementary Canditjons shall �;o�ern over [�enera! Candit�ans
a�d Specii'icakio��s, and quantities shown on tlie Pl�ans shall gavern over those shown in the
praposaL
3.04 An��.�raclingalydSirpple.�m�ra�ritgContr�rrcll�ocu��xe�rls
A, The Contract Do���ments may b� ainended ta prnvide for add�tions, deletions, and revisions in
tlie Vllork or to mcZrlify the terms and eonditions thereaf by a Cha�age f3rder.
B. 'The require�iYe�its of the Cantr�ct Daciurents may b� su�plerneuted, and minor vari�tinns and
dev�ations m the Work iiot u�volving a�li�nge in Contract Price or Contract `Time, may be
authorized, by ane ar mor� of the following ways;
1. A Fi�ld Oirder;
2. �.ity`s review of a SUbmittal (subject to the provi�siQns af Paragraph fi. l$.C}; or
3. C�ity°� written ic�ter��retatian or clarification,
3.Q5 Reuse af'Dac���r�errt.s
A. Contr�ctor �nci ary Subeontr�ctor or Suppliec sliall not:
I. have or acc�uu•e aily litle to or a���uershi� �-��,t5 � ar�y oi' ihe Drawn��s, Specifications, ot'
other docL�ments (or copies af any illereoij prepared by Qr hearitag the seal oP En�in�er,
incluc��g electranic media editiol�.s; or
2. reuse auy such Drawm�s, Speeific�ti�ns, athec dvcuments, or copies t�leceof on exte�isicros of
th� Proj�ct ar any other project ���il��Qut r�vritlen carls�nt. o�'City anci specif'te wrilte�� v�rification
or ac3apia4ian by Engu7eer.
C1TY OF F(3itT 11rOR7'H
5TANDAitDCS7{VSTRtifTlt?� 5PLC'I�ICATiO\ Q(3Cllh1CNTS
����y����- ��1 — July 6, 2023 — CQNFDRMED
uu �z sfo - �
G�NERALCONDITIdNS
f':tgc 11 oi'G3
B. '��lYe �rah►�itiarzs of tliis Para�•aph 3.U5 will sur�ive fina� p�iyi�ient, or te��vnation of ttze
Contract. Nathing hereui shali �recltide Contr�ctor froin retauiin� cnpies of the Cai�tr�ct
Documents for reeord pwpc�s�s.
3.06 ElcCii'Qi71c Dcrta
A, Un]ess otherwise stated iiz ihe Siippletnent�try Conditians, tl�e data fur��ished by City or Engineer
to Co�itractor, or by Gontractor to City ar �ngineer, tl�at �»ay bc relied upan are limited ta the
printed copie;c u�chided 'u� the Coi�tract Drc>cuinents (aLsa know�i as hard copies) and atfier
Specif"�:ations r�ferezxced and locatec� on the City's on-l�e eleetranic docu�neilt manage;n�ent ancf
collaboration sysl�in site. Fi�es v� ���c�raiuc mec�ia format of text, data, graphics, or other ty}��s
are fi�rnas}�ed only for the con�er�ietice of the receiving party. Ar�y conclusson or iniarr��atio�f
abtained or derived from s�cl7 electranic irles will be at the user's sole risk. ifthere is a discre�az�cy
betwean tkle electrniu�; files and the hard capies, the hard copies gave�•�7.
B. When traiisferring dacuinents �� eiectroiuc n�eda� fannat, the transferring party malces no
representatioi�s as ta lozlg ter�t� con�al�bility, usability, or readability of da�urnents resulting from
#he use of sat�wrare ap�Gcatia�i packag�s, o}�erating systems, or eprriputer hardw�re dif`fering f'rom
thos� used by t}�e data's creator.
ARTICLE 4-� AVAILABILdTY OF LANDS; SUBSURFAC� A:�1D PHYSICAL CONllI'I'14NS;
HAZARDpUS ENVTRO1�TlV�E]iiT.4.�. CQii�p�'1'[Q1�iS; R�FERFIl10E PQINTS
A.O1 �lvailafiiliry nf'La�tcl.s
A. City shall funtish the Sit�. City shaIl noti£y Cai�tractor of any encun�branc�s or t•es�rictians not af
genera� applicatian but s�ciftcally r�lated to use t�f ihe Site with whEch Gontractar ir�ust comply
in perForr��in� the Wvrk. City will obtain in a tirnely inanner and pay for �asen�ents For permanent
structures or permanent changes in existing facilitie5.
1. Tlie Cit}+ l�as ol�tained nr anticipates acquisition oi andlor access to right--of-way, andfor
�asentents. Any auistand'u�g cight-of way and/or eas�ments are ant�cipated t:o b� acyuured 'vi
accnrda�ace witll the scl�edule set forth in the Supplementary Canditians. Tl�e �'roject Schedule
subtnitted by t�ie Canir-�ctor in accordar�ce wit}� t3i� Gontract DocumenCs must coi�sidei• any
autst�inding riglit-of-way, ��nci/or easeme�yts.
7�e City ��as or antici�ates retuovin� andlor relt�c�ti�ig rltilities, and abstntcticm.� to tl�e Site.
Any o�iEstancling rentoval ur rclocation of ulilities or obstructions is aiiticipaled in accordaixe
witl� th� scl�ec�ule set foi�tll ui the SLipplen7c:ntary Cons3itions. `1"he Yroject 5clieci«I� submitteci
by the Cantractar in accordance with the Contract T��curnents i�nust consider any outstai�dit��
util�ties or [�bStrucli�ns to i�e renzo�ed, adjusted, andlar relc�cated by ath�rs,
R. ilpon rea�onable written request, C:ity shall fiu•nish Coi3tractnr with a ciurent stateuient oF record
Ie�al citl� and legal deseriptian of the 1�11�1s upon wllich tlie Wark is to ka� perFormc;cl.
C7TY�F F()IL711"DRTIi
STAND�IR[]C[7N5TRliCT10�} SPCCIFICAT1l7\ pqCUMGNTS
Rcvisinn: 3r2?�] —,lUly 6, 2023—CONFORiVIED
OE! 72 {1{i - I
GEPIERALC6MDIT[ON S
P�,c I 2 a!' fi3
C, C'otttractor sh�il peovide for all �dditional i�nds �«d access the�•eta th�t ��i�y be requu•ed far
consti�uction f�cilities ar starage of m�teriaL� and equi��nent.
4.02 Subrur;�c�ce alyd Plrysicrrl Cor�rJitions
A, Rc��o�•ls irt7��Drawings: The Supptementary Conditians identify;
l. thase rcports known ta Gity of expt�ratians and tests of subsLrrface conditions at or
contiguous tn the Si�e; �nd
2. those dravvin�s icnowri ra City af physi�al condit}ons relati�g ta existin�; SLl1'fAC£ ar
subsurCace struclures at ihe Site (except Unc�ergrnund Facilities}.
B. Lirriitec� IZelicrrice by �'o�rtr-actoj• an Tecl�xical Datc� At�tthorizecl: �ontractor inay r�fy upon th�
accu�•acy af the "technical data" contained in such re�rts ��td drawings, bt�t such reports and
drawings are not Gontract Docwnents. Such "teclinical data" is idex�ti�ed in the Supplemenkai•y
�a��ditions. Cantractor may nat make any Coi�tract Claun agAinst �'ity, or ar�y of their nfticers,
d��ectnrs, �nembers, par�uers, em��inyees, a�ents, constiltants, or �ubcontractors with respect tc�:
1. tb� carnpleten�ss of such re�oi�ts and draw�ngs far Contracka�•'s purposes, n.�clucfing, but not
lrr�ited ta, any aspecCs of the rneans, nyethozls, techniques, sequences, anc� pracedures of
cori�truction to be elt�pl�yed by Contr�ctar, and safety precautions and programs ir�id�nt
tliereto; ar
2. nfl�er dat�, �terpret�tiotts, npinin��s, afid infortnati�n contauied irt such re}�rts or sti�wn or
ic�c��cated in sucli drawings; or
3. any Gonkractor interpretation oF ar conclasion drawu fronz any "techui�al data" or any suclz
other data, interp�•et�tians, opinions, or infarm.ation.
4.03 Differ•1ri,��irhsuj�''aceat^P�rJ�siculCo��c�illc��t,s
�. 1Vatrce: li Cantractar bel�eves tliat any subsvrface or phys�cal candition tl�at is uiica�ered or
revealed either:
1. rs of suc�� a nature as to establish tliat any "tecluiical d�ta" ai� wliich Cont��actor is entit�eci ia
rely as provid�d t�i Paa�agra�h 4.p� is materially inaccurate; or
�. is c�t� such a natti�re as to require � chan�e in ihe Cnntract I�oc�.tn��nts; or
3. diff'ers rn�ter•i��ly tiraiti that s9rawn ar indicated 'ui the Conh-act Docwuents; nr
4. LS of as� un��.sual natu�•e, and difters materially fro�n canditi�rns ardinarily e��catu�tered anc�
generally recogrtized as inhercnt in wa�k of tl�e cf�aracter prowic�ed fc�r ui tlie C�ntr�ef
Doc uments;
CI7Y DF FL)RT 11fORTii
5T�\NDARDC6tJ5TRl;CTION SPL•CIFICAT14l DOC�Jf�1L'tVTS
Rcr=itiic�n: R�.�,'�(I21 — July B, 2023 — CONFORM�D
UU72U0-I
GEN�RAL COND ITIbN S
�'�c 13 offi3
tl�en Cant�•actor sl�ll, �I'QIIl�]tijr �fter bec�musg aware tt�ereof and befoi'e fiu�Ehet• d�shu•bing die
�Eabs�n•f�ce or ghysical cotiditioi�s nr performing any War� in ct�nnect�n tlierewitli (exce�t ¢� a�i
e�nergeney as r�c�uired by Paragraph 6.17.A), nat�fy City ir� r��rit�ig avauk such cnnditian.
$. 1'ossibl� P�•ic� �t�zd Tir��e flcl j ustjltc?��t.s
Contractor shall not b� enlit�ed to any adjustment in th� Contract Price or Contract Tiine ifi;
l. Cc�ntractar knew nf tl�e �JZ15i�IlCp O� SUCiI CQI](�1�1pI1S at tlte time C:onteactar made a fn�a1
cniruiiitme�7t to City with res�sect to ��ntract Price ��ud Contract �CllTle �lj� t�10 5lit]I111551DI� Of �i
Bid or beaomin� bo�rnd und�r a n�gotiateci cnntract; or
2. tlie existenee of sucli coxidition cnu�d reason�tbty hav� bc;�n disco��er�d or r�vea�d as a resul(
oP the exai�ina�i�� of the Gontract i�ocurnei�ts or the Site, or
3. Cont�accar fai{ed tn give the written notsce as required by Para�raph 4.03,A,
�.04 U`rclergr•aiinclF'rrcr.`litic�s
A. Slrvnrn or� liidicatec�• The utfortnatian and data sEiown or indica��d in the Cantract Docuin�nts
with respec:tto ex�stirfg Underground FaciIities at or eontiguous to the Site is based on informatiotl
a�1d data fi���ished to Giiy nr Engineer by the owners of such Undergraund Facilities,
inC�uding City, or by at�lers. Unless it is otherwise expressly provided 'm the Su�r}alementary
Cof�ditions:
l. City a�id �n�u�eer sl�all not be res�nsih�e for th� accurAcy nr comp�eteness af any such
u�forn�ati�n or data pravided by otl�ers; ai�d
2. the cost of all of the fallawuig will b� included in tlle Contract Price, anc� Contractor sha�l
have full res�ons bitity far;
�. reviewing a�td checkin� all such iilforination �nd data;
b. locating all Under�round Facilities sptawn nr i�idicated in tl�e Cantract Documents;
c;. coorditintion and at�justmei�t oF tlie Worl� with the owu�rs of sucli Underg��oui�d
Facilities, including City, di�ring construct�on; and
d. the safety �nc� �rotection ol' �Il sucl� Undergrou��d Facilities and r•ep�iring any c3am��e
lheret� resulking fi•o��� thc ��Vork.
B. Not S'l�n►�v�2 orlitdicatecl.•
1. lf an lJnder��-o�uicl Caci6ty wluch cnnfiict� with the Worlc is unca�ered or reveal�d at c�r
contiguous to the Site whicl� �vas not sliown ar indicated, or uot shc��vra or nlc�ic�tec� witil
r4asouabl� accuracy in the Contract Doc�unents, C�nti•actor sl�a�, p��oni��ly after b�caming
awar� tl�ereof' atid befo�•e fu��l�er disti�rl�in� conditions affected thereby c�r �erf'arming �ny
CITY qF F()!t"[� Gt+c7RTH
57'ANbARDCt7NSTR�CTION SPI:C'IFICr1T14\ D[7CUIV1GNT5
Rc��sinn: R2u'�[l�l —,�uly 6, 2023 — CONFORM�D
UU 72 UU - I
GENERAL C4NDlTlDN S
P:�c l 4 u!' G?
Work in canmec�ian therewith (except in an eine�•gency as rec��iu•ed by P�iragr�ph 6.1 �.A),
identify �he owner af sucli Ucider�•aund �acility �nd give nnt��e to tl7�t owner and to Gity.
Cily will rev%ew tile di�cov�red Unc��rground Faeility and cl�t�t�nine t1�e �xt�n�, if any, to
wluch a change may b� required in tlie Cantract Dacume�ats to i•efl�et anci doc«�nent tlle
carasequences of the existence or location af the Undergrour�d Facility. Contractor shall be
re��nnsib�� for the safety �tid ��rvtection oF si�cii d�.5covered [Jndergrount� Facility.
�. if City cancludes that a change �i the Cantract Doctunents i,� req�ured, a Change (�rder �i�y
he issued to reflect anc� dc�cuii�ent suc11 consequences,
Verif"t�atio�i af ex�st�ng utilities, stn�cttires, and servic� lines shall �iclude notific;at�on ot all
utility con�panies a mininn7n� p� 4$ Ilpp1'S in �i�V�ItIC� O�F C�}flSt1'llCtlOil t�zCIU��T1,� exp�arltt�ry
excavation if nece�sary.
4.05 Ref'ej-e�tce Poi�at.�
A. City shall provicie engineeruig s�u�weys to establisli reference �aiuts for eonsl��ucti�f�, wh;c:h u3
C�ky's judg�nef�t a,re necessary to er�a�k� Cantraetor to proceed with the Worlc. City wi� prov�de
construction stakes ar atl�er customary i�etl,ozi ai' ��rark�ng ta establish line a�id �rades for roadway
and utility constr►iction, centerlines and benehmarks for bridgework. Contractor shall prateci and
preserve the �stahlis�ied reference poirtts and property rn�rnanents, �nd shall n��lce no clianges or
retacati�ns. Contractar shall re�i�t to City whenever any refer�nce p�int or pra}�e��ty mouuinent �.s
lost �r ciestroyed or �•equires rel�cation hecause of necessary clianges in gi•ades or locatioi�s. T'he
Gi�y sl�all l�� responsible for the repi�cement or relocation of r�ference pnints or prop�rty
monum�nt� not cacelessly or willFuliy destray�d by tha �antractor. The Contractar sha31 notify
City in adv�tnce and w�t� sufficient t�t�e to �r+oid delays.
B. W�enever, ui the api�isan af the City, any reference paint ar nzanui�ant has been caralessly or
wilifuliy ciestrayed, di�turbed, or removed by the Co�i�actor ar any of kvs enjployees, the full cost
for re�lacing such paints plus 25�'fo wi�l he cl;ar�ec] agau�st the Conkraetor, and tlie full amauut w ill
be deducled fram payment due the Contractar.
4.Ob Hazcrrc�ous F,�uir•n�imenlal C.n�irl�lro�7 at Sii�
A. �epn�•Ls crnc�D�•awin�r: The Supplementaiy Canditis�i�s �ientify thnse i•e�rts az�d drawi�gs knovs+n
to Ci#y relatir�g �o Haz�ardous E�tv�omnental Conditions tlyat llave �een ident�ed at tlre Site.
13. Lr�r�irerf Relicrj�c� by Car�t�•actoj-orr Teclirxicrrl Dutcr �Ir�rtharize�i: Gonlractor i13ay rely t�pon �lie
�ccuracy of tl�e "�4'CI]Il1L'�l (�c�ic�" contained in sueh repoi�ts and c�rawir��s, but such �•eports anc�
d1•n�ti�i�gs are not Canlract T)ocun�ents. Such "technieal data" is idenli�ed in tl�e Supplementary
C:onditians. Contracto�- inay noC �n�-�ke at�y Cotitract C;lai�n agau�st Ciry, or any of tlieu° ofticers,
du'ectvr�, ntetnbers, �artt�ers, e�nployees, �gent�, cansultants, or suhcantractoi's witU re5�ct to:
1, the campleteness nf such repa��ts anci drawrui�s for Contractbr's purp�ses, 'vicluding, but ��ot
Wnited to, any �spects nf the Y�x:ans, niethads, tecl�ues, se�u�nces and proc�dures of
CITY OF F(]I�T GYOR77�
STAN1]ARnfi(kFSTft�:.('TION 5Pl:CIFICATIO\� DOCUMCNI'S
Rcvision: R�?3.2f121 —,�uly 8, 2023—CONFORMEd
an �a c� - i
GEN�RAL. CONb ITION S
P;��c ES oFG3
construc.tinrl to be cin�loyed by Lnntr�ctor anc� safety precautia�i5 azid progratn5 incidcnt
thereto; or
2. otlier data, inteipretatians, opinions ancl inf�i7r�at�on eor►taineci in such r�ports or sht�«�n or
111(I1L�i�C� li1 SLICIl [�1'�WIi1�S; or
3. any Co�itraetor interpreiatian af or canclusion drawn fi•oin any "technical data" or aity such
other da#a, inter�retatic�ns, opa�ions or infonnation.
C.'. C:nntractor s��all nUt be t•espnns�ble fnr any Hazardnt�s �nvironinei�tal Candition urtcQ��ered or
r�u4aZ�ci at tlic; 5ite wluch wa5 not showu or utdt�ated in 1�7rawuigs or Spec�catir�ns OI' 1CI�11i1F1E a
n� tlye Contract Docuinents to be wirhin the seope of the Worlc. Contractor sliall Ue responsibfe for
a Ha��a�-da�is Environmenta3 Candition crea�ed with ax7y inal�rials brought to the Site hy
Gontraetor, SUbContraCtot'S, Su�ipliers, or anyvne efls� far �vl�am Coritractor is responsible.
D. lf CnnM°actor encoiinters a Ha�rdal�s En��•onme�ital �'andition or if C.ontractor or a�yane for
wliarn Contcactar is res�onsible creates a Hazardous �n�vanniental Conrlition, Contractar sliall
urunc;diately: (i) sc:cur� or ot��rwis� iusol��te such �onciitioi� (u) stop all Work u� coimection with
such conditi�n and in any area attected tt�ereby (except in an emer�ency as rec{uired by Paragr�ph
6.17.A}; and {iii) notify City {and �romptly thereafiter confirm such notice in writing). City rr�ay
cansi�er the necessify ta retaui a qualified ex�rt to e�atuate sitch candit�an ar take corrective
actian, if a��y.
E. Contractor shall not be rec�uirc;d ta resutne Wark �n connection witli such conditian or in any
affect�d area unt�l after CiCy lZas obtained any requu•ed pert�uts rc.lated tliereto and daG��rec1 4v�itten
natice to Cot�tracto�•: (i} specifying that suc}� condition and any affected area is dr ���s been
rendered suitable for th� resumption of Work; or (ii) speciF'ying any sp�eial �ondi#i.ons unc�er which
s�iel� Work �rtay be resu�ned.
F'. If aft�r t•eceipt of sueh tivritten i�otice Cnt�tractor does nat �t�,ree ta resuine suc�� Work based nn ��
reasonable beli�f it is unsafe, �r daes not agree to �'�5U111� SilCll WOCIC III�{LeT' SUCI13�}C41�� GOf1d1f1QIlS,
then City m�y order tMte portion of ihe Work that is in the area affected hy such coi�dition ta be
cieleted frarn the Work, City may ha��e such deleted pQrt�n of the 1�ork perfrn-�ned by Ciry's own
forces or others.
G. I'n the_f'�rl�esl exte��t pe��f�7ittecl hy La��.,s a1tc� R��arlaiin►ts, Cn��tracto►• shall �rrd�aruirf'y crr�rC laolr�
liar�illess City,�i•onr cr��c� agazfist all clai�rrs, cnsts, 1as.re s, atacl dcrn�c�gcas (ilzcl�rclii�g l�ut itot li��:itcrl
10 alf.JE�c,s arrrl clrcrrgc;�� cy/'enguie�i•s, cr�•clar'tecls, cr1lorr�E�ys, c�r�cl olla���� p�•r�/E�s.sioiral.s i��td trll cour7
ni• a��I�it1-atrn��t ar• ntJlei� ct'i.5��trfe y�esolartlnn costs) trri.s�t��g ot�l n�' nr �-elr�tit�g 10 a Ilazrrrdnus
Envirnr�mPs7tal Cn��rirtiart ct•eated hti� Ca�ztrc�c�tr�r•nrbyan.va�ef'aru��aarai Cn�ttrac•taris re.r��arrs�ble.
Nvthfng iri tl� rs Pcrragr�up�a 4.Ob.G shcrt! v1�lr�ate Cor7Ftcrc�ror tv iric��ri7�rafj� clitv rlydivrc!lral vr cra tfh�
.Jr�an� ar�c1 agcrirrst 11ie CplTSL'tr�lC.'�7CC'S raf �liu1 i�tcliviil�ial'a� c�r e,��1�y'r ow�i ricy�ligencc�.
H. The pi'OVL5}Ol]S of I'arx�•apljs 4.U2, 4.U3, a�id �E.04 da not �p}�ly ta a Haza�•do��s Liivirc�tunent�til
Canditian uncovered ar reveztled at the 5itc.
CITY DF F(]I�T 11'ORTH
ST'ANDrtRDC4R�5TRtiCTIqN SPi�C[FICATIO� DC3C'Uh•ILNTS
Rc��ision: R/��?t121 — �uly 6, 2a23 — CONFOf�MED
f}{172 UU -1
G�NERAL CONbITEON S
Pngc lC ui'63
ARTICL� 5-- BONDS AI�ID 11l1SURA�IC�
S.OI Licer7sedSc�r•�tiesand!►rsu��e.r:r
AI� �onds and insu�•ance required hy tlze Contract Documents ta be purci�ased and mauttaitted by
Contractar shall be obtained fr��t surely or insur�nce companies thal ar� dL�ly li�ensed ar autllori�zed
in l��e State of Texas io issue bands or insurance poli�ies for ihe limits and co��rages so required.
Such siu-ety �t��d 'uisur�nc� cninpani�s shall a{sn «�eet suC� addit.i�anal rec�u�rements and q�aGtications
as may l�e provided in tl�e Suppteinentary C4iiditions.
5.02 P�ifQrrnarl�e, Aayme��t, fl1TLIlYIC1117fG'11C1i1C'L'B(7i4(1r5
A. Cantracior shall fu���h p�rFormanee anc� payinent boi�ds, in accordanc� with T��cas Gove�:tu�lenl
Cod� Chaptar 2253 ar successor statule, each a� an amaunt equal to the C�ntract I'rice �s
security for the f�ithful perforrnar�ce ar�d payment af all of Contrzctor's obligations Lmder the
C~antract Da�iuiients.
B. Conh•actor sY�all furnisli �r�uitenance bQnds in aii amount �qual to the Contract Pri�e as s�curity
to protect tlie City against any defects in any partion of the Work desc�•ibed 'm the Contract
Dacunient�. Maintenance bancis shall rem�m in ei'fect %r two (2) years a�er tl�e dat� of Fsna�
Acceptance b� the City.
C. All bonds shall be in the form prescribed i�y tl�e Cantract Uo�vments except as provided otherwise
by Laws mr Regulatians, and shall i�e executed by such suretEes as are named 'ut the list of
"Compa�ues Halding Certificates oF Autixority as Acceptable Sureties o�t Federal Bonds �nd as
Aceeptable Reu�suring Campai�ies" as published in Circular S70 (amended} by the Fu�ancial
Mana�ement Service, S��reky Rand Branch, U.S. Dep�rtment of the Tr�asury. All bonds si�,*ned by
an agent or attarii�y-in-fact �nust be accompani�� by a seaEed a�zd datec� pawer of a�toi-i�ey wltiicl��
sliall show tliat it � eifective on fhe date the agent or attarney-iri-fact signed each band.
D. If thc surety ou a��y b�nd funii5lied by Cor►tractoi• i� dec�rec� banki�ipt or becomes insolvent or its
right to do business �s terniinated in the 5txte of Texas or it ceases to nleet the requiren�ents of
Para�*raph 5.02.�, Contractor shall prornptly notify City and shall, withm :i0 days at�e►'the eve�it
giving rise ta such notii�cati�n, prav�tl� anntherbond and surety� ilOt17 Qf W�'llC]1 Sllill� C�171pIj� WIt�1
the reqt�u•e�nents af P�ra�'�phs 5.01 and S.p2.C.
5.03 C�rl�flrrrte.rnfl�trrr+ance
CQntractar sl�al� d�liwer to City, with c�opies tc� eachac�ditienal insure� and loss payce idenlifrLd 'u� the
SLi�p�Lfl7f:111�1`)+ Cf�11f�Lt10115, c�rtiticates c�f insur�i�ce (ot�her ev�denc� of i��siirance cequest�d by City ar
any c�ther additianal u�sur�d) in �t IeAst the minitnum amvunt as sE3acified in th� Supplen�entary
Cnnditi�ns which C;n�tih•actor �s requu•ed to purchase �nd mai�tain.
1. T��e cei�ti�cate of msurance s�icill docwne�it t}te Ci�y, and all identi�ied ���tities �i�med u� t1�e
Supplement�ry Co�clitians as "Ac��iilianal lnsured" on all liability policies.
Cl'F Y OF F(7RT �1+ORTH
ST�ND�1RQCt]N57RI;CT1{}A SPLCIF[i'A'C1d\ DOCUit9C�'T5
Rcvisiun: F��.�'?(]2] — July 6� 2023 — CONFORMED
Ufl 72 UU - I
G�NEF2AL CAND 1710N 5
�':�c l 7 of fa�
2. "I'he C;ontr��ctnr's general liability uis�u•ance sh��l] include a, "�ner project" ar "per lnc�tiati",
�11(�{?Z'S�1110I1t, whiel� s��aU be ic�eiitified � tlie certi�cate of ins��ai�ce pravided ta tl�e C'ity.
3. �li� certificate sh�ll Ue sigued by a�i age:nt autlYorize�l tu bind cover�ge nn b�half of the uxsurecl,
�e complets ui ils enkir�ty, and show conjpl�te insux•anee eai�rier naines as listed ui the c�arrc.nt
A.M. Best ProperCy & C�s��lly G�aide
4. The insurers far all g�oli,�i�s m�ast �e llcensed and/or appraved tc� do }�usiness in ttje State of
Texas. �xcept for warlcers° compensatiou, al� insurers anust have a tninim�u�� rating of A-:
VII in the cu«reiit A, M. Best ��y Ratulg Guide �r hav� reasonal�ly equiv�l���t financi�l
s#r�;tigtii and solvency to th� satisfaction of Risk Man�genient. lf the i�tit�g is below tlzat
required, written apprpva] of City i� required.
S. All a��plicabl� policies shal] include a Wai�er of 5uhr•ogation (Rig}7ts of Reco�ery) in f�vor
of tlie City. [n additian, tlie C'nntractor a�rees to w�i�e all ri�hts af stiibragatiari �gau�st tl�e
Lnguieer (ii agplicable), and each �ddi�ional insured identif'Fad 'u� the Su�}�lamentary
Conditiaa�s
6. Failure oi tlie 4;ity io dem�nd such certif�c�tes ar other e�idence of fitll coir�p�iance with #he
insurance rec�uirements or f�ilure of the City to identify a de�ciency frnin evidenee that is
prav;ded �l�all nat be consttlzed as a w�iver of Cantractar's oblig�tion #o �naint�ui such lu�es
of insurance coverage.
7. If insurance palicies are not written for specified co�erage limits, an Uinbrella or Lxcess
Li�bility i�ts�urance for any cli�fer�ne�s i� required. Excess L�l�ility s��ll follow Form af t�he
�rirnary ca�er�ge.
8. Untess ot��erwi.se statad, all required insuranee s}lall l� written on the "czcct�rrence basis'", If
coveraga is underwritten an a clanz�s-iik�de b�sis, tlie retroactive date shall b� coir�cidet�t witlj
ar F�riar to tlte date of the effect�ve date nf flie ag��een�ent and the certificate of insttrance shalI
state tiiat the coverage is clauns-n�ade and the retcoactive c�ale. 'The insu�•a»ee eoverage sh�ll
b� ��naintained for the duratiol� of tlie C:'ontrae# and for three (3) years followit�� Fi�ial
Accept�nce provided under the Contract Dacurnents Qr for the warr�nty period, wliichev�er is
longer. An arum��l certiFicate of ll1511C111C� s��bmitted io the City shall evidcnce sucli
u�sw•ance� caver�ge.
9. Policies sliall hava no exclusions by enrlur��met�ts, wliich, nc�ither nullify or amc.r�c�, the
requu•ed Wies of cov�ragc, nor dc;rre�se the limits of said c:ovei�g� u«lt'�s s�►cli endors�inents
are 1pprovec� in writuig by Ghe City. in the event a Ca��rract has beer� bid or executed and the
axcl��srons aredeter�nined to be unacceptable or the City desires additiori�) ins4trance cowe�•age,
and the C:ity de�u•es tlie contractorlet�gi��eer tn nbt�u� such covet•age, tl�e contr�et�rice shall
be adjusted by the cast of llie prenuum for such aciditio��a� cav�ra�e ptus 10"10,
1D. Any seLF u�stzred retei��ion (S1R), it� excess of $25,OOa.QU, �a#'fectinb requirecl uisuranc�;
co�rerage shall he aJ���ravid hy the City in r�ga��ds to ass�t �alue and stockholders' equity. In
C]I Y OF F(7RT 11�4RTH
fi1"�NDARDC4NSTRl;f.TIDN SP�CIFICA'fJi3S DCJC'Uiv1CNT5
Rr��isinn: W33�C+t1�1 — July 6, 2023 — CpNFQRMED
��zUn-�
GENERAL G6NDITlON S
P:�c I S of' 63
lieu nf hadirinnal insurance, aiternati�c ca�er�ge rnaintained t�u'ough ittstu•ai�ce �ols or risk
retention grou�s, r�lu.st alsa be approved by Ci.ty.
11. Any deductible i�� excess of $S,O(1�f1.4n, for any pc�licy that do�5 not prc��ide cover�ge o�i a
fu•sl-dol��r basi�, musf be acceptable tu at�ci approved by tlie City�.
1 Z. City, at its soie disc�•etiar�, reserves the ri�ht to review the insurance rec�uu•eme�its and to
ir�ke reasonable adjust�nents to insur�nce caverage`s and tlieir l�nits wtien deemed necessaiy
and prudent by the City l�ased u��on c4zanges in starirtory law, caiu�t deci5ia�a ar tlte claiuns
hi�tory of the ind��siry �s well as of llie contracting �ai�ty to tl�e City, The City shau be requi�ed
to pt�o�ide prior notiee of 90 days, and the insuranec; adj�isttner�ts shall be incorporated into tlie
Work by Change Order.
l3. City sliall be enCitled, upcyrt w�'itten rec{uest and withvut expense, to receive copies of �olicie�
and e�dorseine�its thereto and r�u�y r��ke a�iy reasanable requests far de�etinn or revi�ian or
inod�fications af �ai�icu4�r policy teryns, candif�r�s, Wnitations, ar excliasions i�ecessary to
confonli tlic policy and endors�ments to the reqtiir�n��nts ofth� Contract. Deletio��s, re�isions,
or mQs�ifi�ations shall not be requirer� where policy prov�sions are established by l�w or
regulatiar�s bn�ding �ipan ertlier party or tlle underwriter on any sucll ��icies.
14. Gity shall nat be responsbie for the d'u•ect paym�nt af ins��rance premium costs far
Contractor's instu•auce.
�J.�' CO)TlY(�7GlOY S I!?SiIT[I)1GL'
A. Wor-1rer.s Cor�zpe�rsatiol� arrd EmployPrs' Lir�hilitv. Conh�ctot• sl»ll purchase and n�iutain such
insurance coverage with lin�its consistent wit� statutvey benefits outlinec3 in the Texas Workers'
Compensation Act (Texas T abor Co�de, Ch. 4Q6, as air�ende�, and minin�tun� lirnits far Emplvyers'
Liahility as is appi'opriate forthe Work bev�g perfoi7ned and a� wiil pravide prnt�ct�n fi,om ci�uns
set forth be�Ow wh��.h may ari�� out of c�r result from Contractor's petfoi��ance oi tl�e Work aud
Contractoi�'s other obligatio»s u�der tlie Contract Doe«���nts, whethei� i# is to be p�rfarm�d by
Gontract�i•, any Sul�contracto�• or Supplier, or k�y anyone d'u•ectly or indirectly employed by any of
them to perfc�rm any of tl�e V�iTor�:, or by anyone for whose acts a�iy of them may be iiable:
1. GIallT1S W1CI�l' Wp1'�COI'S' compens<ltion, di.5ability benefits, and otl�er similar ern�zloyee l�ene�t
acts;
2. cl�itns far ciaina�es because of bcx3ily injury, occuparior3�l si�kn�ss or dis�ase, or deaih of
Cantractor's einpinyees.
B, Corr�nrel�r.ial Gc�r�c�rrrl �iaUrlily. Coverage shall 'mclude but not be lin�ited ta covering li�bility
(bodily injury or pro�erty damage) arising from: �ren�ises/o�r�tions, independent contractors,
praziuctsfcnrnpteted operation�, person�l injiuy, and liabitity �lnder ai1 in5iired cantr��ct. liisiu•ance
shall be pravidc;tl on an occ��rre��ce basis, �n�i as c;ompz•clx�z�si���: as the cun•ent lns«ranee Services
Oftice (ISD) policy. 'I`his itysurance si�all a��ply as prui�ary u�surance with r�:s�ect Co any other
C1TY OF FC]RT 11'OItTli
STAiVDARDCONSTRliCTION SPCC[EICATIO\ DOCUi�1CtVT5
Rc��ision: R2��2] —,1uly 6, 2423 — CONFORMED
l}0 7Z IlU - I
GENERAI. CONDETION S
f';�;c I 9 of f 1
ins��rance ar seif-insurance ��rogram� afforded to tlie City. The �oirunerci�l General LiabiEity
}}alicy, sh7ll have no excl�isio��,� by eudorse�nent5 that wo��� alter af tl��llify pre�nises/opei�tioz�s,
pi•osi��ctslconiplet�ci operations, contractual, personal injwy, or adu�;rtisuzg injury, whi�:h are
nor�nally contained wifh tlie �olicy, ui�l�ss th� Cily approves sucii excZusions �n writuig.
For canstructivn projects that present a substant�al coi�p3eted o��eratFan exposure, the City rnay
req�Eire the contractor ta mau�taui carnpleted operat�t�s coverage for a minunum of no less than
tiuee {3) years followin�; the campletian nf tlte project {if identified �1 the Supple�nentat•y
Cr�nditiaiis).
C. Auton�nf�ile Liabilily. A coitttnercial bttsiness auto policy shall prar�ide cflverage on "a�ly auto",
def'aned as autos awned, hired and non-owned and provide indetr�nity for clain�s for damages
l�eca�ise bo�iily injury or death of azly perso�i and or property dank�ge arisicl�; nut of the tiuorlc,
maintenance or use of any it�ptor vehicle by the Contractar, a�y Subenntractar oi� Svpplier, or by
anyone ciirectly or uldirectty enlplayed �y any of them to �erfoi�tn any of �li� Work, or l�y anyoiie
far whase acts any nf thern inay b� liable.
D. Rcrilrvarl Proler��ive I.iahrlidy. if' any of the work or any warr�nty work is within t}ie lii�its of
r�ilroad i•i�lit-of-way, the Contractar siiaU coniply with tl�e ��eq��u•e�nents icientified in the
5uppleineirtaiy C;onditions.
E. Natif'rcatian of I'olr'c�y Crr�aeE�llcrtiorr: Contraetar s1�all unm�diately noti('y City upan eancellakiou
or otlter lass of insu�•a��ce coverage. Contractar shall stop work �intil repl�c�;ment u�sui�auce h�s
h�en �rocured, Thej-e shall b� no ti�r�e credit fnr days noE worked pursLtant ta tliis section.
5.a5 Acc����ta�ace o�Bai�a?sarrd ilrscrrrer�c�; Op�tort lo R�pl��r.4
lf City h�s any o���ctian to the cnverage afforded by ar oth�r prnvisiot�s of tlie bond5 or instu'ance
requir�d ta bc: purchasec� ancl inainiained by the Co�rtraetor in accordanee with Article 5 ou the b�sis
af non-eonfai�niance witH ti�e Contract Documeuts, tlie Ciky sliall sn notify th�. Cantractar in writing
wit�m 10 Rusiness D�ys afterreceipi o1'the certitic�ttes (or atlYer evidence requested). Contrlctor ���all
��ravide to the City suc�� additiona] information in respect of insurance provided as the City may
reasonaUly request. If Coiitractar daes not purchase ar mau�taui aJl af the bnnds at�d 'uisurance requ�red
by the Coiite-act DacuYnei�ts, klie City sha11 notify the Cant��actor in wri�ing of sucli f�il�u-e priu�r tn the
start of tk� Work, or of s�icll failure to mai�itait� priar to any eltari�� ui the requu•ed coverage.
ARTICL� 6 — COI'�TRAC7'Olt'S RE�P()NSIBILI'T1ES
(.Q1 Sirp���vr,sic»� crrz��Stt�aet�intc>rtcterTc.°e
A. Contractnr sl�all su�ervsse, ins��eet, and direct the Work competently at7d efi�iciently, devoting
such att�ziti�n thereta anc� a��plyu�g stcch s1ci11s and ex�et�ti5e �5 �nay be necessary to �ei•form the
Worlc in accardance with the Contract Docu�neiits. Gontractor shalI Ue soleiy r�sponsibI�; for thc;
meat�s, mellioc�s, tectuiiqt��s, s�qt�ences, auc� proeedures of'constructiou.
C[7'Y t7F F(]RT ti1'QRTI{
STANIIAR[lCONSTRtiCTION SPCCIFlCRI10\ I3[ICUh•1L•NTS
Rc+�isian: R�23,'?(!21 — July 6, 2023 — CONFORM�D
cto �z au - i
GENFFiALCONDITfON S
P�c 20 nf' C i
E3. At ail ti�es duru�g the ��ro�ress of tl�e Work, Coi�tractar sl�all assig�� a campetei�t, �ngl��h-
rtpea.king, Su�eruitendent wl�n shall not be repl�ced without wri�ten nc�ti�.e to L'ity. The
St��erintende�lt rrrill he Cont�actor's r�presentative at the Site a«d shall ha�e authority to act ori
Uel�alf of C'ontractor. All comniunication giveu to o�� received frorn #he Sup�ritite�ldeitt sliall b�
bindin�; on Contractor.
C. Contraetar shall ��ntify tt�e City 24 ho�u•s p��ior to ►nnvu�� areas dw����; the seque��ce of car�.�h-ucYion.
6.02 Lrrb�r•: i�nrkrir�Ilacr�:s
A. Contractor shall provide carnpetent, s«itably q��aliF'ied perso�u►el to perfoin� canstruet�on as
r�z���ired by the Contract Documents. Contract�r shall at all tuiies niaintain good disci�lin� and
arder at the Site.
F3. �xc�pt as otherwr�e required for tlie safety or protec#tnn of p�rsons oi• tlle Wark ar property at
the Site ar adjac�nt tt�ereto, and exce}�t as otherwise stat�d in the Contract Dacuments, all Worlc
ak the Sile sha�l be p�r€ot7ned during Regul�r Warking Hours. Contractor wi� nnt pernut the
perforntance of Wo��k beyand R�gu�r Worku�g Hours or for Weekent� Woricing Hours ��vithout
City's writ#en cansent (whi�h wil! not be unreasonably wiihheld), Wr�t�n request (by leCte�- or
eEect�•onic co�nmui�i�atio�l} to perform Work:
for beyond Regular Warking Hntu•s request ►rnist �e m�de by t�ann �t least two (2} Business
DayS prior
2. for 'Vde�kend Worki��g Hou�•s request �nust be matie i�y na�n oi k�e preced'mg Thursday
3. for �egai hali�ays request must be rnade by noon two Business Days priar to tlie legal
holid�y.
6.03 Se►•vic�es, M�rlc.�rials, c�j��l F.qtri�rrtt�rtl
A. Unless otllerw�.5e s�ecified in the Contract Dv�utnents, Cantractar s��aA pravide and asswne full
r•esponsil�ility for aIl servic�s, niatc:rials, equipnnent, Ia�r, trans�r�ation, construekiou ec�uipnient
and machinery, tc�als, appliances, fEief, p�c�w�r, light, heat, telephoii�, water, sanitary faci�lies,
tem,�orary fAciiities, and all ather facilities and incidentals necessary far the perFormance,
Contractor required testin�, s��rt-u�, 2�nd cotnpletian of the WarEc.
Ei. A�l lilc�t�F11I8 c�Ii� 0i�111�]I11E1'�t 1ClC[)I'�C�it�� EIltO tt]@ WOi�{ SIlr�1� � 35 5�7ECl�i�(j Ul', if not s�eci�ed,
s}�all be of good quality and new, exeept �s otherwise provided in tlie Cn�Ytract Dacun�ents. All
speci�l wafm�inties and guarantees requu•�d by th� Sp�c:i#�f�ations sliall c:xpressly rwt to the I�cne�t
af City. 1�' r•eq�iired by CiCy, C:ontractor shall f�irnish salisPac;toiy ev�z�ence (inc�E�tling re�ai�ts oF
reyuired lests) as to the sc�urce, Itli1(�, and qu�lity af i�aterials and equi�inel�t.
Cl7'YQF FC�1ZT 11'�RTI�
5TANd�EtbCaDlSTRtiCT1f1N SPfCIFICAT]Il\' qC3C1J141GN1'S
Re.visinn:�'?A21 —Juiy6,2023—CONFORMED
�n7�ao-i
GENERAL CONDlTION S
Pagc a 1 of G3
C, All i�ateri��ls and equi�i�t�cnt ta tie uica2�E�ar�ted into the Warlc shall be stored, ap�Ged, utiSt�Iled,
connected, erected, protected, used, cl�aned, �nd eQnditioned 'u� accordance with insh�jctions of
tl�,e applicable Supp�ie�•, �xcept as atherwis� rnay be provided 'ul tl�� Contract D��uments.
D. �ll iten�s of si�ndard equi�n�c;nt to b� incorparateci u�ta th� Work shall be tk�e I�test. model at the
time of bid, untess atherwise specified,
6.Q4 Pr•njec! Sche�ule
A. Cantraetar Sha]1 �tihere to the Project Sehedu�le established 'ui acco�•dance with t'�ra��-a��3� 2.07
anc� the General R�quiren�ents as it may b� adjListed frorn Yune ro titne as provided b��w.
Conuactor shall submit to City far ac;ceptance (io th� ext�nt 'v�dicat�c� in �'�ra�aph 2.07 and
the General Requiren�ents) pi-opos�d adjuslm�nts in the f'roject Schedu�e tl�at will not r�sult
in Gllan�ing the Coritract Time. Such adjustmer�ts will comply witl� any provisians of the
GenerGtl Requit•ement� applicable thereto.
2. Cantractor shall s�abmit to City a montlily Pro�ect Sched��le with a moritl�y pro�•�ss paym��it
for tlie d��ratton of the Cantract ui accordanee witli tlie scliedule s��cif"Fcatian O1_ 32_21.
3. Pro}�osed adjustrnents in th� i�roject Schedule that wi11 change the Gantract Time shall be
suhtn'ttt�d in c'iC�pTCIa17CE Wii}1 ihe ]'�(�111Pe171�nC5 Of AI'IiC�� 12. Adj�tments in Cantracd Time
tnay only be ni�tle �y a Chan�;e Order,
&.OS Scrli,ctittrte.s alyd "�1�-Eqarals"
A, Wli�neve�• a�i item of mater�al ar equipment �s specifietl or de��ribed in the Contract I)ocum�nts
by t�sing the name of a propriet��ry 'rtern or the name af a partic:tFlar 5tippJzer, the sp�cifu;a��on nr
C�QSCI'1p�10n 15 117i�ri(��{� tq �Sir���l5�1 tI1� 1��, ft�r�ctiai�, �ppearance, �nd qt�ality required. Unless the
specification or deseription contains nr is fall�wed by words reading thak no like, ec�uivalent, or
"or-equal" ite�n or no substikution i,s E�rmitted, other item5 of �nateri�l nr equi��me��t oi otl�er
5uppliers may he submi#ted to City for review undcr tli� cirr.umstai�c�s c�escrib�d below.
"D��-Ec�iral "1't�rrrs: lf in City's sole d�seretian an ikem of matcrial or �c�u�mea�t prc�pused by
Contractor is fi�met�on�lly equal to that narned and sufficiently sin�il�r s� that no cha�l�e in
r�lated Worlc wil! be required, it may he co�isidered hy City as an "ar-equa!" item, in wMich
c�se review anc� �pgroval af the prnposed itcin rnay, in City'S sole di.sct•etinn, be �icconiplished
withortt coinpliance 1VIfI1 501T1� Dl` �I�I OfT�l� fe(�llll'EIt1C1lt5 �01' Sp�lPpViij 0��7L�oposcd sii�StihYtc
items. l�ar tlle purpases of th�s k�aragra�h 6.�S.A.1, a pro�os�;d it�.n1 of'material or equipnienl
���ill be cansicl�r�cf fu�ctionally ec�ual to aii iteu� so na�ned if:
a. t��e City datei7»i�7es thai:
i) it �.4 at lcast ec���at in ►nateri��ls c�f c�t�st��ietic�n, quality, dtirabiGry, �pPearailce,
strength, 3I1L� d8S1�T1 Cf1c�I'i�CtCl'LStiC,ri;
C'17'Y dF Ffi1tT N'O1t'�'li
STANOARDCOhJSTR�CTION SPCCIF{CAT14\ UnC[JhfCNTS
Rc��isivn: R23�(}21 -,luly G, 2023 - C�NFORMEU
00 72 OU • I
GENERALCQNUITI4NS
1':�.c 22 of G?
2) it witl reliably perforu� at least equally well tlie fii��ction and achie�e the results
ut�pAsed by t�ie design co�icept of the com�f�ted Pcn,�ectas a fwictianuig whoie; aiid
3} it has a proverl record of p�rfo��nance and availability of res��nsive service; �.nd
b. Contrackorcertifies tY�at, iFa�proved and incorpo�•ated into t}�e Wark:
1) there wil[ be no increase in cast to tttie City or incr�as� �n Contract Time; �nd
2) it wi11 cnnfarin sxjhstantially io the detailed requirements oi' the item nam�d in t}�e
Contract Uocun�ents.
2. Sarh.stilute lte�xs:
a. If in City's sole discretion an item af inaleri�l or equipm�ut propased by ContractaF• does
nc�t c�uslify as an "or-equal" iten� under Para��ap�i 6.OS.A.1, it njay be submiitecf as a
proposed s�ibstitute item.
b. Contractor shall submit suff�cient inforrnat�nn as pr�vided be�iw to all�w City to detenmine
if the ite�n of n��tterkll or eqtiip��tent praposed is essenti�lly eq��rva�ent to that natned and
an acceptablu s�tbstitute ther�fat. Requests far revF�rry of prop�asecl sti�hstitute iten�s of
inaterial or equipment will r�ot be accepted by Ciry from anyon� other tlian Contractor.
c, Gontractar shatl rnake written app�ieaiion to City For review of a proposed substi�trte i�ern
of n�aterial o�• eQ�iinme1lt that C'ontractor see�Cs to fitrn.ish Qr ��se. 7'lie appiicatian shall
comply with the following;
I) shall certify tt�at the praposed substihite item �vill;
a} perform adequat�ly the fi�ncrions attd ac[�iev� tli� r�sults called for by the general
d�si�i;
b) be similar in substance to that specit�ed;
e) be suited to tlle sam� 4�se as that specitied; ai�d
2) will state:
a) the extent, �f any� tD W�1lC�] f1iE L45e Of �Il� pPp�C]S�f� SU�35tY�llte item will prejudice
Coi�tractor's achievement of i'inal coi��pletian on kimc�;
b) wh�ther use �i' the pi-a���s�d s�►bstitute item in ihe ��rk will require a change in
any oF t�te Gantr�Ct Dqcuments (or in the �ro�risions of at�y od�er direct contract
with Gity fnr ather work on tlie Aroject} ta �da�t the desi�n to the prnposed
substihite item;
CITY C}F FOI�T 41+ORTIi
ST,ANRARDCONSTRi;CT14N SPCCiFiCAT14l DOC[Jit7�NT5
lzcvitiinn: R23.�.�1 - July 6, 2023 - CONFORMEd
c�a �a ua - i
c�N��,a�.eor�oirior� s
��.�a3�,fr,a
c) wlzetlier u�car�ox•at}an OI' 115� OF t�18 }71'4�7058tj Sll�]Stlrll�C lt�ill v� connectFan with
the Wnrk is s�t�ject t� �ay�r�ent af any license fee or royalty; and
3) will identif'y;
�) all variati�us af lhe pro�osed substitul� it�r�Y from thal speciCed;
b) avail7ble engineering, sales, maintenance, r�plii•, and repiacement services; and
4) s�atl coi3tain an itemi�,�d esiirnate af' �II costs ar crediis that wil� result direclly or
indirectly from use of sueh substitute item, including costs af t•edesigt� and Damage
Glain�s af other cantracto�rs aPfectc;ti t�y any resultutg claange.
I3. Substitut� Ca��sttrrctio�alllc�thads ai� Proredu�,c�s: If a spee�c means, method, technique, seque�ic�,
ar procedure of constructi�n is expressly required by fihe Gontract Documents, Cantractar may
fura�ish ar utiti�e a substitute means, method, tect}nique, sequ�nce, or pracedure ai' canstruction
a��roved by City, Contractor shall SIIt]Tl?lt sufficient infarmation to al�aw C:ity, u-j City's sole
discret�on, to detei•mine that tlie substitute pra�osed i� equiwalent to that expressly c�lled for by
the Contract Dacuinents. Cat�trae�or shall make written applieation to City far reviaw in th� sa��ne
mann�z as those provi�i�d in Paragt•aph 6.05.A.2.
C. Cr!}�'s F_v�lu�r�ivrr: Gity wi1] be a[lowed a reasonable tiine within whEc� to e�raluate each
propos�l pr subrnitt�l made ptu•st�az�t to Paragr�plis fi.OS,A and 6.OS.B. City may rec�Eu•e Conh�actnr
to fiu�nish adtiiiionaI data 3bairt tl�� pro�nsed substih�te. City wiil be the sole judge of acceptabiliity.
No "or-equal" ar substitute �vill be orcl�red, instal��d or utilized untii City's review is com�lute,
w1ucI1 will U� c:videnced by a Change Orc�er in tlie ease of a substitute ar�d an ace�pted �ub�luital
far An "or-equ<�1," City will advise ContrActor in varitin� of its deCer»lination,
D. S�eeial Gucrt•ut�lee: �ity may require Contractor to furnis2� at Contractor's expense a speei��
performance ��railtee, w�i7°anty, or athe�• surety with respect ta a��y siibstihite. C'oa�u•uctor� shclll
inde�rrf��fy �r��rt l�old laa��rrless Crh� aricl u��.yar�e directly v�• irr��ir�ctl�� ��r�plv��ecl h}� tlTelar fi•orjr ar�td
agcai�:,stc�n�� crrrd ul! eJui�rr.s, r�cr�r7ug�:s, IossE,s aird e.�per�ses (a�zclirdrr�g uttorla€�ls,J'cc5j ur•r,vi��g r�irt o,�'
!he use of .5�trl�srrtuled �na►e,•ral,s nr• eqzer��r�cy�t1,
E. C'it�f :s G'nstRer`�nlac.erseln�rrt: City will i�ecord Lity's c�st� in ev�luat�g a substih�te prnpased ar
submitted by Ca��tr�ct�r ptu•sitant to Para�•apl�� 6.05.A,2 and b.05,B. Whether oi° not City
approves Fi suk�stitute so proposecl ar subnuttec� by Coutraetar, Cantraetc�r m�ty b� rc�c�u�•e�1 io
reunburse City for evaluatui� eaeh such pra�osecl substitute. Goi�tractc�r ruay aLso b� rc;c�u�red tc�
reimburse City t'or the c}u�r��s far making chan�es in the CaT�tract Doctiuncnrs (or in the prorri:5ians
af an�� ol�i�r direct coniract with �ity) resulting Tran� the acce�tance af'each �ro�osed suh5titute.
F, G'o�at�cictn�•'s� E_r��e�tse: t�ontractor sha21 provide a11 datt� ui sup�7ort of any Ejro��nsed substihite or
"or-�qual" at Contr��cror's exp�ns�.
r�ry o� r-c��r �,voRTti
STANDrIRDCONS'IRL;CTI4N SP1iCIFlCe1'F10\ DOCUMLNTS
Rc��ision: R�L�2�1 —,�uly 6, 2023 — CONFQRWIED
uo�2no-i
GENEftAL CANDlTIOlV S
h.s�.c 2� of C3
�i. CitySishstituteR�irrzbtsr.SC1�iG'Yi�:GOSfS{5c�VIZ7�5 OrC117Tf,T�S}c�if11E]ll%3�]IE iOc�L'C��t317C�Ot1511�7SfitUtC
shall be incorpor3ted to the Cnntc•act by Change Order.
H. Tiirze �xterasror�s: No �dditioual lune wili b�e gra�t�d fc�r subsiicuti�ns.
G.06 Cr�rrcc�•��u�gSrrbcnr�tractoss, Sttppliers, arrd Oth��•s
A. Contraetor s1��1! �erfarm with his o�vn arb�ni�.ation, �vor�C of a v�tlue not less than 35% aP the
ti�alue ernbraced on the Contract, unless otherwise approved by the City,
}3. ContractaA• sl�all �rAt employ any Subcontr�cto�•, SUpp�i��•, os• ather indi�idua 1 0�• entity, whetl�er
initially or as a replacement, aga�st whom City may lia�ve reasona�l� object�an. Coiitractflr sl�all
not be rcquired to einpl�y any Sub�ontrac�or, S�ppli�r, or otl�er indivi�ual or entily to fiirnislt or
perfarrri a�iy of th� V4�ork against whom Contractor has re�sonable abjecti�an (excl�i�lii�g t4�ose
acceptable to City as indicated in Paragr�ph b.Q�i.G).
C. 'I'he City may frarn tune tn tulje rec��ire t��e use of certa�i Snh�ontr�ctol�s, Supplrer�, or other
individ�al� or entities on the praject, and will provi�de sucl� require�ne�its in the Su�pie«�er�tary
Cotiditions,
D. Nfretorily 13usirzess F.rle�prisc�Cor�apliartr.e. it is City policy to ensure the f'uli and ec�uitable
participation by Minority Business Enterpr�ses (M13�} in the procurement of goo�d� and ser�ices
pn a. contractttal basis, lf tlie C`onh-�ct Docta��eents pra�ri�de �or a MBE goal, Contractar i,s required
to eomply witl� the inte«t of th� City's MB�, Drdinance (�s amended) by tlie fal��wing:
1. Contr�ctor shall, upon rea,uest by City, provi��e complete and accurat� infor�tion regarding
actual v�+ork perfoi��eci by a MB� on t�e Contraet and paymec�t therefor.
2. Contractor will not make addiiians, deleti�ns, ar substit�tt�ns vf �ccepted MBE withoul
written cansent af the Gity. Any unjustif�ed char�ge or deleti�nn shall be a material br�ach of
Conteact and may result in debari�xent uZ �ccordance with the procediu�es audined it� tl�e
Orc�inaisce.
3. Cc�ntractor shal� u�n requ�st �y City, allow a�� audit ancilor exanjinatioii c�f any books, records,
or �i�es in ihe �ssession of tlie Contractor that will suhstnntiate the ackual work perfiarmed by
an MBE. M�terial rnssrapresentation oi' any ��ature will b� grounds for terminati�nn of the
Cnntract v� accnrdance witl� P�ragra�h 15.O�.A. Any such ��i��representa�ian iiyay be �rounds
�or disquali#ication af Con#�'actar to bid on future ca��t�-acts ��v�t�� t.he City for a periad of
not less than t�v�e years.
E. Cc�ntractor yiiall br: fully respot�sib�e to Ci#y for aIl acts and omissions of the Subcontractoa•s,
Suppliers, and atl�er individ�t�ls Or entities perforil�ing or f'urnislling �tny af t1�e Wark j��t as
Cont�•aCtor is res�nsible �or Coi�tractor's awn acis aiid c�mis�ions. Notl�ing in the Cai�t�•�ci
� QClifTle [1fS:
C1TY DF F(3RT WO[tTii
5TANI�ARE7COhlSTRI;CTION SPCC[FICATIQt U[�CIJMCiVTS
Rc��isinn: A2�'�]?I — July 6, 2023 — COIVFORMED
ua�znn-i
GENERAL Cb�fDlTION S
Pn�.c ?.,5 of fi3
1. shall create for the benefit of any such Subeontt•�ctar, Supplier, or other i��dividual ar entity
a�ry cantrachaai rel�tionshi�� between Gity and any such Subcnntractar, 5upplier or other
ulditi�iclua 1 c�r �r�tity; �.or
2. slia�l create any obligation o�i tnt� part of City to pay or ta s�e to the payineut of ai�y iYioneys
due any such Suk�contractor, Sx�pplier, or c�ther indi�ichia l ar et�tity exce{�t as �nay otherwise be
r�qti�'ed Uy Lat�+s and Re�ul�tians.
P. Cantractar sli�ll be solely responsible for sche€iulin� and coardin�ttiutg the Work af Subcnntractors,
Suppli�rs, and ot�ur uidividu� I� or e�titi�a p�rformn� c�r furnishuig any of the Work under a ciirect
or 'vnd'u•�ct co►�tract with Gantractar.
G. Aii Subcontractars, Su�}�li�rs, and suc�i ather individu7ls or entities perfarming or f'urnisliing any
of the Work sltall communicate witf� City through Corytractor.
H. All 1�Var�c perfar•nted fot� Gant�•actor by a Subcontractor ar Supplier will he p�usuant tn ai�
appraprk�te a�ree�r�ent hetween Cnntrackor and the St�bconh�actar' ar Supplier whic�i specifically
buic�s the Subconti�actoc or S�ipplier to the applieable ter�ns and concl�tions c�f the Canaaet
Dc�curneflts for the �enefit of City.
6.[l7 f3�c�ge Ralcjs
A. Darty to pny Pr•evciirin� Wage I�ates. The �nntractor shall can�}�ly urith all requn•e;nents nf
Chapter 2258, Texas Government Cad� {as amended), incl�iduig thc payinent of nat Iess than the
rales t�eternuned by the City Cauncil of tlie City of Fort Wc�rtli to be the prevailu�g wage rates in
accurc�ance Wvith Ct�apter 225$, St�ch �r�vailing wage rates are inclt�ded 'u1 thesc; Cantract
Documents.
B. Pc��ar�lty f'o1� Violali��a. A Cc�ntractor or any Subcontr�ctur whq does not p�y ti�� prev�iling wage
shall, u�ati dematid niade by tlse City, �aay to the City $6U far each worker etnployed for e<3c1�
cal�i�ciar day or part of tt�e day that the warker i� paid l�ss than the prevailuig wage rates stip�lated
iri these contract docwnents. Tl�is per�alty si�aIl be retained hy the City to offs�t its administrative
casts, plirs«ar�t to Texas Governrnent Code 2258.023.
C. Cc»n��laiazls c�f' I�rr�lrrlrvns cry�c� Ci�y De1er��ninalio�a c�� GO�CI CC1Zls�. 4n rece�i of inforn�at�qn,
uicluding a co�npl�int by a wnrker, concer��ing an ai�e�ed vFz�latEfln af 2258.U23, Texas
Gnveriunent Code, by a C'antracto�• c�r Subcantt•�ctor, the City shall ttialte an initial
cietei7ivriation, before tlle 31st ciay aflet• ihe date tl�c C'iiy rec�;ivcs the inforination, as to whether
good cause exists to beli�ve that the vic��tiUn occui�r�d. Th� City sl�a�l nolify in wt•itnsg thc;
C"ontractnr or Subct�ntr�ctor and any attec�ed worker of' its i��itial determination. Upon the City's
detei7ninatinn th�t there is �t�od cause to believe the Gonkractnr or Sul�contractor has w�lated
Chapter 2258, tlie City Sha(1 ret�ui tli� fu�l a�natint5 C�ll71�CI �}y t�1C C�R]liil]t OP C�llIl�II�S aS t�l�
cliffer�nee betwe�ii v,{ages paici and wages ci��e uncicr the pr�vailing wage rates, SUG�] �El1�Ll11�S b�lll�
s�ibtracted ii•oin successiv� pro�;t•ess payntents pencling a fuial elet�rmination Uf the via�itic�n.
C1TY l)F FO[�T S1fORTH
STANDARI)Ct)�5'fRUCTION SPLCIFlCATI[}\ I3[)C:Ufvfr.NTS
Rc<<isiun: R+2;�?�I —�uly S, 2023 —CONFORMED
oo�znu-i
GENERALCONQITIONB
Pngc 2(i of f.,i
D. Art�itratrnn Rega4i�•ecl iJ' Violatinrr Nnt Resolti�ecl. �n isstiie rel�tuig to an �lleged vial�ttan of Sectiai�
2258.023, TexaS Goverrunent Ca$e, mchYding n�enalty owed to the City or ai� affected worker,
sl�ll be subiuict�d to bmtlitig arbitradon �� accordauc� with the Tc�cas Genc�ral Ar�itrati�n Ac�
(Acticle 224 et seq., It�v�sed Statutes) if the Contr�ctor or S�bcoutrackor and any affecteti workec
does not resolve t��e issue by agreemef�tbefore tl�e 15th dayaftertt�e datathe City makes its initial
deter�ninatiqn pursuant to 1'ara�`aph C above. If the persons rec�uired to arbitr�tte iuider this
sectt�n do not a�ree an an arbi�rator before the l lth day after the date th�t arbitr�tian is requ�red,
a districi couri shal� app�aint an arUi�rator on the �ekitia� of ai�y �f the persans. The City i� not a
party it� tl�� arbitration. The decisiam �nd awarci of the arbih•al:or is fitsal and bind'uig on a!1 parties
and rnay be en1'orced in a�y cotirt of com�;tent jw•isdicti��7.
�. Recc�rds� !o b� Mr�irrtcrin�rl. The Contractar and each StEbcvntractor sha!], for a period of three (3)
years followuig the date nf �ccepta�ice af th� worlc, mauitai� r•ecnrds that shnw (i) tlie t�anie nnd
accc�pat�n of eac1� worker e�npl�yed by the Cnntractor in the co���tniction of the Work pro�ide d
for in tivs Ca�Ytract; and (u} tlie actual p�r di�m wages paid to e�cl� �vorlcer. Tk�e records sl�all be
opan �t all reasonable hours f�r inspectian by the City. The nrovisions of Para�;raph 6.2.3, Rigt�t
ta A4�dit, sh�l� pertain to tliis inspeetion.
F. f'r•ngi�ess' Pa�r��zel�rts. Witli each prngress payment nr p�yro�l �riod, w�i�hever L5 less, t�e
Contractar sliall sub�nit an aff�avit statan� tl�at the Contractar has complied with the require�ne�its
of Cllaptar 225�, Texas Ga�ernn�ernt Code.
G. Postr'ng a� Wage l�ntes. The Contractor sha�l pns# pre�ailiuxg wage cates in a conspi�ua��s p[�c� at
r7i1 l]t'1'1�5.
H. Sxs(�canlrcrclor Corr�,�li�r��c�. The Contt-actor shaU iu�clude ia1 its subcontracts andloc �hall
atl�ter4vise requu•e all c�f its Subcontractors to comply with �'ara�'aphs A thraugh G abat�e.
6.f�8 YateJti f�'ees �ri7d Ray°altr.�s
A. Con�iactor shall pay all licens� fees a�zd rayalties aad assuine al! eosts incid�nt to tli� use in t11e
perl=orn�ance of ihe Vltork or the ii�carparatian in the �Jork ot' any inventi�n, de�ign, prtacess,
proziuct, or de�ic� r��hi�Y� is the subject oi'pAtentrights or copyi-i�hts held by atl�ers. Tf a particular
uivention, design, process, prnduct, or de�ice is specified in tl�e C:ontract Do�tiunent� fc�r Use � the
perfoiznance of tlte W�rk and if, to the acriial knowied�e �f City, i�s ��se is sub�ect to patent a�i�l�ts
ar coPY�ights c�illi�ag foF tt�e paym�i�f of a►sy lice�e �ee or rayalty to oQ�ers, the existei�ci of sucl�
�ights s�all be disclosed by City in #l�e Cotatr�ct DUeument�. �ailiu•e of t�ye City t�� discl�se such
inforiz��tion daes not r�li�ve the C€�ntractor frot� its ohligations to �r�y for the use of said fees or
rayalties to others.
B. To tize, fi�llest �xtei�t p�rntttted tiy Lcria:s a��cl I�ege�ltrtin��s, C'n�rtr•r�ett��� shitll iitc��irrrtify� an�! ftr�lcl
lr�zrirrl�.rs City,,fi•onra3r�! agairlstcrdlcTcairrr.5, c�ast4, la�ses, cxrrd r�rrjl�a�c:s (inelu�xng h��trrnt lrnrite�
lo cr11.J�ees arrd c, hcrr�es qJ'c�rrgirr�.���s, cu�c.�lrircycrs, a11of•r�c.�y,s, cuad olhc�t• prr�/'c�ssioracrls crrrd �rll cr�ur•1
�r u�°I.rrlrcTlioii u�'vlfrc�l• cfr'spude ►°c.>soltrdi�rt c'osl�fi} crr�iSl�tg rrtrl c�J�or� 1•c>lalrrr� !o cr�ay= irt%i•rra�entej�� ��/.
�atent rl�l�t.s a�� cnpyl'i�1�1s i��rirleJ�t to tlie tase iia l�ie��erfol�inarrce nJ'11ac� Wnrk vr re.sirlt�iag,�ror�x
C1TY OF FOKT 11'QRTH
STA3�lDr�lLDCONSTRl>CTlpN SPI:tIF[CA7�d.l" [IClCUI�IrNT�S
Rc�itiic�n:8n.��lil —,►�ly 6, 2023— C�NFORME�
OU720D-]
GENERAL CONDI'f ION S
I'n�c 27 of fi3
l�tC' �17GCJYJ1p3•atin�r i�� rlre iNn�'k �f�ecny ir���eritio�r, c��sigaz, ��►�nce,ss, ��rnc�t�ct, nr•device rrnt,speci�ied
ir� tlrc Co11t1�actDoc�rn7ei�ls. �
6.09 P�YYi21t5 L�11[� UtilrflL'S
A. Corr1�'aclar• v6tctr�rec� p�rRnrils a��d Irr.e�2ses. Cantractor shall obtain and pay fat• all construct�flt�
pe�-rnits and lic�ns�s except those pravEded for u� tl�e Supplelnentary �ouditians or Contract
Daclu�net�ts. City sl�all assist Contractnr•, vNl�en necessary, in obtaining such �r�nits and licenses.
Contractor sliall pay all govermnentai cI�arg�:s and ins�sec;tion fe�s n�cessary for t�he prosec�rt�n of
ih� Work wl�ich are applicabl� at the time of ope�g af Bids, or, if there ar� na Bids, on the
Effective Date afi the A�reem���t, e�ccept for perrn3ts provided by the Ciry �s spe�ifed in 6.Q9.B.
City sha11 p1y all charges af utiliry owners For cont�ectic�ns for providing �ei�t���nern service ta the
l�ork.
B. Citv nht�ined�ef•rr�rts cr�xcl lieerr,ses, Ci .ty will abtain �tnd pay for a11 perinits and 1ic�t�ses as provide d
far in the 5upplemer�tary Conditior�s ar Contraet Dacunients. lt witl be the Cc�ntractor's
resp�ns�bility to carry out the provisi�ns af the p�r�iut. if the Cont��aeror initiates eha[tges to fl�e
Gantract �nd the City approves the changes, the Gantr�ctar is responsible for obtaining clearances
and coorc{u�atutg with the appropriate regulatary �gency. Tl�e City will «ot reunburs� Yhe
Coniractar for any CQ5t i�SSOCIi.i�BC� WIfIl these requu�einents af any City acquired peratv�. Tl�e
followiiig are permits the City will oUtai� if requireci:
1. T'exas Depar-�n�nt of Transportation Pei7iuts
2. U.S. Arn1y Corps ofEn�ineers Pez�n�its
3. Texas Ca�n�ission on Fnvironmental Quality Permits
4. R�ili°aad C.ompany Pertnits
C:. Otrtstandill� per�nrdP,� u�tcl licen,sc�s. The City anticipates acquisitiat� of �ncUor acccss ta �erinit5
and lic�t�ses. Any outst�tn�iing �zt�i�its anc� lic:enses ar� anticipatec� to be acquu'l',L� lIl &CCOTf��11CC
with the seltec�ule set forth iu ihe Supplementary Conditious. Tl7e Projeet Scl�etiule suUnutt�d by
tl�e Gantxactnr in accnrdnnce with khe Cantract Docurr�et�ts rnust consider any o�Etstandi�ig permits
and licen5es,
fi.l0 Lcr�ti�.s cr�ad Re�lrJatrn►2s
A. Coi�tr�c:tor sh�ll give all notie�s rc:quu�cc� by �nd shall eomply with all La��rs �n�i Re�ulatic�ns
anplicablc� to tlie pc;rforn��nce oF khe Work. L:xcept where �therwis� �xpressly rec��irer� by
applicable I,at��s and Regulations, the City Sll�l�� 110i h� Ce5�)n1151��P, for monitoring �ontracto�•'s
campli�nce ��vith any Laws or RegtGlations.
B, [iCantractoi- performs any Work l�owin� or ht�ving rensoci to k.no�v th�t it is cnnti-aiy to L�ws at•
Re��.ilations, Cantractar shall bear atl c��uns, cnsts, losses, and d����a�es .(i��cIud'u�g but not lunired
to all fees arlcl charges oF en�ine�rs, archit�cts, attoi�n�;ys, and c�ther professiona� and all
CITY [)F F'[)RT WC1R�'H
STAI�pARI)Cl7N5iRL:CTION SPLCIFfCr1T10\ bOCllfv[L-P!1'S
Rr<<itiic>n: R���(]IZI — JUIy 6, 2023 — COMFORMED
{H7 7l OU - i
����r��. coNnirio�s
r:��� z�c nt�r,3
court or at•bitratian or other dispute resa}ution CQ5ti5} �il'L5111� out of or relat�n� to such Wark.
Hawever, it shall not be Contracfior's res�nnsit�ility to make ce��ain thlt the Specificatians and
Drawuigs are i�� aecorda���:� with Laws ��id Regu�tions, �lli [I1L5 511all llOt 1•e�we Contractc�r of
Contractor's obligalions �►nder Paragraph �.02.
C. Ch�nges in I.aws or Regulaii�ns r�oi known at the tii�ne of o���in�; of Bids having an effect aa�
the co5t or tune of performane� of the Work inay be the stibject of an adjushnent i�� Cantr�et Pri�e
ar Contract Tune.
6.11 Tar�s
A, Qn � contr�ct awarded by �he City, an organizati�n which qual.ifes for exemption pursuant to
Tex�s T�x C�x1e, S��hci�a}�ter H, Sectians 1�l .30! -�3S (a� amended), fhe C:ontrlctar may purct�ase,
rent or l�ase all mat�rial�, su��lies and equipnlent used or consumed in the perfarmance oF this
co;itract by i5�uin� to ��is suppliei' an exem�tion certificate in Geu of the tax, s�id exemption
certificat� to comply with Sta#e Comp�rollez's Rul'ulg .O�U7. Any such exeinption certif'�:ate issuec�
to the Contrackor in Geu of tlie tax shal[ be subj�ct to anc� shall comply with th� provi�ion af State
Goi7��tca�ler's Ruln7g .01 l, and any otlier �pplicable rulirrgs pertainirig to the Texas Tax Code,
Subchapter H.
B. Texas Tax pErmits and inform�tion may be obtai��ed frnin:
1. Carnptroller af PL�bGc Accatutts
�ales TaxDivisioii
Capitol Station
A ustin, T3i 7871 ]; ar
2. htt�:llwww.window.state.tx,usltaxinfo/taxforn�sl�3-forrns.httnl
G.12 Use of'S�te arrdOtl��-�recrs�
A, Li�riilc�Civ�r nrt Use vf Si�� a��c� �1lz��r Arc3rrs,•
Contractor shal] con�ne canstruction equipmer�t, the starage of materials �nd equipmeni, and
t�ie operatians c�f workers to the Site and o�i�er areas �ertnitted by Lavvs and Reguk�tions, an�(
�hall nat unreasanably encu�nbex the 5ite an�! ot�ier are�s with canstructioit equi��n�enk ar other
rnaterials or equipmeut. Cc�ntractor shal� ass�ame f�l� responsibility for atiy damage t� any szich
land or area, or to the ow�Yier or oc;cupant thcrec�f, or of any adjacent land or areas resulting
fr4n� the perf`arr�iance of the Work.
2. At any tuna when, in tlie jvdgment of the City, the Contractor has abst�ucted or clased ar i5
carryuig ot� o�aerations ut a pc�j�kian
i�ecessaiy for proper cxerutian of th
section on wht�h opecations ar� in
area �f tlie Siie.
of � street, riglit-of w�y, �l' e1SE1Tl�rit f�;i'����P ��1�11 is
e Vl�ork, the City niay requ�re ths; Contractor to fu�ish tiie
progn•ess b�fore ��ork is coitun�ncc:d on any adclitional
C[TY QY" F()RT GVORTH
STr�I�DARDCOAESTRI�CTION SPCCIFiC;IT10\ DOCLINI�IVTS
Rcvixiun:RfL��! —,luly6,2023—GONFORMED
p{17l 0() - I
G�iJERAL CONDIilON S
i'n�c 29 of (;�
3. Shauld any Da�i���e Claun be �nade by �ny such nw'tZer or occt�pant hecause of the }�erf4rmance
�f the Work, Gantracta� sliall proinptly fittempt to resol�e the Da�nage Claun.
4. Pt�rsurrl7tto A�rrrr�raph 6.21, Coi:tr•rrctors�iall iriclern�tifyu�7d hold l�ur•r�zless City,_fi�r�rrz crrrd
�tgcri�isl all c.lrrii�rs, cosls, los,se,s, rntd dcrnac�g�s rrrisrrr�=au� o/'ni� r°�/c�li+:g t� ar�y clai,i� or ceclic»r,
legal a� eyirilal�l�, �ir•oughl hy c��z�� stlC.I? O1�VPiC'i° or� vccu,�crt71 ragain�sc Ci11�.
B. Renulti3rr_l nf' l�ehl�is Di.u°i17� Pei;fc�l�nzcrnce r�f� tlae Wnj•k; D�uing the progress of the Work
Cc�nlractor shal! lceep the Si�e and ot�ier Areas free fi•oi�� accunlulaiions of waste maie�•iaLs, rui�bish,
and otlier €�ebris, Re�n4val and disposal of such waste materiaL�, i•ul�l�ish, and otller dc;Uri� sliall
confiarm to �pplicable I avws and Re�ulations.
C. Sile Mairt�c��rcrrrr.e CJcja�rr��g: ?4 hours �t�er writt�n notice is giveri to the Contractor that the
clean-up on the job site is proceed'ui� in a inantier unsatisfa.etoiy ta the City, if the Cantractar fails
ta correct the tuisatisfactory procedui•e, the Cl� i11A�/ �alCe 5UC�1 C�ll'�Ct r3Ct10R �iS t�j� CIky CI�01175
appropr�ke to corr•ec:t tlae clean-up de�ciencies cited to khe Coniractor in the written natice
{�iy iett�r or electrot7ic coini�unication), and the �osts of such direci action, plus 25 % af sttch
COSTS, shall be deducted from tlie mnnEes due or to become due ta the Gont�•actor.
D. Fi►�al Si1e Cl�r�r�iitg: Prior to Final Acceptatice of the Work Cantractar sl�all clean the Site �nc�
the Work and �I-�aka it ready for utilizatian by City or adjacent property owner. At the ca�npletion
of the Work �ontractor shall reinove from the Site all tc�als, appi��nces, constructi�n eq��i}nneni
and machuiery, and surplus materials and shall r�store to original eanditian or better all pcoperty
disturhed by the Wark.
�. I,v�rct�rr� St��ts��t�r�c�s: Gonsr�►ctor sh�1! not yoad nor permit any part of' 1ny structure to l�e loaded
u� any manner that w�l enda��er the stnicture, �ior shall Cpnh•actor subject any �rt af the Work
or adjacent property to shesses or pressures that wall endan�er it,
G.13 R�co�idl7oGarrt�ieitt,5
A, C�ntraetor shall inaintain in a safe �lace al the Sit� or in a pl�ce desi�nated by the Contractor and
a���roved by t��e Gity, nne (1) record copy of all i3r�wings, ��cificritions, Addenda, Change
�rders, Field Ordei.s, ��nd written uiterpr�tations and cl�rifications in �aod order and an;intated to
sl�aw c��anges made duu�uig co�iskruction. These recard dacuinents togethe�• wikh all ap�3roved
Sairtples and a cou��terpart of all aecepted SubmilraL� will be avarl�ble to City for referenc�. Uptm
com��l�tion af tlie Wnrk, these r�cord t�ocuments, any operation and inauiEeiiancc� n��mi�Is, and
5ubiniitals wili be delivered ta City priar to Final Tnspection, Contractor siiall include �ccurat�
]acations far bu�•ieci and unbedded ite���.5.
6.1�4 Srr%c�t}� aircl Prr�tec�tirarr
A. Contractor shall be solely respansnbl� %r uiitiatulg, n�aintau�vi� and supervisir�g ��ll safety
pre��iutipz�s �rtd �acograi�s Ill connection wiih th� Work. Suc:li respoctsibiliiy does not �•elie�e
S�ibconiractors of tlleit• �•��pons�biliiy tbr the safety nf persons ar pra�erty in ihe ��erior��nance of'
lheir ���ork, nor 1"nr compliance �vitl� applicaUle safety La�vs ar�d Regul�tiaE�s. Co��tractor s}�all
CITY [7F FCl1ZT N'()R7"H
STr�NpARI)C[3NSTRliCTION 5Pft'1FlC;IiJq\ 17(7CUMiCNTS
Rc��isiun: �+23•2Q21 —July 6, 2023 — CONFOI�MED
ut� �a oo - �
GEI�ERAL GONDlT14M S
Pagc 3U of C,3
take all necessary precautians for tlie safety of, and s�jall pra�ide tl�e necessa�y protection to
prevent dama��, u�juiy or l�ss to;
1. all perso��s an tlle Site or wha may be affect�:ci �y the Wur•k;
2. all !he Work a��ti ir,at�ri��l� and �c�ui��nent to be inec�rparated tliereut, whetlier in storage ori
or off tl�e Site; and
3, atlier praperty at ihe Site OI' 3(���CBI]Y tl�ereto, �cliidir�g trees, shrubs, iavwns, walks,
paveu�ents, roac�ways, st�uctures, utiliti�s, �nci Underground Facilities nat desi��iated for
removal, r�fac:ati�n, at• repl�cenient � the eourse of c:of�stru�tion.
B. Conttactor shall comp[y witli all appli�cabLe Laws and Regu�atiot�s rel�i'rrt� to the saFeiy af
persons or �roperty, or to the }�ratection of persor�s ar �roJ�rty from cl�mage, injury, ar loss; and
shall erect and �naink�in all necessary safeguards For such safety arul protection. Contractor shail
notify owners �f adjacent pro�ei�ty a«d c�f Undergraluid F�cilities and other vtility vwner� when
prosecution �f tlie Wark n�y affect t�sezn, and shal� canpera.te �rith t�ienz in ttie �rotectian,
reinoval, r�loeation, and repl�cernenk of their property.
C. Contractor st�ll comply with th� applicable requu•em�.nts of City's safety prograir�s, i� any.
D, CnnCractar s�tall infarm City of the specifiic requirements o{' Cantractor's sa�'ety progra��, it any,
with whicli City's einployees aizd re�resentati�e� mUst comply while �t tlie $ite.
�. A1l damage, inj�uy, or 1os� to �ny pro��•ty referred to uy Paragraph 6.14,A.2 or C�.14.A.3 cat�sed,
du•ectiy or nldir�ctly, i� whole or u1 part, by Con#ractor, any Su�ca��krac;tor, Supplier, or any otli�r
individ��l or entity directly or incii�ectly e�ngloyed by any of them to perfonn any of the Work,
or anyflne tor wl}ose �cts atjy of tliem may be iiable, st3att b� rem�di�d by Contractor,
F. Contractor's dt�ties �►nd res�ansibslities for satety �nd fnr �rotection vf the Wor�C shalf cantinue
until such ti�ne as al� t17e Work is coinpfeted and City has accepted the Work.
6.15 Scrf'et}r Repj•esentatit�e
Contract�r shall infonn �iky in writing ofCon�iackar's designat�d safety repres�ntativ� at tl�e Site.
6.16 N�rzcrrd Cor�7►rturtic�crtiart P�•c��•ctrr�s
Co�itractor shail bz respo�isihle for coord�nating any excliange of n�aterial sa%ty data st�aeis or other
I�az�rd cc�irnntu�icEit.ian Ii1fQl'131i1C101] required ta be n7ade avail�ble to o�• exchan�ed betwee� nr amon�
ein}�lnyers u� accnrdance wiri� 1,�ws or Re��l�tior�s.
G.17 �I�'lL'I'�P1TL'fPSC117fII07'R2Ctafic'cr#ion
A. ln em�rgeEicies �ffectu�� ihe s�%:ty ar prot�ctiou oC pc;rsons �r the Work or �rop�i�ty at ti�� Sit�: or
a�jaceni t��ereto. Gc�ntractor is ol�ligated to aci lo prevent #hreaterieE� damnge, injury, or ic�ss.
Cbutractof• sh�ll �ive City E�ro«i��t «rri�fiet� i�otice ii Csontractor belie�es tt�at �ny siguifcarlt
CITY i)F FOitT 11�ORTH
STAI�lDAki]C(1NSTRl;('TION SPI:C'IFIC:ITEO\ f][IClJN11:iVTS
a«°�,�t�n: x�����r,zi -,�uiy s, 2023 — COlVFO�iMED
ui� 7a no - i
��NErta�coNoirior�s
r:s�c :� 1 oi' G3
chan�es in the 1Nai�k or variativns f]'D1T3 iLl� COi1CI'c�Cf DOCiIlI7�17tS 11flV� b0�11 L'c�LiS�C(tElEl'Eby OY c�I'�
reqtiu•ed as a result tlie�'eaf. If City deter�nuzes that a chat�ge it� tl�e Conn•act Documer�ts is requu-ed
becaus� afthe act�n taken L�y Can#�ac:tor im respoi�se to suc;h an �me:rgency, a Change Orcfer may
bc i�sued.
B. �hould the CantracCor fail to respond to a reqXtest from tl�e City to rect�Fy any discrepancies,
oini.�sions, or correction necess��ry ta confor�n v��rtli the requireinents af die Contr�ct Doctunents,
the City shall gi�e tlie �`anh•�ctc�r written notice diat sucl� vs+aik or changeS arc to be �erforrned.
1'h� written natice sl�all ciirect attEnti�n ta the discrcpat�l conclikioii and requcs� th� Contraetor ta
take remedi�l action to coi�r�ct tlxe coiiditi�n. ln the �vent the Contractor does not take posikir�c:
st�ps ta fiilfii� this wrirCen requast, ar d�s nat s�ov�� ,j��st cause far no# taking the pro��er �ction,
within ?_4 hours, the Gity n�ay take such reir�edial action 4vith City forces ar by contract. The Ciky
shall deduct �in a�no�u�t equa] to the en�ire costs for sucl� reinedi��l action, plus 25%a, frc��i� any
ftu�c�5 diie or became due the Cnnti•�ctar o» the Project.
G.1$ S��I�r�7rttc�ls
A, Contractor 511aq suhinit requil-ed Subnlittal5 to City far review a�d acc�pkance in accardar�ce
with the accepted Schedule ofi Subn�ittals (as rec�uired by Parag•apl� 2.07). Each s«b�nittal wi1[ be
identified as �ity may require.
1. Su6n�it number of copies s�eci�ed in the General Requirements.
2. Data sl�own an the Submittals will be coi�yaIete with respect to quantities, d'unensians, spe�cified
�rfotntiance and d�sign criteria, materi�ils, and snnilar t�ta t� sliow City tlie services,
tnateri�ls, and equiprl�ent ConCractor �ropos�s to �rovide and to enab}e City to review the
infarmation for the Gmited �ur��oses requir�d by Para�raph 6.18,C.
3. SubmittaLs subn�itted as herein provided by Cantractaj• and reviewed by C;iry fnr
confar�li�iice with the desig�l coi7cept shalI be �xe�.ut�d 'm confoF-�nity witli the Contract
Doeunier�ts unless oYhet�vvise requir�cl by City.
4. When Submittals are submitted 1'or the purpose of showing tl�e iiistallation in �reater detail,
their re�Eew shall not exeuse Contractoi• trnm rec�uiretl��ntS s}lown on t[�� Dr�wir�gs �nd
Specifcatiar�.5.
S. F'oi�-I�ifaranatin���•f]nly submittaf,S lt4?DIl W�1LC�] Ehe City i.� nat expected to conduct review ac
take respoirsive aetion �nay be so ic�e��tiiiec� i�1 the Contr�c:t Documents.
G. Subn�it rec���irc:c! nuinher of S�mple� specifz�;d in tY�e Sl�ccifGations.
7. Clearly identil'y eacli Sample �s to n��terial, Sup�lier, ���rtinent data such as catalog nu�nUers,
t}�e use fai• wh�c�� intEnded and other data as City r»ay t-equire to enahle city to re�iew tl�e
subtnitts�l for tlie l'united pw•poses requic•ed by Paragrapli G,1�.C:.
C1TY OF FC1RT 41'nRTH
STAHf�ARDCl7t�5TRL'CTION fiPI:C1FICA7f0� DOC'UMfNTS
Iicvision: #i2i�(121 —,►�ly S, 2023 — CONFORMED
UU 72 UU - I
GENERALCONDITEON S
h�c 32 of G3
B, Whe�•e a 5i��mittal is requued by the Gantract Do�v�nents or the 5chedut� of �ubnuttttl5, any
related Work �erformed prior t� City's review asid acceptai�ce of the pertinent submittal ��il] be
at tl�� sole expense and r�:sp�nsbility of Coni�ractor,
C. CYt�� :� Revietis�:
Ci#y will �ro�+ide tunely re�iew of req�►ired Submittals uz accorc�ance with the Sci�edule ot�
SubnzittaLs accepta�le ta City. City's review and accept�nce will be a��ly to determir�e if the
itecns cowered by the sub�nittaLS will, after instaltation or uicar�ar�tion ui t�ze 4Vnrk, cnnfnt-�i�
lo dte informati�n giuen in tlie Cantraet Documeuts and b� c�mpatible with th� d�sign conc��t
of th� colnpleted Project as a funetioni�g r�viiole as utdicatc;d by the Coi�#ract Dacuinents.
City's re�iew and acce�3tance will not extend to it�eans, methnds, keclii��c�ues, sequer��es, or
pra�edures of construction (except where a particular rneans, m�thod, techniqu�, sequenee,
nr �rocedure nf canstruction is s�sci�ca}ly and expressly eal�ed for by the Contract
Dc�cu�nents} or to safety pr�eautio��s ar prograc�ns i�cident thereta. The review and acceptance
of a se�arate item as such will not incl��atie approval of khe assemi��y �� which the item
fimctions.
3. City's re�iew and acceptance shall not rel�eve Cnntractor Fram respansibiliry fnr any
�ar�tion from the requQe�nents of the C;ontract Docwnents �anless Contractar has �o�nplied
with k�ie req��Qements af SectFnn O1 33 Q'� �nd City has given written accept�nce af eac��
such vari�tion by specifi� wrrtten notaii��fi thereof iucarp�arateci m or accQ�npanyul� tlie
SubnvttaL City's r��ic;w and acceptanee sl�all L�ot reli�ve Gontractor fi•oin resp�nsibility for
caimplyin� w�th the reguire�nents af tlle Co��tract I]ocwnents.
6.19 C.nfrli,�r.rin�fhe [�ork
Except as c�thei�,vise provided, Co�tractgr s1ia�1 carry on #he Woek and adliere to the !'roject Schedule
duru�g al{ disputes or c�i�agreeir,eiits with �ity, No Work shall be del�y�d or postponed �ending
resc�lution of any di�p��tes or disagre�ments, �xcept as Ciry an�i Contraetor may oth�rwise agree in
writing.
6.20 C'oiilraclor's Ge��err�l Waf�r°rritl}� ar�d Cx�a�anlec
A. Contractor warrants and gua.rarttees to City that all Work will he in accord�nce witii the Contract
Do�un�e��ts and will l�at be de�ect�we. City and its offcers, duectors, members, p<1rtue�•s,
empinyees, a��nts, consultants, and subcontracrors sllall be entitler� to rely on representation of
Contractor's w�rranty and �uara��tee.
B, Gont�actar's warranty and �uaraniee hereunder exctudes defects or dan�age ca��sed by:
1. abuse, madificatian, or unpro�zer �nau�tenflnce ar aperation by persans ather tl�an Cantractor,
Stibconh•actors, Su�pliers, or a�iy ather inc�ivi���a I oi• entity far ��hotn C:ontr7ctnr is
respai�ible; or
CIT Y C)F FORT N'ORlli
STAhiD�IR�CqNSTRL:CTION SFLCiFICATIO� DOCUh4CNT5
Rc��isia3n: i3��r?[}2! — JUIy 6, 2023 — CONFORMED
oa �z a�� . i
��Ne�a�coNoirior�s
r,��� a3 ofU�
2. nai�nal wear arid rea�• under no�•�n�1 usage.
C. Gantrac#ai's obli�atian ta perforni a�id compLete the Woi�k ir� accardance w�tl� the C:aiitraet
Dacuinents s}�all be al�olute. Nonc of the following `Nill cor�stikute an acceptance oFWork khat is
not ic� accardauce witll tli� Co��kract Dacumeiits or a release nf Cont��ctor's obligalion to perf�i�n
tlze Woi•k in �ccordai�ce with the Contract Dacuments:
1, abservatiaiis 6y City;
2. recotruiyend3tion ar pZymeut by City of ar�y �rngress or final }}aynient;
�, th� issuance of a certitieat� c�f Final Acceplane� by CiCy or any p�yment re:laitd kllereto by
c�ly;
�. use or accupancy af t�e Work ar ai�y part t��ereaF by City;
S. any review and acceptance of a Submitt�l by Gity;
b. any inspect�on, test, ar appro�v�tl by others; ar
7. any con�ection of defective Work by C'ity,
D. "The Cont�•actnr shall r�medy any defects or dam�ges in tUe Work and pay fa� any dama�e to
ot��t• worlc ar prop�iKy resultu�g tt�erefi•arn wluch sh�ll appear within a period of t�fo {2) years
Frpm the c�ate af Fina] Accept�iice of t11e Wor°� unless a loilger peE•ial is sp�ci#�ec� and shall ftGrnisl�
a ga��i at3d suf�cient n�aintenance band, coinplying with lhe requu-emen#s af Article
5.02.8. The City will �i�re natice af observed defects with reasonable prai�aptness.
b.21 Indcmaific�ti�n
A. Contractor coveuartts and agrees to inder�nify, holc� harmless ancl defend, at its own
expense, the City, its offiLers, scrv�nts �nd employees,from and ���inst an,y and ��1 cl�in�
arisiug ont o� or alle�ed trr ax•ise out o� tl�e ��ork and services to bc perf'orrned by tfr�
Contractor, �ts oli�ice�s, agents, employees, su6contractar�, iicenses ow in�itees under th�
Gontr�Gt. TNiS rNDFMNIFICATicI�T PRnVi�i[)N IS ��F. .iFIrA .l,v r�rT��nF�
QPF.RATF. �-lNn ST F.FFFC'Tii+'F, FVEliT IF T i� AT.i.F(: D ClR PR[�VFN THA'a` L�
�lR ��li�9F. [lr+ Tl-IF. nAiVrA(:i,'.0 iir.11V!`_Cllrlru'r' Lu�^u� r�Arr��i3 rtv �x,unr � r�n r,.,
- -- - -' --- - -- ' � � 7[lllJ ■ l/1\ 11\
�A T. [3�' E1NY AC"I', nNY1Cti'IC ¢R lifE[:I.r[:_r+_.�V[�� (�F '1'H . �'1'I'Y. 'r�i� indemni��
provision is inteudeci to incltide, ivithout lir�iiratfor�, indemnit,y far casts, ex�uses a�id �egal
%es incurred �y the City i�t detentling against suth cl�ims and causes of actians.
B, Cantr�ctorcave�i�nts �nd a�;ree5 to iudett7nify a��d hold harmlcss, at its o�m expense, tl�� CiiJy,
its office rs, servants and e n�ployce5, from �tnd a�ainst xny and al[ loss, dama�e or destruct�nn
af propei-tY aftl�e City, �risin� aut of, or alle�eci to ar�se out ot; the work �nd services t� 1�
pei�tormcd by th� Contr.ictor, its uf8cers, ��cnts, emplovecs, subcontr�ctui-�, E�censees ur
��i�itees under tl�i� C��iitract. '
(:' l7 Y OF F(]RT WI'DR TFI
STANCJA{�C?CGNSTRliCTlO�i SPIiCIFIC;1T10\ UpC[JMCNTS
Rrvssic�n: W2.3,�1 - July 6, 2023 - CONFQRiNED
(H1 l2 UU - I
GENEi�ALCOFlbI7E0N S
h��c 34 oi'(.3
" ► ►1 1 1/' :s a► 1 C_ I �►
� 1 � � t � ► . _ � � , � 1t . Ms 1 � t ► �L._
— ` - � - - - M ► a � - � a - � � t ` - ;__ � ► i 1! - - ► � �,
\_ i .
6.22 I�elegation af'Pj•qf'essianalDesig� S��vic�5
A, Contractor will not be required to provide �7YQfe5S1011aI d�3l�;1'1 S�1'VlC�S Li11�e33 3ilCll S0TV10E5 ill'C
5�C1�1C�� Tf:C�lill'�(i �7� t�'l� C011tl'c�Cr �}OCLltllBt7t5 fOT' c� �30C�FOT1 ��C1iB i+VE)T'iC �C �1I1��55 SLlG�15efVF�eS
�tre required to cariyt�ut C`antractor's j'�S�pTISI�]LIIki�S for const��uctio�a �neans, tr►�tl�ads, tech��iques,
seque�ices and procet�iares.
B. If praf�ssior�al design services or eertitications by a design �rofessianal related to 5y5L�111S�
materi�ls crr equipmeni are speci��al}y required of Contractoa' by tlie Contract f�acument�, City
will specify all perfarma���e and design ct•iter� that sucl� sei�Fses inu�t sati�fy. Co�i�•actor slaall
cause sucl� services or certi#icatians ta be provided by a properly licensed �rof�ssionai, whose
signature and seal shall appear rni all drawu�gs, calculataons, spec�cati�i�s, ce�tif'�cations, and
SubmittaLs prepared by such professional. Subnuklals ral�ted to the Work designed or certii'red by
such profes5ian�1, if prepared by other�, sl�alf beA�- such �rofessianal's wrikten appro�al when
subinitted to Gity.
C. City shall be entitled to reiy u�zon tkie �dequacy, accuracy and completeness of tlie servi�es,
certificat��ns or appro�+aLS perfaryiied 6y such design prbfess�t�a�s, provisied City ltas s}�eci�ied
ta Contractar perform�t�ee aiid design criter� �at sucli servic�s must satisfy.
i�. P�urs��nt to th�s Paragraph 6.?.2, City's r��iew and acceptance of desigrr cakulations and design
drawings will be only fior the lirnited purp�se ot cliecking for coi�forma�ice wit� p�rformance �nd
desi�n criteri� given and the desi�� concept expressed in the Contract Dociunents. City's review
and acceptance of Sl�bmittal,5 (except design calculatians and design drawin�s) vwil! he only for
the }�urpase stated i�� Par�a�aph G.18.C.
6.23 Rrg1:t ta Ar.rdit
A. The Gontractor a�;rees that the City sllail, i►ntil the expir�tion of three (3) years after final
payrnent under tl�is Contract, ha�e access fo and the �-ight to exairiine and photacflpy any direct8y
pertuieiat boaks, dac�unents, pape�-s, �nd records af tl�e C�ntr�ctar invalving trinsac#jon� re1�t��;
to this Cont�•act. Contractor agcees �hat the City shal� have access du�•ing Regul�r Workit�g Hours
to all uec�ss�ry Coi�tractor facilities and slsall lae �rovided adequale aiid apUrc�pr�le �voric space
i�l order �o cotiducl �tudits ii� cnm�lianee W1t}1 t�1� j71'QVIS10t1S af thts Paragra}�h. TI�e City st�all
give Contractw• re�sonabl� �dvance notice af intended audits,
I3. �nn�ractor fiu�tl�er agrees to u�clude ui all its subcontracts hereu��der � provisi�nn ta tl�e effectttiat
the su�icontractor agrees t��at the City sl�all, ui�t�l khe expiration of tl�ree (3) years af�er ivial
p�yment un[ic:r this Cantract, i�a<<e ��cess xo and thi right to examine ancl photacopy any du•ectly
pertinent books, doeuments, papers, and recorc3s of s�ich Stibcontractor, im�olvi�g trhnsactioils to
t9ie si�i�contraci, and f'urther, that City shall t}ave access duri��g Re�ular ��orki��� Hours to �Il
CITY OF F(3RT �1'QKTH
STANDARDCi]NSTRl;CT10N SPf:CIFfCAT]Q\' DOC'UR{L•NTS
Rcvitiion: R��.R] — July 8, 2023 — CONFOCiMEE7
utr�zoo-i
GEN�RA� CONUITI4N S
f'ngc 35 af G3
Subcantractar facilitie.s, �nd sl�a!! be }�ra�ided atleqr�ate and ap�roprurtc warlt space in order to
canduct audits ut cqi�plk�nce wikh the prnvisions of tlii.5 P�ragra���. Tl�e �ity shali grve
5ubcantractor reasou�bfie actvai�ce not�e of int�ndr;d audits.
C;. Contractor and Subcontractoi• agre� to photocopy such docum�nts as n�ay be req�iest�d by the City.
T}�e Giry ab�rees t� reirnburse Gontraetor for the cost a# t�e c�pies as fallows �t tf�e r�tte pub]Fshed
'vi flie Texa� Aci�ninistrative Cade u� effect as of the Cu�ie copym� is �erfar�tnec�.
6.2� 1Vnnc�iscr,ir�riyrati��n
A. 'fhe City is respoiisibEe fc�r operatnig P��blic '1'ranspartation Progranls anc� imp��menting transit-
r�l�t�ct p�•ojects, wluch are Pi�nded in part with Federal financial ass�stance awarded by tl�e U.S.
Department of Trans�ort�tion a3�d the Federal Transit Administration {FTA}, without
discrimina�ing against any }�erson in the United �t�tes an the b1s�s ofrace,color, or nationa] Qrigin.
B, Tatle VI, CiS�il 1���ht.s Act o�'19b4 u,s �naenc�ed: Contracror shall camply with tlfe requu•ements of
the Act and the Regulations as further defi►i�d its the Suppl�ment�ry C�nditions far any project
r�ceivuig Federa� ass�stance,
AIZTICLE 7— UTH�R WORlC AT THE SI'C�;
7.�1 RE}larer! Wn,•k er1 Sr���
A. City m3y perfnrm other wnrl� rel��ted ko the Yro�,ect at the Site wi�1i City's etn�loyecs, ar at�ier
City cantractors, ar #hrovgli other dffect cc�ntr�cts tliere�'or, ar li�ve ather wnrk �e��formed by utility
owners. If such other work is iiot noted in the Canh•act Documznt�s, then ��rilten notice thereof
will be given to Cantr�ctar prior to start�ng any such att�er work; and
F3. Contractnr si�all a#ford each othei• contrnCtor who is a party fo such a direct contr�et, each utility
or�ner, and City, if City is perforn�ing ather ��vork �ith �ity's ernplayees or other City contractors,
proper and s�fe access to the 5ite, prfl�ide a reasoiiable oppartunily fo�• t��e uitraduction �nd stor�ge
af inaterials and eq�aipment a��d thc execukion of such oth�;r woz�k, and properly catardinat�; the
Work with theirs. Contractor shall c�o al! e�attm�, frtti���, and patching oE #he Wack that may b�
required tp pro�rly cannect or otherwise n���ke its several p�rts come Co�;ether 1nd �roperly
inte�rate with such other work. Gontractnr shall not endanger any work of athers by cutfiing,
excar�atin�, or fltl�erw�se alteruig �ttc�� wark; provided, howe�ver, th�t C".dntractar �nay etrt or alter
others' work witli the written consent of C'ity and the otl�ers whose ��+oa�k will be �ffected.
C. if the pz•Uper executi��� ar restilts of �ny part of Co�itraetor's Work �ie�encls upon urock peifar�ned
by others t�nd�r lhi� 1lrticle 7, Contractor sl�all n�spect stich c�ther wark an� pco�nptly re�ar� to
City in writin� any delays, cielects, or deficieneies in sucp� olher wqrk that render it una�F�ilable
or unsuit�b�e far the proper �xec�Uio�3 ar�d results of Contractor's Work. Co�itr�tctor's Iailure to so
repnrt will ca��stit��t� Etn accepkai�ce af suc�a other work as fit aiid �rapee far inte�ratian with
Contractc�c'� Work c;xcept for latc:nt defects u� tl�e work ��yovi��d by athers.
C1TY OF F(7RT �1'[}R-Cfi
STAi�InARDC4N5TRliCTION SPLC[fICAT10\ DOCLIM[�NTS
R���isicin: Ar13��1 —Ju[y 6, 2Q23—CONFORMED
oa �z �cr - i
GENfiRAL C4NDITION S
Pngc 3fi nF C,;�
7.U2 Cno��drirr�tiarr
A. If t:ity intends to contract with ather� for tl�e perfarmance of other wark v�i the Praject rit tlie
Site, the fol�o�ving wi� Ue set forth ul Supplemeiltai�y Coi�c�itioi�s:
i. t��e inciividt�al ar entity wl�a will 1�ave atttliority aild res��nsibifity far coordi�nation of t}ie
activities amang tlYe various contractars will b� isienti�ied;
2. the speci�c n�atters ta be cov�red i�y such autlinrity and respni�sibiliry will be 'rtemrzed; and
3. the extenk nf strcl� autl�nrity and res��onsibilities will be ��rovided.
13. Uiiless otherwis� provitler� ia� khe Stapplementary Loitditi�ns, City si�all hawe authority for such
coordination.
AR1 ICLE 9— CITY'S RESP'Ol`i�IBIL�TIES
8.�1 Co�nrr���rrrcc�tivns to �'c�nfrr�ctur
Except 1s �therwise provided in t��e Suppl�ine�itary Canditions, City shall issue all comm�u�ications
tn Co�itr�ctor.
8.02 Far��trish 1�atr�
Ciry shall tin�ely fi.trn�sh t�e data req��ired «nder the Contract I�ocuments.
$.03 Pi�}� Wltert Due
City shall make �aysne�its to Coutractnr in accnrc��nce with Elrticle 14.
�,0� Larad,s and Easelrrents; Rc�pni°ts �r.�ad T�st.s
Ciiy's tlutie:s witli resp�ct to �ro�id'u�g l�nds and easements and provid�g en�ineering surveys to
establisli ref�rencc points are set %rth in Para�a�l�s 4.01 and �.OS. �'ara�•aph 4.02 r�f�rs to City's
identifying and making available ta Contractor eo��ies ot're�orts of expl�ratians and tests af subsurfaCe
conditions and drawings of ���ysical conditions ��elatin� to existuig st�rface or st�bsurface structures at
ar canti�ia��s to the 5ite tl�at liave bee�� utilized by City in pre��ring the Cantract DacEirnent5.
8.�5 Cl�airge Oi'der-s
City sl�ll execute C'haiigc: Ordei�s ui accordanc� with Paragi•a�h 10.03_
8.Q6 I��a��clrot�5�, 7'esJs. urrrf Appi•vi�crl.��
City's respansi`�i�ty with respeci to cerlain inspectians, te�ts, and ap�roval� is set forth u� Paragrapl�
13.U3.
c'i1�v oF �aRT ��rna-ni
STANi]r�RDC(HdSYRL'fTl(3N SPPC[FICATIQti DOCUMILNTS
Rcvisiors: R�:2[124 —,��ly 6, 2023—COiJFORNlED
U[I 72 IlU - I
GENERAL COND ITION S
T'ngc 37 of G:�
�3.07 LlM1itQ�lA11S [)!? C'ity's R�.spoir.sihilrties
A. The Cify sl��ll not supe�vise, dir�ct, or have c.anri•al 03• autharity over, noc be res�nnsible for,
Contc•actor's �neai�s, inethocis, technic�u�s, sequences, or procedur�s of construetion, or the saf�;ty
precautians and progra�ns inc�dent theretc�, or f'or any faiiure of Conn•actor tn compty wit}� I.aws
and Regulat�ans applicable to the pertiormance af the W�rJc. City will �iat be resp�nsl�le fur
C:antr�tctnr's iailw-e to }�rfc�rm the Work ui aecardance wikh the Cnntract Doctu�lents.
I3. City will uotify t��e Cautractar n#' �pp�icabl� safety ��l�ns pursuant to i'ara�raph fi.14.
$.0$ Urrdi.4clns�d Hcrzardnu5 Ei7Vll"OfT7NL')TlC7I COT�CI[flOi?
City'S P�S�OI151Ulllf}+ with respect to an iizidisclosed Har�rc�c�us Envirorunental Gonditian i� set fatrth
in Par�graph 4.�6,
8,09 Gompfiance tivilfr Sa/�>1y Pro�=rxr�n
While at the Site, City's em}��oyees and representati�es �liall cnm�Iy with the specific applicable
requirernents of Contractar's safety progra�ns of wliich Ciky has be�n iraformed piarsuant to
Paragraph 6,14.
�RTICLE 9-� C1TY'S 4BSCIZVA'I'1Q�1 STATUS llUR11YG CQNSTRUC'1'i01�(
9.01 Ci1��',r Prvj��G! Ma�tu�,rc��•
C`ity wil] ��rov�de one nr more Pro3ect Mlan��;er{s) durin� the const��ictian �er�d. '1'he ciutie5 t�nd
res��onsabilities and the �itr�itatiar�5 of a�athority af City's Pra}ect Manager dtu•ing con,�ti�cti�rn are set
fort�ti in the CoY�tract Docume�tts. The Gity's Praject Ma�ger %r tivs Conn�act is iclentiiied in the
Supp�en�niary Condit�ons.
9.D2 Visrls to Sile
A. City's Project Mana�er will make visits to the Site at in�ervals a�pro}ariate CO t}l� V�1'1(}tl5 51c��'ZS
of constructian as City deems necessary in order ta obseive the progress that has be�n m�de and
tlie c�Uality nf the varinus aspects nf Contractor°s executed Wnrk, �ased on �for�iu7tinn
obtaulec� during such �isits and observations, City's Project M�nager will d�tez•n�ine, in genrral, if
tlse Work is pr�ceedir�g in accordaY�ce witl7 thc Coiytract Docurnents. City's Praject Ma�a��r will
not be rec�uired to make exl��usti�u� t�r contirnious inspectinns ori the Site to chec� the qt�ality or
c�uankity of the Work. City's Pro3ect Manager's effi�rts �will be directed taward �rovidin,� City a
�'eater d�gree of con�dence that tl�e cntnpleted Work wi11 canform gener��lly to tk�� C;ontract
D OC Ut]1L'TllS.
B. City's Yi•o}cet Manager's visits antl obs�rvatious �re subject to all thu l.imitations on ar�tllarity �nc!
r�s��onsibility in the C'�ntract �3c�cumenis including k�105C ��i �OI'�I1 in Para�rapl�
c�,��.
C1TY OF FI7RT �VORZ'E�[
STANDARDCS7NSTRliCTION SPCC[F]C,�'Cf0\ DC1Cl1Mr[YTS
F����ixiisn:82��R1 —Jt�fy 6, 2023 —CONFOF�ME4
UU 72 Q(}- I
GENERRtC4�kDETIOhS
P��c 38 al' C3
9.U3 �ltrtl2nl�izerl Valicrtinn.s i►r Wn1 k
City's Prvject Manager rnay �uthorize rr�pr variati�ns in the Wark fi•am the requ�ements af the
Coi1tT�Ct DDcuitt�#1t5 whiCh dU riOt ilrvolVe an adjustn�ent in die Co�tract Price or the Contract Tirne
and �re coi�palible wi�h the design concept of the coif�}�leted Praject as � tiunctionin� wlioie �ts
ind��ated by the Contr�ct Docusnents, Tl�ese may l�e accornpli�hed by a Field Order and wiil be
bi�idin� on C:ity and aLso an Contractor, who sl�all ��i-far�n the Wo�•k invalved promptly,
9.04 Rejec�ti��gDcfective Wo��C
City will llav� �uttzoi•ily ta r�ject Work w�uch Cily's Proj�c1 Manager believes to be dePective, or will
not nroduce a co�t�pket�d Project tltat corl%nns to the Contract Docuine�ts or khat wil� prejudice tlle
inte��rity of t�ie desi�� canc�pt af th� completed �'roject as a functianin� wro�e as i�7dicated hy t1��
Cot�tract Dc�iun��nts. City will lia�e a.uthal•ity to conciucf special inspectian or testing of t�e Work a�
pravided irx Articl� 13, whetlter or not ths Woi�k is faUricated, instaIled, ar completed,
9.Q5 D�tQT'i]71i7Qtl017SfOi'WCJYI� Peifarnr�rl
Contractor w�ill deternvne tlie actLial quantiti�s and classiiicatians of Wdrk perforrnec�. City's Proj�ct
M�►n�ger wil! review with Cvntractor the prelitr�ir�ary deterrnin�cians on s��ch matters befare rendering
a writteiY recomrnenc3��tiqn. City's written decision will be final (except as rnodif�d to reflect cha1��ed
factual cflnditions or �nore accivate data},
9.Q6 Deci.si�n.s nn R�ga�ireme�tts af'Cn�atr•ctct DocuMzei� ts a��c! Acceptal�ilr.ty of Wark
A. City will be tl�e uutial 'niterpreler of tlie requireFn�nks of the C4ntract Docum�nts and judg� of th�
acceptat�ilicy of the Wark thereunder.
B, Gity wiU render a r��ritten decisian on any issue referred.
C. City's written decision on the issue referred will be fuial ai�d binding nn the C.nntractor, sui�ject
to tt�e prav�.sFons of Paragiaph 10.Q�i.
ARTICLE 10 — CH�N��S I1V THE WOR�C; CLAi1ViS; EXTIiA WQRK
10.01 Arttlaorrzed Gl:trxrges ri� tlre Wo�J�
A. Witl�aut invalidating tl�e C:ontract and without natF�e to any st�rety, City n�ay, at any tirtie or �'rom
ti�ne to time, c�rder Fxtra Wark. Urran natice oi' such Extra Work, Cor►tractor shall pro�nptly
p�•aaeed with tl�e Work involved whicll will 6e perfa���ned t�nde�• the a�plicabl� conditians of the
Co��ract Documerits (exeept as otherwise spec�cally pro�ided). �xtra Work shall ��
memorializecf by a Cliauge Qrder wliic� may o�• may nc�t preced� an orcier of Exh•a �vark.
�3. For minor �h�n�es of W�rk not reqttirin�; c��nges to Cont3-acf Tirne or Contraci Pric�, a Fielc�
nrder may be issued by the City.
C17'Y l?F EQRT �1'ORTI�
STA�lDe1RDCl1NSTRl;CTION SPCCIFICATIO\ 1]QCUMLNTS
Rcyi�ion: R23��1 - July 8, 2023 - CONFORME�
p(f 72 fl0 -1
GEN�RAL CONDITI4N S
F'ngc 3�)ot'f,3
10.02 UrraxitlioriLecl C{ar�nges rrr th� FYnrk
C:ont�•actar �l��ll nnt be erititted to an axcrease in tlle Contract Pri�e pr au extension of tf�e Conh•act
Tinle with respect to aisy work ��rforiiled th�t is not rc:quit•ed by tlie C:oyttract Qaeuments �s an��nd�d,
modified, or suppler»er�ted as prov�led in Pat-��*ra�h 3.04, exce�t in t}�e case of an emer�ency as
pra�ided in Para�naph 5,17.
LU.03 Cxecattinri nj'C1��1�ge O��ters
A, City and Cantr�ctnr �liall exwcute apprap�•i�te Ch�n�e Order� coverir�g:
cl�auges n� the Woric. which are: (i) ortlered by City pursuarli to Y�rag��aph f 0.O1.A, (v} r�qui��d
becaus� of acceptane.e of defecti�� Woz•k under Paragraph 13,�8 or Cily's r.or�ectia�� of
defective Wark �ander Para�•aph ]3.Q9, oa• (iii} agreed co by the parties;
2, changes in the Contract Price or G�ntract Time whf�h �r� ag-eed to by tl�e parties, inc3udin�
any tuid�sputed stxni or amoiu-rt of tune for Worlc actttally ��erfortned.
10.0� E_a-trn yYo��k
A. Shr�uld a differenc� aeis� as to what dnes or daes ��ot constit��t� �xtra Watk, or as to the �ayrnenl
k�ereoF, a11(� t�lC C1� ]t7S1StS Lij3011 Tt5 p�3'�OI'111c117C�, the Cantractor shall proceed wrth th� work aftef-
n�aking r�vritten request fior written ordei•s and siiali kee� accurate accounk of the actual reasonable
cost thereo£ Cdntract CI�ui�.� re�ard'ui� Extra Wark sh�ll be made pursuant to P�rag�aph �Q.()6.
I3. 'I'�tie Gontr�ctar sli�ll fi�rnisl� the �:ity such u�,�tallatian records �fall deviations fram tl�e original
Contract Documeuts as may b�e uec�ssary to enable tlte City ta prc;pare for pc;rrnanent record a
carrected set of pl�►ns ���c�wing the act��ai insta]]atiotti.
C. The con�pens�#ion agreed upon tor F.xtra Work wtjetheT• or i�ot initiltad by � Change C)rder shall
be a full, corilpl�te and final �a}nnant for all costs Cox�tract€�r uzctus as a result or relati��g to the
ch��nge or Extra Work, wlietlier ;,aid casts are knawn, �nluiown, fa•eseezi ar unfareseen at tha.t
limc, incliicling ���ill�aui linutalion, any costs for tle�ay, cxteiided overhead, ripple or unp�ct c�sl,
or any olher effecl oi� ehat�ged or ur�ciiangecl wor•k as a�•esult of the cY�ange car Exlra Work.
10,US Nol1J'i�c�llc>i71v Sarielv
Ifi #he provisi�ns of any i�ond reqlzire ��c�tice to l�e �iven to a su3•ety of any chan�;e aff�ctin� the ge��eral
scope af the Wnrk rn� the �]t'OVL51p115 of tl�e Contract Documents (mchid'u��, i�ut nat I�nited io,
Gontract Pric� or Co�at���ci '1`une), tl�t gi��ing of any su�.li uotice will be Caniraetc�r's respor�sb�7ity.
"fhc amount af each appli�:a�le bond will b� adjusted I�y the Contrackor ta refl4ct rhe c:ff�ct of any
s�ieh chnn�e,
CITY OF F()kT 41'47RTH
STANDARDCdNSTRI;CTION SPLCIFlCATIfJ\ DC)CIJNIfIVTS
Rcvixinn: R2?��k,?l — July 6, 2023 — CONFORMED
Q{k 7Z f}[1- I
GENERAL CONDITION S
P�c 4U of 63
10.06 Cc��ttract Claiirrs Prnce.ss
A, C'iij� :s Decisrnrr R�qrrlrerl: Al� �ontract Claui-�s, except tltose waived ��ursuant to Para�raph
14.Q9, sl�all be refeired to the City for decisian. A clecisio�� by Gity sha�l be �•equited as a conditia��
precedent to any exerc'sse by Cantractor of any rights ar rernedies he inay 4therwise have uiider
t�ie Contract T�oeuments or by i,aws �nd Re�.�latiatis in resp�ct af such Contract Cla��r�s.
B. Nntice:
1. WTEtt�l] I]ptiC� Sic�tlll� t�18 �CtlO�AI 11c�h31'8 O� �3C�1 C'.Otltl'iiCt C�llll shali be delivered by t}�e
Cantraelo�• to Cily i�o lat�:r than 15 days after the star[ of Qlie evenl. giwing ris� tliereta, "Ttye
r�sponsibility �o substantiat� a Contracl C;lauv shall rest with tlz� party n�aking the Gontract
���im.
2. Noti�e of the amount os• extent af the Contract Claun, witl� sup�artuig data sli�ll be delivered
to the Giky an or befnre �45 days frn�r� the st�rt nf the event giving ri.�e theretn (vnless t��e C'ity
al�ows adcliti�nal time for Cont�•actor to subrivit additianal or mor� accurat� data in supp�rt of
such Carrtract c��uu).
3. A�oniract Claiin for an adjust���ent in Gontraet Price shall be �repared in accordanc� with
the provisions of'Para��raph 12.01.
4, A Contract Claun for an Adju�tment in Cantract Tune shall be prepared in accordance with
tlie provi�ions of Para�aph 12.0�.
5. �ach CaF�traCt Gl�un shall be accompan'red by Contrackor's wi�ilten staten�ent tliat the
adj�zstment ctauized is the entire adjustnzeut to whicli the Contraclor velieves it is entitied as a
result of said event.
�i. The Ci�riy sh�ll submit any respnnse to tlte Contractor within 30 days �fter receipt af the
cl�.i�uant'� ]��tst submittal (unle�s Contract allaws additianal tune).
C. City `s r�etiorr: City �vi� r�view �ach Contract Clau� and, withi�y 30 days a#te�� recei�t of tlre last
suUnvttal of tl�e Cantractor, if any, tal�u o��e of the failawi��g �etions iut writia�g:
I. deny the Contract Clairn in whole ot• �n pa�rt;
2. approve the Contract C�aim; or
3. »atify the Cant�•acta�• tliat the City is unable to resnlve tlye Cont�•act Claim if, in the City's
sale di�cretion, it wauld be u�a�propriate far the City to do so. F'ar purposes �f fur�her
resolution af tlie Contrac.t C�ai�n, such nntic� shalI be deen�ed a den�31.
C[TY OF FORT IL'fIRTH
STANDARI7CONSTRLCTIf)N SFFCiFICATIO\ DCDCUtv[GNT5
Rcvisiun: 823.'?(�l — J�tly 6, 2fl23 — CONFpRMED
(}i172 f}f) - I
GENERALC013D1TION5
f'�.c di of G3
D. City's rvrittex� �ckion tu�der Par��•apli 10.Q�.0 wi11 �e fnial �nd binding, tuiless City nr
Conh•ackor u�volce the dispuke resohrt�on prac.ediue set fortli ui I�Lrticle l�i witl�ui 30 day� of such
��tion ar t�enial.
�. Nn Contract C�int far an �djusiment m Contracfi Pric� or Coutract Time �rill l�e valid if' not
submitted 'ui aceordance witli tliis P�t•a�raph 1(�.(3b.
AItT�CL� 11— COST OF TH� WORK; ALLO�VANC�S; U'tVi1` PitICL+' WORK; PLAIVS
QUA]�TITY �iEASURElV�F1�1T
11.U1 Cost nf'tlte Wc�t�k
A. �asfs lncl�,rded' TIl� iei111 CdSt Of �I]E WQI'IC 111tc�11S f�7� SUYi] p� �u C05t5, except those excl�icl�;c� in
Paragraph I 1,O1,F3, necessarily incuri-ed and paid by Contractor in the pt•nper perfor�nance of tl�e
Work, Whe�z the �alu� ot' any Work covei•ed by a Cha��ge Order, the costs to be reiinhursed to
Cantractor wi11 be oYtly tltnse additian�l or incremental casts requved becaLtse af the ch��nge in tlte
Work. Sticl� co�ts shall not include any of khe casts itemi�ed in !'ar�graph l 1.O1.S, and S1i�11
include but not k� limilecl ta th� following itetivs;
1. Yayroll c:osts for employees u� the direct emplay of Canti-actor u� tlie p�rfcrix��anc� of tlie
Work under schedules of job cl�ssiticati�ns agreed �apon by Ciky and Gantractar. SucE�
emE�loyees shall inchzde, withaut lunitatian, superir�tendetlts, faremen, and oth�r personnel
e�nployed fi�ll tnnne on rlte 1Nork. Payroll costs far etnp�oyees not enip�yed fu[l titne o�Y the
Work sl�all be apportio��ed on !he basis oF the u� tune speni on the Woik. Payrol� casts shail
inelude;
a. salaries with a 55% markLi�, ar•
b. salaries and wages pl��s tl�e cast of fri��e bei�elits, wt�ich �hall include sociai security
cnr�t� ibutions, unemploymeiit, excise, and pa�•oll taxes, war�Cers' cnn�pen�ation, li�altl�
and re#u•ea�ient be;ie�ts, bonuses, sick leave, �acation and l�oli�iay pay applicable thereto.
The ex��er��s of perForr��lg Wark outside o� Reg��l�r Vl�arku�g Hours, Weeke��d
Working l�ours, or legal holiclays, shaIl be inel�ideci �i ihe above to the exlent authorized
by City.
2. Cost nf all inateriaL� and �quipniet�t fiu-nished and 'uicnrporated iri tl�e Wortc, includin� casts
af tr�nsp�rtation anci storage tlier�of, and Sup�liers° field selvice� reqrri�•�d 'u� cann.ectinti
ther���Fith,
3. Rei�tals of aIl cc�nstruction ec�uipment anc� macl�ute�y, and ihe parls thereof whc.tlier rur�tet�
from C�ntractQr nr athers in accordance with rental a�,�r�emenis ap�raved by City, and the
casts of transportatic�n, loadin�, ��n�adin�;, asser��bly, dismanilin�, a�1d reir�ova2 thereof. A�1
tiuc11 costs sUall be �n accoi•d�nce with the terms af said rental agi•eements. The rental af �t3y
such equiprnei�t, innchinery, ar pat•ts s�f�q ce�tse when d�e tise thereof is no langer necess�uy
far the Worlc.
C[TY dF F()RT '41+QRTH
STAI�DARD{U�157R1ICT10N SPL'C'IFICATIQ\ !]C1C[JIVirNTS
Rc��sion: R2��1 —,1uly 6, 2023 — CONFORMED
UU72UU-I
GENERAL CON�17lON S
P��c 42 nf C�3
4. I'ayinents �r�de by Conti�actar ta S�bcontractors �a�• Work perfnrtned by Subcontractors. lf
requued by C.`ity, Contractor shall o�tam com�titive b�ds fi-om s�zbcantractors acceptable tn
City and Gonh�actor ancl shall deli�er such �icls ta City, who will then detern�al�:, which bids,
if any, will bc; acceptabl�. If any subcontract provFdes tliat th� Subcoiitractor is ko be pai�i oii
the basis of Cost of the S1Vork �h�s �t �ee, the Subcontractar's Cost of the Work and fee shall
be dete��rnined in the satne inanner as Contractar's Cast af tlie Wark and fee as provided in
tl�is P�ra�raph 1 l.01.
5. Casts af speci�[ cat�stiltants (it�clud�in�; b�d ��ot luxuk�d to �ngul�ers, architects, testin�
laborator�es, surveyors, attorneys, and accountants) e�nployec� for serviees specifical�y re1�t�d
to the Waric.
C. Supplerr�eniai casts inciudin� the fol�awin�:
a. 7'kie proportian af necess�iy t�•�nsportation, kra�ei, and subs�stence expenses of
Cont�ackor's em��loyees incurreti ui c�ischarge of du�i�s canneckecl wit�i tY�e Work.
1�. Cost, incIuding lransportat�n an� i�intenance, of al� rnaterials, s��p�Ges, �Cjlllplll�ilt,
maclunery, appliances, offic�, anc� temp�rary facilities at tlie Sik�, and hand tools nat
owned by the warkers, which are consuir�ed in the perfor�r�ance oi'the Wark, anr] cnst, less
inarket value, af sucl� itetns used but not canswned wl�ch �en-iain the property of
Cnntractar.
c. Sales, consumer, use, ar�d other similar taxes relaCed to the Wark, and fo�• vvhich
Con�acta� is liable nat covered �mc�er Paragraph 6.11, as irn�osed by Laws and
IZ@�Ll�ilOfl5.
d. D���sits lost for ca��ses other than negligence of Gontraetor, any Sulxant�•actor, oj�
�nyane duectly ar indirectly emp�nyecf by any of them nr for wlinse acts any of t��e�n inay
be li�b�e, and royalty payments a��d fees for permits and licenses,
e. Losses and damages (anci related ex�er�es} causec� Uy damage to tlie Work, �ot
com�en�ated by insurance ar at��erwise, sustained by C�ntractor ira cannec#ion �vith t�se
performan�e of the Work, �ro�idec� such losses and damages have resuited frorn cauges
ather th�n the ne�,li�ence of Contractor, any Subcontractbr, or anyone directly ar indu-ectly
empinyed by any af tl�e�n ar for wliase acts any of tliein inay �e liabte. Sucl� losses ahall
uiclu�ie settl�.nZents nlade witli the writrei� cansent and ap�rova] of City. No sucly �osses,
tiama.ges, amd ex��r�ses sliall be uiclude�d vi 11ie Cost of the Work for tlie putp�se oE
determini�� Contractor's fes.
f. The cost of utilities, fi�el, and sanitary facilities �t the Site.
g. M�or expenses 511Ci1 �s telegrati�.s, �ang (�L5t�I1CC selephone calLs, tele�hone and
cotru�uinication sei•vices at the SiEe, ex�n-ess and courier se�v�ces, �nd suiiilar �seriy casl�
ite;ms in connection willi the Work.
C17'Y C)F FCJR"1' �1rClR"I'H
STANl7AR1�C[]NSTRUCTEDN SPL•CIPTCATIQ\ DOCU[vICNI'S
A���isinn: R2in_(1zi -. ,►uly 6, 2D23 - CdNFOf�MED
O0 72 0{1-1
GENERAI. CONbITION S
P�c43ofGs
h. The costs af preini�t�s for all bc�nds and 'uisurance C.`'antr�ctnr is reqtFiceti by the Gontr�ct
Documei-�ts to purchase �nd inaultauY.
f3. C'osts �;�-cl:.sclecl.� 'Th� tei•i-n Cast of tlie Worlc sl�a�l not include any of l:he following item�:
l. Payrc�ll costs and ather compensatioi� of Contractot's officers, �xeculives, pruicipals (af
pai-tnerships and sole �roprietorsl�ips), ��neral m�1la�ers, safety rnana$er�, et��ineers,
�rchitects, estun�tors, aTtorneys, auditc�rs, iiCCOLIIlt�Ali5, purchasing and contr�ctin� a�et�ts,
e�editers, tui�ekee�ers, cierk.s, dllf� Oi�1BF �1'Spll[l�] �1Ti�7�05+CCi Y!� COI1tCr�CtOT, whether at the
Site or ui Contr�ctor's principal or branch office for g�neral att�ninish•atiou of the Work and
nnt spc;cifcally included in ilie agleed u�on scheclule of �b classilicat�at�s ref�n•ed to i��
Para�-aph I l.ql.A. I or specif�ally covered by Para�r�ph ] 1.41.�,4, all af wl�icll are ta he
co��sidered administrative costs cowered by the Contractor's fee.
�. �x�ense5 of Cnn�ractar'ti principf�l and branch affice� other than Cantractor's oftice at the
Site.
3. Any part of Contractor'� capital expenses, including tt�terest on Contractor's capital
employ�d fo�� the Work aild charg�s against Gontcactor for delinqueut ��yme�its.
4. Costs due ta the negligenc� ofCot�tractor, any Subcnntracto�•, or anyone directly or inc�irectly
employed by any of tliem or for whose acts any of them tnay �e lia�ble, u�ctuding �ut not
lirriited ta, tk�e cnrreet'son of �efectiwe Work, dispasal of n�aterials ar equipinent wco�i�ly
suppGed, aud rnakii�g g�od any dainage ta property.
5. Other overhead or g��eral ex�ens� costs of any kind.
G, Cv�7lr�ric�a•'s� Fcc}: VJhe�i all the Work is per�'ormed on ll�e basis n�f cast-plus, Con#ractor's fe�
shall be deterrninec� as set fortl� in the A�•eement. Whei� the ualue af �►ny Worfc covered by a
Ckiange Order for �n adj�tstment in Cantract Price is determinad on the basis af Cost ai the
Work, Contractoz•'s fee shall be deter�iiined as set forth ui Fara�;raph 12.OI.C,
D. Ducunienttrtaa►�: Wk�en�v�r th� Co�t of the Work f'or any pu�pa�� is to be determu�eci pursuant to
Paragrapl�s 11.a1.A and 11,O1.B, Conti•actc�r will establish and znaintain rec�rds th�reoF iii
accordance with general�y accepted accountir7g praccices and submit in a fa�yn acceptable ta City
an item�zeci cost breakdaw�� tagether with suppoirtu�g data.
11.02 Allowarac�er
A. Specif�edAllo}tiFc�iir.�; lt i� unde�•stuad t�Y�t Cor�tractor has inclucieci ui the Contract Pric� all
allowances sa nauled 'ui khe Cautrack Dacuments and sliall cause lhe Work sa cover�cl ta be
perfar�tied for sueh suins and by suc11 �ersons or entities �s t�iay i�e accepia�le to �ity.
R. P�•�.�-1�ic1 Allau�cr�tcc�s:
I. Contractor agrees that:
CITYUFFnIt'C WC?RTH
STAI�DARDCUNS'rRL'CTiQN SP]:C'IFIC,�1Tl0\ pnCIJMLNTS
Ncvi4inn: Wl31�f�21 —,}uly 6, 2D23 — CONF'ORMED
�U72UO-I
GE�fERAL CONQIYI6N S
r,��.� a�+ or• r,3
a, the pre-�i�d allawances ui�lEide the cost to C.antt�a.ctor of niateriaLs an.d �quipment requued
by the �l�owances to be delivered at t��e Site, and all applicable taxe5; and
b. Contr�ctor's cosis for unl��di�� a�zd ��ar�d�in� on tl�e Site, labor, nlstall,�tian, overk7ead,
proiit, anel uther ex��nses contempi.ated �or the pre-bid allowances hav� heen included ia
the allowances, �tn� no der����n� for additional pay��nt on account at' any oF th�
foregoi��g will lae valid.
C. Gn�ati�rgeitcyAllo4va�rce: Contractoe �grees ti�at a ca��tingency allawance, if ai�y, is far tlte sole use
nf City.
D. Pris�r ta f�t�al paym�nti, an appropriat� Chang� Order will be issu�d to refl�ct actual amo«nts cit�e
Contractor on account of' Work covered by allawances, and the Cvntract Price shall be
correspondin�ly adj«sted.
11.03 U17atP�ice Wt��•k
A. Wher� tl�e Contract Docunz�nts provu�� t11at a�I o�• part of the Work is ta �ie Ur�it Priee Work,
'vuti�Ily the Gontract Price will be deemed �a include %r all Unit Piice Wor�C an �mouut eqt�ai to
the sum af ti�e unrt price for each separately identitied item Qf Unit Price Woi•k titnes the estin�ated
o�uantity of each ite�n as indicated in the Agreenlent.
B, The estimated quantities of ite«�s of Unit Price Work �re not �;u�ranteed and a��e solely for tlie
}�urpQse af camp�risan of ��ris and determini�� an initi�l Confraet �'rice. beternunat�ons o� the
actual quantities and cla�si�'icaiioi�s of Urut Price Work perfonn�d by Contractor will be inacle by
Giky sL�bject to tl�e provisaoiis of �arggraph 9.05.
G. Each unit price wil] be deemed to include an �mount cansidereci by Contractor to be adequ�►te to
cover C'ontractor's overhead and profit for each separately identifiied item. Work described in the
Gontract Docwnents, or reasonably iriferred as raq�u•ed for a functiz�n�lly comp�t� installatia�,
brit nnt identifr�d 'ni the listing of utut pri�e iten�s shall be consi�ered incr�iental to unit p�•ia:e w�rk
listed a�d the eost of incidental work ineluded as part of the unit pr�,e.
la. Gity may rraake an adjustment in tk�e Cantract T'rice in accordance writh P�tra�ra�h 1�.01 it':
1. the qu�antiry of any item of Unit Pri�a Work p�;rfortnad by Contractor differs i�aterially and
significatYtly fro�t� tlie est'v�tiated qt�antity nf such itein indEca�et� uz tl�e A�eeinent; and
2. tltere is no corres�and'u�g acijustrn��it witli respeci to ar�y other ite�n af 1JVork.
B. Irrcreasecl vr 1)c?cr-eased �uas�titres: The City reserves the right ro arder Extra Wo�•lc in
acc:orciance with Parag��apl� 10.41.
I. Ii' the changes in ��Gantities or the alteratinns do not si�nitic�ntly change tl7e character of
work under tl�e Contract n�cu�nents, the altered work �uill he pa�d �ar at the Cantract unit
�7rice.
C17�Y 01� FL7R7' �1'(}R'fH
STANDA�tDCUNSTRL•CTI(7�1 SPGC[FICA7I0\ []C)ClJA4ClVTS
fic,�itiion: A���121 —July 6, 2Q23 — CONFORMED
crc� �a cru - i
GEi�ERAL CANDITION S
rh�c 45 af U3
If the ch�t��es in quantities ar alteratians 51�11�Cc�Ilfljr �liau�e the charaeter of tivnrk, tlie
Coutract will Ue amLntled by a Chan��; Or�er.
lf uo utzit priees exist, tl�is will be conside�ec� Exlra Wc�rk ancl tlie Contrael will be atnenc�ed
by a Ch�t�ge Ordc;r in accordance wvitli Articl� 12.
4. A signi�cant chan�e in t}�� character of wnrk occurs when;
a, the character of wark for atry ltem a� altereci differs rnater�lly u� ku�d nr nai-ui-e fro�n tliat
in the Contract ar
b. a Major Irem of work �ari�s by inor� tl�xn 25% from the original Contr•act quantiiy.
�, When the quantity of �vork to be dc�ne under any Major it�m of th� C�ntract is fi3are tY�an
lZ5°�'o af the original quantity st�ted in ihe Contract, il1�n eiti��r party to the Cvntract may
request an adjustinellt t� the unit price on the porliQn of tlie wnrk tl�at is abov� 125%.
6. Wt1en tlie quantity �f work to be done ur�der any Major Itein of the C:ont�•act is �ess t��an 75%
of the original Ruantity stated ic� the Contract, tlieri either party ta tlie Cnntract may req�►est
a�i adjustment to t�e unit pric�,
11,Q� f'lcins QcrcrrrtityMeasui�ment
A, Plans quantities may or may nat represent the exac� q�t�ntity of work �rformed nr material moved,
handled, or ��ced during the execution of the Contract. The estunated hid quantities at�e
designat�[i as final payment tj�iantit[�s, unless reviscd by the got+ernin� Sectfan or tliis Article.
B. If the qaantity rrieasured as outl'uled un�ier "Price and PayaZtent Procedures" vari�s by more tlx�n
25% (or as stiputated under "Pr�ce and Payment Pr��edures" for speci�c items) from ihe loial
estimated t�uanEity For• �n indivF�ival Item origii1a11y s➢�awn in the Gontract T3ocu�n�nts, �n
adJustmeTai n�ay b�� n�aae lo the quantity of authori�ed wor�c dane for �ayment purposes, The party
to the Gpntr�ct r�ques�ni�; the adjusi�nent ��vill provide fie�d �ne��uretzients and calcul�tions
sh�wing the fi�al quaritity for wliich payrnent will b� i�aac�e, Payiz�ent for revised quantity wil� b�
inade at tlie ur3it pric� bid for that Item, exc�pf as provF�ieci %r in Article 10.
G When quantities are r�vised by a cHan�e in desi�,m appraved by the City, �y �l�ange Order, or lo
cori•ectan erral-, or io carcect an et7or qn the plans, tl�e plans c�uantiky ���ill be incr0asedor decreased
by t1-te amount invah�ed 'ui the change, and tlie 25�'/o var•iance urill appty ta t��e t�ew p�ans q�,�a�itity.
D, [f tk�e tat31 Contract c�iantity miilti�l�ed �y the tuiit price bid for �n uldiwidual lte�n is les� than
$2S� and the ltem is not arigina�ly a pians quanlity Ilem, then ti�e ltern may be paid a5 a pl�ziis
quailliry ltem if tlie City and Gontr�ctor agr�e in writui� to i"ix the inial quanCity as a plarys quantity.
C1TY �F FORT 14�ORTEi
STANDARI]CONSTRI;CTIpN SpfCfF1CA71t]\ DC1CUh11=N7S
Rcrision: R23�(121 _ July 6, 2023 — CONfORIVI�I�
crn 7a os� - i
cen���a,�caNairioNs
r,�� a� of �3
�. C'o�• c�ilaut work or na��-site s�ecific Contracts, the pl�ns qu��ntity �ncasw•ecnent rec�ui�•ements ace
not a��plicah�e.
ARTICL� 1� — CHAIi�C� O�' COI�iRACT PRiC�; C�1�1GE �F CQNTRA('T TIME
12.01 Cl�ange af'Carrt�-act 1'1•rc•�
A. The Contract Price i�ay ortfy be changeti by a Ci�an�e Order.
B. T'he vahte of at�y Work covered �y � Clsarige Order will be determined as fallows:
1. wh�re the Work �nvolved LS couei•ed by ur�.it p�•i�es cnnt�ined in tl�e Contract Dacu�ne��ts, by
applicatiou of such unit pric:es to the quantiti�s af the ikems invoI��d (sub{ect to the prov�sions
of Paragrap� l 1.03); or
2. wl�ere t11e Work in�alved is not co�ered by unit pr��es cantai�ed in the Cvntract l�octunents,
by a mi►tually agreed l4�mp s���n ar unii price (whi�h i�ay i�clude an allawAuce for over�ead
aYid profrt nat uecessarily it� accordan�e witli P�ra�,n�p�i 12,O1.C,2}, and s�all include the cost
of any secondary unpa�ts that 3re foreseeabie at tha tim� of �ri�uig tlie cost ai Cxh•a Wark;
or
3. where tlle Work �i�olwzd is r�ot cavered by �init prices cantained 'ui the Contract Dac�iments
and agreeinent to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, nn tlie
basis of the Cost of the Work (deteruvned as provided in Yaragra}�l� 1 I.01) phts a Contractar's
fee far overhe�d and prafit (t�e�ennined as provided in P�ragr�ph 12.O1.C}.
C, Contractc,�-'s Fee: The Con�ractor's adc�itional f�e for overhead and profit shall be cietern�ined as
�oi�ws:
I, a mutually acceptabl�� fixed fee; or
2. if a fixed �ee is nat agreed upon, then a fee based on the followin� perc�r�ta�es of the warious
pnrtinn.� nf the Cost af tlie Wo�•�C:
a. far costs �curred under Paragrapl�s I l,0l.A.l, i I.O1.A.2, and L 1.p1.A.3, tlie
Coiitract�r's adciitwna! fee slia.li be IS per�ent. exce�t fa�•:
1) r�a�tal %es fQr Contractar's Qwn �q��i�n�ent using stanc�arc� rental rates;
�) bands and insurancc;
b. for costs incurred under Para�ra�h 1 i.Ol.A.4 and I 1.OI.A.S, the Con�ractor's fee shall be
five �aercent {S%);
1) �vhere one o�• inore tiers af subcoiilract.s are on th� basis of Cost. of the Wark plus a
fe4 aud no fix�tl f�c: i� a�r��d upan, the ini�nt of A��ra�Z'43pt�s 1.Z.Ql.C.2.a ancl
iZ,q1.G.2.h is t17at the Su�contractor wfi� actualiy �erfor�ns the 1��ork, at w}�ate��er
C1TY OF R()RT 4i'OR"TH
5TANDARDCt]NSTHI:CTION SPfCIFiCA710\ DOCUiv1�N1'S
Rcvisinn: FJ1_3l;�Q! —,lulyf, �023—CONFORMED
ilU 7Z {)f) -1
GEN�F2AL CONDIT ION S
Pngc �Fi of fi3
tier, wil� k�e �aid a fee of 15 percent of the costs incuri-ed E�y s�.ach Subco��tractor ttnder
Paragt•�phs 1 Z.O1.A.1 ���7d 11.U1.A.2 �nd that any l�i�her tier Subcontractar and
Contraetor will each Ue paic� a ft;e of fi�e p�ree�tt (5°/a) of tl2e anlouut paici to l�e next
lvwer tiar Subconi�actor, 11ow�ver in rxa cas� shdll tlie cuniulatiwe total of fees paid be
in excess af 25%0;
c. no fee shall be payable on the basis of casts iteynized inider Paragraphs 11.Ul.A.fi, and
11.U1,B;
d. the amount 4f credit ta 6e allc�wed by Contractar to City far any cllange whicll results ir�
a net decreasc: ir� eost wi� l�e thc: amouut of tbe actuaI ns;t c�ecr�ase in cost p�us a ded�ietion
in Contractor's fee by an ainou�it equal to �ve percent (5%} of such net decrease.
i2..Q2 Gl�at�gc��fC.ofrtrurl Ti�te
A, The Gonti•act Tune may o�ily be changed by a Change Orde�•.
B, No extensiran af tl�e Cnntract'1'une will be allo��ved for E�ra W�rk nr fnr Claicned d���y un�ess the
Extra �iVork cor�#ernplat�d or clauned de!ay is showii to be or� the critica( path of' the Projict
Sclledule or Contractnr can show by Critical Path Methatl analysis how the Ex�ra Work or claimed
deiay adversely �ffects tlle criticli �ath.
12.03 Delay.s
A. W11ere Contraetor is reasonably delayed in the perfortnance or coinpletion of any pai�t Qf the
Work within the Contract Ti�ne ciue to delay beyond tl�e control of Conn�actor, the Coith•acll`ime
i�y b� extended in an an�aunt equal ta the time �nst due tp such tlelay if a Contract Glairn i� m�de
therefor. 1)elays b�yond the cantrol of Caniractor shall inciude, but not be �imi�ed to, acts or
ue�leet by City, �cts or ne�lect of trtility nwners oi� other cantractnrs perforiivng other v�ork as
contemgl�lted by lyrticle 7, f��es, floads, epidemics, abnarn�al weather condit�an�, or aets nf Gad.
Su�.�i an adjustm�nt sliall be Contractor's sol� a�1d ex�lusive remedy far the delays described in
khis Paragt-aph.
F3, Ii' Contractor is delayed, Cit}� shall not be Gab�e to Cantr�ctor for 1ny c1�n��s, costs, �asses, ar
damages (includin� hut not iir�iited tn �il 1'ees and charges af en�ineers, �1•chiteGts, attorr�eys, and
otlier profeS�ion�LS a.nd all court ar arbitration or other dispute resdluiion costs) sus�iuied �y
Cc�ntc�ctor at� nr u� connection with at�y nther project or �nticipated project.
C. Contr�ctor shall ��ol be eniitl�rl to an adjus#.rr�nt ui Goiitract I'ricc; or Contraci '1'ime for d�lays
with'vi lh� cc���trol of Ca�itractar. Del�ys �ttributabl4 to and v��ithul !he controI of a Subcoiatractor
or Sup�lier s�iali be deem4d tc� be del�ys within i1�e coi�trol of C:onir�ct�r.
D. The Contractor sha]] receive nc� coinpen��tinr� for delays a• hu�c�rances to t1�e Wark, excEptv��h�ri
d'u•ect �nd unavaidable extra ca5t to tlie C:onTractax• is c�us�d by Che failure of t��e C'ity to �rovide
'vifor��iati�n or m�t�;rial, if any, which is to b� fun�i�hed by lhe City.
C17'Y QF F[7RT �Y()R77-1
ST.ANllARDCaI�STRi.�CTION SpI:C1FICAi](�\ DnL'[JM1CiVT5
lic��ision:t�?3'.�f�l -.July6,2023—CpNFORMED
U(17Z {}U - ]
GENERAL COND ET ION S
P�c 48 af C3
ARTICL� 13 — TESTS A1�D IR+SPECTIONS; CORR�CTI�I�T, REMOVAL OR ACCEPTAI�CE aT
DEF�CTiVF WOR��
13.01 �Vntic�e of'D�fects
Natice ot all defective Work of which City ltas actual kno���ecige wi� be. given to Contraetar.
Defecti�e Work may be rejecied, correct�d, or accepted as �ro�Eded i�ti tliis Articl� i3.
13.02 Acc�.���.�� c� I�or•k
C~i#y, uidependent testui� �abaratories, aitd �;avcrnmcntal a�encies with jurisdictio���l interests will
ha�e access lo the Siie autl the Work al r�asonable times fnr their obs�rvation, uispection, and testing.
Cantractor sha1� provide thern prope� and S�f� COn(iill4�]5 for such access and advise th�m of
Contractor's safety procedures �2�d pragra�77s so that tliey may cornply therewitll as applicable.
13.(}3 Te,sl,s c�r�el 1�z,s��c�ctrof�s
A. Contractar �h�l1 give City tunely notice of readiness of the Wark for �ll rec�t�ired u�spectinns,
tests, or �pprav�l5 a�id ��tall cn��erate wi�tlt �sp�ctian and testnng personnel �o facilitate r�quu-ed
ulspectio►�s or t�sts.
B, If Cnntract Documents, Laws or Regul�ttions vf any pubiic body l��t�ing jurisdiction req��ire any
of thc Wark (ar part thereatj to be in���cted, tested, or approveci, Cantraetor shail assume fit�1
respotisibility for arrai�ging and obtainin� svch mdependent ins�ectFnns, tests, retests pr ap�rovals,
pay ali cnsts �'t connection tliere�v�t�, and furnislY City the tequired certificates af i��spcctinn or
appr�val; �xcept�ng, �iow�ver, those �ees specif�cally ��entifced in the Supplemeutary Conditic�ns
or any 'I'�xas Depart�nent of �.F�ensure and Regul�tion {TDL�t} inspectians, whicli s1ia1l be paid as
describ�d sn tl�e Suppl�ine��taiy Gonditions.
C. Contractnr shall be respansible for arran�in� and a�taining and st�a�l pay ali costs in cannectio��
witl� any .inspections, tests, re-tests, or ap�rova�s reqtiaed far City's accepfance of naaterials or
equipment to be �ncorporated 'ul the Work; or acceptance of �nateriaL�, mix designs, or equipmenl
su��utt�d for approval prio�• to C:autraetor's purchase kiter�oF for i��arparation in tl�e Work.
Such inspectians, tests, re-tests, o�• a}�pro�als shall ls� �erforrneci by or�ani��tions �cceptable ta
Ciry.
D. C:ity i�i�y arr�n�e far kl�e se�vices af �i� independent testing l�baratoiy ("T�stin� L�b"} ta
perfnr�n any inspections oi• tests ("Testin�") fnr �ny pai�t of fhe Wnrk, �s determined solely by
C'ity.
l. City �vill cc�ord'uiate sucii Testing to the extent �ossible, with Cat�ti•�ctor;
2. S�lould any Testing under Qiis Sectian 13.03 D result in a"f�ii", "did not pass" or otf�er
similar negative result, the Contracfor shall be responsi�le for �aying fnr 7ny and all retesls.
Cor�tractor's ca[�cel�afion without cause of City inid�ted Testing shall be deeined a�egative
T�Sil�t c�llC� C�C�lllfe 3 f(;tt'.St.
CITY DF F(]RT 11'ORTli
STANDARDCONSTRL:CTI[1N SPCC[FiCATIU\ DOCEJh1fA[T'S
Itc��isinn: A2��72] — ��ly 6, 2423 — CONFORM�D
nu7zno-�
GENERALCONDITIOMS
P,�c 49 af {i �
Atry �motttits owed for any retest under t�iis Sect��n 13.03 D�hall be �aid du•ectly to the
T�stin�g Lab by Contractar. Cily will Forwatd �ll n7v�ices for re�tests to Contractor,
4. [f Gont��actoz• fails ts� pay the 'iesting �.�b, C'rty will not issue Fuial Payinent until the Testing
i,ab is p�id.
E. �f an}+ Wpi'k (oT the wpY1C of otl�ers} tllat is t0 b0 inspected, tested, or approved is covered by
Cantractnr �ithout written cotycurr�uce of City, Calitrackor sl�al� if requested by City, Lu�cover
Sucli Work far oL�servatian.
F. Uncar��rit�g Work as pro�ided in Paragraph 13,03.L shall ba at Cnnh•actor's �xp�t�s�.
G. CoXitraetor shall ltave th� right to iiyake a Conts�act C1aun regarding any ret�st or invoice �ssued
under Secti�n 13.Q3 D.
]3.Q4 Urtc'oue►°Irt�r Wapk
A, If �ny Work is covered caz�tr�ry to the Contr�ct Dc�cuments ar specific inst�lictian.� by the Gity, it
must, if requested �y �ity, be tuic�vered f�r Gity'� obseivation and repl�ced at Contractor's
ex��ns�.
B, if City ca�isiders it �lecessary or advisable tl�at cowered Work be obserued by City or inspeeted ar
tested by oth�rs, Contractor, at City's request, s�a�l uncover, ex}�ose, ar ocherwise make a��tilabie
for alaservation, 'vnspecti�n, or testin�; as City rt�y require, that pnrtion af the Wark ui questini-�,
fiunis��ing all necessary labar, mat�rial, �nd equipment.
1. If it is foui�d that the uncovered Worle is defective, Contractor sl�all pay all clain�s, c�sts,
losses, and damages (inciuding but not l'united to all fees and charges �f engineers, architects,
�ttnrneys, and other profess�an�ls and ail cau�-t or other dis�ute resol�rtion costs) arisin� vut of
n�• re�ating to such unce�vering, expasirre, obser��atEon, inspecti�n, and testing, and of
satisfactary replacernent ar reconst�-�iction (including but nat lunited to all costs of re�a'v nr
replaeeir►et�t of �vork of oth�rs}; Q�• City s��all be �ntitled to accept defectiv� Work 'vi accordance
with Paf•a�raph 1�,08 �ira whicli casc. Cot�tractor shaIl still be respons�ble for aIl costs assoc�at�el
with exposing, abserving, and testing the defectiae Work.
2. if the uncovered Wark is not found ta be detectiwe, Co�itr�ctor shall be allowed an ir7crease
in the Cot�tract Price or �n extensioit of tlie Cantract Tune, or batla, d'u•ectly at�i-ibutable tc� sucl�
uncot�ering, ex4}t�srue, DYl�el'Y�lt[D13, u�s}�ectft�n, t�atin�, i•e�lace�nent, ���d reconst�lictian.
13.OS Crt�� �►Icc}� Stop tlt� Wor,lc
lf the WUrk is def�cti�e, or �'ontractdr fails to supply� suffiei�nt skillec� wc�rkers �r suitable i1�tc;t•ials
or equipn�cnt, rn� fails to perfvr�il i11e Wo�-k si1 sucl� a way that the cam��leted Wc�rk will conform to
t�1C COIliCi�Ct DOCLllri�IIiS, Cfry [17�i� OCC�BI' Cptltl'aCfAl` �O SfC1�] flle VVL}I'k, or any ��ortior� tf}ereof, until the
cause for such arder Eias bee�7 eluninited; �Zawever, thi�5 riglit of City to stoE� tlie Worlc shall not �;ive
r�sc� lo an�! cl�ity c�ii the part of CiCy to exc.�•eisc: this rigltt for the benefit c�f Coixtraclor, any
CI7'Y 4F F(7R'1' 1VORTli
STr11�DA12DCON5TRL'CiION SpG('IFIC'ATlO\ D(?CUMCi�fT5
Rrvisian: RfL�;�1 —,�uly 6, 2023 — CONFORMED
uo�zun-�
GENEFtAL CONUET1013 S
Pagc SU uf G3
Subcont�•actut•, any S�ippl�er, any otlter indivi�ual or entity, ar �ny sw•ety for, ar employee or lgent af
any of them.
13.OG CUI7L'Ctru�a vrRemov��l of'D�f'ecti�le Wn�lc
A. Promptly afterrecei�at of written notRce, Contracta�• slaall carrect all defeetive Work pursuant to
an acceptable schedu3e, w��ether oE• not fAbricated, installed, ar completed, or, if the Work has been
rejected by Gity, remave it frnm the Project and re�Iace it with Wark that is not defectiv�.
Contractor shall �ay a0 ci�i�ris, Cp5t5? additional testin�� �DSSBS� and darnages (u�ch�ding but not
Wnited to all fees anci charges of engineers, arclutects, attarneys, aud nth�r professional� and all
court or ar�ikration or other �i�pute resolutian costs) arisui� aut of or relat�ng to such eorrection
or removal (includ�ng but not limited to all cosis of �•epair or s•eplacement nf work n� otl7ers).
�'ailure to require the removal af any defie�tive Work shall nat constitute acceptartce af suct� �Vork.
B. When correctutig defecti�e Worlc under t��� terms of tliis Para�•a}ali 13.06 or Para�,na��i 13.D7,
Contractor s17a11 take no aetion ihat wou��l voic� or othei-wi�e in�pair Cily's special �warraiity and
guaranl��, if any, ou saic! Work.
13.07 Co�-r•ec�liorr P�rind
A, Tf witl�in two (2} years after the date of Final Aece}�ta»ce (o�• such l�anger perso�ti of rirrEe as may be
pre�cribed by the terms of ar�y ap�licab�E special guarantee requ�red by the Cantr�ct Docu�neuts),
any War�C is four�d to be de%ctive, or if the repair pf any damages to the land qr areas rr��de
a�ailable for Cantractor's us� by City or pernutt.ed by Laws and Reg�al�atians as s:ontemplateci ir�
Paragraph G.lO.A is fuund to be defective, Contrackor sl�a�l prornplly, vvithout cost to City and in
accordance with City's written instructions:
1. repair suc�� defective land nr area�; ar
2. co��•ect such defective Work; or
if th� defective Work k�as been rejecteci by City, remove it Fi•nm the 1'roject ana� rep�ce ii
with Work that is not d�f�cti�e, and
�. satisfiact�rily cor�'ect or repair ar reinove and replace any damage to other Work, ta tl�e wark
af others Qr other land or areas resuiting therefrorn.
B. lf Conh•actaY• dnes not pro�nptly co�n4�ly witl� tl�e tarms of C�ity's written u�shlictians, nr u� �n
emer�;ei�cy wl3ere del�3y w�uld c�use seri�tas r�sk of l�ss ar d�n�age, City itiay ltave the defective
Work eorrected ur r�paueci �r may lia�e the �-ejecteCi Work rernov�d at�ci re:p�ced. 11�1 c:launs,
eosts, I�sses, aiYd dainages {ineluding but not liriut�d to all fees and charges of eugit�eers,
arcl�itects, attal-neys, a��d other professianals and al1 court or ati�er dis�ute resolGition costs) arising
out of or rel�tuig to such correcYinn nr re�air or s��ch removal and repl��ceinent (inch�dutg but not
luuited ta a�l costs of repau• �r replacemei�t of v��ork of athers) wili b� paid by Gontractor.
ci7�v a� �r,�r ��=n���
STr11�f�e1Rf7CC1NSTRliCTlO� 5PL'C'IFl.Cr1T1�\ DqClli41CIVT5
Rcvitiiun: R23�...[}21 —,}uly 6, 2023 —CONFORNfED
UU72UU-1
GFlVEF2AL CQNDITIpN S
P�s�c S I of G3
�, IIl 5�7�C1�'lI Cll'C1�I11StSIlCES W�leTB c� �78C�iCU�C7t' I�elll Of �C�LII(31I7ellt 15 �]I�C�C� 111 CO[lil13i1Q115 5CCV1C�
befnre Final Acceptance of all tl�e Work, the correetion �erind for tf�at itein mZy stai�t t� twi fi-om
an earli�r date �f s� pro�ided 'vi the Contraet Docuntents.
D. Wliere defective Work (a�d dainage to other Woric resulting therefroin) I�as beun corrected or
removed and rep�,ced under th�s Para�-apl� 13.07, tl�e coi�rection period hereunder with res�ect
ko s�ich Work m�y U� requir�d to be ext�nded foa• �n <�dditional }�raod of a;�e ye��r <�fter the end af
tl�e initi�l correct�n periad. Ciiy snall pra�ide 30 d�ys written notice to Conh•actnr should such
adc�itionai warranty cov�t�age be required. Coi�tractor inay c�ispute this requirem�nt l�y filing a
Contract. �'laatn, piirsuant t� Paragrapli 10.06.
E. Corrtractor's obli�atinns under tliis Paragraph 13.07 are irt addition to any ather obli�ation ar
w�rranty. T�e �rovisio3is of tl�is Paragraph 13,[?7 shall not be construed as a substituie f'or, nr a
wa'rver af, the provisio��.s af any applicable statt�te af liniutatian or re�ase.
13.OS Ac�eptanee nfDefi.�ctiv� Wo�•k
If, instead �f requirulg c�rrection ot re���oval anci replacein��it of clefective Work, City preFers to
accept it, Gity inay do so. Cantractol- shall pay all ciaims, co�ts, �Osses, and dama�es (includin� hut
not liinited to al1 fees and charges ai' en�i��eers, arcl�itects, attor�leys, aiid atl�er professionals and a11
caurt or other dispute resolution casts) attribtrt�Y�le ta �ity's evaluatinn nf and determmation ko acce�
sucl� defective Work and far th� d.uninished �alu� af the Work ta tlYe extent not atherwise paid by
Coi�tractor. lf any sucli aceeptance occurs prior Sc� Final Aicep#ance, a Cl�ange Ord�r wi� � i�sued
incorparating khe n�cessary revisians in the Contract Dc�euments with tespect to tlYe Work, anc� City
shall b� entitled to an �ppra�r�ate decrease in the Contract Price, re#7ectin� th� dirninished value of
Work so acce�ted.
13.(� City May Cnr1•ect De�ecti��e Wnik
A. l� CUI1i1'ilCtUl' fAILS withim a reasonable tune after written not�.e fi•om Gity to ear�•ect def�ctive
Wark, or ro cemove and replace rej�eted Work as reqLiired by !City in �ceordance with Paragrapli
!3.(�.A, ar if' Contractor fails to p�rtorn� the Work in accardance with tl�e Coi�tract Doctiments,
or it Contractor f'ails io com�ly willl any other pr�visic�n af the Contract Doeurnenis, City may,
aiter sev�n {7) days wr[tten notice to Cant�•�ctor, cnrrect, or re�nedy any sucli deficiei3cy.
13. In exercisu�g the rights and remediea und�r Yhis Par��r�pl� 13.09, City si�all praceed
expeditiously. !�i cun�i�;ction with st�clti correetive or rc;medial action, City may �xcIude Contractnr
firom a�l or }��rt nF �}�e Site, take possession nf all or pai•t of the W�rlc �nd susp�nd Contractor's
setvices rei�ted thereto, �nd incorpornte in the Work nil n��terials �nd equipinent incor�orated in
tlie Wor�C, stored �t dze 5ite or for u�liicl� City j��s paid Contractor but whicli ar•e stored eL�ewhere.
[:onnacta�� sliall allaw C.ity, C"ity's represe�rtati�res, agents, consult�nts, en�ployees, and City's
other contr�ciors, access la the Site te� �nable Cily to cxGrcise tlie rights and remec�i�s �uider Ehis
�'at•a�-aph.
C, All claims, costs, losses, and dama�es (incl«din� bu# nnt limited to all t'ees and c}�a�ges al'
en�ineers, architcets, atto�r�eys, and atl�er professianals and al] court or at�l�r dispute reso�ution
C1TY OF FORT 11'�7RiH
5TAND�IRDCQ�ISTRL,CTION SprCIffCA'C1C1\ DOCIIfvIL-NTS
Rcti�ision: R23�4Az1 — �uly 6, 2023 — CONFQRMED
uo7zon-�
G�N�F2ALC�NDETIONS
r;�� sz or �a
costs} �c�arred ar sustained by Cicy in exerci.5ing the ri�lits aud remedies tmder tiv.� �'ara�•aph
13.(}� ��ill be charged agait�st Conlractar, and a Cl�ange Orcler will be i�s«ed 'mcorporatuxg th�
n�cessaryre�isions in tl�� Contract Docurn�nts with respect to the Wark; and City sliall be eiititl�d
to an a�pmpriate deci•ease ul the Contract Price.
D. Contractor shall not
performance of the
Para�•apl� 13.q9.
ba allowed an extension af the Contract Time because of any del�ay in the
Work attri�iutable ta tlie exerci�e of C;ity's ri�lits and remedies ufz�ier tl�is
�RTiCLE 14 -- PAYI�IF.]�iTS fii`0 CO]iTTRACT�R Al\T) CO]V[PL�Ti01t1
l�.pl Schedzaleaf 1/alrres
T�ie Sc��edule af Values for I�nnp sun� cantracts established as prov'r�led in i'aragrapl� 2.07 wil� serve
as the basis for prv�n-ess payn�ents and will be incol�rated into a for�n af Application far Payn�ern
acceptable to City. Prn�ress payment� nn acco�mt of Llnit Price Work wi�l be 6ased on the nwnber of
uni�,� co�npleted.
14.02 Pr°ngr�s.s Paynzer�ts
A. Applicalions,/or•Puymcrils;
I. �ontractar is respansble for pro�uiding all information as required ta becane � vendc�r of the
City.
2. At �ast 20 d�ys before the date establi,s��ed in the G�nera� Requu•��nents foi' O�C�I F]I'O�l'CS5
payment, Cont�actor s�iall s��brrut to Csty for revjew an Applieakion for Pa�iierit fi�ed out aucf
sigi�ed Uy t'ontractor covering tl�e Work comp:eted as of the date o� tl�e Ap�1��atia� and
accoinpanied �y such supp�rtin� do�urr3entatian as is required by the Gantract Documents.
3. !f paytneut i5 reque�ted ot� the basi,s c�f n��teri�ls �nd eq�ipment nat u�cor�orated 'n� the Work
but delivered an� suitably stored �t the 5ite or at annther locatinu �tgreed to in writing, the
Applicati�n for Payment sli�ll also be aeconipaiiietl by a bill of sale, in�or�e, or dth�r
dacumentati�n waiTanting that City has r�ceivetl the inaterials �nd ey«ipn�ent free and clear of
all Liens and evideiace chat the materials �nd equipment are covered by a�prQpriate insurance
or ather arran�em�nts ta proteet Gity's interest tt�erein, all of which must be satisfactory to
City.
4, Begu�ing with the second Ap�lic�tio�i for Payrnent, eacli Application shail 'a�clude ax� �ffidavit
of Cdntractor s�atir►� that previous progress paynlents reeeirfed ou accaunt of the W�rlc have
been appl�ed on �ccount to discl�arge Contractor's legitimate obligatiol�s asso�ia#�d ��vit� �rinr
Applicatians far Payment.
S. '1'��e �111DLlTlt of retHi�i�ge with respect to pragress payments will be as described ita
su�s�cttan C. uriless atheitivise 5tipulated 'ui the Co�itract Dociui�e��ts.
C1TV OF F�itT �A'flRTl-I
5TANDARUCONSTRtiCTlO�I SPfCiF1C�1'CIO\ pQCUh9�'N7'S
Rcvisinn: FV�.�3D21 —July B, 2023 — CORIFORMED
cx� �z c►o - i
GENE�AL COND ITIOtJ S
f'a�zc 53 uf ir3
B. Revie►��nfApplici�tic�ns:
I. City wi11, af�er receipt of e�ch Application far P�y�ne�tt, eitlier indEc�fe ul writing �
recomtnc�ndat�on of paycneist or returt� the Ap�lication to Contractar nldicating reasoi�s for
refusing payment. Tn the l�tter case, Gontractar m�y �nake the necessary correctians and
resubinit the Applicatial�.
2. City'S processing of aiay payment req�iested 'u� a�i Application for payinent will be bas.ed on
Gify's observation� af the executed Work, and on C`ity's review of the �1p�l��ation fvr Payia�ent
anei t11� aceompanying data and sehedules, khat ta tl�e best of City's l�iowledge;
a. the Work has pro�•ess�d to t;he �aint �t�dicated„
b. the qu�lity of the VJork is generally in accordance �vitl� the Contr�ct Docuinents (subj�ct
to an evaluation of the Work as a functianing whole prior to or u�►an Final Acceptance, the
L'BSlIIL5 Of �I7� Sll�7SEC�lI@Ilt tBStS C�II�d f01' 111 t�1B COtitl'�Cti DOCiit7let]tS, 1�1[7c'i1 d�fel'Itllllciflp[l
oFquantities and classiftcations for Wark pe��forined undcr Pa�•a�a�ah9.05, and �ny othel-
qEialif'ications stateci itt th� recanune�7datiou}.
3. Pracessing any such payment ���itl not tl�ereby be deei��ted to have represented d1at:
a, inspections m�de to check tl�e quality or tl�e quankity of the Wnrk as ii hns heen performed
��a�e Ue�n e��aiistive, extended ta every aspect of the Work in pro�•ess, or uivolt�ed
detailed inspections af tlie Work beyand tl�e res}�ansibilities specifically assi�nied t� City
iri t13� Contra�t Documents; or
b. ther� may not l�e ot��er n�atters or i�sues betwe�n the parties t�aat nught entitle Contractar
ta be paid additianaliy by Ciry or entitle City #o withho�ci payment to Contractar; or
c. Gor�t1•actol• l�as compli�d with I.aws aiid Re�ulatial�s applicable tr� Cantractor's �erformance
of tl�e W ark.
4. City n-�ay refitse ta process the w1�Ule or any part of any p�yment because af sulaseqtienYly
discovered evidetzce or tt►e cesults o#' subs�quent i��spections or r�sts, a�id revise or re�o�C�;
any siich payii�ent previously made, ta stach extenk as niay b� necessary to pt•atect City frotn
loss t}eeause:
a. tlie V1Fork is defectn�e or completed Wo�•k has been da�na�ed by the C�ontractor oi°
suhco��tractars reqtlu�in� correcti�n or replace�tYent;
U. discrepancies ui qua��tities contau�ed ui previo�s ap��C;ati�z�s for payn�ent;
e. the� Contra�t Price kias b�en rc;ciuced Uy C:hang�. [?rc�ers;
d. City ]�as bee�i r�q��ired to correct deiectiwe Work or comp�ete Work in aceordance wiil�
f'ara�rapli I�.G9; or
Cl7'Y pF F(}RT 11'ORTI{
SThNI)ARDfi0�5'fItL�CTION SP[iC'[h1CATl0.\" DOCllI41CNTS
Rcvi�i�m: �i23 �±(s21 — July 6, 2023 — CC3NFORMED
UU 72 UU - I
GEIV�RALC4�1n17lON S
P;t�c SA of G3
e. City lils actu�i k�ow�ed�;e of the occ�rrence af any of the e�ents enumerated in
!'ara�ra�i� IS.02.A.
C. Ret�i�lag�:
1. For contracis less than $4�t1,0(}0 at the tinie ot� exec�ition, retainage shall be ten percent
( I 0%}.
2. For conri•acts greate�• than $4�a,0� at the titne o� execution, retai��age shall be tive �ercea�t
(5%}.
ll, Liquiclatc�ciUartiages. For each c:alendar day that any work sl�all remain uncolnplc;ted afker ihe
timc. specif"ied in ihe Cont.racl Dacuments, the sum p�r day sp�cified in tlxe Agr��:m�nt wi� be
asses�ed agaii��t the rr�anies due tlse Gantractnr, nt�t as a penalty, bl�t as dama�es sufifiered by ihe
G�ty.
E. Puyment: C.ontractor wiil b� pa� piusuant to the requirements of hhLS Article 1� a�zd payment
will b�cs���e due in accordance �vith tlie Cnnrract I]a�ume�its.
F. Reduc�tiorr rn Fa,ymejzt:
I. Ciry inay refuse to n�ake paymetit of the atnount i•equested because;
a. i.iens have been �1ed in cannectr�n wit}7 the Work, exce�t where Contractor has deli�ered
a speci�c band sati�fa.ctory ta �ity to secure the sat�sfaction and dischal•�e of suc�� Li�ns;
b. tl�ere are ather items entiklin� City to a set-�aff �gai�st the arnaunt recai�►�tneitdeci; ar
e. City l�.s aclual kn�wledge of the o�eurrence of any of �lt� e�vents et�utneratecl in
Paragraphs 14.d2,B.4.a throu�h 14.42.B.4.e or Paragraph 15.Q2.A.
2, if City refuses ta make payment af Che arnour�t reyuested, Gity will give Contractor written
notice stating the reasor�s for such actio�i and pay Contractoe any amo�uit re�nainu�g after
ded«ction of the amount sa withheld. Ciry s��all pay C.nntractor the ajnount sn withl�eld, nr any
adjustineiit thcre�o agr�ed to by City and Contractor, when Contractar rern�dies tlie reasor�
far s�ch aeti�n,
14.q3 C'arrtrac�ai�'s War►-�r�7ty aJ�Title
Gnntractor w�rranks and gtiu�rantees that title to a�l Vv'c�rk, �naterials, and e�uipn�ent covered by any
Application for Paymer�t, wl�ether incorporated in the Project or jtot, will pass ta C:�ty i�o later than the
tu��� of payment free ai�cl clear af �11 Li�ns.
C1TY DF F(3RT �IrORT}i
5TRNbA[t1�C4N5TRtiCTION SF�.C'IFIC,�lTl4\ UOClJi41CIVTS
R.c�•isi�m: WL3��?f121 —July 6, 2023 — COTIFOI�MED
ar� �z ncr - i
GENERALC6NDIilONS
Pi�c 55 nf 6i
14.0� Par'f7f11 U�lI1�ClllOi?
�. Priar to l�inal .�cceptance of all the Work, City may u4e or nce�ipy any part af the Work ��+hich
has �p�cifi�ally been �ienti�ed in th� Contt�act Dacu�izents, ar wlvch City deter�vines coi�stitutes
� separately fiinctionin� and t�sable part c�f th� Work that ear� be t�sed for its intended purpase
witholit si�niftcant interf'erence with Cont�actor's perfarrnance aftlle remaii�der of t��e Work. �'ity
�t any tune may notify Contractar in writin� to pei�i�t City to ��se or o�cupy any si�cl� part of tlie
Work wlucl� City detertnines ta be re�dy for its intended use, subject to tl�e fallawing canditions:
1. �or�t��actor a1 anp titne tnay iiotify City in �vritiing that Contractor considers any sucli part af
the Wark ready� far its int�nded use,
2. Withan a rea�c�nable tirr�e afier notitic�tion �►s en�meratec� �n Pzragra�h 14,OS,A.1, Gity and
Cantractor shall ���ake an inspectivn qf th�t part af tl�e Wor�c to deterrnine its status of
Ct3iTl�}��il011. If Cfry CiRES AQt C011SlCIOC ��lai �7�iI'� p� t�l� WOT�C tD I]E: 5U�7Stallxl��}' cai��plete, City
�vill notify Conir�ctor ni wcituig gi�in� t�xe reaso�s therefor.
3. Partial Utili�zatiQii w� not car�stitut� Fi��l Aeceptanc� by Gity.
14.�5 Frn�tl ht.spc3clfa�t
A. Upon written notice frorn Contractor tl�at the entire Work is S ubs i a n t i a l ly Con�plete in
accordance with the Contract Documents;
1. Witl7in l0 days, Gity will schedti�le a Fuiat Inspeetion witli Coi�tractor.
2. City wil] notily Contractnr in writing of' a12 partEculars in wl�ich this inspection re�e�is that
the Work is incoFnplete oy d�i�ecti�e ("Puncil List Ttems"). Ga�itraceor shall imir�ediately take
such measures a� �re tieces�ary ta co2np(ete such Wark ar remedy st�ch def�ci�ytcies.
B. No tune ch�rg� will t�e ynade agaui�t ti�e Contractor between said datc of natificaCiqn to tlie City
of Substantial Coi��p�etion aitd the dat� oiFi��al lnspection.
1. Should tf�e Ciry determine thal the Wrn�k is nat re�dy ior Final Ins}�ection, City will natity tt�e
Cnnt�•ac�or an writing of tt�e reasnns and Contract Tune will resunie.
2. Should the City cotictu• tliat Substantial Completinn ��afi been achieve.d witl� the exception csf
any Punch Li�t It�:�i�s, Con�ract T'vne �vill resume i`ar ihe cluration it talces for Contraci.ar to
aclueve FinaI Acueptaiice.
14.00 Fincr! Ar. c.cl�lar�ce
Upc�n comp�etian by Contractar tn City�S STiLSf��ctian, af atiy additional �Nork ideiitified ul dte Fuia�
Inspection, City �vill i,ssue to Cnntr�nctc�ra letter of Fiu�al Acceptance.
C1TY OF Fi7RT 1l+ORTFi
STANbARDC0�15'fRL'CTIpN SPCCIFICA7I0\ DOCUMf_NTS
Rc+hsicm: Fi2?'��I —,�uly 6, 2fl23 — CONFQRMED
U{172 (H) - I
GENERAL COND ITION S
i'a�c 5(, pf l3
14.Oi F'rlrcxl Paymelat
A. Applrcatio��,/'or�Pr���jraent:
Upon Final Acc�ptanc�, and i� the apuiion of City, Cont�actor n�ay make an ap�lication for
final �aymern tojlowing the procedure for progress payinents in accordance with t}�e
Contracl D�urnents.
2. 'i'he final AppGc�tinn far I'ay�nent shall be acco�npanied {exc:e�at as E�revi�usly delive�-ed) by:
a. all docuinentatian called for in the Cantract Docutnents, includir►g biit nat lunited to the
evi�ence af u�surance required by Paragraplz 5.03;
!�. corisent of the st�rety, if ar�y, to final payin��it;
c, a list of all �ending or released Damage Claims against City that Contractor Uelieves a»e
unsettled; and
d. affisi��its of �ayments and complete and lepally effecti�e releases or w�ive�s
(satisfactory to Gity) of ail Li�n rights arising out of or Liens filed itx c�annection with tl�e
Work,
�, Papr�e�z! Becorrres TJu�•
i. After C''s acceptance of the A�Spli�ation for Payment and accorn�nying dactun�ntation,
requested by Cpntractnr, �ess previat�s payinents made and any su�n City is entit��d,
mclutiing hut n�t lu3uted to liquid�ted dama�es, will becoxne due and payable.
2. Aft�r all Danzage Clai���s have bee�i resol�ed:
a. directly by tne Contractor or;
b. GantvaCtar provides evisience t1�at the Damage Claim i�as been reported to Cantractor's
insurance provide�• for z•esoiution.
3. 7`he Eiiaking of tlle fmal ��aytnent by tlie City shall not relieve the Contractor af any
�ua�ante�s nr otlier requiretn�ziks o�' the Cont�•act Docuine�rts which speci�'�;ally contit�ue
�l��rc�a�er.
14.�� Fir�a! Co�ri�lc��ic�rr l,cicr}�c3r1 unc� P�r�liu! R4lair7rigeRc�lecr.re
�1. I�'tuial completion oC the Work �s sig��fi��ntly d�l��yed, and if City sa conkirms, City inay, upai�
receipt af C'a�itractor's iutal A��plicatFai� for Pay�ne�it, and witliaut terminating the Caait��lct, make
payinent af the Ual�nce due for that portion of tl�e Wark fiil�y campleted and accepted. Ifr1�e
rer��ainiug I�al�nee to t�c; held by City far Work iiot fuliy cai�plet�ci or eorrcct�ci is less than tlie
r�taina�e stipulat�d in �'a1•a�-apli 14.Q2.C, hnc� if banc�s have bee�l lirrnislied �s �•equired i�}
Para�ra��h 5.02, t17e written consent of t��e stGrety lo the ��ayment of� t}�e balance due f'or lha#
CITY QF F(3RT 11'RRl'� l
STANDAR�LY]NSTRl:CTIQN SPGCIFICATI6X DOCUh7CNTS
Rcvisiun_ R2b�l -. July 6, 2023 — CONFORMED
an �z ao - i
GENEF2ALCONb1TI0NS
Ps�c S7 ai' G t
partion of the Worlc fully aoinpleted and acce�ted sltal� be su��inittec� by Contr�etor to City with
tl�e Application %r s�eh payment. Such payli�ent sha�l be tnade under the ter�rls and co�lditions
go�ernitig fir►al payment, except tl�at it shall not eotxstitute a wai�er of Contraet C�aims.
H. Par•ti�rl RetcrilaageRellecr,�e. l�oz• a Catltract #ha# }�ro�ides for a s�;p�rate vegetative establ�stu�etit
�nd rna�ultenance, and test and perfarznance per�ds fal�wmg the COf17r�Et1011 �f all other
consttuction in t�ie Counact llactunentti for all Wtirk loc�tious, rlie City may rele�sc a pc�rtiaa of
t��e a�naiuit retained pravi�ed t1�at all ntlier vanrk i�� completed as detennu�ed by the City, I3efo�•e
tl�� r��ase, all s�ibrnittals and fiu�al quantiri�s must be completc;d and ace�pted %r aIl other woric.
An anio«nt sufiiei�fit to ensure Contract carnpliane� will be refained,
14.�9 l�Taiti�er c�/'Glcrin�s
The acce�,ta�3c� af'tinal payrnent w�11 cQnstitute a re�ense of'the Gity fmm all cl�ims oi- liabili�ies
LlI1L��I' ti�l� Cnntract far �nythuig do��e ar fiu-�ished ar rel��tai� to the �r+nrk under the Gantract
Da�uments or any act or neglect of City re�ated to ar coruiected with the Contr�ct.
AItTICLE 1S — SUSPEI\iSION UF' WORK AND T�;RM1N�,'1'lO�1
i S, O 1 Crty Mrry Sirspe�xt! Y�'r�rk
A, At any tn�e and witllout cause, Gity m�y st�spend the Wot•k or any portion ther�of by written
�iotice ta Cnntractar n.nd which rnay f� the dat� on wliic�� Work wiiI �e resurned. Cor�ti�actor shall
resurne t�e Wark on the date so iixed. Durittg tem�o��ary suspensian af tlie Work couered by these
Cantcact Docui�neixts, for any rea�on, the City vvill malcc no extra pay�nen4 for sland-by tinie of
canst�•uctinn �quipment andlor eonstruction crcws,
f3. Shou�d the Contractor not be able ta coinpEete a�ortion of tlie Project due ta causes b��or�d the
control of and witi�out the fauft o�• negligenee ot the Gontractor, and sllouki it be deker�r�ined ny
l;�utual coz�,5e�li of the Cnntractor and Ci1y tli�t a sohition tn allnw cnnst�liaiion ta �tiraceed i�� not
��ailable within a reasonable p�rio� of tnne, Contractor may request an �xiension ui Conh•acc
Tune, ciirectly aifributable to any sucll suspensinn.
C. it it shotitkl �ecnn�e necessary t€� sus�end the Wo�•k far an indetinite �eric��i, the Cantractor s��ali
store all t»aterials �n such a mamier that tt�ey will nat obstruct or i��npede ihe public unnccessaj•ily
yiar beco�ne ciama�;ec� in any way, and lie shall take avety precaution to pre�etaf dani3ge nr
deteria��ati�n of tlie v�xc�rk p�r�ormed; he sI�all prow��e suitable dr�ui�jge abaut the t��ork, �nd ereci
temporary structur�s where n�c�ssaxy.
D. Cont�actor nlay la� r�unhursed for the c:ost of ino�uig l�ss cquipment �ff the job and r�tui�z�ulg the
T101:�5Sc�t'j� BC�U1�3Z1]�Ylt t❑ the .ja� when it is determined by the Gity that canstiuctiot� may he
resu�ned. Suclt reimbu�•semer�t s11a1! be based ot3 �cival cost tn the %olitractor ot rnovin� tf�e
ec�uipmeut and no pro�t �vill be �ll�Oi�JL'C{. R�IIT1�lE11'Sel7lEtlt lI]£t� IlUt 23� aIlpWeC� If k�lL CL�LlI�?L11CIli IS
maveci to �uatIicr coi�striictiun proj�ct fc�r t11e Gity.
ClT Y OF P(71tT R!{]RTH
5TANDARDCONSTILL:CTIQN SPCClF1CA'Cl0\ DOCUh1GEVT5
i����ision: fi2i�(i2l _,�uly 6, 2023 —CQNFORMED
60 72 ()El - I
GENERALCONDITIONS
!'nZc 5$ of G3
15.�}2 City Ma)+ 7'ernunale, f nr• �'aus�
A. The occtu're�ice ofany one or mnre of the follvtiving events �y way of example, but not flf linutatiot�,
may justify terrnulati�n for cause:
1, Cantractor's persistent fail«re to perfoi•i�z tlle Wark in accordance with the Cantract Documents
(inciudin�, b�tt not limited �a, f�ti�ure #o supply suffF�ient sEcilled warkers or suitable n��terials
nr equipm�nt, f�ihue to ad�tere to the Project Schedttle estal�lished under Pa�'agraplt 2.Q'� as
ad,�usted fi•om tune ta tune purs�ant to Par�graph G.(�4, ar faih�re to ad��ere to �he City'S
Business Diversiry �nteipri�e Drdi��alice #�2(1�20-12-201lestablished under P'aragrap�i
6.OG.I7);
2. Co�titr�ctor's disref;ard ot� L�ws or Regulatians oi' a�}y publi�c bady �avinb jurisdiclio��;
3. Cai�traccor's repeaked disregai•d of the �uthoa•ity of Gity; oi•
4. Coi�tractor's viol�tioii in any substantial way nf �ny pravisi�n�� of t�te Contract Documents;
or
5. CanCractor's failure to promptly mak� gooti auy defect in nzatc:i7a�s ar workinaiyshi�, or
dei'eets of ar�y T�atl�re, the correctian of which l�as been dir�cted in writing by t�� City; or
b. Substant�al indication that the Contractor has �nac�e an unauthnri�ed assignti�ent of the
Contract or any fiuids due tl�erefrorr� for tlie benefit af any creditor �r for �ny otl�er p�ose;
or
7, Substantiial evicien�e tt�at the Contra�tor lias beeoine insolvent or batilcrupt, or atl�erwise
fman�ially �inabl� to carry on the Work saiisfactorily; or
S. Contractor commences �e�l actinn in a court of competent jurisdictian a�ainsi the City.
B, ifi one ar t�nare of the e�e�t� identi�ied in i'ara�rapl� 15.02A. o�ct�r, Gity ��+i�l pravide written notice
to Cantractor and S�uaty to arrange a ca�2fere�ice with Cnntractor and Siu-ety to address
CnnYractor'� f�ilure ta �rfnnn tlie Worlc. Car�ference shall be lield not �ter fhan 15 days, after
r�c�ipt a�`noticc;.
I. if the City, the Gontractor, and the Surety do r�nt agree to a11o�u the Contractor to procaed to
per�orm the con5truction Cantrack, tl�e City may, co tha extent p�sYnitted by i.aws �nd
Re�uladnns, dec��re a�nutractnr default �nt3 Fotnnally teiznu�ate the Canh�actal�'s ri�ht ta
complete the Cantract. Contractor default shall not be declat'ed eaeliei• tl�ati 20 days after the
Contractor ai�d Surety have received �iotice of ccat�erence t� address Contractor's failurc: to
perfnrm th� Work.
2. Tf Cantractai's services ar� terminated, StErety shall he obligated tc� take over and perform the
Wark, if Surety daes not cc�mmence perlorr�iance thereoi' wit�in i 5 consecuti�e calendaj• days
after c3�3te af a�i 3dditiox�al �;=ritten natice denk3nding S«rety's �rfari��ttnce nf it�
C11�Y pF F(]R1' �1'C)R`i'H
STANDARDCUNSTRI;CTION SPI:CIFfCA'C]c7': I]C3E'I}Mf_'NTS
Rc��izic>n: k�L�.�l � July 6, 2023 — CONFORMED
(]U 72 Uil - I
GENERAL COND ITION S
Pn�c 59 qfC3
ob�ig�ti�ns, then City, wit�inut process ar actio�� �t l�w, rnay take aver �ny �rtian of t�e
`rVoi•k aud cc�i�7plete iC as descr��ed be�aw.
a. lf City camplet�s tli� Vvo�•k, City may exclude Coutractor anil Surety from tlie site an�i
tak� pc�ssession of the Worlc, and all tttaterial� au�i ec�uipi��ent incorparated 'ulto the VVc�rk
stared at the Site or far wirich �ity �h�ts paid C�antr�ctor or Surety but which are stared
e��whare, and finish the Wark �3s City may deem ex�redient.
Whetl�er City or Si�rety cai�r�pletes the 1�Vork, Cornt�•actar shall nat be entitled to receive any
fur�herpayrr�elit unCil the Work is fulished. if the unpaid ba�anec; oF tlie Cantract Priee exeeeci5
all elaims, casts, losses anci dama�es sustained by City a�•isirt�; auk af o�• resulting From
car�7ptetin� ti�e VVrn-k, such excess will be �aid to Contractor. If sucl� clai���s, costs, lnsses and
darna�;es exceedsi�ch unpaid balan�e, Contractor sha11 pay th� differer�ce to City. Stre� clai�ns,
costs, losses and datnL�ges incu�i�ed by C:iiy will be irYcorpor��ted 'ni a C:Ei�nge O��der, pra�ided
that when exerci5ing any ri��ts ar remedies �mder this paragra,�h, �iYy s1i��Il not be requu'eci to
obtain lhe low�st price for the Work perfor�n�d,
4. Neit�ier City, nor any of its res�ective cansultants, a�ents, officers, directors or employees
shall he in any way I�ab1e or accnunt�ble to Contractor or Su1•ety for tlie tnethod by �uhich t1�e
co�np4erian of the sa�d Work, or any �x�i�tian theY•eof, i�y be accomplish�d ar for tlie price �aid
tlierefpr,
S, City, 110�WTt�15i�T1C�Il1� �]B ri1��]lOCI used 'm eompletuig the Contrac:t, shall t�ai forf�it tlxe right
to reeover• danl�ges from Coi�tractor or Sur�ty for Contractor's f�ilu��e to tuu�Iy catnplete the
entir� Contract. Contractot• sl��ll ilot be entitled ta ai�y claim on accout3t of' tl�e rnethad used
by City ua cornpl�ting the Gantract.
6. Maintei�ance o� the V�/ark shall continue to be �antractar's and Surety's respansibilities as
�rovided �ar in the bnnd requu'ements af the [;onYract Dociunents or �ny S�ecia� guarantees
provi<1ed fUr un�er th� Conri�ct Dac�¢nients t�r any ohher abligatians okherwise px•escribed hy
law.
C. Natw�thstand'mg ParagrapMs I 5.02.B, Contra�tor's services wiil not be tei�rnin�ted ii' Conlraclar
begins withu� seven days of receipt of nntice aF intent to ter�nmate to calrect its faihu•e t� perfarm
�nd proce�ds dil��;ently to ctu•e such f�ihure withui no snore than 3Q days of receipt of said natice.
D. Wher� Contractor's ser�ices have b�en so t�r�ni��ated by Gily, th� ter��unaiion wil3 not afPect �ny
riglits oy reinecli�s of City against Conta•actor ihen e�ti�ig or wl�ich may thereaCtcr acurixe, t1x�y
retentian ar payrn�nt of ir�oneys due Contractor �iy City wiil not reteas� Cnntractor fi•o1r� liabiiity.
E, if and to t�ie extent thai Cantraclor has pro�ided a perfo�7n�nce l�and under the �-o�i�io��s of
Para��apli 5.02, t�ie termm�tion pracedures of that bond sl�all not supersede die ��ravisians of r1�is
Artic�e,
CITY t)�' F4lfiT l�°ORTH
STAND,1RqCt)NS'CRliCTEON SPfCIFIC�1T10\ DQCUNICNT5
Rc.��itiican: R23�?p21 —,�uly B, 2023 — CONFORME❑
Q4172 UU - I
GENERALCONblTIQN S
hiigc fi0 pf 63
15.03 C'ily May Terr��iraate Fn1� C;n►tvet�ierrce
A� City may, without caus� �nd wit��out pre,�udica to any ather ri,�t pr re�nedy of City, te�-ininate the
Cont�•act. Any ter�ninatian shall be effectc;d by tnailiug a natice af the texmit�ation to the Contractor
specsfying the exteiit �n which pert't�rtr�anee of �ork ur�der tk�e contract is terminat�d, and Che date
Upon wh��h such terrnination becon�es effective. Receipt of the nokice sliall be c�e�med
conclusivety presi�u�ed ��nc� established when t�ie letter is placed m the Un�ed States Yo�tal SeivFce
Mail hy t��e City. �Luther, it shall be deemed conclusrvely presunied aa�d establislied tk�at Sitch
tern�iali�n is macie with jti�t cause as therein stated; and na praaf in aiiy clain�, dernand or sui�
shall be requi�ec� of� the City regardiai� suc� discretianary actior�.
B. Aft�r recei�t of a notice af terrninati�n, and except as otherwise directed by the City, the
C`antractor sl�all:
i. Stap wark �ander the Contractan tlie date and to the extent specitied 'ui the notice nti tei-�nination;
2. pl�ce no fui�tlier orders or subcontracts Far ir�ateriai�, s�rvices or faciliti�s �xcept as may be
necressary for completiot� of such parti�n of the Vlrork iwder the Coaitract as is not terni'viatc;d;
3. terminate all orders ans� subcontracts to the extent that tl�ey relate to the perforn�ance of the
VVork terminated by notice af` terininat%oi1;
4. t�•ansfer ti�le ta the City �nd de�iver in the t�anner, at the tunes, and to the extent, tf any,
directed by t�e City:
a. th� fabricated or unfabricated parts, Warlc u� progress, con�l�ted Work, suppl��s and
oth�r inat�r'sal prcxluced as a part o�`, or ace�uired in connec#ion with the performanc� of,
the Worlc terrninated by the notice of't�ie terrninat�n; and
b. tl�e earnp�eted, or partia�ly co��npleted plans, d�•Awings, in1�a1-rnat�n and other pro��rty
which, if tt�e Conh•act had be�n campleted, waul� have be�n requu•etE to be furnis��ed to
the City.
5. coi�ipl�t� performance of such Work as sha�l not have b��n ter�wi�ated by khe natice of
terrninat�n; and
6. take sueh �ction as tnay be necessa►y, ar as the Gsty may direct, far the protection and
�rese�•v��ttia�� of the pro�erty rel�ted ta it� cnntr�ct t�rhicl� is ui the �s5ession of the
Contractor and i� wluch tkYe awr�er has or n�y acc�uire the rest.
�:, At a time not l�ter th3n 30 days aftet• tlte tc:rnt��lion date specified in the notis:e of t�rmir�atian,
tl�c� CaYltractor �Zay suhmit to the City a list, ce��tif�,ed as to qu�n�ity aud qtiaGty, of any r�r all ite�ns
of ter�nination imrentoiy not previ�usly dispased of, exclt�sive of items the das��sition ofwhich
has been direeted nr auChari�ed by City,
C'ITY QF P(7R'T 11'(?R7'H
SiAN�ARDCONSTR];CTIfSN SPCCIF[C+1T][7� ROCIIML�.NTS
Rcvixiun: F�21'�[L] .- July 6, 2023 -- CflN�ORNfEd
oci�zua-i
�ENERAL COND ITION S
P:�c G1 nf G:i
ll. Not later t11an �5 d�ys thereafte�•,the C'ity shall acce�t title tQ s12ch itetns �rowic�ed, tl��tt the liSt
submitxed shall be subject ta verificatinn by the C;ity upcm retnov�l of the ite�ns ar, if the itesns ar-e
stor�ci, witl�in 4S cEays fi•oru t]�e c�ate of st�bnvssion oi tl�e list, and any ��eceesaty adjustments to
conrect the list as subrniited, s��all be ntade pr�or to fina: �ettl����nt.
E, Not later thln 60 days atter the natice of termination, the Gontractor shal] sitb�nit his terrninatic�ri
claun to the City in the fartr� at�ci with the cert�cation prescribed by the City, Unless an extension
as �nade in writu�g with�r► such 60 d�ny periad by the Co�ih•actar, and granted �y the �'ity, any and
all sueh cla'vns shall � couclusir��Iy de�rne�l waived.
F. Ii� sucli case, Contcactor shall b� pai� for (without clt��lication of' at�y ileu�s}:
l, cantipleted and acceptable Worlc executed i�� accordance with the �ontraet l�gcu��ents prior
to the ef�'ecti�ve date of terminatio��, including fair and reasc�nable s�ims fnr pverf�ead and pro�t a�i
suc�i Wnrk;
2. expens�s su.5tained pri�r to the �ffective date af termn�atian in �erforniing services and
furnishi�g �aUor, inat�rial�, or �quipin�nt as requirecd by the Cc�nri•act Documents in co�inectian
witlY uneompletec� Work, plus fair and reasonal�le sun�s for ovGrhead and protit on sucll expenses;
and
3, reasonable ex}�nses directly attribLitable to teri7�ination.
G. Cn tlie event of the faih�•c of th� Cantraetor �nd Crty to �gree upon the whole arnount ta be pr�id
to the Conlcacror by reason of the term'viation of tlte I�Vark, the C.iry s�zall deterniu�e, on the basis
oi u�foi•ir�ation available to it, the amotiint, iF any, due to the Contractor by r�asonof the ternvnation
and shall pay to the Cantractor t�e ainaunts deterit�ined. Contractot �hall ��ot be pasd on aCcamit
of loss of anticipated pr��ts or i•evei�ue or otl�er ecortic�mic loss arisit�g otrt nf or resultin� t��m
such t�r�i�inativn.
A�ZTICLE � 6 — Di�PUT� ➢t�.SO�l7Ti01ii
16.D1 Metf�vcls cr�tc�l'r-vicedcri�es
A. L•'ilher City or Contractor n�ay requc;st inediat�on af any Canlract Claim st�bn�ilted for a decision
under Para�;ra�rli 10.05 before such decision hecames fi�3�tl and binding. The request for mediation
shall be sub��vtted to the other party to the C:ontrlct. Tunely subnit5sio�i af tlie reqvest shall stay
the effect of Naragr��ah 10.�6.E.
B. Ciiy and Contractor slYall pariicipate ut the inediation process in goocl faith. 'I'he process shall be
eomrnenced witl�iil GO c�ays of filulg of the rtquest_
C�.. �f the Canti-a�t C�i�r� is �1at reso3v�d by ir�ediat}an, City's actE�n utider Para�ra�l� 10.0fi.0 pr a
denial �ursuant to Para�ra�lls 10.O6,C,3 or ]O.OG.D shail becon�e final and binding 30 days af�er
tei•mi�3ation af ti�e mediation unless, wit)�izi thlt tune peri�d, Gity o�• Gantractor:
CITY OF FORT 41'ORTH
STANDrlRllCdNSTRUCTIpN 5PECIFIC,h710\ DDCUMCAfTS
Rcvitiinn: R2�2[i21 _ ju�y g, 2p23 — CQNFORMED
[lU 72 U(1- I
GENEFtAL C�ND ITION S
T'n�e G2 nf G3
1. elects ir� writu�� tn invoke any otl�er c�is�ute resnt�itiot� process ��ravided for ui khe
Supplei��eutary Cont�itians; or
2. agrees witli the othec part�y to suUn�it tl�e Cuntract C�un to another dispute reso�ution
process; ar
3. gi�es writtei� not�ce to t}ie other party ofi the intent tn s�tbmit tlie Contract Clairn to � court of
com�tent jur•isdicti�n.
A.RTiC��, 17 —1�1I�CELL�1�1E0US
17.O1 Gi�3in�; NotieE�
A. Whene�er any provisi�n uf tlie Contract Docume��t� requires the gi�ing of v��i•itt�n notiee, it will
be deerned to hnve beer� validly giuen il:
1, delivered sr; person ko the indivi��Ea1 or to a trt�rYiber af tlfe firm ar to an officer of tl3e
car�arati��n far whom it is intended; or
2. delivered at �r sent by registered or certiiied j»ail, posiage pr�paid, to tlie l�st business
adc�ress kno�vn ta the giver of the notice.
B. Business 7dciress ch�n�es rnust be promp#ly rnade ir� writin� to the athe�• party,
G, Whenever the Gontra�t I)ocuments specifies givittg notice by eiectronic maans sucl� el�ctronic
not�e shall �a� deemed suffic�ent upon canfu•matian of receipt by the receiving �arty.
17.02 CoJ�aparlerlinrt �jTlmes
Wheyi ar�y period of t.irne is refei7•ed to ui the Cc�ntract Doeuments by days, ik will h� cai��puteci ta
exclude the �'irst anc� include 11ie ]ast day af sucl� �eri�tl, If tf�e lasl day of any such period fall� nn a
5aturday or Sunday or on a day niade a le�al hvliday the next Workin� Day shall beeome the l�st day
nf the periad.
17,03 Ctr�n�rlative �emedie,c
The duti�s and o�Iigation� u��pused by th��� G��iet�al Conciitiaiis and the riglits and reii�edi�s available
h�rc:und�r to the pa�taes hereto ar� ui ac�tlilian ko, and ��•e not to be construed 'ni any wayas a lunitation
of, any ri�hts and re���edies auai�ble to any or all of t}�ei�n which are other���ise i�n�sed nr• available
by Laws or Regulatio�Ts, by sp�cial wai�ranty or g�►ai•antee, or by other provisioi3s of' the Conlract
Dncume�its. The provisions of thi.� Parag►-aph will be as effective as if repeated s��ecific�lly u� the
Contract Docunjents in caui�ectinn w'rt�i each p3rtici���r duty, abligation, right, and reinedy to whic��
tliey appiy.
ClTY L)F F(1RT 11'C7Rl"H
STANDAR[7CQ�lSTRl�CTION SP�C[Fli'ATiO\ [lQCllhll:M7'S
itcvisiun: W13:�E -,}u!y 6, 2023 - C�NFORMED
UU72UU-I
G�N�tZ4LCQNDITIt]h S
Pt�c C>3 of fi3
17.OA� St.rrti,rval of'Uhlrgario�as
All representatiatjs, inc�er�utitieatiatis, wai•ranties, and �,��trar�tees made in, reqvu�ed by, or gi�en it�
aecnrdance with the Contraet Documents, as w�ll as all conti�iu�ig obli�at�ons indEcated in the
Contract Docun�ents, ��vill survive fiina] p�yrnent, coinpletion, and acce�tance of the Wt�rk c�r•
tertrtination or cam�letion af tlYe Contract or term'v��tion of the sei�vices of Contractor.
17.a5 llc,�aclirr�s
Article and pai-a�aph h�adin�s ar� u�serted for conve�iience onIy and dn not constittite parts c�f these
G�iZeral Conditians.
CITY f]F FflR7� �,1'ORTIi
STANDARDC(1N51'RI;CTIDN SPEC[FICATI4\' nOCU[vfLNTS
Etc�•isian: R73.�1 — July 6, 2a23 — CONrO.f�MED
ocr �� o� - �
SUPPL�\+1L:�TAFLY C'OfYDIT[DI�S
Page 1 nf (i
S�CTiOI�i DO '93 00
SUPAL.I?Mi:NTARY CONn1T10NS
T(7
GENERAL C'ONDITIQNS
5up}�IemenCnr,y Conditians
Tliese Supple�nentary Canditi�nw �nodify �ind supplenienl 5eclicin 00 72 00 - General Concjilions, t�nd other
provisions of thc Contr��ct Documcnts s�s iudic��tcd bclow. All g��ovisions of thc Gcnct•al Conditio�is that t�rc
mod�fied or supplemented remain ii� full force aud effect as so modi�'ied ar s►�pplemented, Al] pravisions
of thc Gcncral C;oiiditions w��ich arn iiot so �nodified or supplcrncntcd remain in full forcc and cffccs.
❑cfned Tcrm4
Tl�e tei�is used ii� lhese Supplen�eut�iry �'o�ic�itions wliicli fii°e c�etiueci in tl�e Generai Gnndilinns h�ive the
meanin� assi�ned to them in the Cieneral Conditions, unless specificaity aoted lierein.
Modiiicafions and Suppleme�ts
Tiic Following arc inslnictions tliat mc�dify or sup�lcment s�ecific p�r~a�,�pl�s in th4 Ge:ncral Canditi�ns an�i
vther Contruct Ducuments.
�G-1.01. "`Detii�ed '1'er�ns"
Add Dcfinition:
Si�h.ctErntiul Cc,rrrFsleliar� — The date u� whiclt tlie Work for a specilied par� Ehereofi ha4 pro re� s5�d
to the point wher�, in the o�i�iian of the City, the Wurk (or s� specifieJ �>�r� chereof) is sut�ciea�tly
com ]ete. in accordance with the Aereen�ent �nd ali Contr�kcl Dacumenls. so that the I�iinrk �nr tt
speciiied �art tl;ereat� can �e utilized for tlfe purposes for which it is intended. '1'he terins
"substantiall� co�nvlcte" and "substantia�l� comnleted" �s ant�iicd to all or nart of tl�c Work refer
ta Subst�ntial Complctio� thceeaf.
SG-3.03R.2, "Rcso.lving �iscrcpancics"'
Plans �overi� pver Specifiicatio��s.
SC-4.OlA
T:asement lrmits shown c�n tf3� [�rawing are �pprc�rimate and �t�ere �rnvideel �o establish a basis 1'ar hicicfing.
Upon ��eceiving the final easeine�als ciescz'iptio��s, Conkr�ctar 41t�1i compur� iltei� to tl�e li��es sl�a�vn on the
Cnniract Dr7wings,
SC-4.piA.1., "Avail�bility af Lfl�ads"
Tlye li�lln�� in� is a]ist c�fknn�,vn outstandrng righl-nl=�►��y, �nc�lnr easements �t� he acquired, il' a��y ��s oI�
�1ay 2023:
Uutstanding Ri�ht-Of-��'a,y, andlor �:asen�cr�ts ta i3e Acquired
PARCL-'L OWNL"•R i'AKC;L'1' DA'FE
[YUMBGR OF P055E5510N
Ci7'1' ()F FOI�T 14'lirtTl] S'I'ANbACil7 Cc?NSTfZUCTION Itoifin� ilills 4t�ntir Trdatn�ent I'lnut C'hlorina Scniliber I{eplacement
SPE:C11�fCAT1UN DUC'UMl:1VTS— WATEsiZ I�ACIL1Tl' PROJl:CTS nro}r:c:l Nu, ]03127
Revised Au�usl IS, 21i17 - Ml�dilied M�}'?G2:3 Ju[�� b, 2�?3 f'O\FORA�GC]
(1p 73 UO - 2
SUP�'LL;19�\'iAEtY CUNdITI()NS
Pa�e � of(�
1'AI�C �; �.
NUMBi:It
Nonc
Q W I�! L•;lZ
'1'AxG�;'C 1]A'1'�
UI� PUSSE5SIUN
�"1►e Cantrac#or undcr5iandy and agrecs Iliat tltic dates listcd abavc arc estitt�ates only, arc not guarantced,
and dc� nt�l bind tl�e Cily.
If Cnntract:or cc�nsidcrs Ihc fin�l cHscmcnts �rUvi�icd ta diffcr malcrially fram ihc rc��rescnt�tions nii tlic
Contract Dr�wiiz�s, Conlr�ctor shali witkiin fi�c (5) �iusiness Days a�id before proceedirtg with the Work,
notify � ity ir� writi�ig:�ssncia#cd tvith tl�c diffcrin�; c�sctnent ]u1c lacatious.
�C=4.0� A.�, "A��ailnbility of I.ands"
Ufilities ar o6struckian� ta be remaved, adjusted, dnci/or relucated
`I'he followin� is lisi of utilitics and/or o�structians tlsal I���e noi becn ra�novcd, �djustcd, andlor rcEoc�tcd
as of May 2023
f:XPF.CTFD UTII.ITY AND l.(}CATipI�
aWN�R
None
TARGF.T f3ATF. OF'
ADJUSTMC�IT
The Contr�►ctor underst�u�ds �nd a�r��s khat the c�ates lisfed abowe are estimates on.]y, are not guara�lleec�,
and do not bind tlic Cicy.
SC�1.O�A., ``Subsurface pnd Yhlrsical Conditio��s"
Ttre fnll[�tti�ing 3re re�rnr�s ol�explora�inns and lesls of'suh�url'ace condilit�ns at lhe site ofthe Wnrk;
None.
Thc follo�vi��� arc draw�ngs of ply�+sical conditians in ar rclating tn cxistin� sui•facc and stibsurfaec
structurc� {cxccnt Undcr�trnund Fti�ilitics) which arc €�t or cot�tigunus la thc sitc of tl�c Work;
19)b' Rallrrtg HiJl.s FVu[er Tr'eutr�ierrt �lci�r! Chloritrc�, rint,rr��nirr c� CJnc��r I��rprm�c�rrrcr►21.�, Fi•��,�•c d'r AricJaols,
5C-4.4GA„ "llacardaus En3�ironroental C�ndiE�vns at Site"
Thc folkc►��ing arc rc�o�rts and dra�ti�in�.s of cxisting hazardnus ci��ironmcntal corjc�itinus kuown to tltc City,
i+Ionc.
S.C-5.03�„ "Ccrtifics�tes �f lnSurAnce"
The entiti�s Eistecl belo�r� t�re "�ciditinnal insureds ;�s their interest m�y �ppe�ir" inclutlin� tl�eir respe�tive
officers, directors, r��ents and e�nployees,
(1) City
(Z) Cunw4�ltant: C�►rulla Lngineers, Inc.,
[�17'Y OF FOft7' WUIZTI l STANUAkti} C'C�NSTIZLIC:7'Ic]N itollin� I fills Wa1er 1'i�.ntniant f'Intit i.'hloriue 5cnib�er Ite�ilacement
tiPL:C�I�EC:ATIC)N PUCUNIliNTS — 41'Ai"k:t{ t ACILITI' PROJL'C'T5 Pnoject N�. 3fM3127
E�evised Au�ust I5, 2U17 • Mndilied May 21123 July 4,, 2U2�# CO\FQRINED
(1073U(1-3
SllPPLL\�i�t"TAIiY CU[VDITIUNS
Page 3 nf 6
(3) Other: Nane.
Lach �olicy slrnlf c�rrtai�r n cr°r�ss lra6ilit}� «i� seti�r.raGili�j� uf'uite►�est elnuse nr eridnr.ce►�i�nl.
Is,su►�nace crlu�r7�i� 1lre .c�eciJied rrrlditrortal i�isrrf�eAs alrrrll he pNimary i�tsrerUnc�, nirr! rrl� �tlrer
i►rstrrrru�e c'FlYI'[G'[I Ily flff' RlI(I711(1!f[til7f�fll�erl+ a�l�rrll be exces,5� rl+srrrn►rc�; ulrr! ���it{r Yes�ecY tr�
wnrke�•s' co�ipe►�4utiat arrd en�plul�er's fia6ili,ty,, rairipr�eJrrnsive arrtwr�o6r`le liabiliiy,
co�►eniercinl gcrieraJ lraGilir�E, n►irt eeni6rel�r� liabrlitv Frisrrrairce, Ca�r�ractar shall rcqrrire
Cnl�lrrre�n�°'s rrrsrrrance rarrier�s fo svaive a!! rl�lrls nf srrbrofi�aliou rrgnitrsl Ow��er•, E�i�iir�er;
�frgilreer's Conslrl'fnrrls, anr! tlieir 1�espective af�e�rtc, r�lr�eclof;s, prr�°U�ef�s, elteplayee.c, and
uge,�rs.
SC-�.04A., "Contrgctor's ins�rancc"
Tlie limits of Iiability for Ihe iusur�uce reqtiired by I'�r7�rapli GC-5,04 shall provide tlie following
co�cragcs for nat �css tltai� thc following �maunts or grc�tcr wkicrc rcc�uircd by faws and r��,ulatio�is;
5.04A. ViTorkers' Compensation, under PAragraph GC-5.(?�iA.
3t�h�tnry limits
�rnployer's liabiiily
S IOC�,OOU eacli accidcnUoccurrc�7ce
�!U(�,OOU Discase - e��ch cm�laycc
5504,00�? Disease - palicy limit
SC-�.04�., "Contractnr's Insr�rancc"
S.OAB. Camme�•cial General LiaUility, under Puragraph CiC-5.448. Contractor's Liability Insurance
undcr Para�rapl� C►C�5.Q4B., W�IICEI SI1�E� L�C d!1 8 pCl' �1'fI�JCCt �8515 CU'4'CI'lll� [EtC C:f]I1til'�1Ct�1' Wk#Il
tnii�itt�tun li��iiis af;
51,004,040 each occurrenc�
�2,ODO,ODO Ng��regate lii�it
�l'he policy i�ust ha�e �fi andorsement (Amendn�ent — A�greFate Limits of liism•a�ic�) makin� tl�e
Gencral Aggregate L'unils a�}�[y se�aratcly ta c�ch jab sitc.
Tl�c Commcrr;ial Gencral I.iability Insurancc �c�iicics shall providc "X", "C", and "U" eovcragc's.
Verificatian of such caver��*e nZust Ue shnwn in the Re�narks Artit;le nf the Certiticate of' (nsur�nce.
SC 5.04C., "Contractar's Insnrance"
5.04C.. Aum�abilc Lis}�ility, uncic�� Par�graph C;C'-5.04�, Contractor's Liabilicy lusurancc ur�dcr
Paragraph CiC-5.U4C., wiiich shall �c in an atno�.mt not lcss than the followi���; ainaunts:
(1) AutamobiFe Liubllity - a wnana�rcial btEsiness pc�Iicy sh�l] provic3e w��rag� on "Any Auto",
defined 7s autns nwned, hired �nd nc�n-a�vned.
$1,0U0,U0�a cacll accident on � combined sinble limit basis. Split limits are .�cceptable if limits are at
]cast:
5250,00(} Ruclily tnjury per p�rsc�n /
5SOp,40Q RodiEy li�jury �er flccictent 1
SLOU,UUO P�•uperty Dama��
C'17'V OF F01tT �h°OTt7"II STANI)AI�[� C'C�NS"fItUCTEON [tol�ing 1[ifEs w'nter "I'ren�men[ Plnut C']7lorine Scn�bbee Re��laoemen�
SPLC'[I� IC'ATIDN DUCUA�IG1�iT5 —�1°ATGli I�r�C'ILI'fl' i'RUJL'C'7'S Prajc'�;l No. ]U3 ]27
Reviceci Augusl 15, ?ni7 - n�t��di�ied M�y2u2� luly G, 21123 C'O\FORh9E❑
UIl 73 Cf0 - 4
SUPPLL•.IAL:\TARY CDNDITIONS
Pa�e 4 nl'G
Cnnfractpi�'s Palkrtrou LiaGili�� 1'nsurr�,rc� CorrtrActor shall ��r�f�cllosG an�! n�ai�rtarrr n 1x�licF �aveF'�71;�
tlrir�! pru�lj} it�f�rr,�� urtd �f�nperty drr�rrrr�e clrriitrs, n�clrrdiitg clea►�-t:p cnsts, as n i•c�si�Cl af pnlleeliore
cr�itrlitiuirti R��isi►tgJ'rn�rr Cnutl�actrxr's ope��a�iaus uud c�o��r��leferl nperullons. This iusuj�pnce .r1�rtJI be
,�1ar',:rrrrr+�r� J'r,r rrn le.rs� tfrarr tfrree y�Nrr��s ujte�� frarel cov�tplellrtn. CnNerage slutll 8e i►� ary rrnroerlrt ilnt lecs
thrr�r the fo!lnwiltg u»lurrn�s:
� 1,OOO,QOQ Encli Gccurrence
�2,UUO,OOQ GnncraE Aggee�;atc
G�utractm•'.c pi�nf�ssrn�eq! Irahilit�� i�rsfrrn�rce: If Cnieli�ac�tr�r will pravicle or f rrriislr prnfes.siniru! aervices
rrnd�r thF,S• Cuntrurf, ihruu�h a delegrttlor� af prufes�stotrrrl �lest��� s�ri�ires ur ntket•u�ise, tJren Gantractor
y�lrall be respnnsible for�rrr•rlra,si�rg rurr! urnei�treir�lirbr a,�pC�crr6lc� prafea�,siriur�f Ilrrbri#,�r fT2Slfi•aure. This
insrrt�ance shal! pf�ovidc pralcctioir agaiies[ clairrts arrsfng or�t vf pc�fo�•1liarice o, f professial�ul dc�si�►�r or
relatcd services, aitd cuirsed Gy a �ie�li�crrt error, nnsissinri, ur ac1 fr�� Fs�hich t/re irrsrrt�ed parly is le�trlly
liuGle. Ir slinl! be Jurri►�tained rJ�rr�rrgline�t the rfurrrliou oJ'tJre Co�elruet arrr! f'or a►uinr��rirri o,/'�H�a ��eurs
[1rl�Y Sllil.Sllffifflll CO1111)IEi1011. If.ctrel� pt�ofe.c;vianal de�ign service.r• urc� perfavt�e�r! Ly1 rr Suhcal�trprior,
rrnd rl��r by Cnu1r•uctr�r its•elf,lherr ihe reyrrlr�rx�i�rs rJf Iltis �ruragrrt�fr �rray be ,►atiaf erf tlrrnirgh N�n
prerrhrrsi►rg rr�rd rrruirtteiraiic�r nf srrcli insur•rr�rce by srecl� Srrbconti•ac�tur
� ] ,OOU,QO(? ��ch Occi�rrence
�2,U.UU,U(lU Gcncral Aggrcgatc
SC-5.09., �°Wage Rates"
Ti�e fo[lowing is the pre���iling w�ge rate tat�le(s) applica6le t� khis ��roject auci is provideci ita the
Appendixes:
Nnri2antal Waga Itatc'I'�blc
Vcrtical U�lagc �tatc'I'�ble
SC�fi.09., "Pcrinits and Utiiitics"
SC-6.03A., "Cantrackor obtAined permits and 1'rcenses"
Tlie followii�g are k�3own penniis lnd/nr licenses rec��ureci �iy tlie Contr�et tn b� acquired Uy the Carftractor:
1. Btrilrlit7Z; Pc�rr�til,ji�wtt C'irti� Pluititia�r Dc�frul�uyien!
SG6.p4B. "City� nblained pei•mifs and liccnses"
Tl�e fc�llowi��g are known permits anci/or lic�nsea rec{uired Uy the C'ontr�ct to be acyuireci by Ihe C,ity:
1. C�ty fias rr�plie� f'o�• thc� G�.�rlr�r�lg perlrlit.ro�•lfie pi•ojc:c�t, C'p]T�1'Clctar ta r.'01T7�C(1� O1iCC R14�r1r•�ler�.
2, 7excr.5 C�»rri�ri.ssio�� ai !s'rrrl�•o���tre�atul Qr�rrfr.'!s� ('1'CG�?} ►tprffic�cr1ia�r.
5C-6.U9C'. "Outstandiug permits ���d licenses"
The I'blli��,vi�tig is a list nl'knn�m ou�standing �ermils and�ar licenses ln be acc�uireci, il'any �s ol'May �02;3:
Outst�ndin�; Pcrntits andlur l,iccnses. to Be Acquired
OWN�;R P�ItM17' UK LLC�;NS� A.Nll L(�CA'I�I(]N "I�A1tG1�"1' UA'C�:
Ol' POSSIiSSION
N anc
SC-fi.Z1., "IndcinniticAtinn"
CfTI� QF FC�(t'I' W�]R'Cll STANI�ATtf� C.'t�[YS"f7tUC`CIC�N [L�,Iling I[ills W:�ter ll�zatm�nt Plnni Chiorine ScnihUer Re��k7ceEnen�
til'L.CIf�ICATION P()C'UML:NTS-11`A1��R I�rIC'[L[Tl` YR()JL'C:T5 Pro�c�.1 Nu. 1(13127
Re��ised Au�u.ai I5, 2{il7 � ivY�>dilied Nfay 2U23 Jul}' (+, 2023 C'C]\FtlRI�9ER
UU73pU-5
SUPPLLi1�iL\TARY C'UNDITiDNS
Page S nf G
A. Contractnr covenants a�fd s�rees tn ir�dem�tify, hoid hannless ai�d defe�id, at its own expense,
{`_ity, its afficcrs, SCfV�[1�S �11� CIIl�]lOyCI:S, d[l� I.�CSL�Il �1]SI[1CCY fC0111 allt� ��c�f115I Ally 3lld 3IL Ci311t15
arising out of nr allcged to arisc out of, thc work and �:rvices to l�c �Serfor�ned Uy thc Contractor, its
rrl'licei�, agents, emnlayees, suhcontracWts, I1Ce115@S 0!' ITIV1l@�S U11ci��`lh1S C011tT�Cl. THIS
INDE�[NIFIC'ATI�i� PROViSION IS SPCGII'IC:ALLY INTENDED 'FO OPERATE ANQ
BE Ef�'T'ECTYVE EV�N IF IT rS ALLEG�D OR Y�OVCI� THAT ALL OR S�M� O�'
'l'H� llAMAG�S 13�:1NG SOUGH'1' �V�:�31� CAUSf�U.1N WHOL�; Oli IN �'A�'i'.13Y ANX
ACT. U14YISSION UR NECLICE��ICE O�' TH� C1TY. This indeimiiiy pror�ision is u�te�idcd to
i.nclude, wiihaut lis��ication, iudeir�nity for costs, expertses and legal fces in�w-rc:ti by thc City iiY
�lefending against such claims anci causes al'actiuns.
B, Cnnlractor caven�tnts �ncl a�•ees tn inclemi�ify and hold I��►nnless, ut its own expense, the Ciry, its
officers� seivants a�tid emplayees, arid Desi�n �n�yh�eer frnm �nd ���inst �iry aiid al1 lass, c�amage
or dcskrnction o�property of ihc City, arisin� out of, or allc�ed ta arisc out of, the work and
service� to bc pc►•for�tfed by ilie Contractor, its ofticers, agenis, cmplayccs, st�bcoritractois,
liCensees nr in�entees under this conlracL THiS INaEMN]FICATIOIiT PROV[�InN IS
SP�CIFICAI.I,Y Il�]TFNDF.D TO OPFRATF AND B�: F,FF�CTNF. FVF�i i�' IT IS
ALLCG�D OR PROY�N THAT ALL OR �OMC O�' THE DAl1�iAGES BCIiVC SQ�IGHT
WCRE CA[7SCD.1N V1'HCILE OR �N PART, BY ANY ACT, DMISSIQN Oid
NECLIGE�IC� OF' THE CITY.
SC-7.a�., "Coor�iinetion°'
'1'ite individuals or entities listed beloKr Iti�ve cn�tracts �aith tltie City for the �erformance of other �vork at
tFjc Sit�' [�ionc,
SC-9A1., "City's Projecl :��an��er"
Tl�e City's Praject Manager far this Contraci is Faridfl Gode�yfl, ar his/l�er successnr pi�rsu�nt to rr�ritten
natiiication froaa f�e Directar of t�e Water Ueparfinent.
SC-13.03C.5 "Tests �nd Ii�spections"
1VonC.
SC-14.1Q "Substantial Carnnlefia�"
Add Sl�c follawin� Scction as follows:
14_ 10 Stthsrzr�rliu! Cnrirpletivjt
A. When C'ont��actor cc�nsiders �he eniire Wark suf'ficientiv ct�m�ete, in accordanc�_with the
Contract D��cun�ents and tlzi� A�reement, such that klf� CiEy mav irnpleme��t ur utic tl�e Work for
its intencied n��mase. ContrActor shnll notifv tlie Citv in writins� tl��t the entire Vlrark is
suiast�nti�ll,�plete ai�d re�uesE tliat the C:itv issue � letter of Substanlial Comnletion.
Coittractor shKll at tl�c s��n� timc subinit to thc Citv att i�titi;tl ciraft puncl� list to Uc compleCed ar
cc►rrcctcd Ucforc final accc.ntance_
B. �'r> >�tiv aller Cnn[��lcfor's nntification. City aiid Cnntracta3• sltall r�take�n in��L��tinn ol'the
Wurlc 4o cfelenni�ie the status uf'c;utnpl�tioE�, If'Cita cl��s not consid�r the �Vork suhst�nti�ll�r
complete, C'itv will nc�kifv Cnnlrt�etar in «+ritin��ivi���. lhe rear�ns Il�erel'�ce.
C'1TY i�F FORT V4'UkTll S'fANi)�(ZU C'i:INS'1'RUCTION Roiling I[i11� Wnter Ti�eatment hlnn� Chlorine Scnili�er' Iieplacemejit
SPIsCI1�IC'ATIUN DC}CUMLNTS- WAT�I�f�IC'IL1TV PItOJI:C'TS Prajecl I�u. ]U31Z7
Revised Au�,ust I5, ?917 - Ivi�dtlied l4fay 2{1?.i July b, 2U23 C"l3\F{71tMEIJ
UO i;� �4 - f,
5iJpPLL"ti41;'.�TARY C'(}iVD1Ti(�NS
r��,P r, �r r�
C. _ff Citw cnr�siclers kUe Work s.ubstantiallv aomnlate, Citv �vil� deliver to �ont.r�ctar a lett.er nf
Substantial Cam lctio�i rul7ieli st all fix #he datc of SuE�stantial Coi�s kct�on. Th�re sltall bc
attacl�cd to tkic LetCcr nf Substantial C.amnictinn a list of iteiu,s ta be co�nplcttd or correctcd
be['nre Final Acceutance.
D. AI lhe time of recei�al p1' Ihe lelEer ol' $uhslfultial Com}�lelion City and Gon�rae�or will co��ier
re ardin Ci� 's use or occu ant f af lhe Work `foll�win Substantial Coin l�tion. All �ured
and insurance shall reni�in in effect until final Pavnlent.
k;. Af��r Substa�iti�l Gattt[�lelion, tl�e Contrzetor sh�ll tiro�nntiv beein wrat•k on the oui�cii lisl af
items to be enii��letod or earrccied nrior tn t� inal Acccut�nee, ln anprovriate eases. Carttraetnr
malr SL1I]tillt 1ilOril�i1V IInIl�IC3L10t15 FOl' P$VII1CIti �OS' GOIl1�1�CLCL �'fUL1Cil IISI IlCt714 follor��in� tlic
rngP res�_���mcedures seL 1'�rtl� here�n•
SC-16.O1C.1, "Meti�nds a�d Pr'ucec�ures"
N onc.
EN� [71+ SECTl01�1
CET1` UF f=Cr(�`f WOIt'['I I 5'fANUA[tC� L'UNSTiiUC"CEUN liullin�x I�ills l��aEer Tr��un��it Plnnt C"lilorine Scrt�t�beo' Re�ilaceme�f�
5PliCil°fC'A'ffC}N DUCUN1�Ni5—U'ATL:Rl�ACIL[iY PRQJI:C'7'S Ptt�j�cl Nu. IU3f27
I�2VIiCC3 ALl1;LIKl IS, 3III� - Mn({l1Eel1 Mil}' ZII23 Jul,y G, ti(]�3 C"l7\FORNI�D
�Q13 ���1lAILIN�, IA1�4�,� R�'��5
(Heavy and Highway CpnstructiQn Projects}
CLASSIFICA7'10� bESC�#IP�IOf�
Asphalt Qistributor OperaCor
Asphalt Paving Machine Operator
Asphalt Raker
�roam or Sweeper Operator
Concrete Finlsher, Paving and 5tructures
Concrete Pauement �inishing Machine Operator
Cancrete Saw Operator
Crane Operatar, Hydraullc 80 tons or less
Crane Operator, Lattice Boom 84 Tons ar Less
Crane Operator, Lattice Bnom �ver 80 Tans
Crawler Tracter Operatar
Electrician
Excavatpr Operator, 50,000 pounds or less
Excavator Operator, Over 50,OOD pounds
Flagger
Form 6uilder/Setter, 5tructures
Form Setter, Pa�ing & Curk�
Faundation Drlll Operator, Crawler Mounted
Ft�undatinn �rill O}�eratar, 7ruck Mounted
Front End Loader Operatar, 3 CY or Less
Front End Loader Operatar, Over 3 CY
Laborer, Cammon
laborer, Utility
Laader/Backhoe Operator
Mechanic
Milling Machine Operator
Motor Grader pperator, �ine Grade
Motor Grader Operatar, Rough
Off Raad Hauler
Pavement Marking Machin� Operator
Fipelayer
Reelalrner/Pulverizer Operator
Reinforring 5teel Worker
Roller Qperatar, Asphalt
Roller Opera#or, Other
Scraper Qperator
Servicer
Small Slipf�rm Mac}�ine Operator
5pteac�et Box Qperatnr
Truck Drlver Lawboy-float
Truck Driver Transit-Mix
Truck Driver, Single Axie
Truck Driver, Single or Tandem Axle Dump Truck
Truck �river, Tandem AxEe Tractor wlEh Semi Trailar
Welder
Wark Zone Rarricade Servicer
+�+�a�e Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
�.1.74
1a.12
16.05
14.48
1$.12
17.27
20.52
14.07
19.80
17.19
lFi.99
10.06
13.84
13.16
17.99
21.U7
13.69
14.72
10.72
1z.32
15.18
1�.��
14.32
17.19
16,02
12.25
13.63
13.24
11.01
16.iS
13.U8
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
1�.6Z
12.86
14.84
11.68
The Davls-liacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United Stakes bepartment of Labor and current as nf 5eptemher a013, Thc tities and descriptions for the
classificatians lisled are detailed in the AGCof Texas' 5tandard Sob Classificatiar�s ar�d pescriptions for Highrvay,
Heavy, Utlliiles, and Industriai Construction in 7exas.
Page 1 of 1
2��,3t P��!l�ILI{�G 1NA�E �iAiES
(Commerc9al Construction Projects)
C�.ASS�FICATIO�f ��5tFd14��I�fV
AC MechanEc
AC Mechanic Helper
Acoustical Ceiling installer
Acous#Ical Ceiling Installer �islper
Bricklayer/5tone Masan
Bricklayer/Stane,Masan 7rainee
Bricklayerj5tone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/sawer
Concrete Cutter/Sawer Helper
ConcretE Finksher
Concrete Finisher Helper
Concrete Form Builder
Concrete Farm Bullder Heiper
Drywall Mechanic
Drywall Helper'
Drywall Taper
Drywall Taper He�per
Efectrician (Jaumeymanj
Eleetrician Apprentice (H�Iperj
Eiectron{t Technici�n
Floor Layer
Fioor Layer Helper
Glazier
Glazier Helper
Insulator
Insu.lator Helper
Lal�orer Common
Laborer Skilled
Lather
MetalBui{ding Assembler
Metal euifdin� Assembler Nelper
Metal lnstaller (Mlscellaneous)
Metal fnstaller He�per (Mistellaneous}
Metal Stud Fram�r
Me#al 5tud Framer Helper
Painter
Fainter Helper
Pipefitter
Pipefitter Helper
f'I�sterer
Plasterer Ftelper
Plumber
Plumber Helper
Reinfarcin� Steel 5etter
Wa�e Rate
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
�
S
$
$
$
5
$
$
$
$
$
$
$
$
$
$
S
$
$
$
$
$
25.24
13.67
16.83
1Z.70
19.45
13.31
1�.91
7.7.75
14.32
17.00
11.Ob
15.77
].1.pQ
15.27
11.00
15.36
12.54
15,OQ
11.50
19.63
15.64
20,00
l.S,00
10.00
2�.43
12.$1
1f.59
].1.21
10.89
14. �5
12.99
16.00
12,00
13.00
11.00
16.12
12.54
16AG
9.98
2i.az
15.39
1b.17
f 2.85
21.98
15.85
].2..$7
Page � of 2
R�inforcing Steel 5etter Help�r
Roofer
Roofer Help2r
5heet Metal Worker
5heet Metal Worker Helper
5prinkler System Installer
5prinkler 5ystem Installer �l�elper
Steel Worker Structuraf
Steel Worker Structural Hefper
Waterproo{er
Equlptnent O�nerators
Concrete F�ump
Crane, Clamsheel, Backhoe, 17errick, b'Line 5hovel
Forklift
Foundation prill Ope�ator
Front �nd Loader
Truck Driver
Welder
Welder Helper
$
�
$
�
$
$
$
$
$
$
$
$
S
�
$
$
S
$
11.0�
16.90
ll.7.5
16.35
13.11
19.17
�4,15
17.d0
�.3.74
15.Oa
18.50
19,31
16.45
2 Z.50
16.97
1fi,77
19.96
19.Op
The qrevailing wage ratEs shown for Commercfal construction prajccts were based on a salary survey conduct�d
and published by the EVorth Texas Construction Industry (Fall �0l2} Independently campUed by the lane Gorman
Trubitt, PLI.0 Construction Group. The descriptlons for the classifieaticrns iisted are provirSed an khe 7E?f0's [7he
Construchion Assaciakion� website. www.texoassociatifln.org/Chapter/wagerates.asp
Page 2 of z
���TIOi� 0'9_11_0�
SUP�1�1�t�Y �F I��RFt
��Ri 'i GER1���L
i.0i �UIVAR{9AFrY
A. Section includes: De#ailed description �f the Work.
`i.�}2 iF�E 1d�+�F3Ft
A. The Work consisks of:
1. Construction of the replacement of ihe chlorine scrubber system, electrical,
instrumentatian, controls ar�d appurtenances, Including removal and disposal
of existing sodium hydroxide (caustic sodaj, removal and disposal of scrubber
system and appurtenar�ces including caustic storage tank and overflow #ank,
caustic pumps, blowers, scrubber equipment, plping ar�cf appurtenances,
eoncrete repair, and installation of new scrubber system and appurt�nances
incfuding caustic starage tank, pumps, blowers, power and control system,
�i�ing a�rd appurtenances, madifcations and coating of concrete eantainment
area walls, flaor and tank base, and fncidentafs for complete and usable
fiacility.
2. Commissianing of the Work.
�.03 L6CATI�fV �F �R�J���i
A. 7'he Work is laca�ed at 2�00 SE Loop �24, Fort Worth, Texas 76144,
PART � �'R��k��7� (N�Y �I�f��)
��a��° 3 ��r����ri��a ��oY u���y
��vo o� s�cr�aN
Surnmary of Work
09 11 OQ-1 103127 July 6, 2023 - GONFOF2M�n
p�4:1+Cardb+aocuroenlsrrX+Fort lNor1h+200452-OU9U04r�� Desiynl0a Spec�+Carolla�41_t �_p0 (Contormetlj
��c�ivn� 09_��_�o
{�ORK �E�Ti31Cil(?P�S
P�Ri 1 (3ER�ER�L
1,01 Sll��I➢dRY
A. Section inciudes: Raquirements far sequencing and scheduling the Work affected
by oxisting site and facility, war�C rest�ictions, and coordinatian between constructian
operafions and plant operations.
1.02 SUg�IYY�LS
A, Basetine Schadule with MOF' tasks.
B. Method of Nrocedure (MCJW) l��orm.
C. Mekhod o# Procedure (MOP) Log.
D. Progress Schedule with FVlOP tasks.
9.0� I�ETH�� �F PR���DUR� (�A�P�
R,. Compiy with MOP Instructions as specified in Rttachment A- Method of Procedure
(MOP).
�. Prepar� MOP �or the following canditions:
1_ Shutdowns, di�ersions, and tie-ins tv the existing facility.
2. P�acess start-up activities.
�. Power interruption ar�d tie-ins.
4. Switeh av�r f��tw€en temporary and permanent facilities, equipment, pipir�g,
and electric�l and insirumentation systems.
5. C�rocess conskraints requiring interru�tion of operatin� pracesses or utilities.
C. Other Wark not specificalfy listed may require IViOPs as determined necessary by
the Confractar, Owner, ar Engi�eer.
�. Subrnit BaSeline Schedufe, as specified in Section 01_32_21 - Schedules and
Repor�s with �ropasec� MOPs.
E, Submit MOP �.ag at constructian prc�gress meetings.
F, Na considera#ion wi11 be given to claims of additional time and cost assoeiated to
preparing MOPs required �y the 4wner and Engineer to complete this wark in a
rr�anner that faci4itates proper operation of the facility at�d campliance with affluent
discharge criteria.
Work Reslriclions
Oi 14 Oa-1 10�i27 July 6, 2023 - CONF�RMED
�nv,flCarc��o+LrocumentsfTXiFait 1'VorUV7pOd52�A000�Qf04 pesign+04 5peca�CdrollarOt_44_CO (Coninrcned}
G. Where re�uired to minimize treatmen# pracess interruptions while camply�ing wit�
specified constr�ints, pravide tempnrary pumpFng, power, lighting, Canfrols,
instrumenta#+on, and safety devices.
1.0�4 ��R���Al� C�PlSiadl�l�'� �PE Id�ORF� �idq ��F���U�IPdG �� �d�RF�
A. Plant aecess for Contractor vsrill be pravidvd at the main entranc� gate.
B. Water projects:
1. The Rollfng Hlfls Water �rea#men# Plant �s an essEntial to th� Uwn�r's ability to
pravide drinking water.
2. Canduct Work such that the �wner's ahility to meet its customer's demands
for #reated dri�king water shall n�t be impaired or recfuced In terrns of the
requlred quantity ar quality of treated water. Da not impair the operational
capabilit+es of essential elements af the tr�atment process or reduce treatment
eapacity bebw levels suf�cient to meet demands for water throughout the
contract time. The quantities of anr� quality of ireated water required are
�escribed in fi�is Sectian.
3, Conduet c�mmissianing activities as sp�cified ir� Section 01�?5�17 -
Commissianing in a mannar that will no# impair capabilitiQs of essential
eiaments vf the treatment pracsss or reduce treatment capacity belaw Isvel�
su�cienk #o m�et demands far wat�r throughout the evntr�ct timQ. The
quantities of and quaiity of treated water required are descri�ed in #his Section.
4. PCIS Optimizatian and Fir�e=Tuning as sp�cified in Seckion 01�75_17 -
Comrr�issianing.
5. The stat��s of tl�e treatment plaRi shall be de�ned as "aperational" when the
plant is capable of ineeting i�e Owner's custamer's demands for treated
drinking water in terms of the required quantity or quality of treated water as
defined in this Se�tion.
°�.0.� CQfifl��.1�P��� VNIiFi ��IP�FtIF�l� �i4T�R PE€ZAAI�
A. The existing facility is operafing under the terms of a Drinking Water permit issued
�y the Texas Commission on Environmc�ntal Quality (TCEQ).
1, This permit specifies th� watvr quality lirr�its t�at th� plant must meet prior ta
discharg€ of finished watQr.
2, A copy of the existing p�rmit is an fil� for review at the Ralling Hills Water
Treatment Plant Administration �3uilding.
�. Perform wor4c in a manner that will not prevent the existir�g facifity from achieving
the finished water quality requirements established by regulatians.
C. Bear the cost of penalties imposed on the Owner for water qt�ality violations caused
�y actions of the Contractor.
D. Canduct the Work and pravid� temporary facilities required to kesp the existing
pl�nt continuously o�era�ional.
Work Reslrictions
01 14_a0-2 1d3127 JUIy 6, 2023 - COIVFORMED
p�v:RCurW�olQoCumenlsfTXfF�rt Wnr�200A52-0OOOOOIOd Ues�gitr04 S�Bcs+Carollq4p9_ s4_CU (Confamefi)
E. Do nok remove ar demolish existing facilities required to keep the existing plant
operationa! at the capacities spe�i�ied u�til the existing facilities are reptaced by
temporary, new, or upgraded facilities ar equi�ment,
1. Test replacement facilities to demonstrate operatianal success prior to
removing or demalishing existing facilities.
�1 A6 l��ll�l�'I��
A. �'rovide advance notice to and utllize serwices of �exas 811 far location and
marking of underground utilities operatec# by utility agencies other than the Owner.
B. Maintair� elecirical, telephone, water, gas, sanitary facilities, and other utilities wiihin
existing faciiiti�s i� service. Provide temporary utilities when necessary.
C. New yard utiliti�s were designed using existing facility drawings.
�. �ield verificatinn of ukilities locations was not perfarmed during design.
2. Services crossed a� iacated nearhy by new yard u#ili#ies may require reloc�tion
and possible shutdawns.
3. Pipe alignments as indica#ed on the Drawings.
�.0� lE�d�R1� BY �ib�R�
A. Whe�Q proper executian of thn Wark depends upan war� by �thers, inspect and
}�ramptly repor� discrepanci�s and defects.
1.0� �HUiDO1dVP� �OR15'i��IR1i�
A. General shutclown cnns#raints:
1. �xecute the Wark whi[e the existir�g faciliiy is in operation.
2. Some activities may be accomplished withaut a sh�tdown.
3. Apply to activities af c�nstruction regar�l�ss af pracess or work area.
4. l�ctivities that disrupt plant or utilities o�eratians mus� comply with thes�
shutdown constraints.
5. Organiz� wori� ta be campleted in a minimum number df shut�owns.
fi. PEvvide thorough advanced planning, including having required equipment,
rr�aterials, and labor on hanc4 at time of shutdown.
?. S�tutdown MOPs:
a. Ad�ise th� �ngineer a minirnum of 3 weeks {�rior to need for any camplete
or partial plant shutdown for tie-ins.
b, Prepare and submit MOP ta Engineer for any complete or parkia� plant
shutdown required a mi�►imum of 2 wee�s prior to th� shufdown.
c. Owner's written approval of M�P is required prior to �eginning Work.
8. Where required ta minimize treatment process interruptions whi[e complying
with specified constraints, provide temporary pumping, power, lighting,
cnntrols, instrumentation, and safety devices.
9. Final determination of the permitting of shutdowns will be the sole judgment of
the Owner.
10, dwner maintains the abiljty to abort on the day of the scheduled shutdown,
11. Llnp�anned shutdowns due to emerge�e�es are not specified in this Section,
Wark Restrictions
�1_14_00-3 1D3'i2T July 6, 2023 - CatJFOFt111ED
�n+�,UCarc�•o+DocurnenlsrTx+Fo�t ti'�nrtfd2Da�52-4U0000lQA pesiyn�p4 Specs=C2r�llr�l07_1A_40 (Cpnfurme[i)
B. Unit process availability work limifations;
1. Shutdowns and tie-�ns or other activities tha# disrupt plant operations are
prohibited unEess otherwis� approaed in writing by the Owner and Fngineer.
C. Chlarine 5crubber System,
1. P�aximum shutdown duratian: 180 days.
2. Only 1 shutcEowrt of th,e chlorin� scrubber system will be allowed to compfete
removal, replacerai�nt, and commissianing.
D. Process, electrical and instrumentation - tie-in shutdawns:
1. Sched��e no more than 1 tie-in shutdown p�r day.
1.09 11�4f�F( ft�STRIC7"I�iVS
A. Maxirr�um plant flow work �imitatlan:
1. Activities thet disrupt plant ap�ratlor�s or water productian �re prohlbited,
u�l�ss otherwise approved in w�i#ing by the Dwner and �ngineer.
B. Chlorine Scrubber
1. All materials, components and a�purtenances required far � fully functionai
and operatio�al scrubber system are an site,
2. Shutdown af existing scrubber system may r�ot be scheduled un#il a!I
components af new scrubber sys#em are on site.
3. The existing exterior duct Iastweer� the chlorine storage room and scrubber
must b� t�mporarily covered and sealed after it is cut during fhe removal of the
existing system so that chlorine released in the storage room cannot escape
the room through during construckion.
4. The new scrubber system shall be considered operational anly after
su�cessiul carramissianing.
C. Provide safe, contlnuous access ta existing �hlorine building for plant operations
and maintenance personnel.
���� � �R�pU�Ys ���� U���j
PQ�i 3 �X�GUTIpR� �Al�� U��9j
EfVD OF S�CTION
Work Restriciions
01 14 OQ-4 103i27 July 6, Z023 - CONFORMED
p�v�IrGarolbippcumenlS+T�+Fprt Worlhtir200452-bD4pDOfOd qe5ign+0d Specs,�Carollu�Q1_t�_Qp (Cuniprme[1)
�TT��Hi4��P�T A � ���wo� a� ������u�� �r�o�y
Work Restricfions
01 14 00-Attachrnant A 1o3i27 July G, 2p23 - Cc�NFQRM�p
�nV�l+Caidb+Dooumer+ts+T�fFo�lWonh�20ad52-60�S4p074d Uesign�Od SpecslCarollurol_14_46 (Gor�tormedJ
��1+��iF��� O� PR()C��llE��" (N�OPj
Ins4ruciclons and Forms
9efrini�ion �nd �ur�ose
"Methfld of Procedure" (MOP) is a de#ailed document submitted by the Cflntractor to request
�racess shutdown(s), utility tie-in(s), work in areas that may risk unanticipated outag�s, ar flow
diversi�ns to acc�mmodate site cnnstruction activities during a project. Such ackivities may
include (but are not lim�ied to) new tie-ins ko utilities or structures, mechanicaf modifications to
process piping or equipment, demalition, bulkh�ad installation, �nd cleaning processes.
�T'he MO� provides a detailed plan to the Owner and Engineer that describes specific aspects of
the work including purpose, tirne of execution, and anticipated impacts on treatment pracesses.
The MOP also includes cantingency m�asures and provisians far rapid clos�are in the event that
shutdawn or wor� progress difficulties are en�au�tered. Inforrnation fram rele�anf trades
associated with the req�ested shutdawn, diversian, or ti�-in is also included.
`f�he Owner should use the information within the FUiOF� to define aperational proceat�res and
methads to safely and successful{y assist the Contractor.
�uc�� �r���e�s �u�nm�
V�I-�@ �"f �I� TIAlGIIo��
Contractor 1. IdentE#y MOPs needed on MOP Log �nd No later than 7 days
�asefine Schedule. priorto Precanstruction
Scheduling Me�ziing
Contractar, Owner, 2. Pre-i9AOP M�eting. More than 28 days priar
Engineer ta work
Contractor 3. Submits MOP. No later than 28 days
prior ta wark
Owner 4. Reviews MQP,
Owner 5. MOP finali�ed. No later than 7 days
prior t� work
Contractor 6. Camplete �teadiness Checklist. No iater ihan 5 days
prior to work
Contractar 7. Cpmplete Safety Checklist. Imrr�ediafely prior to
eomm�ncing work
Cohtractor S. Complete Work.
Contrac#ar 9. Update MOP �og and Progress Monthly
Schedules.
Work Restriclions
01 14 00-Attachmenl A-1 103127 July 6, 2023 - GONFORMED
ps4:f7Cerollo�poCUmenISI7X+FU�I YJo�lh�Z4Q452fiRdpQ��04 Desipn�R4 SpecS�Carolla�Ot_1�_pp (ContprmedE
I4A�� Process �et�il
ST�P �. Identifies MOPs n�eded an MOP �aa and Baselkne Schedule
Gantractor submits a preliminary lisi af anticipated projeci MOPs on MQP Log. MQPs identified
but not limit�d to those shutdowns, diuersions, ar tie-ins described in the Contract Documents.
incorporate MOPs as tasks in �3aselir+e Schedule. L'3ate scheduled MO�'s to ealncide with the
appropriate construction activities.
S7EI' 2. �'re-MOP Meetina.
Contractor reque�sts a Pre-MOP Meeiing with th� Owner and �ngineer to discuss t��e nature af
th� shutdown, diversion, or ti�-in, and to gathor thQ infarmation necessary to compl�te the {��P
Form. The pre-MQP meeting may be waived by th� Owner Qr Engineer if thg warEc is deemvd to
be minor.
S1'EP 3. Submits MO�P,
Contractor completes the MOP Forrri and submit 3 copi�s for apprc�ual to the Owner's Praject
Manager �OPM).
S � 4, F�eviews MOP,
OPM distribut�s t�OF' Form #or review by the Own€r's Construction Coardinator, O&NE
Representati�e, and �ngir�eer`s Project Ftepreser�tative. Review MOP �orm for completeness,
accur�cy, compliance with kaath the construction schedule, constraints defined in contract
documents, and to ensure that the requested work daes not negatively impact plant operatEons
ar other concurteht �roject aciivities. Additional infarmatian may be requested ta better
understand the neture oi and methqd for nampleting the Woric.
S7�� �. NOQp �nalized.
Once the MO� is agreed ko by afl partie5, #h� MOI� will be finalized by signatur�. Copies ar�
dis#ributed to the Owner, �ngin�er, and Contrac#or.
STEF' B. Camplete Readiness Checklist,
Contractar verifies e�erything is ready far the work,
ST�F� 7. Comulete Safetv Checklist.
Contractor ensures safety.
ST'�P 8, Camr�lete work.
Cpntrac#ar camplete work.
STEP 9. U ate MOP Lo artd Proaress Schedules.
Coniractor updates MOP Log week[y and distributes at the re�uiarly scheduled construction
progress m�etings.
Work Resirictions
Q1_14 40-Attachment A-2 103127 July 6, 2p23 - CONF�RAIIED
p�v:l�Cerc�ipl�qGu�ner�l�fT7(IFait 1NofIh�00452-004pDDf04 pe51gn+04 Spea�+Ca�nkla�ti3_iA_Qp (Conl�rrr�eU)
�TTdCHIVG�NT � � fl��TF;OD BF PRB��CIUR� (14�C)�j F�R�dY
War�C Restrictions
09_1hs00-Attachmenl B i03127 July 6, 2Q23 - CdNFORMED
p�v:lr�ardWiCacumentsfTX+Fo�l1Vn�UV2DDd52-QOOODO�A UesignRUa Sper,s�CaroIIW6t_Id_COfCanfunne�if
� �������� �1��WC�� �� ���������
����� F�F�i�l1
ownei�: � ate:
CQntractor: Caroll� �raJec4 R1o.:
��ojec4
Plame:
Suk�mittal
Titie:
Subrniifal N�.:
Specl�wg.
Regerence:
MOP # Task Titfe {Provide � 10 word title): 8ubmittal aate: (No later than 2$ days prior
to work)
SCHEQULE OF ►NORK ACTIVITY S�ART: Datef7'ime ENp: DafelTime
REQUESTaR:
F�RIMARY PDINT O� CONTA�T: PHONEiPAGER:
SECONDARY �DINT QF CONTACF: PHON�lPAGER:
NOTI�Y Controf I�oam, Phon� Securi , phone
Bll1LQING: LOCATION OF WORK F�OORlL�VEL:
DESCRIPTIOIV OF WORK: {Provide sufficrent details on process r`sal�iion, work sequencing and saiety
(i. e., conirol of signrficant hazards uniq�e to the work) to demanstrale an understancling ol fhe wark ar�d
how it wi11 b� compl�eted within fhe canstrafr�ts, �nd 1fs ImpaCt on the processes and faeiGty,)
Task 5ummary:
f�rocesses
Affected:
Trades Affected:
WORK PLAIV:
Work Sequencing:
Pracess Esolation:
5pill Preventian
Plan:
Contingency
plans;
CRITICAL EQUIPMENTffOOLS: {pumps arrd �fischarge hoses wllh correct fittings, blJnd flanges andpipe
p�ugs, no-hub �ittirrgs, properly sizec! electrical service componenfs, generators, portable ligl�ting, chlarine
�orpatable water 1 e breaks ete.
❑ Acaustic Ceilinglor Walls ❑ ExcavatEon Permit ❑ Lock OutlTag Out
Access
Chemical Use A roval ��r� S rinkler Im airmeni LiFe Safet S stems
❑ Confined S�ce Permif ❑ Ffammabfe Materlals ❑ Roof �r�tocal
[� Critical Lift Plan Flush 1��schar e Wark AFler Dark
Ener izsd �lecfrical Work Hi h Pressure Tesk
Elecl. Panel Schedules Hot WorklOpen Flame
�X1STING S�RVIC� S A7 R1S�C:
0�reathing Air ❑ Elect Normal ❑ Process Access ❑ Te[ephones
[] Chernical ❑ Fire Protection ❑ 5afety Showers ❑ iJPS
bistribution
❑ City Water HVAC ❑ SCADA VAXIDATA
Cammunicatian Inert Gas Securi
❑ Domestic Drain ❑ Ins#rument - Air ❑ Solv�nt I]rain ❑
Work Restriciions
01_14�Ofl-Attachmenk g-1 103fi27 July 6, 2�23 - CONFORMED
pw:I�Gaidb+DocumentslTXlFoit t'�orpi+2ppq52.ppQppprph pe�gnfpa Sper,s+CaroUaNtFA_00 (Cuntmme�J)
j] Elect-Bus Duct �] Life Saf�ty [] Speciaity Gases d
5 st�m
❑ Eloct Emerg�ncy ❑ Natural Gas ❑ Storm Drain ❑
REVIEWER'S INSTRUCTIONS !
COMMEiVTS:
❑ PR�JOB BRIEFING MUS� 8E COMPLETED PRIOF2 TO COMME�CI[�G WORK;
�ul[ P�ame rinted Si nature P�tane Date
Submitted B
S stem owner
Re�iewer �if
needed
Reviewer (if
needed
Revlew�r {if
needecf
Revlewer (if
needad
Woric Restrictions
01_14 DO-Attachment B-2 i�3127 July 6, 2�23 - CpNFQRMED
p��eil�arcdip�boCumenlsfTR�Fort Worpirp�pq52-0OQO��lIOA Resign�04 �pecs�Carplla+01_tq_p� (�ntonnetij
����r����� � a r��►��i���� ���cw�i��
Work Restrictions
Q1 14 a0-Atkachment C 1Q3127 July 6, 2023 - COfVFORMED
p���f+CardbrpocumenlslTX�Fon Wo+lh+2DOd52-4AOOOOEOa qeaignl�n Speca+Carollc�+4L1q_00 (Canfamed)
���e�ir���� ca�������
(6 days prior to work)
Checklist prorrided as a guide but is r�ot all inclusive.
Confirm all parts and matoriats are on sit4:
2. R�view work plan: _
3. Review con#ingency plan:
Woric Ftestriciions
Oi 14 00-Attachrnent C-1 1�3127 July G, 2023 - C4NF�RMEa
p�v,RCardb��cumenls�TXlForl LYarUV20�452-UULSQpQ104 DesignlOa Specs�Carolla�0i_id_00 (C,�nfame�lj
A�i'A�WP�A�i�� � n S�►���1' ��i�CWL15T
Work Reslriclions
01 14 90-Attachm�nl p 1031Z7 Jufy 6, 2023 - CO�fFORMED
�nti"r7C8tdb�ACumenlSnX+Factlh�orlh�`200452-0OQDOOIOdDesiynlOhSpecS�Carollarot_t4 �4{Cunfwme�f
��l���Y �b�CKLl�'�
(Just prior ta cammencing work)
Checklist pro�ided as a guide but 3s t�ot all inclusive.
1. Locatinn awar�ness:
a. �mergency exits
b. Emergency shower and eyewash: __
c. Telephones and }�hone numbers: _ _
d. Shut-off valve:
e. Electrical discon�ects:
2. Inspect work area:
a. Take time ta survey the ar�a you are working in. �nsure that what you wank #o do will
work. Do you have enough cl�arance? Is your footing secur�? Da you have adequate
lighting and ventilatian? Are surraunding utilities out of the way for yau to perfarm
your work?
3. SDS (Safety [�ata Sheets}:
a. Understancf the chemicals and substances in ifi�e area you are warking in by r�ading
the SDS.
4. Lockoutl�agaut 4°rocedure:
a. LocEcoutltagout energy sources befnre beginning work.
b. Mak�e sure all valves associafed with the wor1, are IocEced aut and tagged �ut on each
side of #he penetratian.
c. Ma4�e sure the lines are d�pressurized.
5. O►�erhea� work:
a. lJse apprapriate personal protective equipment; i.e., saf�ty harness, lifefine, etc.
b. Sekect appropriate tie-aff p�ints; i.e., structurally adequate, nat a pipe or conduit, etc.
c, Spotter assjgned and in pasition.
d. F�ipe rack access; i.e,, ch�ck d�sign cap�acity, protective decking or scaffolcfing in
placs, oxpos�d ualves or �Ivctrical switchvs idvnti�ied and protected.
6. Safety equipment:
a. Shephe��'s hook.
b. ARC flash pratection.
c. Flr� extinguisher.
d. Okh�r:
7. Accidents:
a. Should accidents accur, da not sh�t off and do not atternpt to correct the situation,
unless you are absalutefy positive that yaur action will correct the problem and n�t
aduersely affect other people or equipment.
S. Review process start-up documents:
a. �n the event the system is shutdow�, the Control Center should have a working
knowledge of the process s#ar#-up procedures in arder tv deal effective4y with
unforeseen evenis.
9. Evacuation procectures:
a. Da not of�skruct evacua#ion routes.
b. �iake time tfl surv�y th� area for evacuation routes.
Work Restrictions
�1_14_00-Attachrrzent p-1 103127 July 6, 2�23 - CONFORMED
�nv�,NCardbfpp�umenls�TXfForl S'�oilh+2D�d52-00006Q�04 OesignrD4 Sp�cS�Caralla+D�_14_d0 (CDniormed)
�TTAGFiNY�PET � � M�THBb �� ���G��11�� (l�9APj �O�
Work R�strictions
01_14_OQ-A#tachmenk E 'f0312i July 6, 2Q23 - CdNFbRMED
pw•,NCai�tsorpocumenlslT)UFad Wo�itV209452-OqU0p0�U4 Design�04 SpeeslCarolla�07_t�y_00 (Con�onneUj
n������ �� ��oc��u�� ir���� L��
����1�
����
{9�9�P �at� �at� �at� ►t�.�or� ��mpi�t�d
i�umber Fask �itle Requested �pprad�c� Plann�c� (yssln�)
001
00�
003
Work Restrictions
Oi 14 a0-Attachment E-1 1D3127 July 6, 2023 - CaNFOFtM�Q
�nscllCaiWio+LlrCumeM5Ffx7For1 S9arIhr10QA52-OUQDQUf04 DesignM4 SpeCa+Carplla�01_id_0� [Cnntorme�i)
���'�IOid Q'i_��_00
C�F�i��Gi hfi�DIFIGATI�f� PR�C��IlRE�
��a�i � ��r�����
1.0� ��IIV����Y
A. Section !ncludes:
1. Adminisirati�e and procedural requirem�nts for executing a cha�ge in the
Work.
'4.0� PF���I�E9l�1AF3Y �i�f�Ull��{�i�WiS
A. Change Order Cost Basis Summary Form:
1. S�bmit a sample to Engineer for review within 15 calendar days follovving
Notice to Proceed.
a. Items wil� be re�riew�d and th�ir val�e, percentage, or calculation rnethod
mutually agreed ta by the Corttractor and 9wner prior ko exec�ting a
Change Order on the Project.
2, Used by the Contractor far pricing each Change Qrder required for �dditions,
deletians, �r revisions in khe WarFt,
3. Include #he following infarmation:
a. Agreed upon markups, percen#ages, and procedures #or caiculating afl
surcharges, etc. associa#ed with the Cost of,the Change Ord�r WorEc.
b. References for unit price informatior� and special unit price Information.
c. Attachments wlth the folfowing informafion:
'� } Certlfied labar r�tes breakdown.
2) Eq�ipment rates.
3) Bond and insurance rates {PI&I).
9.03 REQ�IE�i �O�t IR���I�IIA�4TIOfV �Ft IP�TERPFtEi/�iIOR! (FiFI}
1�. Contractar may issu� RFI� ta request interpretation of the documents or to request
for inforrrtation th�# may be missing.
f3. General fnstructians:
i . N�smbor RFIs consec�tively,
a. Add a consecutiv� IQtter to tho RFI number ar� modifiEd subrr�ittals of the
same RFf (i.e., RFI 4B).
2. �rovid� R�1 for 1 item.
a. There may be excepti�ns wh�n multipl� items are so funckionally rekated
that expediency indicates review of the group af items as a whole,
b. FtFls wikh mulkiple items will be rejected wiihout review.
3. Contrackor sign and date RF[s indicating review and appraval.
a. Cantractar's signature indicates that they ha�e satisfied R�I review
responsibilities and canstitutes Cantracfor's written approval af R�i.
Contract Modificatian Procedures
01 26 00-'i 103127 July �, 202� - CQNFORMED
{nv:llGerdka+poCuroenlsriXlFo�t �r��Rtrpppq52-�p00GOr04 Designfpd Specsr�a�ollq+01_26_0p (C9niprmpd)
b. RFIs wi#hout Contractor's signature will be ret�rr�ed to the Contracior
unreviewed. Subsequent submitt�l af this informatian will be caunted as
the first resubmitt�l,
C, Cngineer will render a written clarific�tion, interpretation, or decision on the issue
suhmittad or initaate an arrzendmen# ar supplemQn# to th� Contract within 21 days.
1. In the event the Cantractor identifies an RFI as critical to the progress af th�
project, �ngine�r wl[I maEte every effort to reduce the RFI response time.
1.0� p�L�LIR�YIFdAF�Y PR����U���
A. Owner nr �ngineer may initiate changes by su�mitting a Request for Proposal
(R�P} to Contractor Including the following inforrnation:
1. Oetailed description of the Change, Products, and locatlon of the change in the
Praject.
�. S�pplementary or revised drawings or s�ecifica#ions.
�. Prajected time span far rnak6ng th� change, and a specific statement i�
overtime wark is autharized.
4. A specific periad of time during which the requesked price will be cor�sidered
valid.
5. Such requ�st is for information only, and is not an instructior� ta Qxecute the
changes, or ta stop work in progress.
B. Contractar rrray initiate changes by submitting a Change �roposai to Engineer
containing the fallowing:
1. Uescription of propased chang�s.
2. F�eason For making changes,
3. Specific period of time during v�hich requested price will be considere� ��lid.
4, �ffect an Total �ontract Cast andlor Contract Time.
5, Documentation supporting any char�ge in Total Contract Cost andlar CQntract
Time, as appropriate.
1.05 Idld�RK �F�i4�1C� �IR�CTIV� d�liF��RIX�7IBP�
A. in li�u af a Request for Proposal (RFP), Engineer may issue a Work Change
Dir�ctive Authorization for Contractor �a proceed with a change far subsequent
inclusion in a Change �rder.
B. Authorization will describe changes in the Work, both additions and deletions, with
aitachments of revised Contract Documents ta define details of the change and will
desigrtate methnd af determining any change in the Contract Sum andfor khe
Contract Time, as appropriake,
C. Owner and Engineer wilf sign arid date the Work Change L7irective Authorization as
autharization for the Contractvr to proce�d with the changes.
D. C�n#ractor may sign and date the Worl� Change Directive AuthorizatiQn ta indicate
agreement with khe terms.
Cantracl Madificatfon Procedur�s
01 26 OQ-2 143127 July 6, 2023 - CONFORM�D
�v;liCa�c��ol�ocumenls�T%1F��1 tiNadh+2�a452-0OOQp0l0A Oes�gn�0a Specs+Ca�alla�01_� pp {CanfovmealJ
�.o� ���u����►����� o� ��a���� wRe�a����
A. Change proposai:
1. Support with suffieient substantiating data to allow Fn�ineer to evaluate ihe
quotation.
a. Lump surri,
t�. Unit prices: Use previously established unit prices,
c. Time-and-rriateriallforce acc�unt basis:
�) Name af the Owner's autharized agent who ordered khe worEc, and
date of the order.
2) Dafes and times work was perFormed, and by wham.
3) Time record, summary of hours wor�ted, and hourly rates paid.
4) Receipts and invoices far:
a) Equipment used, listing dates and times of use.
fa) products used, listing of quantities.
c) Subcontracts.
2. Provid� aclditional data to su�port time an� cost camputations:
a. Laho� required.
b. Equipment required.
c. Pr�ducts required:
1) Recommended source of purehase and unit cost.
2) Quankities requlred.
d. Taxes, insurance, and bonds.
e. Credit for work deleted frorn Contrac#, similariy doc�mented.
f. �verhead and profit.
g. Justificakion fQr change #a Gantract Time.
�,@i �R�.�ARP��'ION �� �b�o�f�� QR@��� �►N� �IC�L� �R��#�5
A. Engineer will prepare each Change Order �nd Field Qrder,
B. Change Qrders.
1. Will describe changes in the Work, bath additions and deletions, with
attachments of revis�d �ontract Dncuments to de�ine detail5 of the change.
2. Wili pravide ar� accnunting af the ad�ustment in the Contract Sum and in the
Cantract '�ime.
3. Recammendafion of Change �'roposal is indlcated by Engi�eer's signature.
4. Upon signature and execution by Qwner, th� Change propasal becomes a
Change Orc�er altering the Cc�ntract Time and Total Contraet Cost, as
indicated.
a. Owner's Representative will transrr�it orae si�ned cn�y each to Contractor
and �ngineer.
5. Cantractar may only requ�st payrnent for changes in the Work against an
approved Change Order.
6. If either �nglneer or Owner's Represenfati�� disapproves the Change
Propasal, the raason far disapproval will be stated.
a. A requ�st for a revised proposai ar cancellation of the proposal will be
shown.
Contracl Modification Proc�dures
01 26 00-3 1 Q3127 Juty 6, 2023 - C�NFORMEp
p�M!lCa�db+Documenls+TK+Fo�t�VON�20D�152-0000�0�04 DesignrU4 Speea+Carolla�01�6_00 (Contwmetlj
C. Field Orders:
1. Order rr�inor changes in the Wvrk without changes in Contr2�ct Price ar
Cvntract Tirnes.
'9.0� Ll1RAR-�U�'7l�IX�� �RIC� �F���G� B���R
A. Content of C�ang� Orders will b� based on, either,
�. �ngineer's Propvsa[ Request and Contractor's responsive C�ange Praposal
as mutually agreed between Owner and Conkractor.
2. Contractor's Change Prapos�l for a char�ge, as recommended by ��gineer.
B. Owner and �ngineer will sign ar�d date the Change Order to establish the cha�ge in
Contract Sum and in Contraci T'ime and servs as autttoriza#ion for the Contractar to
proc�ed with the changes.
C. Contractor wlll sign and date the Change Order to indicate agraerrtent with the
terms,
�.as UNIT" �RI�� �F�AR1C�� ORD�F3
A. Content vf Change Orders will be based an, either:
1. �ngineer's definition of khe scope of the required changes,
2. Contractor's Chang� Proposal for a chang�, r�commended by Engineor.
3. Survey of completed work,
B. Th� amounts of the unit prices to be:
1. 7'hose stated in the Contract.
2. Thas� rnutually ag�eed upon between Owner and Contractar.
C. When quantities of e�ch of the items affected by th� Change Order can b�
deterrnined prior to start of the work:
1. Owner a�d Engineer will sigh and date the Change Order as authorization for
Contractor so proceed with the changes.
2. Contractor will sign and da#e the Change Order to indicate agreement with the
terms.
D. When quantities of the items cannot be dete�mined prior ta start of the work;
1. Engineer or �wner wi�l issuQ a Work Change Directive autharizatian dirocting
Conkractor to proceed with the ci�ange on tho �asis of unit prices, and will cite
the ap�lica�le unit prices.
2. At completion of the change, �ngineer will defermine the cost of such wor�c
b�sed on the unit prices and quantities used,
3. Contraclor sMalf submit dac�mentatlon to establish the number af uniis of each
item and any claims for a change in Cantract Time.
E. Owner and Engin�er will sign and date the Change Order to establish the change in
Cantract Sum �nd in Contract 7irr�e anti serve as authorization for the Contractor tn
proceed wi#� the changes..
F. Contr2ctor will si�n and date the Change Order to indicate their agreement with the
terms.
Cnntract Madi�caiion Pracedures
01 26 00-4 iD3127 July 6, 2Q�3 - CDNFORME�
pw:lfCarvib�a4cunlenlslTX�Fort'�lrsrlli+2pp+152-OO�OU�IOA �e5ign+pA Spees�Carolhra�01_26_Q{r (Car�formetlj
9.'ID iilV➢� �eN� lkllAi�.RIA�J�C�iiG� A���UP�� �E�l�[V�l� C����R1l�fBFtFt GIiAN%�
�I���iIdC �l�T'F68i�l�l��'10�
A. E�gineer will issue a Wa�}t Change l7irective far the Owner's signature authorizing
Contractar to procee� with the changes.
B. At campVotion of the change, Con#ractor shall submi# itemized accounting and
supparting data as speci�sd in this Section.
C. �ngine�r will determin� the allowable cost of such work, as prouided in the Confrack
Uocuments.
D. Owner and �ngineer will sign and date the Change Order to establisfi� the change in
Contrack Sum and i,� Contrack Tim� and s�rve as aut�orizatian for the Contractor to
proceed with the changes.
E. Contractor wil� sign and date the Change Qrder to indicate their agr�ement.
i.1'9 COR��l.,�aTI�N �lTFf COhET�+4CTOR'S �U�{�YIiiAl.S
A. Periodically revise 5chedule of Values and Applica#ions for Payrnent forms to
record each Change Order as a separate item of Vllork, and to recor� the adjusted
Cantract Sum.
B, F'oriodically revis� th� Construction Schedule to reflect �ach change in Contract
Time. Re�ise subsch�dules to sh�w chan�es for other items of work �ffscted by the
changes.
C. Upon c�mplefian n# worf� under a Change Order, ent�r per�inenk changes in Rea�rd
Dacurnents.
��►�r 2 ����uc�s {��Y �a����
��►Rr s ��s����iv� ���T �s��)
ENa OF SECTIQN
Contraol Modification procedur'es
01 26 00-5 "�D3127 July B, 20�3 - COE�FOFiM�D
p�v;riCaio!�o+�scumenlslrxfFo�t Wn1Gd2DPa52�00Q000r0A O�sign�DA Speas+Carolln+01_26_09 (Coninrmetl)
����1�PE 81_29_00
�AY�A�Pfg P������l���
P�O�'� 1 G�Rf��A�
�.a� ��r����v
A. Section inc{udes: Procedures for submitting appfications for payment and means
used as a basis for Prflgress Paymonts, includir�g:
'�. Cost Summaries.
2. Paymenf far lVlabilization.
3. Corrtmissioning and Prvicess Star�-Up.
4. Demobilizatian.
�.ati ����r������
A. Occupational Safety and Health �dministration (OSHA).
9.03 Bl��l� �'�� �R��R��� ��Ynd9�{V�'�
A. Qase Application for Payment on the breakdawn of casts for each sche�uled activity
in the Pro�ress Schedule and tfi�e Percentage af Completion for each activity.
Generate Application for Paymen# by downlaading cast data from the Pragress
Schedule 3o a spreadsheet rype format. Id�ntify oach acti�ity on th� Pro�ress
Schedule that has a cost associated with it, fihe cflst of each activity, the estimated
P�rcent Cc�mpkete �or each actiwity, and the Value of Work Completed for both tf�e
payment period and job to date.
1.0� l��oY��P+�T' R�QU�Si�
A. Prepare pragress payment requests on a monthly basis. Base r�quests on the
breakdowns of costs for each scheduled activity and the percentage of campletion
far each act9viry.
B. Indicate totaf dollar amounf of work planned for every month of the praject. Equate
surn of monthly arnounts to l.ump Surn Car�tract Price.
C. Generate Progress Payment request forms by downioading cost �ata fram tF�e
schedule informatian to a spreadsheet fype fprmat. Identify each activity on the
progress Schedulo that has a cost associaked with it, the cost for �ach activity, the
ostimafed percent compleie for each activity, and the val�ae of work campleted for
both the paymenk periad and job to date.
D. Provide Summary af Cast Informatian.
Payment Procedures
a�_2s_oo-1 �03127 July 6, 2023 - CONFORMED
ptv:llCerdbrpoCumenlsrTXlFort WoipJ20Q452-0�OOOQrQ4 UeSi�n�pd Spgcs�Caralla�31_29_Off (Canformetij
�.o� ���� s�����i��
A. Prepare Summary of Cost Informatian for each Major item of WorEc lisied in the
Schedule af Ualues. Iden#ify the Ualue of VIlark Completed for both the payment
periad and jab to date.
B. Cash flow summary: Preparo eash flow summary, indicating #otal doilar amount of
work planned for �ach month of the project. �quate sum of monthly amounts to
Lump Sum contract �rice.
9.06 P�►Y��PlY �CIR hAQ�I�I�A71@R1
A. Limit amounts included under mobilization t� the fallowing items:
1. Maving on the site any equipmenf r�quired for first month ape�-ations.
2. Insfal�ing temp�rary construction power, wiring, and Hgf�ting facilities.
3. Establisi�ing fire proiection �lan and sa#�ty program.
4, Clevefpping canstruction water supply.
5. Providing an�site sar�itary facilities and potable water facilities as specified.
6. A�ranging for and erection of Contractor's work anci storage yard, employee
parking facilities, and entrance road.
7. Subrnit all req�irod in�urance c�rtificates and bonds.
8. Obtainir�g all required perrr�its, licer�ses, and fees,
9. Submit preliminary sc�edule of values of the Work.
10. Submit preliminary schedule and develop baseline schedule.
11. Stabmit cash ffow in tabular and graphical formais.
12, Submit Contractor's quality control plan.
13. 5ubmit Sched�le of Submittals.
14. Suk�mit pre-construction photographs and �ide4s.
15. P�ar�ide and erect the project sign.
16. Post all OSHA, (state ag�ncyj, l7epartment af I�abor, and all other required
notices.
B. F'urnish data and documentatian to substantiate the amounts claimed under
mobilization.
C, Limit prico far mobilization tQ nn moro than � p�rc�nt af Contract #�rice.
D. No paymenf for mobilizatian, or any part thereof, wifl be recomrr�ended until all
mobilization items listed above havg been completed.
i.Ql �AYPlI�E+OT FB� �8i�19AI��iQR�llef� �aNL� �R���SS SYAk�i�UP
A. Total Prfce for cammissionir�g and process start-up shall not be less than 3 percer�t
of Contract Price.
'i.0� F�AYfIdO�NT ���t C1�1°�Q�ILl�T'S�PI
!'�. Tatal Price for demobilization shalf not be fess than 3 percent of Contract Price.
Paymen# Procedure5
oi 2s_oo-2 �031�7 Juiy 6, 2D23 - C�NFORMED
p�v:kC6rdbPpqCumenSs+TX+Fort SNorU�p20P152-0490t10104 D�sign+04 $pECSrC3rbl�a�01_29_09 (Cflntprmetl)
���� � ����ue�s {�o� us��}
���� � �x�c��i�� �r��� ����}
�No o� s�cTioN
Fayment Procedures
o�_2e_oa-3 143127 July 6, 2023 - CONFDRMED
p�4;lICBI4��OrpoCunlentstT'XIFnr1 VJDrN+2l1UA52-009�nR�p4 Des�gn104 SpaCs+Ca�alla�pt_2<,i_CJ (Cohforn�eU)
S�CilI7i� 8'i,�29_73
�CHEDIJLE OF ��LL�E�
��,�'� 9 C�P��RAL
'9.01 �Ul�➢NiARY
A. Section includes; Requirements for preparation, format, and subrnittal of 5chedule
nf Valuss.
9.02 !��l�p�,I�ATlO�!
A. Schedule ai Values shalf be a listing af all cosf Inade�, on-site construction activities
frnm the pro�ress schedule, listed in numerical order, showing that fhe sum total of
aq costWloaded ackivities equal the Contract vaiue.
B. When the schedule is char�ged or re�ised ta include ac�ded ar dele#ed wark, the
Scheduke of Values shall aiso be revised such that the sum total of al! cast-laaded
activities continuousky equ�k the current Cantract �alue.
1. Equate the aggregate of fihese cosfis to the L�mp Sum Contract Price.
C. Prepare Schedule of Values identifying costs of Major Items of Woric.
1.03 �U�I�AITl°��5
A. Submit Schedule of Values for the F�reliminary Schedule as spscified in, Section
01 _32_21 - Schedul�s and Reporks.
P��T 2 P�t��U�T� (PlO7 l�S��}
P�e�i 3 �X�C�JiI�� (�l�i U5�bj
END OF S�CT'ION
5chedufe af Values
C11_29_73-1 103127 July �, 2023 - CONFaFiYIED
y�v:ffCar�bipocunEentsrTKlFp�t tNor{�tr20U452-0OQOOOfOA Oesignl0a S�ecsiCarulla�Q1 29_I3 (Gontwme�Jj
����ie� o�_��_��
A���I��+a�l��i� ��R �AYI�+��Pd�'
P��ti � C�i�€F3�a�
1.f11 �Ul4�RA,�i:Y
A. Section inel�des: 3�roceduros far preparation and submittal of Applications for
Payment.
9,Q2 �'�aIVIAT
A. Devefop satisfactory spreadsheet-iype form generated by downloading cost data
from the Progress Schedule.
9. Submit payment requests a�d attach spreadsheei with cost data related to
Progress Schedule.
B. Fill in information required on form.
C. When Change Orders are executed, add Change Orders at end of listing af
scheduled acii�ities:
1. Identify change order by numher and description.
2. Prauide cos# of change order in appropriate caiumn.
D. After completing, submit Ap�lication f�r Paymer�t.
E. �ngineer will revi€w application for accuracy. When accurafe, �nglnesr will transmit
applieaiion to Owner for pracessing a# payment.
F. �xecute application with signature of responsible officer of Cantractor.
9.03 ��1�aYAR�YI►�YII�� �,4�A
A, Pro�id� Substantiaking �ata identifying:
1. Project.
�. Application num�er and dat�.
3. Updated schedule of vaiues.
4. Progress schedufe.
5. Detailed list af enclosures.
6. Stored ,�roducts log.
7. Equipment log.
�. Recard {as-built) documents.
9. Phatos and videos fram current pay �eriod.
1.4� �U�14�Ii�A�_S
A. Submit Application for F'ayment and Substantiating 'Data with cover fetter.
Applications far Payment
D1 29 77-1 1D3127 July �, 2023 - GONFORM�D
g�v:l+Cerctin�Documenlsrrx�Fad1'�odh�200,152-000600NA Oesign�Aa Spacs�Casallu�l_29_77 (CAnforn�e8)
9.�5 PdYi41d9Ei�� ��Ql1��TS
A. Pre�are progress payment requests on a monthly basis, Base re�uests on the
�reakdawns ofi costs for each scheduled activ�ty and the perc�ntage of campletion
for each activity.
B. IndieatE total dollar amaunt of wark plannad for �very mont#� of the praj�ct. �quate
sum af monthly amounts to Lump Sum Contracf Price,
C. Generate Progress Payrrtent request forms by dawnloading cost data from the
schedule iniarmation to a spreadsheet typ� format.
D. Identify each activity on the Progress Schedule that has a cost associated wi#h it,
the cost for each activity, the estimated percent complete for each activity, and the
value of work completed for both the payment periad and jnb to date.
�. F'repare summary of cost information for each Major It�m af WorEt listed In the
Schedule of Val�es. Identify the value of work compfeted for �oth the payment
period and job to date.
F. Payment period:
9. N�onthly Applicativn for Payment period shall begin on fhe 1st day af each
month, and and on tho last day vf each month.
2. 5ubmit Application for Payment to Engineer no ia#er than th� �th day of eacit
manth far wark cornpleted the prevfous month.
3. �ngineer will finalize and submit recommendation for Application far �'ayment
to cJuvner by the 15th day ofi each rnanth to allow tir�e far processing and
apprava�.
9.Q6 CQS� SU14Rf�,erl�lE�
�1, Prepare Summary of Cost Inf�rmation for each Major Item o� Work listed in fhe
Schedule of Valu�s. Identify the Value of Work �ompleted for bath the payment
period an� job tv date.
B. Cash flow summary: Prepare cash flow summary, in�ica#ing total dollar amount of
work planned for each month of #he project. Equate sum of manthly amounts ta
Lump Sum contract price.
���� 2 ��o����r� ��o°r tas�n}
���T � �x�c��i�� {�or us�d�
�Na aF s�crio�v
Applications for f�aymen!
01_29_77-2 143127 July 6, 2fl23 - COIVFORM�D
p�v:NCardlolRpcumen�51T%�Fort tNorUJ2ppq52-0p0000lOd De^,�n�n4 SpeCS+Carfllla�01_2y_77 (Cqnip��ne�}
���ilOPd Q9_31_�9
RR�J�Gi I�i��il#��S
��aR� 1 ��PE�R�1L
1.0� �U��A�tY
A, Section incfudes: RequiremQnts for cor�dueting co�ferencfls and meeti�gs for the
purposes of addressing issues relat�d to the Work, reviewing and ev�rdinating
progress of th� Worlc and other matters of comrrton interest.
1.Oa QU�E�IFI�dTf�F�S [}� IN��,71i�C ��f`�i"ICIPAi�7�S
A. Representatives of entities participating in meefings shall be qualified and
authorized to act on be�alf of entity ea�h represen#s.
9.03 �A�i� lV�I���IRI[� R��lUI����NiS
A. Aitendees:
1. Meeting leader shafl requEre at�endance of parties directly affecting, or affected
by, Ullork being discussed at the meeting.
R. L��afion:
1. At the project site or in bcation canvenient for most invitees,
C. Natification:
1. Meefing leader shail notify attendees of ineet�ng, including �n ag�nda, a
rninimum oi i days p�ior to meeting,
U. Agenda;
'f . Meeting ieader shall prepare capies of agenda for participanfs and distribute at
the m��ting.
2. Minimuin requirements:
a. Meeting purpase.
b. Review minutes af previous meetEng.
c. Safety and security.
d. p15�U5S ISSUBS.
B. �CtI0i11t�fT1S.
f. Next meeting.
E. Meeting minutes:
1. Meeting leader shall �rvvide draft minutes and send to all atk�ndses for
cammeni within 7 days.
2. Meeting Eeader shali incorporate comm�nts from aktendees and submit final
rneeting minutes to attendees within 7 days of receipt of comments.
Projecl Meefings
01 31 19-1 'f�3127 Ju1y S, Z023 - C�N�ORMEQ
�v:l�Carcl�o+fk�cumenS5�lf+Fai{YJorU�+200452-0OAOD0+0� Design+Ud S{�ecs+Carollo,�li_3i_19.(Coniormedj
,.na ���d�ONSiFtUC7��PE ��I�F�REPIC�
A. Enginee� leads the meeting.
B. TimEng:
1. Upan issuance of Notice to Proceed, or earlier when mutually agreeable.
C. Re�uired attendees:
1. Contractor's project manager and superintQndent, Owner, Engineer,
representatives of utilities, major su�b�an�ractors and at�ers invafved in
perFormance of the Wor�C, and others n�cessary to agenda.
D. Agenda minimum requiremenis:
1. Me�#ing purpas�:
a. To establish working understanding hetween parties and to discuss
Canstruction Schedule, shop drawing and o#her submittals, cost
breakdown of major lump surn items, processing af submittals and
applications for payment, and akher subjects �ertinent to execution of the
Wark.
2.
3.
4.
5.
6.
7'.
.�
9.
1 Q.
�1_
'12.
93.
14.
15.
16.
Adet�uacy of distributfon af Contract Documents�
Diskribution and discussion af list of major subcontractors and suppliers,
Proposed progress schedules and critieal canst�'uction sequencing.
Major equfpment deliveries and priotities.
D�signation of respo�siblo personnel.
Procedures arrd processing of:
a. F�ield decisions.
b. Proposal requests.
c. 5ubmittals - separate, meeting.
d. Change Qrders.
e, Request for Informationlfnterp�etations,
f. Applicatior�s fpr Payment.
g. Record Documents.
Uso of premises:
a. OfficQ, constructian, and starage areas.
b. Owner's requirements.
Constructian facilities, cantrois, and construation aids.
'femporary utilities.
5afety and first aid procedures.
5ecurity procedures.
Houseke��ing procedures.
Re�iew propased photographer submittal,
Aetion items.
Next mesting.
1.05 PR�d��NSiRU��'I�P� ��Hf�C�ULIiV(� �i����N�
A. �ngineer feads #he rneeting.
B. Tirning:
1. Within 14 days of IVotice to Proceed, ar earlier when muivaily agree�hle.
Projeel Msetings
Q1 31 19-2 103127 July 6, 2023 - CONFOl�MED
p�V:kCarcl�plpoCumBnls�T%IFodlNDiliJ2pQ452-OQ4400lQq pegignJ�4 gpegg+��rnlla�01_37_t9 jCnriformetlj
C. Require� attendees:
1. Contractor's praject manager, superintendent, scheduler, Owner, Engineer,
and others necessary to agenda.
�. Agenda rrtinimum requirements:
1. Mee#ing purpase:
a. To establish the format and features of the Canstrucf�on Schedule.
2. Schedule preparation.
3. Reporting requfrements.
�4. Updates and revisian procedures.
5. Schedule delay analysis procedures.
6. 5chedule methadology.
7. Planned sequence of operations.
8. Cost and labor loading metfi�odology.
9. Prapased ac#ivity coding structure as specified in SectMon 01__32-21 --
5chedules and Reports.
10. Naming convention: Name schedule files with the year, manth and day af khe
data date, reuision id�nti�Qr, and a description of the schedula.
a. Example 1: 2414_07_30 rev 1 dra� baseline sehedule.xer.
b. Example 2; 2014_09_30 rev 2 ssp final updat�.x�r.
'! 1. Actian items.
'42. �lext meeting.
1.OQ F�RC�GR��S IR��Ei1W��
A. Engineer will lead fhe rneeting.
�. Timir�g:
1. Hold meetings tf�roughout pragress af the Work at maximum wee�fy intervals.
C. Required attendees:
�. Owner, Engineer, Contractor, Contractor's P'roject Manager, superintendent,
quality conkrol rr�anager, praject sched�Eer, major subcontractors and supp�iers
as appropriato to agenda tapics for each meeting.
2. Additional invite�s:
a. Dwn�r utility compani�s when khe Worlc afFects th�ir interests, and oth�rs
necessary ka agencia.
D. Agenda rninimum requirements:
1. Me�iing purpose:
a. Provide the status of the Work.
2. Review minutes af previous meeting.
3. Safety and security.
4_ Canstruction schedu[e summary.
5. Review vf 6 wee�s schedule.
a. Contractnr shall }arovido printed I�ard cnpies for aach attendee,
6. R��iew of of�-site fabricatian and delivery schedules.
7. Re�iew of submittals schedule and sta#us of submittals.
8. Request for information (RFI's} status.
9. NIOP's/shutdown coordinatian.
10. Change order managernent status.
Project Meelings
�1_31_19-3 103127 July 6, 2�23 - GONFORMEQ
p�Y;l�Cardb+Rocumenls+T%+Forl Wortr�2pp452-0000DOrA4 Design�pa Spacs+Caraila�01_3s_t9 (CantosmedJ
11. Maintenance of quality standards (QA1QC).
1�. Field observations, prabEems, and con�iicts.
13, Commissioning.
1�, Partn�ring recognition status (op#ianal),
15, General �toms.
1fi. Action iter�s.
17. Next meeting.
1.0�` I����lR��7'ALL.�iIBI� 1���71P1�5
A. Contractor leads the meeting.
B. T'iming;
1. When specifled in Technical Sections or reque�ted by Engineer, before
c�mmencing Work of specific section.
C. Required attendees;
9. Owner, �ngineer, Contractor, Contractor's Praject Manager, General
Sup�rintenden#, praject scheduler, major subcontractors including elec#rical
instrumentation, and suppliers as a�prvpriate ta agen�a tapics far each
moeting,
2. Additianal �nvitees:
a. Owner utility compani�s wh�n ths Work affects th�:ir interests and others
necessary to the agenda.
D. Agenda minimum requirements:
1. Me�ting �urpose:
a. F�eview conditivns of installation, preparation and installation procedures.
b. f�eview coordinatiort with �elated work.
2. Revi�w minutes af previous meetir�g.
3. Safety and security.
4. Action itert�s.
5. Next meeting,
�.as ����buY�o+�r� �n��ri��s
A. Contractor leads the rrmeeting.
B. Timing:
�. Short-term and longer-term shutdawns and oi�er tie-ins thaf requir� an Owner
approved MO� requlre a pre-shutdown rneeting at Pro�ect sits at least 3
worfcing days prior ta commencing shutdown %r tie-in or rnodification a'F
specific plant sys#ems.
C. Required att�ndees:
1. Require attendance of parfies directly affecting, nr effected by shutdown,
including �ngineer, specific worit crews, Owner°s construction, operations, and
maintenance staff.
Projecl Meetin�s
p9_39_19-4 1p3127 JUiy 6, 2023 - CONFORM�D
pn�:flCerdb�Dmoumenls+iXlFprt WurUt+2UG�152-000�DU70d De9fgn+04 Spees�Ca1ullu�61_31_19 (CnnTo�mecf)
0. Agenda minimum requirerr3ents:
1. Meeting gur�ose:
a. Review co�ditions af installation, preparatiar�, and installatian procedures.
b. R�view coordination with related wor�.
2. Re�iew minufes flf pre�ious m�eting.
3. Rflview acc�p#ad Construction Methad af F�rocedure (MOPJ, as specified in
Attachment A of Secfion 01^14^04 - Work Resirictions, including conditions of
shutdown, preparation, and instailation pracedures.
4. Review timelines and sequences.
5. Review respansibilities.
6. Review dry run plan and schedule, as necessary.
7. Review eoardination with related work.
8. Safety and security.
9. Action items.
10. Next meeting.
1.n9 C�f�Y�I��I�WIf�� COO��II�AY��PJ hA�ET'IN��
A. Cantractor leads the meeting.
B. Tirning:
1. Soparate commissioning coordination me�tings will be scheduled as required
by Engineer.
C. R�quirecf atiendees:
1. Require attendance of parties d�rectly affeoting, or affe�teci by process start-up
and testing, including Engineer, Commissioning Co�rdinator, s��ci�c worEc
crews, Owner's aperatians, and maintenance siaff.
D. Agenda minimum requirements:
1. Meeting purpose:
�. Caordinate commissioning activities.
2. Review minu#�s af pr��ious meeting.
3. Revi�w Commiss�oning Schedule.
4. Review Owner Trainirag Schedule,
5, Reviaw test plans.
6. Review accepted Gonstruction Method of Procedure tA+iOP), as specified in
Attachment A of Section Oi 14 DO - Work F�esirictions,
7. Own�r rr�akes final decision for commissioning GO or NO G�.
8. Safety and security.
9. Action it�r�s.
9 0, Next meeting,
'I.�t� aP15T�IJAI1�iVTl�Tl9N r4W9 G�PViRQL CO�R�IP�►��I�P� IVA��TIhI�S
A. Meetings and conferences as specified in Section 44 fi1_d0 - Cammon 1Noris
Re�ults for Pro�ess Control and Insirumenkation 5yste�ns,
1.� � ���� ��ftl��Rl���tBP� ���7 IN�
A. Engineer leads the m�eting.
Projecl Me�tings
D� 31 'f9-5 10�927 Juky F, 2D23 - CONFORMED
p�v;l+GarWb�RoCuroenlS+TX+Forl YJqiU�r20U+152-0OpOa�fOA Dc�sIgN04 Speex+Caroila�01_31_19 {Cfln�rmedj
B. Required attendees:
1. �ngineer, Cantractor, appropriate manufacturers, and installers of major units
of constructiqns, afFected su�c�ntractors, and Owner's operatians an�
maintsnance staff,
C. Timing;
1, Abaut 11 montt�s after date of Substanfial Completian.
D. Location:
1. Meet in Owner's o�ce or ather mutually ag�eed upon pEace,
�. Agenda minirnum requirements:
1. Meeting purpose;
a. Review pra]ect for complianc� witF� Contract Documents.
2. �nsp�ci the 11Vork and draft {ist of items to be campleted or corrected.
3. Re�iew service and maintenance contracts and take appropriate correcti�e
actian when necessary.
4. Camplete vr corr�cl defective war� and may extend carr�ction period.
5, Safety and security.
6. Actian items.
7. Next meeting.
�A�i � pF��C]U�i� (hl��' ���L4}
pA�i 3 �%��L�TIB{� {Rl�T" lJ���)
END OF SECTION
Praject Meetings
01 31 19-5 1�3127 July 5, 2A23 - CpNFORMED
�v:1�Carelb�pacurnenlsfT%IFo�t Worpd2�0+152-0UOOD�fo4 oes€gnlp4 Specs�Ca�allarot_3�_�8 (Coniormed)
SECil01� �'i�32 29
��iiEDIJ�,�� R�1� R���RY�
�/���° 1 G�h��R�L
1.[t� 5U�f�Idi�Y
A. Secfion includes: Schedules and �eparts.
�.0� �U��tiiTi°AL �Ef�UIF��f��F���
A. 5ubmit preliminary and baseline schedule.
E3. Submit preliminary ar�d baseline schedule of values.
C. Submit preliminary and baseline schedule of submittals.
D. Submit, on a monfhly basis, �pdat�d schedu[es as specified.
E. Submit final scheduie update as specified.
�. 5ubmit revised scheuules and time impact analyses as specified.
G. Submit scheduies in the media and number af copies as follows:
1. Provide ea�h submiffal in PDF format �nd in flther farm�ts specified in this
Section.
2. 2 sets af CP(ill Schedule daka eiectronic files in a native backed-up file (.mpp
or .xer).
1.�3 �CH��I����
A. Desi�nate, in writing and within 5 calendar days after h�otice of Award, the pe�son
r�sponsible for preparation, maint�nanc�, updating, and r�vision of all schedules.
B. Schecfuler shail have the authority to act an behalf of Cantractar.
1. A minimum of 5 years verifiable experience in pr��aration of construction
scheduies for pr4jects af simifar va[ue, size, and eomplexity.
2. Ftnowiedge of crikical path method (CPM} scheduNng utilizirog Primavera PB
Professional or Asta Pawerproject software.
9.@4 ��i���U�IP�� ��I�I��i
A, iJtilize crikica! path method {CPM) format.
�. Pravide a cost loaded sched�le,
C. Engineer apprfl�ai of the format is required.
Schedules and Reporfs
09_32,�21-1 103127 July 6, 2423 - CUNFOR�IIED
p�v:NGgro4btl)oCunienls�TX�Fort I�orUt+2U0452-0DOOpff��4 Design«4 SpeaS�Carollarol_a2_21 {ConfurmetiJ
9.05 SCH�DULI�IG bAR�1���� �4iV� ��Fi1fi�ARE
A. All scheduling saftware and hardware lacated an-site.
B. Prepare �omputerized schedule utilizing fh� most current ver5ion 4f Oracle
Prirnavera Pfi,Asta Powerprojeet, or Microsa#t Project.
1. �'ro�ide 1 licensed copy Qf or onlir�a access to the scheduling software to the
E�ngineer, registered in th� Engin��r's r�ame, for the duratian of the F'rojeet.
C, Contractor and Engineer must agree or� the formak.
'9.06 Pl�f�nC�id�TRUGTI�R1 �CH�dli�lh�� i�I��YIR��
A. As specified ir� Section a1_31_19 - Proj�ct Me�iings.
9.07 �EVI�W AR1� �4G��P7'�of��� �� SCFf�DUZ��
A. �ngineer will review Baseline Schedule, Schedule llpdates, Sch�dule F�evisions
and Tlme ]mpacf Analyses to aseertain campliance with specified prflJect
constraints, compliance w€t� mil�stone dates, durations and sequence, accurate
.3nter-relationships, and completeness.
E3. Engineer and Owner will issue wri#ten comments follawing completion of �'eview of
�aseline Schedule within 21 calendar days after receipt.
C. Writtvn cammonts on rQview of Schedule Updat�s and Sch�dulfl Rovisians and
Time Impact An�lys�s will be rQturned to Contractor within � 4 calendar days after
receipt by Enginesr.
D. Revise and resu�mit schedule in accordance wiih �ngir�eer's comments within
7 calendar days a�ter receipt of such comments or request jaint meeting to resolve
objections.
E. If En�ineer requests a m�eting, the Contractor and all majar subcontractors must
participate in the meeting with Er�gineer.
1. Revise and resubmif sc�edule within 7 ealendar days after meeting.
F. Us� accepted schedufe for planning, organi�ing, and directing the woric and fdr
�reporting progress.
G. �Engineer's submittal reuiew response:
1. When schedule re#leets Owner's and Contracior's agraement of project
approach and sequence, schedule will be accepted by Owner.
2. �ngine�r's submitkal review respon�s for schedule submittal will be "R�ceipt
Acknawledged - Filed for Record" including a{�plicable comments.
3. Acceptance of the schedules by the Owner is for general conformance wifh the
Contract Documents and for Owner's planning informatfon and does nok
relieve the Contractor of soE� responsibilfty for planning, coordinating, and
execufing the Work within #he contrack completion rlates.
a. Omissinns and errors in the accepted scFtedufes shall nat excuse
performance less than th�t requfred by the Contract Dacuments.
Sehedules and Reporls
01_32_21-2 103127 Juiy 6, 2p23 - GC1N�dFiM�p
p�v:llCardlp�Roc.ume�ls�TXlFod SWo�Ut+20�452-00U0[}Uf04 Oes�ynrp4 Specs+Carolla�1_32_21 (Cpni6rmetl}
b. Acceptance by the Owner in no way constitut�s an evaluation or
valid�tion of the Contr�ctor's p1an, sequence or means, methods, �nd
#echr�iques of cons#ruction.
�.08 ��R1��iUl�� U�I�A�'��
A. Any upclate:
1. €'repar� update using most recent accepted version of schedule including:
a. Actua! start dates of activities that have b�en started.
b. Actual finish dates of activities that have been completed.
c. Rercentage of c�m�letion of activitiss tMat have been started but not
finished.
d. Actual �ates �n which milestones were achieved.
e. Update ac#ivities by inputting percent complet� figures with actu�l d�tes.
f. Use re#ained dagic in preparing Schedule Updat�s.
g, Wh�n necessary, input remaining durations for activities whose finis�
cfates cannat be calculated accurately with a percent compleie figure only,
h. Re�isions to the scheduie may be included that have been previously
apprQr��d as spQcifiod in this 5ection undor Revisions to Schedule.
B. Monthiy updates:
�. St�bmit written narrativa r�port in conjunction with each Schadule Update
including descriptions of the follawing:
a. AciE�ities added ko ar deleted from the sehedule are to acfhere to cost and
other resource laading requfrements.
1) Identify added acti�ities in manner distincity differenk frorR original
activity designations.
b. Changes in sequence or estimated durafian of activities.
c. Current nr anticipated problems and delays affecting pragress, impact o#
these problems and delays and rrteasures takeh to mitigate impact.
d. Assumpti�ns made and aetivities affected �y incarporating change order
work inta the schedu4e,
2. Submit updated schedufe and rnaterials specifjed under Submittal of Progr�ss
Schedules, 5 cal�ndar days befare the monthly schedule update me�ting,
3. 5ince Manthly Schedule LJpdat� is th� application for progress paymer�k
required as specified in Section 01_29 77 - Appfications for Paymer�t,
st�bmittat and acceptance af the month�y Schedule Update is a condition
precedent to the raiaking of any progress payments.
'9.09 ��VISI�R�S TO SCFl�DU��
A. Sufi�mit Revis�d Schet�ule within 5 days;
1. ►Nhen dei�y in completion of any acti�ity ar group of acti�ities indicates an
pverrun of the Con#raci Time or milestvne dates by 20 working day� or
5 pe�cent of the rernaining durativn, whichever is less.
2. When delays in submittals, defiveries, or work stoppages are encountered
making neeessary #h� raplanning ar rescheduling of acti�jties.
3. Wh�n the sc�edule daes not r�present ��e actual progress of activfties.
4. Wh�n any change ta i9�e sequence of activitfes, the completion date for major
partiar�s of the Wark, or when changes accur w�ich affect the critical path.
Schedules and Reports
41_32_21-3 'iQ3127 July 6, 2423 - C�NFORM�D
�nv:llCaicarD+➢OCumentS+7lUFprl SN4iU��20UA52-0D00i1�10A Des�yn��A SpeCs�Car611a�61_32_21 (ConfUrmg�i)
5. When Contract modification r�ecessitates schedule revisian, subrriit schedule
snalysis of chat�ge order work with cast proposal.
B. Create a separate su�mittal for 5ched�le Revisians.
1. Comp[y with schedule updates as speeified in this Sectian.
2. Do not su�rnit with 5chadule Updates.
C. Schedule Revisions w911 not bo �eflected in the schedule until after the re�isian is
acceptecf by the Own�r.
1. This inc�udes Sched,ule Revisior�s submitted for fhe purpose of mitigating a
Contractor-causecl project d�lay {Reeo�ery Schedule).
1.14 P�JI�^iP��iVi O� G9R�TR,�CT' 71R�I� ba PR�G�
A. Contra�t Time will b� adjusted only for causes specified in Contract �ocuments.
1. Non-exc�rsable delay:
a. Non-excusable delays include actfons or inac#ions of the Contractar, or
events for whi�h the Contractar has assumed contractual responsibility
(including actions or inactions of subcontractors, suppliers, or materiai
manufacturers at any tier) that would independently delay the corripletion
of tile Work boyond tho current Contract com�lekivn date�.
b. Na tir�� extensions will be granted for nan-excusable delays.
2. Excusable delay:
a. �vents which are unforeseeable, autsida the control of, and withoui the
fault or negligence of eifher ihe Owner ar the Con#ractor (or any parky for
whom either is responsibfe), which would ir�dependently delay the
completian of the Work beyond the current Coniract complekioh date,
b. The Contractor may be entitled to a time extensic�n only.
c. h'o ather damages wifl �e approved,
3. Compensable delay:
a. Actions or inactions of the Owner, ar events fvr w}�ich the Owner has
assumed cantractual respansibility, which would independentiy d�lay the
complotion of the Work bQyond tho curront Contrac# comple#ion date.
b, Th$ Cant�actor may be �ntitled to a time ext�nsiQn and delay damages.
4. Cvncurr�nt delay:
a. Concurrent delay is any cambination of the above 3 types of delay
occurrfng on the same cafendar date.
b. �xception ta cor�current delay:
�) Cases where the combination consists of 2 or more instances af the
same type af delay occurring on the s�m� calendar date.
2} W��n ane cause of delay is Owner-caused ar caused by an event
which is beyond the control and without the faulf or negligence of
eit6�er the Owner ar the Contractar and the other Cantractor-caus�d,
the Contractvr may t�e entitled only to a time extension and no delay
damages.
B. If the Contractat- believes that the Owner has impacted its work, such that the
project campletion date will be delayed, the Cor�tractor musf submit proaf
d�monstrating the delay to the critical path.
1. 7his praaf, in th� farm af a Time Impact Analysis, may er�ti#le the Contractor kn
an adj�stment of Contract 1"ime or Contract Prie�.
Schedules and Reparts
01 32 21-4 143127 July 6, 2023 - GONFORMED
�nv�lfCaic�blppcumenls�lf�Fp�t 1��r�l�20�152-0OpOpUfUA OeSign�04 5pecs+Carolla�01_32_2� (COnform�lj
C. Time Impact Analysis
1. Use the a�ce�ted scheduls update that is current r�lative to the time frame of
the delay event (change order, third party del�y, ar other Owner-caused
delay}. Represent the delay event in the scheduke by:
a. Inserting new activiti�s associated with the dc�iay evant into the schedule.
b. Revising activity logic.
c. Revising activity durakions.
2. lf the project schedule's critieaf path and corr�pletian date are impacted as a
resukt of adding this del�y euent to the schedule, a tirne extension equal to the
rnagnitude of the impact may be warranted.
3. 7he Time Impact Analysis submittal must include the folEowing information:
a. A fragment of the portion of the schedule affected by ihe delay event.
b. A narrative expfanation of the d�lay issue and how it trrrpaci�d the
schedule.
c, A schedule f le �sed ta perform the Time Impact Analysis.
D, When a delay tv the project as a whoie can be avoided by revising preferential
sequencing or Iogic, and the Contractor chooses not ia implemenf th�a rQvisions, th�
Contractor wilf be en#itled to a time extension and no cornpensation for extended
ov�rhead.
E. IncEicake cfearly that th� Contr�ctor has us�d, in full, all project fiEoat a�ailable for the
Work involved in the request, including any fioat that may exist b�tween the
Contractor's planned oompletion date and khe Contract completian date.
1. UfiEize the latest version of #he Schedule U�date accepted at the tfine af the
af9eged delay, and all other relevant infiarmatian, #a deiermine #he adjustment
af the Cantract Tirne.
�. Adj�strnent af the Co�+tract Times will be granted only when the Contract �loat has
�een fully utilized and only when the revised date of campletion of the Work has
been pushed beyar�d the Cantraci complet[on date.
1. Adjusiment of #he Contract Times will be made only for the number of days
that fh� Qlanned completion of ti�e work has been extended,
G. Actuai delays in activities whlch do not affect the cr�tical path Work or which do not
move the Cantractor's �lanned compl�tion date beyond the Contract compleFia�
date will not be the basis for an adjusiment ta the Contract T'ime.
W. flf eompletion of tFte project occurs wlthin the speeifed Cor�tract Time, the Contractor
is not entitled tn job-site or F�ome office overhead beyond the Contractor's arigihal[y
planned vccupancy of the site.
Notify Engineer of a request for Contract Time adjuskrnent.
1. Submit request as specified dn ihe Contract Documents.
2. In cases where the Cantractor daes not submit � request for Contract Time
adjustment for a specific change ordQr, d�lay, or Contractor request within the
specifed period af #ime, then it is mutually agreed th�t khe particular change
order, delay, or Cnntrac#ar request has no time impact on the Cantract
completion date and na time extension is required,
Schedules �nd R@porls
01 32 21-5 103127 July 6, 2a23 - C�N�OR1r1�D
p�':lrCArdlorGocunreail�fTx7Furt YJurIh+20U+152-0000{1p10d U�sign�04 SpEcsfCarolla�0i_52_21 (Coniormed�
J, The �ngineer will, within 3Q calendar days after receip# of a Contract Time
adjustment, request any s�pporting evidence, re�iew the facts, and advise the
Contractor in writing.
1. Include the new Progress Schedule data, if aecepted by the �wner, in the next
montl�ly 5chadul� Update.
2. When the Qwner has not yet made a final determination as ta th� adjustment
of the Contract iime, and the parties ar� unable to agree as to the amount of
the adjustment tfl be reflected in the Pragress Schedule, refilect that amaurtt of
tim� adJustment in the �'rogress Schedule as the Engineer may accept as
approp�iate for such interim purp�se.
3. It is understood and agreed that any such intertm acceptanc� by the Engineer
shall nat be binding and �hall be made only for the purpase of continuing #a
schedule the Wprk, u�til such time as a final determinatian as to any
adjustment af fhe Contract Time acceptable to the Fngineer has been made.
4. Re�ise the Progress Schedule prepared thereafter in accordance with the final
decision,
�.�� S�H�C?LJL� ����ARAiIaP�
A. Preparation and sub�nittai of Progres� Schedule represents Contractor's inkentian to
�xecute the Work within speci#iec! time and cons�raints.
B. All costs assaciated with schedule requiremenks are ir�clud�d in the Contract �'rice.
C. During preparatian ofi the preliminary Nrogress Sch�duls, Engineer will facllitate
Cantractor's efforts by answer q�estions regarding sequencing issues, scheduEing
conskrainks, interface points, and dependency relatios�shlps.
D. Prepare schedule utili�ing Precedence Diagramming Method (P[3M),
�, Prepare scheduie utili�ing activity durations in t�rrns af warking days.
1. C1a nat exceed 15 warking day duratian on activities except cancrete curing,
subrr�it�ai review, and equipment fa�ricatian and deliveries.
2. Where duration �f co�tinuous work exceeds 1b working days, subdivide
activities by lacation, stationing, or ather sub-elem€nt af the Work.
3. Coordinate hoiidays ta be observed wikh the Owner and incorparate them inta
the schedule as non-war�ing days,
F. Failure to include an activity required for execution of the WorEt do�s �ok excuse
Contractor from completing the Work and portions thereofi within specified times and
at pric� specified in Contract.
1. Contract requirements are not waived by failure of Contractor to include
required schedule constrainis, sequences, or milestones in schedule.
�. Gontract requirements are not waived by Owner's acceptance of the schedule.
In evenf of eanflict between accepted schedule and Contract requirements,
terms of Contract gaver� at all times, unless requiremenfs are wai�ed in
writing by the �wner.
G. Reference schedule to working days with beginning of Contract Time as Day "1",
Schedules ond ReporEs
01_32_21-6 1Q3127 July 6, Z023 - GONFORMED
pw'NCaic�W+Documenl�lTYJFo�t �Vo�U��2QU�152-00000014A Das�gn+04 SpeatJCarolla'01 _32_2� (Coniorme�lj
H. aaselir�e Schedule and Praject Completian:
1, Shauld Cvntractar submit a Baseline Schedule showing project �ampletian
more than 2p working days prior to Contract cvmpletion date, Owner may
issue Change �rder, at no cost to Owner, revising time of performance af
Work and Conkract campl�tinn date to match Contractor's schedul� complefion
date.
2. Adjust accordingly any Contract milestone dates.
Impased dates ar�d h�dden lagic are pro�i�ited.
Interim milestone dates, operational constraints:
�. In event there are interim mileskane dates andlor operational conskraints set
�a�th in Contract, show them on schedule.
2. Do nat �se Zero Total �loat constraint or N�andakory Finish Date �n such
Contract requirements.
K. Cantract float is #ar the mutual f�enefit of both C?wner and Contractor.
1. Changes to the project tha# can be accomplished within this available perEod of
float may be made by 4wner without extending the Contract Tims, by u�ilizing
flaat,
2. Tirrze exfensions wifl not be granted no� delay damages awed until Work
extends beyond currently accepted Contract compl�tion date.
3. Likewise, Contrackor may uEilize float to offse# delays okh�r than delays caused
by Owner.
4. Mutuai use af fioat can contlnue until all ava�la�le float shown by sc�edule 1�as
been ufilized by either Owner or Coniractor, or bath. At that time, extensions of
the Contract Time wilf be granted by Owner for valid Owner-caused or khird
party�caused delays which affect the planned campletion date ar�d whic� have
been properly documented and demonstrated by Contractor.
5. iVon-sequestering of float: Pursuanfi tv float sharing requirements of Cantract,
schedu{e submittals can be rejected for, use of fioat suppres�ion teehniqu�s
such as preferential sequencing or logic, special load or lag Iogic restraints,
extended acfivity durations or impased dates,
L, d4�source laading and Ie�eling:
1. Input la�or data on each schedule activity.
2. Manpower data consfsts of the man-hours estimateri to �erform each ia�Ec,
caiegorized by trade.
3. Provide le�elecf manpower requirements.
a. Availability oF khe resources drive activity duratian.
M. Cost [oading. A!I schedufes:
1. Only an-site canstruction acti�ities.
2. The sum total ofi �Il cost Ioaded �ctivikies equal to the cu�rent value of the
Cantract, ineluding change orders, at all times.
3. Payment far mobilization or payment for materials or e�uipment delivered ta
th� site, not yet incorporated int4 the Wark.
a. �wner acceptance of khe Baseline Schedule creates the Schedule of Values
required as s�e�i�ed in Section 01_29 73 - Sched�le of Values.
5. Provide updated 5chedule of Valu�s as the rnonthly Paymeni Applicatian as
specified in 5ectian D1_29_�'i - Applications for Paymenk.
Schedules and Repo�ts
Q1_32_�1-7' 103127 July 6, 2023 - C4NFQRM�D
�nv:1lCBid�4+UaCumenlslTXfForl YJnilh�20(N157-0OQODDi�4 Ue51gn7DA 5pecs�Carallu�01 32_21 (Coniwme(I]
6. Payme�ts will not be rr�ade ur�kil updated Schedule of Values is accepted,
N. Commissioning schedule:
1. Commissianing activities and rr�ilestones (As specified in Section 01 75 17
Commissioning} shall be an integral part of the overall project schedule.V
2. Commissioning activities and milestones shall be extracted from the main
project schedule to provide a separate commissioning schedul� that 'is
submitted eac�h time the project schedufe is submitted.
9.12 P��7'41���K ��T/�ll.,S �Wa G�r.��FfICAL OUT'�U"�
A. Praduce a clear, legible, ar�d accurat� calendar based, tim� saaied, and gra�hical
network diagram.
1. Graup activities related ta t�e same physicai areas of the Wark. Produce the
netwark diagram bas�d upon the early start of alf activltfes.
€�. lnclude for each activity, the descri�tion, ackivi#y number, estimated duratian in
working days, total floai, and all acti�ity relationship lines.
C. IIlustrate order and interdependence of acti�ities and sequ�nce in wF�ich Work is
planned to be accomplished.
9. Inc�rporatQ #h� basic concept of tha preced�ncv diagram netwarlc method ta
show haw the start of 1 activity is dependent upon the stark or campletion of
prec�ding activiti�s and its com�aletion restricts the start �f following activities.
U_ �'rovlde schedule showing the crlticaf path for the proJecf.
1. Ctitical F'ath is defined as a sequence of activitiss that has zera total flaat.
E. F�rovide reporE of Near �ritical I�ath activities for the projeck, when required by
Engineer.
1. Near Critieal Path activi#ies are thnse with 15 work€ng days or fess of floaf.
F, Delineate the specified contract duration and identify ti�e planned completion of #he
Work as a miiestone.
�. Show the time period between the planned and Cflntract completion dates, if
any, as an aetivity identified as project float.
G. Identify system shutdown dates, system tio-in dates, speci�ed interim completion or
milestone dat�;s and con#ract completion date as milQston�s,
H. Incfude, in addition to cc�nsiruction activities:
1. Submission dates a�d re�iew periods for major equipm�nf submittals, shoring
submittals, and ihdicator pile progr�m:
a. Sharing reviews: Allow 4-wee�t review period for each shoring subm€ttai.
b. Pile indica#or program: Allow 3-week r�view period for analysis of
program.
2. Any activity by the Owner or the �ngineer that may affect pragress or requjred
campfetian dates.
3. �quiprrTent and lang-lead mater�ial deli�eries a�er $ weeks.
4, Appravals required by regu�akory agencies or ather third partaes.
Sch�dules and Reports
01 32 21-8 103127 July 6, 2023 - CONFORMED
�v;IlG�r�b�f7�cuiner�ls+TKfFarllNo�U1+2p�152-0D04(�Qldd Oesiynf0+1 SpeaS+Csrolla�bl 31_71 (��formedj
Pr�duce netw�rk diagram an 22-inch by 34-inch sheets with grid caordinate system
on the barder of all sheets utilizing �Ipha �nd nurneric designations.
1.13 ��ATH��t �AY A��O{NAAI��,
A, De�finition:
1. Weathor cvnditions that pr�v€n# or inhibit thQ Cvntrac#or`s per�ormanco of the
Work and affect the Critical Path indica#�d on the Schedule shall be r�ferred to
as a Weather �ay.
2. A Weatner Day is d�fined as the Contractor being unable to perform at least 4
ho�rs of wor�c on the �ritical path.
B. Albwanc�:
1. Include as a ssparate �dentiflable activity on ihe critica[ path, an activity labeled
"Weather Days Alfowance°.
C. Actual weather day:
1. Inserk a w�ather delay activity in critical path to reflect actual weather day
occurrences when weather �ays are exp�rier�ced and accepted by Engineer,
2. Reduce duration of Weather Days Allowance activity as weather delays are
experienced and inserted into the 5chodule. Remaining weather days in
Weather Day AElowance at completion vf pro�ect is cor�sidered flvat.
3. Ths Gantractor shall provide a wriften notice to #he Engineer af the oceurrence
of a weather day within 2 days after the onset of such weather and shall
describe in reasonab�e detall the type of weather encouhtered and th� Work
interfered with or interrupted.
a. A schedu�e update will not suffice as a written notice.
b. The Engineer will determine if the weather day c�nstitu#es a use o# a
portion of the Weather Day l�llowance.
c. After use of a11 the Wea#her Day Allowance, the Engineer will determine if
the Gontr�ctor is entitled to an extension of the Cantract Ti�ne due to
weather con�itions.
d, Weather days aro cansider�d excusabl� dolay as dQfinod in this Section.
9.�4 ����14�VIRIA�Y ��i���UL'�
A. ProcedurQ;
1. 5ubmit proposed �'reifminary Sch�dule within 14 calendar days after Notice t�
Prnceeci.
2. �ieet wlth �ngineer within 7' calendar days after receipt of Preliminary
Schedule ta review and make necessary adjustments.
3. Submit revised preliminary Schedule within � calendar days after meeting.
�4. Upda#e Preliminary Scheduie monthly untii the �aseline Schedule is accept�d.
S. Farmat:
1. Simplified Ganrrt chart.
C, Ackivities:
1, Define activiti�s ta be completed in tha first 90 calendar days of Work.
2. Actualiza activitie� performed during the firsi 90 days into the first manthly
sch�dule update.
Schedules and Reporls
01 32 21-9 103127 July 6, 2023 - CQI�iFdRMED
p�v rrCaro�b+DaCume�ls+T%rFor11NQ�U7+20(Id52-0004110l04 Desfyn�Oti SyeCSrCarqllc�OS_32�21 (Cpf�iaFnealj
9.75 �R�LIIWIFdpaRY �Cii�DUL� O� V�a����
A, Prelimin�ry 5chedule of Velues as specified in Section 01 29 73 - Schedule v#
Vaiues. ^
B. Pracedure:
1, Subrnit propvsed Preliminary Schodule of V�lues vtirithin 14 calendardays after
Notice to F'roceed.
2. Meet with �ngineer within 7 calendar days atter receipt Qf Preliminary
Sched�ale af Values to review and make �ecessary adjustments.
3. Submit revised Pr�liminary Schedufe of Values wifhin 5 calencfar days after
meeting.
9.9fi 1�►�RK lIVITHf�I TH� �IR�� 90 �71�Y$
A. Proceed wifh Work after Preliminary Schedule and Preliminary Schecfule of Values
tr�aae been accepted by Own�r.
R. Submittal and aceeptance a# Preliminary Schedule and Pr�liminary Schedule flf
Values is canditian precedent to maf�ing vf progress payments as specified in
Section 01 29_77 � Applications for Payment and payments for mobilization costs
otherwise providad for in the C�ntrac#,
1.�97 �CH�pIJL� �� ��I�hAIiTAL�
A. Schedule of Submittals shafl induds submittals required in the Cantract pocuments
but not limlt�d to test plans, training plans, test pracedures, aperatinn and
rnaintenance manuals, shop drawings, samples, record documents, and �pec�fically
requlred certificakes, warranties, and service agreements.
1. Data for "Or �quals" or substitutians shall be su�mitted wfth ihe Schedule of
Subrr�ittals.
B. Preliminary Schedule of Submittals:
�. Due date: After Prsliminary Sch�dule has been submitted and accepted by
�wner.
2, Fvrmat:
a. Incl�dQ submittals anticipated in the first 90 cal€�ndar days aftvr award of
contract using Qarly start datos.
b. Indicate week and rr�onth anticipated for subrraittal to Engineer,
c. Inc�icate "Prlority" submittals where review time ca� Impack Conkractar's
scheduls.
1) "P�iarity" indication will not alter review times specified in Sectian
Q� 33�OD - Submitial Procedures.
2) E�gineer will endeavor to pravide early revfew of "Priority" submfttals
where possible.
d. �.is# of "O� �quals" or substitutions.
3. Submitkal af Preliminary Schedule of Submittals shal! be a conditiar� �recedent
ta �wner ma�cing progress payments during the first 9D caiendar days afier
award of contract,
Schedules a�d I�eparis
D1 32 21-14 'lU�1�7 July 6, 2023 - CUNFQRMER
psv:RCardbfQoCunta«ISIT�fFur11'Jur�rz�4q52-0DOOOUt04 D�sign�D4 Sp9cs+Carolla�01_33_31 (ConiprmetlJ
C. Final Schedul� of Submittals:
9. Due date: 30 days after Baseline Schedule has been submitted and accepted
by Owner.
2. Format:
a. Includo su�rnittals us�ng early start dates.
b. 4nclude al! submit#als; including those required fn the Preliminary
Schedu�e of Submittals.
c. Indicate weeK and mvnth anticipated for submittal to �ngineer.
d. Indicate "Priority" submitkals where revieiry time can impact Cantractor's
seh�dule.
1) "Priority" indication will not aiter review times specified in Section
0'i 33 00 - Submi#tal Procedures.
2) �ngineer will endeavor ta pravide early review of "Priority" submittals
where �assible,
e. Qata for °Or �quals" flr s�bstitutions.
3. Submittal of Fina1 Schedule of Submittals shall be a condition precedent io
Owner making pro�rsss paym�nts aft�r tho �rsf 90 calendar days after �lotice
to Proceed.
D. F�rovide updated Sched�tl� of Subrriittals with updat�d scheduies if scheduie
revisinns change listing and tirning of submittals.
9.98 �A��LIi�� sCH�dUl�� /�N� �i4���l�l� �CH���IL� �� I�ALU�C�
A. Due date: h!o more than 45 calendar days a4�er Notice fo Praceed.
B. Format:
'�. 5chedule: Show sequenc� and inter�ependence of afl activities req�ired for
complete p�rformance �f all WorE�, baginning wikh date of Notice to Proceed
and concluding with date af final campfetion af Conkract,
2. Scheduie of Values: As specified in 5ectia� 0'i_29�73 - Schedule of Values.
�.19 : U�U9AA�RY �GH���I��
A. Due da�e: At weekly progrQss m�etings and after each Schedu�e Update or
Schedule Revision.
B. �ormat:
1. Consalidate groups of activities associated with Major Items of Work shown on
Baseline Schedule.
2. intended ko give an overall Inc�ication of t�e project sehedule wfihout a large
am�unt of detafl,
'{.20 P�iO�R��S SCHE�UL� �►P!� UP�Ai�� SCFi�pUL� �F �A�U�S
A. Due date: Submit an a monthly basis as specified in Section 01_29_77 -
Applieations for Payment.
B. Format: Schedule of Values: As specified in Section 01_29_73 - 5chedule of
Values.
5chedules and Reports
Q1 32 2i-1 Z 103127 ,luly fi, 2023 - GONFORMEQ
pv+:{1C�r�!olfket�menlslT%IFod WorUi+24�+152-0440G0lD4 �esign�04 5pec5+Ca+alla+01_3�_2z (Cpniprmed)
�.�1 ���IAA�ii�Sl�i�,11F�(a �Ci�iC�}I���
A. Propos�d CammissiQning Schedule:
1. Schedule requirements: As specifed in 5ection 01 75_17 - Cammiasioning.
�. Submittal due date: Within �80 days after No#ice ta Proceed.
3. E�gineor respnnso d�ao within 20 calendar days of r�c�ipt.
4, Contractar responsible for updating schadule and r�s�abinit�ing within
10 calendar days of receipt of �ngineer and Dwner comrnents.
B. Ccanstruction 5c�edule can include ihe Commissioning Schedule after �ngineer
acceptanee of the Propased Commissioning Schedule.
1. Capable ofi extr�cting a staa�d-alone Commissioning Sch�dule.
2. Capabfe of extracting a sta�d-alo�� Owner Training Scheduie.
C. Monthly update requirerner�ts:
1, Highlight percentages af comple#ion, actuai start and finisE� d�tes, and
remaining durations, as appiicable.
�. fnclude activities r�ot previvusly ir�clude� in t�� previausiy accepted detail woric
plan Gommissiorting Schedule.
3. Change Order required far any cha�ge to contractual dates.
�4. Re�iews �f these submittals by �ngineer will noi 6e cnnstrued to constitute
acceptance within the tinne framas, durations, or sequence of work for each
added activity.
�.22 �'IPI�,L S�H�DU��
A. 1"he final Sch�dule Update becomes the As-Built Schedule.
1, 7he As-Built Schedule reflects the exact manner in which the project was
canstructe� by refilecting actual start and compfetion dates for alf acti�ities
accompVished on the project.
2.. Contractor's Praject Manager and scheduler sign and certify the As-�uilt
5chedul� as being �n accurate recard of tF�e way the project was actually
cans#ructed.
B. Retainage v�ill not be r�leased unti! final Sch�dule Update is provided.
P,�RY 2 �RODUCY� ��'�� U��D)
P�aRY 3 f�Xf��l�il�iV (Rl�� U��D)
END OF SECTION
Schedules and Reparts
01 32 21-12 1R3127 July 6, 2�23 - CONFO�tMED
p,v:(1Cardb�Dacumerris+TX�For11'Jorlh�200d52-004pDONA Oeslgn�U�i SpecatGarolla�01_32_2i (Coniormed)
��c�i�� o� s� ��
PkBT�GRA�HIC AEW� VII�����A�HI� �{iCL�I�Y�Pli�TIOF�
PA�i 'i C��1�R�L
1.a� su�n��R�r
A. section ;nc�udeS:
1. Rpquirements far pha#agraphs and videos.
B. The purpose of the photographs a�c! �ideos is io document the conciition of the
facilities prior to the Contractor �eginning work at the Praject siie, the progress Qf
the Work, and the Projecf siie after �ubstantiaf Completion of the Work.
C. The scope of ihe photagraphic and videograph4c documentatEon shall be the sole
respansibi{ity �f the Cantractor but shall be acceptable ta the Engineer.
1.0� �U�RlG�Ti�L�
A. Phatograph�r qualifications.
B, Pre-construction photograpF�s and videos: 5ubmit prior to beginning worEt at ths
Project site or prior to ths Preconstruction Ganferenc� specified in
Section 01_3'i_'f9 - Project Meetings, whichever occ�rs ea�l�er.
C. Canstruction photographs and videos: Su�mit with each appEicatian for paymenf.
D. Post-construciion photagraphs and �ideos: Submit with project closeoUt documer�ts
as specified in Section 01_77_DO - Closeoui Procedures.
1.03 �H��'O��f'h1��t
A. Photographer qualified and equipped to photagrapFt e�iher interior or exterior
exposures, with lerises ranging from wide angle to telephoto.
9.0� Ft�Y ��,AP�
A. Subrnit �Cey plan of Praject site wikh notaiian of vantage paints marked for lacation
and direction of each phatograph.
�. Inclucfe the same label inforrnation as the corresponding set of phatograp�s.
1.0� �W�Y���C►4�Fi�
A. Provide digital filss in JPG farmat of each photograph far each area of Work.
B. Provide a digital copy of each photograph for each area flf Work.
1. Monthly: Indexed digital flash drive.
Photographic anc! Videagraphie �ocumentation
01 32 34-1 1[i3127 July G, 2023 - CONFOf�M�I�
�u:ltCaiu u+�ocumenls+rX�Fort Wo�lht200452�0000pd�0A OeyEgr�fOa 5pecs+Carqpn�D1_32_3h (Coniormed)
2. Project recard documents:
a. Catalog and index prints in �hror�olc�ical se�uence.
b. Include typed table of con#ents.
�.06 �R�-GON�`��U��'I�f� �H�i�GR�l�b� AN� VIC9��S
A. Provide photographs and video of the condition entire si#e including �ach are� of
Work prior to th� stark of Work.
1. Areas to be photographed and �ideoed shafl include the site af #he W�rk and all
existing facilities, eifher on or adjoining the Project site, including the interlor of
existing structures that could be damaged as a result of the Contractor's Work.
2. �nclude c�eneral candition, structures, vegetatian, s#aging, storing, working,
parking areas and excav�tion areas.
9.07 COIV��'RU��'IOh! PF6�TQG��.P�S AN� 111D�05
A. Provide photographs and aideos of canstruction in each area af Work throughout
progress of Wor� inciuding a�ey plan designating where each phatagraph was t�ken.
B. Take aite artd inkeriar photogra�hs and videos from differing directians of building
demolition, pre-excavation, faoting excavation, soil #esting, utility crossings,
installation of bypass piping, excavation of access pits, installation of fining system
IIl (7ipB5, rehabilitati�n af rr�anholes, building modifleatfons, utilities, electr�cal and
6nstrumenkatlon rnoclificaiions, and oth�r appllcable activlties indicating relative
progress of the wor:c.
C. 7ake photos a maximum of 7 calendar days prior to Submittai.
�.US P�S7���l5i�UC7'IOhE PF�Q7d�R�4�'HS �R1� VID���
A. Provide phofographs of the entir� site including each area of Wo�k at the completion
af Wor�C.
9, Include general condi#ion, structures, vegetation, staging, sforing, warEting,
parking areas and excavatian areas.
7_. Take p�otos and �idea from same points in same direetion as pre-construction
examination,
B. Submittal of phatos and videfls is a condition of final payrnent.
����2 ����u�r�
a.a� ,�����
A. Digika! media:
�. Flash drive compatible with current MicrosQft Windows.
2. Provicle photos as individual, int�exed JPG files wit� th� following characterist�cs:
a. Campr�ssian shall be set fo preserve quafity over �le siz�.
b. Highesf resoluiion JPG images shal� be submifted. Resizing to a smaller
size when high resolution JPGs are avaifable shall not be perm�tt�d.
c. JpG image resolution shall be 5 mega�ixels at 2,4�Q by 1,80� or higher.
Photographic and Videagraphic f}ocumenlation
01 32 34-2 103121 July 6, 2023 - CQNFORMED
p�v:NCarcS�,lpacurnenlsRY�Foi[ Worpirp0U�352-0040pOJpA pc-slgn104 Spec��Carpllarol_32_3+1 {Copformed}
d. Images shall have rectangular, clean images. Artistic borders, beveling,
dr4p sh�dows, etc., are nat permitted.
3. Identificativn: Un photograph, provide the faflawing information:
a, Name of project.
b. Qat� stamp: Unless ot�erwise indicated, dats� and time stamp �ach
phatograph as it is being taken so stamp is integral to phofograph.
c. �?escrlption of vantage point, indicating location and direction by cam�ass
poir�#,
B. Vldeos: ,
1. Video quality shall be 720p HD or greater in MF'G, AVCHD, AVI, or MP4 format.
2. Digital col�r video forsnat.
3. Prbvide audio par4ian nf the camposite �iden sufficiently free from electrical
interFerence and back,ground noise to provide complete intepigibility af oral
repork,
4. Iden#ificatis�n: On eaeh copy provide a kabel with the fo�lvwing informatian:
a, Narne of pr�ject.
b. Dato videa was recorded.
5. Submit 1 copy of each video within 7 days of recording.
6. Display continuous rt�nning tir�e.
7. At start of each video recor�ing, recard w�ather conditians from local
newspaper ar television and 1he actual iemperakure reading �t Project site.
���� 3 �XI�C�TI�RI (�i�i E�SEQ)
END OF SECTION
Rhotographic and Videographic Doeumeniation
01_32_34-3 1 D3127 July B, 2023 - CONFORMED
p�r.NCaldb+Documen4srT�Forl1'J4rpy+2ppA52-0OOODU�O� OBSign�045pecs+Carollr�r01_32_3A (Corkiptmet�j
�ECTI�R101_�3_0@
�U�fV�ITT'�L P�t�C�DUFtES
F��►I��' 1 ���1����
1.0'9 ��IIkIG�p►�Y
A. Soction includes: Requiremer�ts and procedures for submittals to con�rm
campliance with Contract Dacuments.
i.0� C�F���,ao� iFiS��U�:�I�N�
A. Conkractar is responsible to det�rmine and verify �eid measurements, field
construction criteria, materials, dlmensions, catalog numbars and s�milar data, and
chec4� and coordinate each item wiih ather applica�Ie appro�ed shop drawings and
Contract �ocumenk requirements.
B. Provide submittals:
1, That are specified ar reasor�ably required for construction, operation, and
maintenance af the Wor�.
2. 7hat demonstrate carripliance with the Contrac# �o�uments.
C. Wh�re m�ltiple submittals are required, pravide a sep�rate submittal far each
spocif9cation sectior�.
1. In arder to expedite construction, the Contractor may make mora than
1 submittal per specification seetion, but a singl� subrnittal may nnt cn�er rnore
than i specification section:
a. The only exception to this requirement is when 1 specification sectian
co�ers th� requiremenks for a aamponent af equipment specified in
anokher section.
b. �or exampfe, circuit breakers are a componenf of switchgear. The
switchgear submiktal musi also contain data for.the associated circuit
breakers, even #hough they are cavered in a different specificatior�
section.
D. Prep�re submittals in the English language. Da rtot include information in other
languagos.
E. €�resent meas�tremonts in customary Amarican units (feet, inches, pounds, etc.}.
F, Must be clear and legible, and af st�f#icient size for presentation of infarmation.
G. �age size other than drawings:
1. Minir�um page size will be S 1!2 inches by 11 inches.
2. Maximum page size will be 91 inches by 17 inches.
H. ❑rawing sheet size:
i. Maximum sheefs size: 22-ir�ch by 34-inch.
Submiltal Procedures
01_33_00-1 103127 , July 6, 2023 - CaNFOF2M�D
p�v;RGarc+ ofLbcumealslTS;IFprt Wo�thn40452-0OQ00970d Da��gn+Od gpE�S�Ca+oIIWf3i_33_� (Goniotinetl}
a, Minimum plan scale: 118-inch �quals 1 faat-0 inch�s.
b. Minimum fic�nt size: �18 inch minimum.
2. 19-inch by 17-.9nch sheet:
a, 11�inirnum plan �cale; 118-inch eq�als 1 foat-0 inches,
b, Minimum font size: �18 inch minimum.
Show dimensions, constructian dstails, wiring diagrams, controls, manufacturers,
catalvg numbers, and all other pertinen# details.
J. Provide submittal infarmation from only 1 manufacturer for a specified product,
Subrniktals with multiple mahufacturers for 1�roduct will he rejected without rev9ew.
'9.Q3 S��f�l�l�A�. BRC�MEI�A�I�iV
A. Orgar�ixe submittals in exactly the sarne order es the iterns are reFerenc�d, Ilsted,
andlor organized in the specificatiort section.
�. For submittais that cover multiple devices used in dffferent areas under the sam�
sp�cification sectian, the subm�ttal for the individual devices must list the area
where the device is used,
C. Qool�marks;
1. BooEcmarks s�hall makch the table of contonts.
2. Bookrr►ark each sectian (tab) and headi�rg.
3. Drawings: Bookmar�C at a m�nimum, each discipf'rne, area designativn, or
appropriate divisic�n.
4. At file opening, display ail levels af bookmarks as �xpand�d.
U. Where applicable (i.e., except for drawings, figures, etc.) submittai content shall be
electronically searchahle utilizing the PDF file as 5ubmitted.
E, Thumbnails optirrii�ed for fast web viewing.
F. Sequentially number pa�es within the tabbeci sections:
1. Submittals that ar� not fuNy indexed and tab�e�# witl� sequentiafly numbered
pages, or are otherwise unacceptable, wilf be returned without review,
G, Altachments;
1. Spocification s�ction: Include with each submittal a copy of �he relevant
specification seckion.
a. fndieate in the leit margin, next to each pertinent paragraph, either
cornp�iance with a check (�) or deviation with a consecutive numb�r (1,
2, 3).
b. Provid� a list of all numbered cleviations with a clear explanatiari and
reaso� far the deviation.
2. Drawin�s: Incfude with each submiftal a copy Qf the rele�ant Drawing,
including relevant addendum updates.
a. Indicate either c�mpliance with a check (�1) ar de�iation with a consecutive
number (1, 2, 3).
b. Provide a list af all numbered deviations with a clear expla�tation and
reason for fhe deviafion,
Submiltal Prncedures
Q1 33 QO-2 'f03i27 JuEy 6, 2023 - C4NFOF2MED
p�v:frCaiuffor�a�umenlsRRFF4it Ydo�Ih+20�4�E-0flD00070A Oescgn�04 Spec5JCawIlaJOi_33_CO (Cqniprmed}
c. Provide field dirnensions and rela#ianship to adjacent or criiical features of
the Wark or materials.
H. Contractor: Prepare submittal inforrnativn in sufficient detail to show campliance
with specified requirements.
1. Determine and v�rify quantlties, �ield dimensions, product dimensions,
specified design and p�rformanc� ctiteria, materials, catalag numbers, and
similar data.
2. Goordinate submittal with other submittals and with the requirerr�ents af the
Contract Documents.
3. Ch�ck, verify, and revise submittals as necessary to bring them fnto
conformance wEth Caniract Dacuments and actual field condiiions.
Contractor: Prepare "Or Equai" submittal infprmation.
1. Provide standard su�mittal requirements.
a. In add�tion, prov�de in sufficient detail to show reason for variance from
specified product and impac�s.
2. Provide reasan the s�ecified product is not being provided.
3. Explain ihe benofits to tho Owner for accepting tho "Or Equal".
4. Ikemized comparison of the proposed "�r Equal" with product specifed
including a list of sFgni�icant variatians:
a. Design features,
b, Design dimensions.
c. Instaliation requirements.
d. Qperativns and rnaintenance requirements.
e. Availability of maintenance services and saurces of replacem�nt
materials.
5. Reference projects where the product has been successfulfy used:
a, Name and address of project.
b. Ye�r of installation.
c. Y��r �laced in operatian.
d. Nama of product installed.
e. Point af contact: Name and phon� n�mber.
6. ��fine Impacts:
a. Im�acts to other contracts.
b. Impacts to other work or praducts.
7. Con#ractor represents the following:
a, Contractar bears the burden af proof of the equivalency of the proposed
°Or Ec��al".
b. Proposed "Or Equal" is equal or superior to the speci#ied product.
c, Contractor �vill provide the warranties ar bonds that would �e provided on
the specifi�d product on the propased "Or Equal", unless Owner rsquires
a Special Warranty.
d. Contractor will ceordinate instailation of accepted "Or Equal" into the Wor�c
and will be respvnsible for the costs to make changes as required to the
WorFc.
e. Contractor waives rights to claim additiona� cosfs caused by proposed "�r
Equal" which may subsequently become apparent.
J. Contractor: Prepare substitution submitta! inforrnakion.
1. P�'ovide standard submittal requirements.
Subm[tla� Procedtires
41 33 00-3 103127 ,luly 6, 2Q23 - CO�VFORMEQ
pucl�Ga�W�arlkaCunienlsrT)UFori 1'Jorth�00d52-0OOODd�04 DeSign�04 �rBCSrC8r0110.�11_33_� (Canianned)
a. fn addition, provid� in sufficient detail to st�ow reason for var6ance from
specified product �nd impac#s.
2. Prv�ide r�ason the speci#ied product is not being pravided,
3. Explain #he bene�ts to the Owner for accepking the substitution.
4. ltamizad comparison of the proposad substitution with �roduct specified
including a list o# significant �ariations:
a. [3�sign fea#urss.
b. Design dimensions.
c. Instalfati4n requirements.
d. Operaiions and maintenancs requirem�nts.
e. Availability of maintenance services and sources o# repfacement
materials.
5. Reference projecfs where the product has been successfully �sed;
a, Nam� and address of project,
b. Year af installation.
c. Year placed in operation,
d. Name of product installod.
e. Painf of contact: Name and phone numb�r.
6. �efine impacts:
a, Impacts to Cantract F�rice.
1) Req�ired license fess or rayalties.
�) Do not ir�clude costs Under separate contracts.
3) Do not include Engineer's cos#s for redesign or revision of Conkract
Documents.
b. Impacts ta Contract Time.
c, Impacts to Contract Scope.
d. Impacts to other contracts.
e, Impacts ta other work or products.
7. Cantractar represents the following:
a. Contractor shall pay associated costs for Engin�or to ovaluate the
substitutian.
b. Contractor bears the burden of proof of khe equivalency af th� prapased
substitution.
c. Proposed substitution daes not change the design intent and will have
equal perfarmance to the specified product.
d. Prapbsed substitution is equal or superior ta the specified product.
e. Cantractor wilf provide the warranties or bonds that wauld be provirJed on
the specified product on the proposed substitution, un�ess Owner requires
a Special Warranty.
f. Contractor wdll coordinate installation of accepted substitution into the
Work and will be responsible far the costs ka make Ghanges as r'equired ta
tt�e Work.
g. Contractor waives righks to claim additionaf casts caused by proposed
substitution which rr�ay subsequently become ap�aarent.
Submiltal Procedures
01_33 Op-4 103127 July 6, Z023 - CONFORMED
�ntiellCsidir�r���rne�+ls+T1(+Fo�l1'Jor�r2pp452-p044DQ�ad Oesign+Dd SpecS�CaroIIcV01_y3_CJ {Conformeclj
9.Q4 �U�flNITTAL IDEP�TIFICATI�R1 f�l���ERIh1C
A. Number each submittal usin the forrnat defin�d below:
Suhsaquent
Initial �ubmittal
�ubmittal a Ree+isi�n�
��quential C3ecimal S�quentEal
�}�sc �ec�iaR Plum�eP �ash f�umbep �aini WumbeF
Exampie ? 8th initral
Descrrptron Casf !n-P�ace Concrete submitta!
00 30 3Q - 0008
First revision
ExamAle 2 8fh rnitial to �he 8th �niiiaJ
Descripfior� Cast-ln-Place Concrete submrttal submitta!
Q4 30 30 - ooaa . 1
1.Ov SU�F�iIT%��.� IP� ����Tl��N1C NI��I� Ff�f�I�A7'
A, General: P�ovide all infQrmation in PC-campatible formai using Windows� aperating
system as utilized by #he C?wner and E�ginoor.
B. Text: Pro�ide text do�uments and manufacturer's IiteratUre in Portable Document
Format (PDF).
C. GrapY�ics; Pra�ide graph�c suhm3ttals (draw�ngs, diagrams, figures, �tc.y u#ilizing
F'or�able Documenk F'ormat (pUF}.
'9.06 S�BlldllTiAL PR�C�bU��
A. Engineer: Review st�bmittal and pravide response:
1. Review ctescrEption:
a, Engfneer will be entitled to rely upon #�e accuracy or completeness of
ciesigns, calculatiar�s, or ce�ti�cations made by licensed prafessionals
accompanying a particular subrrtittal whether ar not � st�mp or seal is
required by Contract Documents or Laws and Regulations,
b. Engineer's r�viQw of submiitals shsll not reieaso Contractor from
Contractar's res�onsibility for perFarrnance of r�quirernents �f Contract
Documents. Neither shall Engineer's review release Contractor from
ful�lling purpose of inskallation nor from Contractor's liability to re�lace
def�ctive work.
c. �ngi�eer's review of shop drawings, samples, or test procedures wiA be
only for canformance with design concepts and for compliance with
information give€� in Contract Documents.
d. Engineer's r��lew does not extend ta:
1) Aecura�y of dimensians, quantities, or pertorr�ance of equi�m�nt
and systems designed by Contractor.
Sui�miltal Procedures
01 33 00-5 103127 July 6, 2423 - CC�NFOFtM�D
{n�cNC&rd�0lpoCunlen�lTFflForllNurlh+200452-OOIOOD4�ro4 4esgn+0a Specs�Carbllaroi_33_00 (ConTorm�tj
2) Contractar's means, methads, techniques, sequences, or pr�cedures
except when specified, indicated on the Drawings, or required by
Contrac# �ocuments.
3) Safety precautians or programs related to safety which shall remain
the sole �r�spor�sibility of the Cankractar.
e. Engineer can Appro�� or Nat Approve any exception at thvir sole
discr�tian.
2. f�e�view timeframe:
a. �xcept as may be pro�ided in technical speclfications, a submittal will be
returned within 30 days.
b. When a submitkal cannot �e returned within �he specifi�d period, ,�ngi�eer
will, within a reasonable time aiter receipf of the submittal, gi�e notice of
the date by which that submittal wifl be returned.
c. �ngineer's acceptance of �progress schedule containing submittal re�iew
times �ess than those specifi�d o� �greed to in writing by Engineer wilf n4t
canstifute �n�ineer's acceptance of review times.
d. Critical submittals:
1) Contractor will natify �nginaer in writing that timely revi�w af a
sui�mittai is c�iticai ia the progress of Work.
3. Schedule delays;
a. No ad�ustment of Contract Times or Contract Price will be ailowed due to
�ngin�er's rev�ew of submittals, unless al! of the following criteri� are mei:
1) E�gin��r has failed to review and return first submissian witF�in t1�e
agreed upon time frame.
2) Contractor demonstrates that delay in progress af Work is directly
attributable to Engin�er's failure to return submittal within time
indicated and accepted by �ngineer.
4. Re�iew respans� will be �eturned to Contractor with on� of #he follawing
d ispasitions;
a. Approv�d:
'6 ) No Exceptions;
a) ihere are no nQtatians or camments on the submittai and ihe
Contractor may release the equiprnent for praduction.
2) Make Corrections Noted - See Comments:
a) The Contractor rnay proceed wifh the Work, however, al!
notations and cammerrts must be incorporated inta khe final
praduct.
b) Resubmittal not required.
3} Make Corrections Noted - Confirm:
a) The Cantractor may proceed with khe War�c, hawever, all
notatior�s and comments must be incorporated into the final
product.
b) Submit confirma#ion specifically addressing each notation or
comment ta the �ngineer within 15 calendar days of the date af
the �ngineer's transrnitfal requiring the confirmatian.
b. Not approved:
'i ) Correct and r�submit:
a� Contractor may no# proceed with the Work described in the
submittal.
b) Contractor assum�s resp�nsibility far proceeding without
appro�al.
Submiti�! Procedures
01_33 0(l-6 103127 July 6, 2023 - CONFC7RMED
�nv,1lC�rcSlp7p�cumeniylT�For1 YJorlh�IflOd52-4000Dp'Od Uesiyn�0a SpeC4+Carbllq�Ai_33_�} {C4n�ar+netiJ
c) Resubmittal of comp{ete submitta[ pacEc�g� is required within
30 calendar days of.the dake of the Engineer's submittal review
response.
�) Rejected - See Remarlcs:
a) Contractor may noi praceed wiih the Work described in the
submittal.
b) The submittal dass not rneet the inlent of the Coniract
Uoeument�s. �iesubmittal of camplete submittal package is
required with rnaterials, equipment, methods, etc. that meet the
requirements of tfi�e Contract Docum�nts.
c. Receipt acknowledged - Filed ior tecord:
�!) This is �sed in acknowledging receipt af inform�tional submittals tha#
address means and methods of construction such as schedules and
wark pfans, conformance test reports, health and safety plans, etc.
d. Receipt ack�owledged with comments - Resubmit:
1) This is used in acknowledging receipt of informational submi#tals that
addross means and mQthads of constrEaction �uch as schedules and
work plans, canfarrr�ance test repnrts, heakth and safety plans, etc.
�Qedbackc regarding missing informatian, conflicting information, or
other information that �nakes it incomplete can bE made with
comments.
B. Conkractar: prepare resubmittal, lf applicabfe:
�. Cleariy identify each c�rrection or change made.
2. Include a res�onse in uvriting ta each Qf the Engineer's comments or questions
for submittal packages that are resubmikted in the order that tfi�e comments or
questions were presented from the 16t and subsequent submik#als and
numbered consistent with the �ngir�eer's numbering.
a, Acceptabl� r�sponses ta Engin�er's comments are listed belvw;
1) "Incorpvrated" Engine�r's cammen# or change is accapted and
appropriate changes are made.
2j "Response" EngineQr`s comrnent nat incorporated. Explain why
carnment is r�ot accepted or rsquested change is not made. Explain
how r�q�irement will be satlsfied ir� lieu of comment or change
requested by Engineer.
b. Reviews and resubmittals:
1) Coniractor shall pravide resu�mittais which include responses to all
submittal re�iew comments separately and at a leve! of detail
commensurate with each comrr�ent.
2) Contractor responses shall ir�dicate how the Contractor resoived the
issue per#aining to each re��ew comment:
a) Responses such as "acknowledged" or "noted" are not
accepfable.
3} Resubmiftals which do not compiy with this requirement may be
reJected and returned without r�view.
4) Contractor shaA be allowed no extensions of any �Cind ta any part of
their cantract du� to the rejectlon of non-compliant su�mittals.
5) Submittal review comments not addressed by t�e Contractor in
resubmittals shal� continue �o apply wf�ether restaied or not in
subsequent reviews until adequately addressed by the Contractor to
the satisfactian of the reviewing an� appra�ing authority.
Suhmlilal Procedures
01_33_00-7 103127 JUIy 6, 2023 - COt�IF�f2ME�
pu��l�Gaiot�o+pAcumenls�7XlFprt 11'orlh+2D4452-006000'4A �esignfpd Spec4Carolla�Ot_53_09 (Coniotmed�
c. f�ny resubmittal that does not contain respanses to th� Engineer's
previous comrrients shall be returned for Revision and Resubmittal.
f�a further review by the Engineer will be performed unti� a�esponse for
previaus eomments has been recei�ed,
3. Resubmittal timofram�:
a. Contractor shall provide resubmittai within 15 days,
b. When a resubmiktal cannot ba returned witf�in the specified period,
Contractor shall natofy Engineer in writing.
4. Fie�iew e4sts:
a. Casts incurred by Owner as a resuli of additEonal reviews of a particular
submittal af#er the secand time it has been re�iewed shaN be borne by
Cantractar.
b, Reimbursement to Owner will be made by deducting such casts from
Contractar's su�s�quent progress payments.
i.07 PR�DU�Y �►��'�1
A. �dit submittals so that the s�ubmittal specifically appGes to only the product
fumiahed.
B. Neatly cross �ut ail extraneaus toxi, options, modQls, efe. that do nat apply to the
product being furnished, so that the informatian remaining is only applicable to the
product being furnish�d.
9.08 SHCi� DRA1��+IR1�i�
A. Contractor ko field verify eievation, coordinates, and pfpe material for pipe tfe-in to
pipeline ar structure prior tQ the preparafion af Shop drawings.
B. fndic�te project designaied equlpment iag numbers for submittal of devices,
equipment, and assemblies.
��RT � �RA��CTS (P1U� U���j
�,��T 3 �x����l�� ��or u���}
�ND OF SECTI4N
Submiltal Proeedures
01 33 Q�-8 1U3127 July 6, 2023 - GONFORMED
��r1lGardfotCsptu�nenls�T�(IFo�tti'Jorptr200d52-0OOf300r6d Desigrd0+1 Spees�Carolla{01_33_IXS (Cnnionretl�
�TT�GI��A�PET � � COfVTR�,CT'dR SIJE�fVIITi�L TR�WSNYIiiAL �ORE�C
Suhmiltel Procetiures
01_33_0(?-Attachment A 1a3127 July 6, 2023 - CONFORMEi�
pu^.NCaro��orpoCumenI�ITK+FvrlWotUV2011452-0pUppUlpA Desig�70d SpeCs�Ca�oIIW09 33 40 (CUniorn�edj
��F��RAC��R SU��I�T'AL iRAf��{�ITT�L �O�#P�
Qwner. Cliek 17ere ic� ei�ter text. Date: MN�IfJ�lMYYY
Contractar: Click here tr� enter l�xt. Ppoject NQ.: XXXXX.XX
ProJec� 4Yame: Click here to eriler texi. �ubmittal f�umb�r: Q00
Submittal 7'it{e: Click I�ere to enter fext.
To: C�ick herc tn enler iext:
Fr'om: Ciick here io ersteE� iexi. CI� ;it I1C.'t�' lr� ei7ter text,
�liuk� , ��re �U enter lexi. L'llck liere tn enter text.
���ciiica�iun N�. afl� ��L•lect Y! Su�mitta� f�'��ipm��i Supplfe�r
�pec �#: Spac ##. �ubjeet: Clic'k hcre to ��itc�r text.
�lukharec! �y: Clicic i�ere ia eizier text �ate Sukx�nitted. XXIXXIXXXi�
Su�m�stal Ceriificat�an
�hec� Either (A) or (�):
❑ (A) We have verified that the equipment or material conkained in this submittal mests all
the requirements specified in the projee! manual or shawn an the c�ntract drawings
with no exceptions.
❑ (E3} We hav� verifted that the equipmen# or rnaterial eontained in ti�is submittal meets all
the req�iremenis sp�cified in the project manual ar shawn on the contract drawings
except for the deviations listed.
Certification Sta#ement: By this submlttal, I hereby represent that I have determined and verifi�d al1
field measurements, field construction criteria, materials, cEimensions, catalog numbers and sirnilar
�ata, and I have checiced ar�d caordinated each item with other applicable approved shap drawings
and ali Contract requirements,
�eneral �ontractor's f�eviewer's �ignature:
Print�d F�am�:
In #he event, Cantrac#or believes the Submitkal response does �r wlfl cause a�hange ta the
requirements of the Contract, Contractor shall immediately give written notice stating that Goniractor
consid�rs the response to be a Change Order,
Firm: Clir_:k I�ere io �nker t�xt. Signatuee: Date Retu�-ned: XX�XXlXXXX
��NlCM �fr'ic� ��o
Date Recelved GC to PMICIUI:
Da[e Received PMICM [o Fteviewer;
qate Received Reviewer ta PMlCM:
Date Sent PMlCM to GC:
Submiltal Procedures
a1 33 OD-Attachriienl A-1 1031Z7 Ju{y 6, 2Q23 - CONFORMED
�n�,RCerr��o+Dbcumenlsrn(+Foct Ivo�W'20U452-OOO40Dr0A Designl04 Specs+Cara11a�41 3�_86 (Confnrmed)
s����oN ����� �o
f�U�LIiY �O1Vii��L
�A�� 9 ��f��RAL
1.4'Y �U{�9�VA�Y
A. Sectian includes:
1. Quafity cnntral and contral af ir�stalkation.
2. 7'oierances.
3. References.
4. Authority and dukies of Owner`s representative or inspectar.
5. 5ampling and testing.
6. Tes#ing and inspection servioes.
7. Contractar's responsibilities.
1.02 @U�L.I�Y �CiNTR�L �Wp C�RfTl2��. �F IRl�T�L.l��TIQR1
�. Monitar quality cantrol over suppliers, rrtanufsctur�rs, products, services, site
cvnditions, and workmanship, #o praduce Wor€t of specified quality,
B. Comply with manufacturers' instructions, ineluding each step in sequence.
C. When manufacturers' ir�structions canflict with Contract Documents, request
clariflcatio� from Engineer before proceeding.
D. Cotnply with specified standards as minimum quality for the Wor�s except where
more stringent talerances, cades, or s�eeified r€quirem�nts indicate higher
standards or mare precise wafkmanship.
E. P�rfarm WarEc by persons qu�lified io pratiuce required and specifletf quality.
F. Verify field measur�m�nts are as indicated vn Shop Qrawings or as instructed by
manufacturer.
G. Secure prQducts in piace with positive ancharage devices designed and sized to
withstand str�sses, vibration, physical distortion, or disfigur�ment.
H. When specified, products wi�l be testad and inspected either at p4int of origin or at
Work site:
1. Natify Engineer in w�iting well in advanca of when products will bv r�ady for
testing and inspection ak point of origir�.
2. Da nat conskrue that satisfactory tests and inspections at point nf origin is fina!
acc�ptance of products. S�atisfactory tests or inspections at point of origin da
not preciude re#esting ar re-insp�ction �t Wark site.
Do not ship praducts whic� require testing and inspection at point of origin prior tfl
testing and inspection,
Qualify Conlrol
01_45_OQ-1 103127 July 6, 2�23 - C4NFORMED
pu�:l+Caic�w+()acumenlstTYJFort SNo�lh+20a152-0OOODOrOd Uesign+On Sp�cslCarolla'OLQ5_C4 (Con�osmetl)
1.Q3 iOL��AiV�s�
A. Manitar f2�brication and installation t�ferance cantrol of products to produce
acceptable Work. Do not permit tolerar�ces to accumulate.
B. Comply with manufacturers' talerances, When Manufacturers' tolerances conflict
with Contract Dacuments, requ�st clarification from Engin�er before proceodir�g.
C. Adjus# products to appra�riate dimensians; position ka�fore securing products in
�lace.
i.�4 R�F�R�PdC�S
A. AS�M Internatianal (ASTEVI):
1. E329 - Standard for Agencie� Engaged in Construckior� Inspectior�, Testing or
Special I nspeefian.
B. National Institt�te of Standards and Technology (NIST).
�.�5 i'R�DUCi R��l�11���fR�idi$
A. �ar praducts ar w�rkmanship specified by association, trade, ar other consensus
standards, comply with �equirements of s#andard, except when mare rigid
requirements are specified ar ar� requireci by applicable codes.
B. Conform ta reforer�ce standard by date of issua current on date af Con#ract
Docum�nts, except where specific date is establish�d by code,
C. Obtain copies of standards where required by product specification sectians.
�]. When sp�ci��d r�ference standards conflict with Cor�tract Uocum�nts, request
ciarification irom �ngineer before praceeding,
�A� AUYFiORIiY i4F�D ��71�� �� �1d4�N�{�'� ��C�R���i�'T�o'Tfld� Or�t IIVS���T'6R
A. Owners Project Re�resentative employed or retained by Owr�er is autharized to
inspect the Work.
B. Inspections may extend to entire ar part of the Wor[c and to preparation, fabrication,
and manuf�cture of praducts for the Wark.
C. f3eficiencies or defects in the Work which have been obse�ved will be c�lled t�
Contractar's atteniion. �
D. Inspec#ar will not:
1. Alter or waive provisioRs af Gvntract Dacuments.
2. fnsPect Contractor's means, methods, techniques, sequences, or procedur�:s
for constructior�.
C�uality Contro�
a1 45 00-2 1a3127 July 6, 2p23 - GQNFOf2MED
p�vJlGarcEW+Daeumenlsrrr�Foil WoiU��204+152-0bUOApNA Des��n�0a Specs�Carollsa+01_45_Cd {Coniprme0)
3. Accept pa�tions of the Work, issu� instructions contrary to fntent of Contract
Dacuments, or act as fareman for Contractor. Supervise, control, or direct
Contractor's safety precau#ions or prograrns; or inspect for safety conditions
on Work site, or of persons t�ereon, whethar Gontractar's �m�lvyees or
othvrs.
E, Inspec#or will:
1. Conduct on-site obsenrations of the Work in progress #o assist �ngineer in
determining when the Wor6c is, in general, proceeding in accordance with
Contract Uocuments.
2. Report to �nglneer whenever Insp�ctor believes that Work is faulty, defective,
daes nat conform to Contract Documents, or has be�n c€amaged; or whenever
there is defect�ve material or equipme�t; or whene�er Inspector b�fieves the
Wark should be unco�+ered for abs�rvation or re�uires special �rac�dures.
1.�i ��[�F'LIW� AF�� i�STIRf�
A. Ceneral;
1, Prior to delivery and incvrporation in ihe Work, submit listing of sources of
matorials, whQn specified in s€�ctions whare materials are specifi�d.
2. When specified in sections where praducts are specified:
a. Submit sufficie►�i quankities o� representative samples of character and
quality required af materials ta be used in the War� fnr testing or
examination.
b. �est materials in acc�rdar�ce wiih skandards of national tecl�nical
organizations.
6. Sampling:
1. Furnish sp�cimens of materials when requested.
2. Do not use materials which are required ta be tested until testing indicates
satisfactary compliance with sp�cifi�d requ�rements.
3, Specimens of materials will b� taken for testing whene�er necessary to
det�rmine quality �f materEal.
4. Assist Engine�r in pr�paration of test specimens at site of work, such as soil
samples and concrete test cylinders.
1.(i� i�5�1�1C A�1� IAI���GT'I�W S�RVIG��
A. Conkractor wil� employ and �ay far specified service� of an in�ependent flrm to
pe�form Contractor quality controE testing as required in the teohnical speclfications
for var�ous work and matereals.
B. Owner rrray employ and pay far specified services af an "Owner's independent
testing firm" certified to p�rform testing and inspection �ariaus work and materials to
car�#irm Contractor's eompliance with Cantract Dacumenfs.
G. Testing, inspections, and �ource quality control may accur on or ofF project sike.
Perform aff-site testing inspections and sauree guality control as required by
Engineer ar awner.
Quality Conlroi
01_45_00-3 �0�127 July 6, 2023 - COIVFO�iMEQ
p�v�,NCarotbtDncun�enlsaTX+Fort Ws�rIIt+20p+152-0U00�4�04 Desiyn+04 Specx+Caro�la�Qi_d5_04 {Cohlp�metlJ
D. Contractor shall caaperate with Owner`s independent testing firm, furnish samples
af rr�aterials, design mix, eguipment, tools, storage, safe access, and assistance by
sncidental labvr as requested.
�, Testing and employment of an Owner's inde�endent testing firrn ar IabQratory shall
not reiieve Contrae#or of o�ligation to Perform Work in accordance with
requir�ments of Contract Documents ar rolieve the Contractor o# Quality Control
requirements.
F. Re-testing ar re-inspectior� required because of non-cvnfarmance to specitied
requ�raments shall be perFormed by same Owner's independent testing firm on
instructions by �ngl�e�r. Payment far re-testing or re-inspection will be char�ed to
Contractor by deducting testing charges from Contract Surr�IPrice.
1.p9 COPETRACTOR"S R�SV�OR�SIBILITIES
A. Complet� the on-site quality cor�trol and testing as speci�ed and as indicated an the
[3rawings. Contractor is responsible for quality contral activities and documentation
�ndependent of th�: Qwner's ir�dependent testing firm or laboratory.
B, Caoperate with Owner's irtdependent festing firm or laboratory personnel anc!
pravide access to construc#ion and manufacturir�g aperatians.
C. Submit praduci test reports electronically.
D. �urnish incidental labor and facilifies;
1. T'a provide access to construction ta be tested.
2. 7o abtain and handie sarnples at Wark site nr at source of product to be
tested.
3. Tv facllitate inspections and tests.
4. For storage and curing af test samples.
���� 2 �RO�UCiS (PdO�' US��)
�ARi 3 �X��IJTIOW �N��' US��)
END OF SECTI4N
Qualily Conlro�
(31 45 aD-�4 103?27 July 6, 2023 - CQNFOFiMEO
1nv;lrCardb�G�cumenlsnlUFo�t WorRtir2pbq52-0QOODOfDA Oeslgrr104 Specs+Caroala�01_45_Ca (Cunia�edj
s�c�rio� o�_a�_a�
R��ULA�'O�:Y (�llidLlTY �S�liF3AfVC�
F��R7° 1 ��iV�R�1�
1.@1 ��lll1lh'O�RY
A. Section includes: This Seeiion describes praject r�gulatory requirements �ar quality
assurar�ce that includes specia� inspectinns, s�ecia! certification, and structural
abservation.
1.0� R�F'�Ft�RlGCsS
A. American Cor�crete Institute (ACI}:
1. 378 - B�ildir►g CotJe Requirements for Structura� Concrete.
2. 53� — Building Code Requirements for (Vrasonry Structures.
3. 530.1 — Specifieatian for Masanry Structures.
B. American Institute af Steel Constructian (AISG):
1. 36� — S�ecifcati�n fpr 5tructural St�el �uildings.
�. American Society of Civil Engineers (ASCE):
1. 7 � Minimum Design Loads for �uildings and 4ther Structures,
d. American WQlding Society (AV1lS}:
'I . D1.3 - Structural Welding Code - Sheet Sk�QI.
2. D1.4 - Structural Welcling Cocke - Reinfarcing Steel.
E. ASTM Intarnational (ASTfill):
1. A706 — Standard Specification for Deformed and f�lain l.ow-Alloy Steel Bars
for Concrete �einforc�ment.
2. C39 - Standard Practice for Mraking and Curing Concrete Test Specimens in
the Field.
3. C172 - 5tandard Practice far Sampling Freshly t�`ixed Concrefe.
4. G'[61'i Siandard Test Method for 51�mp �low of 8elf-Consolidating Concrete.
�. Int�rnationa! Eiuifding Code (IBC) 2Q2.1.
G, The Masonry Society (TMSj:
1. 402 — Building Cod� for Masonry Structures.
2. 602 — Speci�catians for Masonry Structures.
1.03 a��lRllYll�i��
A. Special Certification: Certificafion for designated seismic systems that derr�on�trates
cornplianc� with performance req�irements.
Regulatory Quality Assurance
01_45_�4-1 1D3127 Jufy 6, 2023 -CDNFORMED
p��;flCarc� o�Doeume�+IsnXrFosl �'aor�hr2p0452-ERU4004+1�4 Design�04 Spees�CaroIIW6La5_24 (Contorcned)
B. Special fnspection. Inspectian ofthe materials, insfallatio�, fabrication, erection, ar
placernent af camponents and connectians requirin� special expertise to ensure
compfiance with approved cvnstruction documents and re#erenced standards.
C. Speeial lnspectiart, Continuous; The fuil�iime observation of war� requiring special
inspection by an a�pro�ed s�eciai inspector who is present in the area where the
work is being performed.
D. Speciaf Inspection, Perindic: �he par#-time, ar intermittent a�servatian of work
requiring special inspeciion f�y an approved special inspectar who is present in the
area w9�ere the work is being per(ormed and at the completion of the work.
E. Struct�ral Observaiion: 7he r►isual abservation of the strucfural system by a
registered design profe�sional for general confarmance to the approved
canstructian documer�ts at significant construction stages and at eompletion of the
struct�ra� sysiem.
i.0� C1�S�R1��'IOId
A. This Seckion describes special inspect�nns, specia! certification and struc#ural
observation of structural assemblies and cam�ponents tv be performed in
cornpl�ance with tha building.
B, Th� special certificatian and s�ecial inspections speci#ied in this Section ara in
addition to the requirements specified �n Section 01�45`04 -{�uality Control, and by
the lndfvidual Sections.
9.05 54��1�AIYf'AL�
A. Contractor shall submit speciai certi�cations for dssignated seismic systems.
B. Cantractor shall schedufe and coardinate the submlttal af S�ecial Inspect�on reports
and test results prepared by others.
�.06 S��GI�L IRf���C�90N
A. Owner wil[ employ 1 ar more specia{ inspectars who will provide special inspec#ians
tfuring construction.
B, Special inspector(s) shall be qualified for inspection af the par�icular type of
materials or operafions requiring special inspection.
C. 7e5ting labgratory, Testing th�t is required to saiisfy the requiraments ofi specia�
inspecfion wili be perforrned by the �wraer's t�sting laboratory as speciffed in
Sectian 01 45_00 - Quality Con#rol.
D. Duties of Special Inspector:
1: G�neral: Required duties of ti�e special inspector(s} shall be as described in
Chapter 17 of the building.
Regulaiory Quality Assurance
(}1_45 24-2 103'f27 Juiy 6, 2023 - CONFOf�MED
p�+�:+rCardio+Obcumenls�TX+Fort 1Norp�+�Opd52-OD46GONd Res�gnROa 5p.ecs+Carollqro�_45_24 (Caniormed)
2. Reporting: Special inspector(sj shall provide reports af each inspection to the
C�wner anc# shall distribute cap9es of ins�ection rep�rts to the Engineer ar�d
Contractor as required.
a, Reports shall, at a rninEmum, inelude the foHowing i#ems:
1} Oate and time of inspection, and nam�(s} of indi�idual(s} porforming
the inspection.
�) Structures and areas of ihe sfructure where wor�t or testing was
observed.
3) Discrepancies b�tween the requirements of the Contract Documents
anc! the work or testing t�bserved.
�) Other areas of deficiency in the Wor�.
E. Special inspections shall noi be conskrued as fulfiflir�g the requirements for structural
obse�v�tion.
F. Owner or special inspector are respons+ble to select rnaterials for special inspection.
1. It is not acceptable for Contractor to svlect material� for spec�al inspection.
1.47 ����IA� ���iI�I�A�I��E
A. Contractctr shall bo respor�sible for praviding �quipm�nt thai meots the special
certif+cation requirements af the building cade .
B. The follorrving desig�ated seismic systems sha�i b� s�bject to the t�sting and
qualification requirem�nts of the regulatary buiEding code, Section 9705.12.�4 and
sf��ll require special certificatior� as set forth in ASCE i, Section 13.2:
1. Mechanical equipmeni that is assigned an importance #act�r of 9.�4 as
specified in Section 0'f_81_5D - Design Criferia.
2. All electr3cal equipment.
�. Special cerkification requlrements for designated seismic systems:
1. S�brnittals for mechanical and electrical equipment identified in this Sectian as
desigr�ated seismic systems shall include certifcatian that fhe equipment �s
seismicaliy quafi�ed. CerEifi�ations shall be subject to review and aeceptance
by Owner.
2. Certifications may be at I�ast 1 ofi th� following in aceardance with ASCE 7,
5ection 13,2:
a. Analysis.
b. Testi�g.
c. Experience data.
1.�� STRUCTl1RAL O�S�Rl+kYlahl
a. Owner will employ 1 or mare reglstered design professiona�s who will provide
str�ctural observatiqn(s) during construction.
1. Registered design professional shall be a civil nr structural engEneer eurrently
licensed as such in �he state where the project is located ar�d regul�riy
engaged in structural design equiva4ent ta or similar to thase indicaked an the
Drawings.
R�gulainry Qualily Assurance
01 45 24-3 1 Q3127 July 6, 2023 - C�i�IFdRMEQ
�v�NCarGofLbcu�nenls�TX+Foi15No�th+200d53-000900��d Des€yn+Od Specs�Cara�la�0i_n5w2-0 (ContormeUj
B. Structurai abservations shall not be construed as fulfilling the r�c{uirements for
special inspections.
Pd�di 2 PR�E?UCiS (RfO� U��D)
���� s �x�curi��
3.0'� ���GI,�� IR�SPEG`T'i�Fd�
A. The Owner will prowide specia! �nspection af following #yp�s af work as described in
in Sectfon 170� of th� building code.
1. Attachment A- Cancr�te Special Inspection Schedule.
2. Attachrrient B- Architectural, Mechanical, and Electrical Camponents - Specia!
�nspectior� Schedule.
3. Attachment D- Soils Verification and Inspection Schedule.
�. �itachment E- Struct�ral Steel Special Inspection Schedule.
5. Attachment F- Structural Steel Bolking Speeial Inspeetion Schedufe.
3.02 ����I��. C�RiI�I��iI�W
A. Special inspectar shall examine the designated seismic system(s) specified and
deiermine whether the designated sys#am components, including anchorage, are
consistent with tho evidenco of complianc� submitted for special certification.
3.03 �iRl��i���l� �QS��1/A'�'IBi�
A, The folfowing work r�quires structu�'al obsarvation in accardance with Section
17a4.5 af the �auilding code.
1. Afl structures in all areas:
a. Foundatiflns.
3.Q� SCHE@U��
A. Contractar shall allow time necessary for specfal inspecfions and struc#ura�
obs�rrra6on specified herein.
Q. Sufficient notice shall be �iven so that the special inspections and structuraf
observations can be performed. Contractar shall �Ilow time for individuals
�erforming special inspection and struct�ral observation to travel to the site.
3,QS PI�9��CllJR�
A. The special inspector will immediately natify the Engineer of a�ny cvrrectfons
r�quired and follow notification with ap�rapriate documentation.
B. Contractor shali not proceed until the work is satisfactory to the Engineer,
�ND OF SECTIDN
Reguistory fluality Assurence
01 45 24-4 'fU3127 July 5. 2023 - CONFORlVIED
p�u,lrCarUb��cumanlglTXt�qrl WorUN`3qOd52-OOODDO�dd Desiynr04 5pecs+CaraIlqBOi_a5_2A [Goniormed)
�Ii�GH�A�P1T �, � G�f�C��T� ����IA� IW�F �C�'I�R� ��F���U��
Regulatory Quality Assurance
01 45_24-Attachmant A �03127 July 6, 2023 - CDNFOF2MEtJ
p�s^.I1Cara+b+�l�umenlslTX+Foil1'JORh�20ad52-0DDRDO!0� Oe3lgnlfld SpeCStGarQlla�01 d5_24 (CflniprmEd)
��PIC���� ����lA� 1{�S���iI�N ��H��U��
(lnclud�s, e��4Ainapiace, pr�c��4, pr�stpess��, pr�c�s4�p�restrpss�d, and shotcpete.)
Ref�ranee �raquency o�
�iandard Inspe�tiontT�
(�uring ia�f� Li�#ed)
�CI 3��014
�4�15 D5.4-'!S
Verificatian and Inspection I�C 2�'I� Coniinuaus P�riod��
�. Inspect roinforcernent, ir�cluding ACI 31�: 20, 25.2,
pres#ressing tendons, and verify placement. 25.3, 26.6.1-
26.6.3 �
IBC: 1908.�4
2. Reinforcing �ar welding:
a. Verify weldability of r�inforcing ba�s AWS 1]9.4
�
ather than ASTM A706, ACI 3�8: 26.8,4
b. Inspect sir►gle-pass filiet welds, AWS D1.4
�
maximum 5/16", and ACl 318: 26.6.4
c. Inspect a1! ather welds. �IWS D1.4
�
ACI 315: 26.8.4
3. Inspect anchors casl in cancrete. ACI 318: �i.8.2 •
4. inspect anchars post-9nstalled in harde�ed
concrete memb�rs.
a. Adhesive anchors installed in AC! 318: 17.8.2.4
horizontally or upwardly inclir�ed �
orientakions to resist sustained tension
loads.
b. Mechanical anchors a�d adhesi�e ACf 318: 17.8.2
�
anehors not defirted in 4.a.
5. Verify use of required design mix. ACI 318: 19,
2.6.�1.3, 2.6.4,�
IBC: 9904.1, �
19Q4.2, 190$.2,
18Q&.3
6. Prior to concrete placement, fabricate ASTM C172
specimens for strength tests, perform ASTM C31
siump and air content tests, and c�eterrnine q�l 318: 26.5, �
the t�mpera#ure of the concrete, 26.12
18C: 19�8.To
'i. lnspect concrete and shotcret� placement ACI 3�8: 26.5
for proper appiicatian techniques. IBC: 1908.8, �
1908.7, 19aH.8
Regulalory Quality Assurance
01 45 24-Attachmenl A-� 1 Q3127 July 6, 2�23 - GONFOFiMED
p�a�lfCarniw+Qocumenl�ITX+For1 WarU�ZOp452-ODOOO��Od Oes�n�0a Speca+CaroElUroa_453+1(Cantormedj
Referettee
Stand��d
l/erificati�n and Inspe6tior�
$. VBrify rrl�intenance of S�eCifled CUring
temperature and tec}�niquss.
9. Inspect prestressed cancrete for:
a. Application of prastrQssing farc�s, ar�d
b, Grouting of bonded prestr�ssing
tendons,
10. Inspect erection of precast concrete
memb�rs.
11. Verify in-situ concret� strength, priar to
stressing of ter�dons in post-tensioned
concretQ and prior ta removal of shoras
and forrns from beams and structural
sfabs.
12. Inspect formwarlc far shape, location and
dim�nsions of th� concrete member being
formed.
dGl 3180��
AIf�S l�'� .4� 1 �
[�� 20'! �
ACI 318: 26.5.3-
26.5.5
IBC: 1908.9
�'peqt�eney og
Insryeetilan{1}
(�]urirag �'ask �i�4ed}
�ontinuous I Reriodic
0
AC1398:26.10 �
ACI 31$, 26.1 U �
AC13�8:26.9 f �
AC! 318: 26.17.2
•
ACI 318:
26.11.1.2.(b)
Notes:
{1) The "�" represents a required inspection actiwity for the project where it oceurs,
•
F2egulatory Quality Assuranee
01 45 24-Attachment A-2 1 p3127 July 6, 2023 - CONFQRMED
p,t��rlCarc�no+Documenls�T7f�Fort lvortM�00A52�OQnOQpipA Desiyn�fl4 Speca+Ca�ollcu'Ot_4�_24 {Conlormed}
�rr��a���a� � m �a���ir�c�u��, �������c�� ��� ���������� �o���w�w-r�
SF�EGIAL IfV�F��CiiQN �CH�D�1��
Reguiatory QualEty Assuranee
�'f 45 24-A#t�chrr�ent B 1 p3127 July 6, 2023 - CaNF�RM�D
p��rllCsiolWrL�OcumenlsfTX+For1 S'JorIh+2Dp452-0OOOp0�p4 Oeslgnf0a SpecsrCaroIIW44_A5_2R (CanTom�s[!j
A�CbI����U�L�, 14��CHAF�IG�L �ND ���GiRiG�� ���IV��N�R1�S
S�'�CI�L. IN�P�C�'I�R� �CFi��]U��
�eferen�� �r�t�u�ncy of
S@andard Insp�c�it�n{�y
(D�a�ir�g iask �isted)
1J�rificatio� �nd In���ctic�n I�C 201� C�ntinuc�us ���fod9c
� . Architeckural campanents:
a, Cladding -�xteriar, weighing more than 5 I�G: �
psf: erection �nd fastening. 17Q5.12.5
b. �xterior insulation and finish system (EIFS): IBG;
� �a�.1 s
c, Non-bearing walls — exteriar: erectian and f�C: �
fastening. 1705.12.5
d. Nan-bearing walls -- interior, weighing mare IBC: �
than 15 psf. 1705.12.5
e. Venee�, exteriar and interior, weighing more IBC; �
than � psf: erection and fastening. 1705.1 �.�
f. Access flc��rs: erection and anchorage. IBC: �
1705.12.5.1
g. 5uspended ceiling system; bracing. •
h. Sforage racks — S feet or great�r in heigh�t: IBC: �
anchorage. 17D5.12.7
i. Skylfght: verificakion of safety compliance IBC: 1709.6 �
and labelir�g an� installation.
2. Plumbing, mechanical, and eEectrical
components:
a. Ancharage af electrical equipment for IBC: �
ernerger�cy and star�dby �ower systems. 1705.12.6.1
b. Anchorage of other eleckrical and ��C:
mechanical equiprnent aver 400 Ib. on floors ��.�� ���� �
or roofs.
c, Insiallation and anchorag� of pipelines ��C;
carrying hazardaus chemieals and kheir 1705.12.8.3 �
ass�ciated mechanical units.
�. [nstallation and ancharage of pipelines �
greater than 8 inches in diameter.
e. Installation and anchnrage of ductwork IBC: •
desigr�ed tv carry hazardous materials. 17D5.12.6.4
Regulaiary Quality Assuranc�
01 45 24-Attachmenl B-1 103127 July 6, 2p23 - CONFQRMED
�v:liCalWio�Do�umentslTXfFosll'Jo�lFV200452-Op0000�D4 Oesign+p4 Sp�cs�Ca�olla�R1_45_2A;Co+iia+nedj
f. Installation and anchorage of ductwark �
greater than 6 sf in cross section.
g. Ir�stallatioh and ancharage of vibratfon
isolatior� systems where contr�ct documents IBC:
require namina! clearance of �14 inch or less ��p� ���� •
between the equipment support frame and
its supportlrestraint.
h. I�stallat�an af inechanical and electrical
equipment, including duct work, piping 1sC: �
systems and kheir structural supports, where 1705,12.6.6
autarnatic firo sprinklor systems are installad.
Notes;
(1) The "�" represents a�equired inspeetion activity far the project where it occurs.
Regulatory Qualiiy Assurane�
01 G6_24-Attachment C3-Z i�3127 July 6, Z023 - CQNFQFtUIED
p�r�F+Caid�o+Docum�r+Is�TYJFuit WorUJ2U�452-OO�OpOlOd Deslgfifpa Specs+Carplla�nl_a5_24 {C.onfpnra�.vJ}
�TTACH14��i�Y � d S�I�� V�RI�ICA I 1�3P� AfV� lR1���C�1OPE ��b��Ul��
Regulatory Qualiiy Assuranca
01_45_24-AiEachment C 10312i July 6, 2023 - C4�JF�RMED
ptiti^NCaroklo�i�acumeitils�TX�Foi! YJuFIh�20U452�4D400070A DesiynlQa SyecsJCaro1lU+Ot_u5_2A (Corito�medj
��I�.� V��I�ICA�'I�P! �P�� [FlS�'��il�f� �CF�EDUl��
F�e�er��nc� �requency a�
Stand�rd In�pvction�'f
�C uring i��i� Li§t�d)
Verifica�lan and Inspec�i�n I�� �0�� C�nilnu�us �eri�dic
1. Verify materials below shallow foundations are 18C: T'- �
adequate to achie�e the design bearin� 1705.6
capacify.
2, Verify excavatians are extended to proper EE3C: T- •
depth and have reached proper materiaL 1705.6
3. PerForm classification and testing af fill and I�C: T- �
�ackfill mat�rials. 9705.6
4. Verify use of praper material�, densities, and IBC: T- •
li�t thic�nesses during placement and 17D5.6
compacfian of fill �nd backfiGl.
5. Prior to plaaement of fill, observe subgrade and IRC: T- �
verify that site has been prepared praperly. 17'05.6
Notes:
(1) The "�" represents a required inspectian acii�ity for the projeet wF�ere it o�curs.
Regulatory Quality Assurance
D1_45_24-Altachmenk C-1 1�3127 Ju{y 6, 2QZ3 - C�NFOF2MED
p�+^I1Caid�o�0ocume�:lsrT?JFo�t worlrv20a452-0OOOOpf04 Desig�r�OA SpeasfCarollUrol_a5_2d [Canio�ee��
�►'���4�b{�+��N� D � STRUCTUR�L S7°EEL �P�GIAl� fPdS�'��71�Pf ���1���f��
Regulaiory Quality Assur�nce
01 45 24-Attachment D 103127 July 5, 20�3 - CONFORMED
�n�;f+CardWlDncumenlsrT7C�FarIWo+U420UAS2-4p0000l04 peslgn104 Specs�Carallctirol a5_24 (Coniorm�ti)
al°FtUCTURr�L SiE�� �R��I�a� 1R�5��G f I�IV S���DUL.�
Re�epenced Frequency o�r In�peciien�j►
Standard (puring ia�� �,i�ted)
l��rificativn and lnspectivrt AISC 360-10 �ontinuou� ��ri��ic
Inspectilen �asks �pia� tc� ld�elding AISC 360,
Table N5.4-1
'�. Welding pro�e�ur� specifications (WPSs) �
available.
2, Manufacturer certifications for welding
consurnables available, �
3. fMaterial idantificati�n [fyp�lgrade}. �
4. WelcEer identifcaiion system. �
5. �it�up groove welds (including jalnt
geametrv7:
� Joint preparatia�.
4 Uimensions (alignment, raat opening,
root f�ce, bevefj. �
• Cleanliness (cot�dition 4f steel
surfaces�.
� Tacking (tac� weld quality and
location),
$ Backing typ� an� fit �If applicable}.
5. Configuration and finish of access holes. •
6. Fit-up of fiklet welds:
� Dimensians (alignment, gaps at rcrot}.
� Cleanliness (cor�dition of steel �
surfaces}.
� 1'�acking {tack weld quality and
location).
7. Check welding equipmet�t. �
Inspecfi�n Ta�k� C}uring 1�4lelding AkSC 360,
Table N5.4-2
8. Use af quali�ed welders. •
9. Control and handling of wel�ing
consumables:
Packa �n �
� g' g.
� �xposufe control.
10. Na welding over cr2�cked tac� welds. �
11. E�vironmental conditions:
o Wir�d speed within Nmits. �
� Precipitaiion and femparature.
Regu�atory Quality Assur�nce
01 45 24-AEtachment D-1 10312i July 6, 2023 - CONFORMED
p,v;NCarc+a�bocumenls�TX�Fa4 WorUJ'LqRA52-0D40�OfpA OeslynlOA Spees�Carolla'Ot_a5�2d (GonformedJ
�efet��rtced Frequen�y ot' inspec�ian{'�
Standard (�urir�g ias� L➢�Y�d)
Veriflc�ti�n ar�d Inspec#I�n A15C 3BU-10 �onqinuaus �erlodic
92. WPS followed:
• 5ettings on welding a�uip�nent.
� Tra�el sp��d.
� Seiected weldir�g materia�s.
@ Shielding gas ty�e/flow rate. �
� Pr�heat applied.
g Inter�ass temperature onaintair�ed
(minlrl1axj.
a F'roper Position {F, V, Fi, OH).
93. We�ding kechniques:
� Interpass and final cfeaning. �
� Each pass within profile limitatians,
• Each pass meets quality requirements.
In�p�ctlon iasks /�fite� l�d�lding A�SC 360,
Table N5.4-3
14. Welds cleaned. �
95. Size, length, and locatian of welds. �
16. Welc�s meet vlsual acceptance criterfa:
� Crack prohibitian,
• Weld/base-metal fusion. -
� Crat�r cross sectfon.
� Weld profiles. �
e Weld size.
e Undercut.
� Porasity.
9 7. Are strikes. �
18, k�area. �
19. Backing rema�ed and weld tabs removed
(if requiredj. �
20. Repair activities. .
21 _ Document acceptance or rejeciion af �
welded joint or mernber.
Notes:
(1 } ihe "�" re�aresents a required inspection activity far the project where it occurs.
Regulatnry Quality Assurance
01�45 24-Attachment D-2 103127 July B, 2D23 - CON�ORM�D
p�v:lrCaro9b�f�ocumenlsffXrFoq 1NorIiV2qpq52-OD0�0704 Desigit�D4 Specs,+Ca�allcY6� �5 2A (Confarn�ed)
ATTl��H4�V�i�Y � 6��'�l1�iURQe� Si��� �BL.�'I�lG �P��I,�L IN��E�il�]N S�Fi��U��
Reguiatory Qualily Assurance
01_45_24-Attachment E 103427 July 6, 2023 - CONFQRMEp
p����ACaito+��aocumenlsfTXlFurl Wu�I�t�iflOd52�000000l-04 pesEgi��Ou SpecsrCa�plta�G�_4�_?d (Conia�medj
�TRUGiUR�L �TEEL �QLT1R�(a ����I�a� I{��f�I�C"ilOPl ��H��L���
l�efe��nced ���q��ncy of
��n���� Inspectic�n�'�
(�uring 7°as6z I�i�ted)
I��eific��fvn ar�d Inspe�tian I�SIC 3fiQ-10 ��ntinu�us Periadic
In��$c4i�r� `Tasks Pri�r t� �ol�ing AISC 360,
iable N5.6-'�
1. Manufacturer's certifications aWailable for •
fastoner mat�rials.
2. �asteners marked in accordance with ASTM �
requirements.
3. F'roper fasteners selected far the jaint dstail
�grade, type, boEk length if threads are ta be �
excluded firom shear plane}.
4. propor bolting proc�durs s�lected for joint detail. �
5. Connacting elem�nts, including the appropriate
faying sur�ace conditian and hole preparation, if •
specified, meei applicable r�quirements.
6. F're-installation verificaiion testing by installation
personrrel observed and documented for fastener �
assern�alies and r�ethods used.
7. F'roper starage provided for balts, nuts, washers �
and other fasten�r components.
lnspectivn '�asks �uring �vlting AISC 360,
iable f��.6-2
8. Faster�er assembli�s, af suitable conditian,
placed in all hales and washers (if required) are �
pvsitioned as required.
9. Joink brought to the snug-ti�ht condition prfor to �
the pretension6ng operation.
10. �ast�n�r companent not turned by the wrench �
prevented from rotating.
91, Fasteners are pretensioned in accordance with
the RCSC Specification, progressing �
system�tically fram the most rigid point toward
the free edges.
inspee4ion iasks �efi�er �oEfi[ng AISG 360,
Table ��15.8-3
12. Document accepiance or rejection af bolted �
cannections.
Nates:
(7 ) The "�" r�presents a required inspection acti�ity For the project where it occ�rs.
Regulatory Quality Assurance
Oi_45_24-Attachment E-9 103127 July 6, 2023 - GO�VFORMED
�rvNCerdblqecUnients��%rFait WorUY3Dp452-6DOd0��04 Qesignr04 SpecslCarollarot 45_2A {Coniormedj
s�cTio� o�_�o_oo
'��C+A���FtY FACILIiIE� AND C�RliROL�
�r4RY 9 P��V�R/A�.
1.09 �U�A�ARY
A. SectiQfl includes:
1. Furnishing, maintaining, and ramoving constructian facilities and temparary
controls, including temporary utilities, construction aids, barriers and
enclosures, securiky, access raads, temporary contrals, prajact sign, field
offices ar�d sheds, and removal after construcfion.
9.8� ���r�R�NCI�
A. American Nationaf Stan�ards Institute (A�SI).
B. Occupational Safety and Heaith Administration (DSHA).
'i.�3 �U��d91T�r4��
A. Submit as specified in Sect'tan Q1�33_QO - Submittal Procedures.
1.0� ���A��R�4RY U�IL1il�S
A. Temparary electrical pawer,
1. Dwner providc�s #he power.
a. The Cantractor is responsible for pro�iding breakers, switches,
transfinrmers, and cables rey�aired to abtain temporary power fram locatian
designated by Owr�er.
2. Provide and maintain adequate jobsite power distribution facilities cnnforming
to applicable Laws and F�egul�tians,
B. Temporary electrical lighting:
1. In work areas, provid� t�mporary lighting sufficient ta maintain lighting levels
durir�g working hours not less than IigFtting oe�efs required by �SHA and s#ake
agency which administers aSHA regulations where Project is lo�a�ed.
2. When available, permanent lighting facilitias may be used in lieu af temporary
facilities:
a. Prior to Substantiaf Campletion af ths Work, ra�placQ bUlbs, lamps, or
tut�es usec! by Gontractc�r for lighting.
C. Temporary heating, cooiing, and ventilatl�g:
1. Heat arrc� ventilate wark areas to proteck the Work from daEnage by freezing,
high temperatures, w�ather, and to provide safe environment for workers.
2. Permanent heating system may be utilized when sufficiently completed to
allow safe opera#ion.
Temporary Faeililies and Cantrols
Q1 50 00-1 103127 July 6, 2q23 - CON��RM�p
p�v:lrGarp!'a+Documenl�IT%fFurt YJo}U�+2�4452-044p0UlOA Os�ign+D� Speca+Cardllaro3_50_00 (Canlorme�J)
D, iemparary water:
1. Pay far and construct fac�fities necess�ry to fumish patable water for human
cansumpti�n and nan-poiable water for use during construction.
2. Remove temparary piping and connections and restore affecteci portions of the
facility ta ariginal condition before Substantial Completion.
E, Temporary sanitary #acilities:
1. F�rovide suitable and aclequate sanitary facilities that ar� in compliance with
applicable Laws and Regulaiions.
2. Existing facility us� is not allowed.
3. At cornpletion of the Wark, remove sanitary facil'ities and I�ave site in neat and
sanikary condition.
F. T�mparary fire �rotection:
1. Provide fire protectior� required to pratect the Worf� and ancillary facilities.
G, First aid: Pas# first aid facilities and infarmatian posters conforming to raquirements
of OSHA and ather applicable �.aws and R�gulations in readily accessible locations.
H. Utilities in exis#ing facil�ties; As specified in 5ectian U1 14 Oa � Wark Restrictions.
1.a5 �OPE���4��ilOF� �I� a
A. Provide railings, kicGt platss, enclosures, safety devices, and cvntroEs required by
�aws and Regulations and as required for adequake protection af iife and property,
B. Use construction hoists, elevatars, scaffolds, stages, shoring, and similar tempo�ary
facilities of ample size and capacity to ad�quately support and r�ove laads.
C. O�sign temporary supports w3th adequake safety factor to ensure adequate load
bearing capabllity: �
1, When r�quested, submit design calculations by professiona� registered
engineer prior t4 appiication of loads.
2.. Submitted design calculatipns are for information and rec:ard purpas�s only.
a. Accident prevention:
1. Exercise precautians throughout constructian far protection o# persons anc!
property.
2. Observe safety provisions of applicable Laws and Regulatians.
3. Guard rnachinery and �quipment and elEminate oth�r hazards.
4. Mafce reports required by authorities �i�aving jurisdic#ion, and permit safety
inspections of th� Wprk.
5. Before commencing c�nstruction wor�t, take necessary action fo comply wiih
pravisions for safety and accident prevention,
E. Barricades:
1. Place barriers at ends of excavations and along excavations kQ warrt
pedestrian and vehicular traffic af exca�ations.
2. Provide barriers with ffashing fights after dark.
3. Keep barriers in pla�e until �xcavafions are enkirely backfilled and compacted.
Temporary Facilities and Conirols
01 b0 00-2 103f27 July C, 2(lZ3 - CONFORMED
p�v:f�C�r�lioippcunisnls+77(rFou �h'orG�+20�452-0006p010A Oesign�0�i Spets�Carolla�01_50_QQ (Coniamedj
4. E3arricade excavations to prevent persons from entering excavated areas in
streets, roadways, parking lats, treatment pl�nts, ar other public or privat�
areas.
F, Warning de�ices and barricaries: Adeq�ately identify and guard hazardous areas
and conditi�ns by visual warnir�g cfevicQs and, whore nec�ssary, physical barriers:
�[. Provide dewices in accordance with minimum requirements af O�HA and 5tate
agency which administers OSHA regulatlons where �'roject is located.
G, Hazards in pubiic right-of-way: Nat Used.
H. 1�azards in protected areas: Mark ar guard excavations in areas from which public is
excluded, in manner �ppropriake far hazard.
I. Above grade protection: On muiti-level structures, pro�ide safety }�rotection that
meets requirements af QSHA and Stat� agency which adrninisters OSHl�
regulations where Praject is located.
J. Protect existing structures, trees, shrubs, and o#her items #o �e preserved on
Project site from irijury, d�mage, or destruction by vefi�icles, equipment, worker or
other agents wkth substantial barricades or other devices cammensurate with
fi�azard�.
F�. Fences:
1. Enclase site of the Woric with fenca adequate to protect the Work against acts
of theft, violence, and vandalism.
2. Enclose temporary offices and storage ar�as with fence adequate to proteot
temparary facifilies against acts af theft, violenc�, and vandalism.
1.U6 5��4�RITY
A. Ma�Ce adequa#e provislon for �rotection af the wark area against fire, thefk, and
�andalism, and far pratection of public against expasure #o injury.
1.Oi AC���� ����5
A. General:
1. E3uild and maintain access roads to and on sik� of the Work to provide for
doliv�ry af material and far acc�ss ta existing and operating plant facilities on
site,
2. Build �nd maintain dust free roads which are suitable for travel at 20 miles per
hour.
B. On-site access roads:
'[. Maintain access roads ta storage areas and other areas to which frequent
access is required.
2. Maintain similar� roads to existing faclfities on site of the U1f�rk io provide
access for mainEenance and operation.
3. Protect buried �ulnerable utilities under temporary roads with s#eel plates,
wood planking, or bridges.
4. Maintain or�-site access roads free af mud.
Temporary Faciliti�s and Controls
01 5a 0�-3 10��27 July 6, 2423 - C�NFOfiMEQ
p�v:f�CerdWl�cumenls+TXfFoit 1�Jorpd2D0A52-040000r4R Ds.�ignl0d Specs+Ca�qlla�01_50_40 (Contamed)
5. Pravide control� to prevent vehicles lea�ing the site from trac;cing �ud ofF the
site onto the plant ro�d5 ar public right-of-way.
'9.�� i�RA�'�R�RY ;Q�TROLS
A. Dust �ontral;
1. Pre�ont dust nuisance caused by oporatians, ur�pavQd raads, excavation,
backfilling, demolition, or other acti�ities,
2. Cantrol dust by sprinkling with wat�r, use of dust palliatives, modificativn of
operatinns, or other me�ns acceptable to agencies h�ving jurisdiction.
B. Noise control:
1. Comply with nnise anci work hours regulations by Iocal jurisdiction.
2. fn or near inhabi#ed areas, particularly resldential, perform �perations in
manner to minimize noise.
3. In residential areas, take special measures t� suppress noise d�ring night
hours.
C. Mud confral:
1, Prevent mud nuisance caused by construcfian operations, ur�paved roads,
�xcavation, bac�Cfilling, dQmoiition, or a#her activitios.
1.09 ��0�lEC7' �i�N
A. Pra�ride and maintain project Qesignatiar� Sign according to #he City of Fort Worth
standard d�tails and as iNustrated below.
7ernparary Faoilities �nd Controls
01 50 OQ-4 1031Z7 July 6, 2023 - CONFORMEb
�n�:l�CarWb+QacumeF�ls+TXIFoc1 Worlli+2a4A52-0OOOOefOQ Oeslyn704 SpgCS+Carolia��1_50_00 (Canfamc�lj
j.�_._ _. ___�_ __ _ =.�..�._ .
8�'
4a � �� ��' �� R�` � y`� �.
��„
_ ---�
Yota� T�x �c�ll�rs a� �+Ir�rk �,�
:,�� �--6� ��, �'�� ���� �
,�
_ i
���� _
��,� _
���dir��
�Oiltl'�CtOi:
w.�����C�C-r�AI !*� ��I�I�i
s��� - G�uestions on tf�is �roj��t ��II:.�
�2�. __--- (8�7) 392 - XXXX —�
_�" ��fter Hours Call: �817j 392 - XXXX �
Nr' TYP.
r' TYr. �
3"
�,�
y�.�
�•
E"
21.
z
F09�T8; feoTkO:
F6RT 4L'ai2TH 1pf3O 6Y CHELTEN3YIAN+ BOLO IF APPLiCQBLE TQ TSIE PR�JECT,
ALL U7HER LETTER17:t� IN F�RIAL BOLD CONTRACTbi� SHALL �TNN V[NYL
�TICNipi "CItY' (�A8 LEAB� FL�V�NISL
C049RS: aM1 ACTlON" i L4G0 AT COR s�[itJ Flt, i1
FOi4T 4SrORT11 •PFiB Y88 • F3lU[ EM4fle6VWp.6317 EAST LANCla9TER
LQh41iQt�OJ LOdO -PiAS 725 -B�tOVY�d AVE {&17•451-4684J, PEE4. Ad0 PLAG@
LE1i@Ri�:O • PY..8 2•8 • 8l.tiS IF� FUk�llik6 SECil0�7.
GRCMC�ROI)H6 - WI�TE
BQROFR•BLU�
PI�OJ�C� D�SIGf�ATIUN SIGN
B, Erect Project identificativn sign where directed by �ngineer wet{�in 14 days after the
6ssuance of the Notice to Proceed.
C. Replace or repair the praject sign if it is damaged ar covered wikh graffiti wikhin 2
work�ing days of abs�rvation or notifcatia� af dar�age or graffiti.
Temporary Facilities and Contrals
01 50 DO-5 1U31Z7 July 6, 2Li23 - C�NF4RMED
p�v:7�Caid�o+Documenls+TX+fart SYo�U1�20W4S2-0UUOOOIOfl pesignr04 Specs,�Ca�ol�a^61_50 Op (Caniarmer�
1.'i0 CORiTFtACiOR �'I��D ���IC�� Ai�D SH���
A. Maintaan �n Project Site weather tight space in which to keep copies of Contract
Documsnts, progress schedule, shap drawings, and ather relevant documents for
duration of on-site activify,
B. Provide field office with adequate space to axamin� documents and provide lighting
and tel�phona service in that space.
C. Engineer �eld office: Na# Used.
`1.11 �cR9�Vi41�
A. Rernave temporary facilities and contrals �f�efore inspection far fina! Completion or
when directeri.
B. Clean ard repafr darnage caused by installation ar use of temporary Facilities.
C. �emovs underground installations to mir�imum depth af 24 inches and grade ta
match surraUnding conditions.
D. Restore exisfing facilities used during construetian to specified or original conditian.
��►�T � ����u�Ts (�o� �rs��a
�A�t7 3 �X���I�I�P� (hE�7' [J���)
END dF SECTION
Tem�aorary Facilitles and Controls
01 5Q Op-6 103127 July 5, ZC123 - GONFORMED
p�v:l�Cerc�b�Uocumen��l�ort YJc�rUti�iAo-+152-0OOOt�p+On Oes�gn�On gpec�+Carullarol_50_UQ (Coniormc�7)
015713-1
STf�RA9 WATF.It PC11.l.U1`[ON PRF.VE�TIO\
Nt�gs 1 of 3
SECTIO�i O1 57 l3
STORM WAT�R PQLI.UTfaN PRFVT:NTTC?N
PART t �- CEIVERAL
l.l SUM11+9ARY
A. Scction Includcs; �
1. Froccc�ures for Sto1•in Watc�• Pollutivii Prevcntinn Pl�ns
B. Deviatiorys from this City or Farl Worth Standard Specification
1, None.
C. ReIated Specifcation Sect.ions include, but are not necessarily limited t.o:
1, Division 0— Bidding Requirei��ents, C.ontract �'orms and Canciiliaiis af Eh�
Contracl
2, Division I— General Rent3iremenfs
i.� PRIC� AND PAYI�ENT PRC)CEDURES
A. M�asur�ment anci Payment
[. Cc�nstruction Activities resuttin� in less than I acre nf disturbance
a, Wark assaciatcd �vitl� this [tcm is considercd sul�sidiary ta t�oc various ]tcros
bid. No scparate paymcnt will bc allowed for this Itcm.
Z, Gonstructinn Activit�es resultin�; in greater than 1 acre af distur�ance
a. Mcasurcinctii and Paymcnt shalI be in accordanc� witli Section O1 29._77,
1.3 REFEI2ENCE�
A. Abbre�iatians �rnd Acronyrns
� . Notice of Int�nt: NOI
2. Notice of Termin�tian: NO'�'
3. Storm �1Val�r Pollution Prevention Plan: SWl'PP
4. Texas Cammissio« on Environrnenl�l Quality: TC�Q
5. Natice ofCliange: NO(:
A. Reterenee Sta�idard�
1. Reference st�tndarcfs eited i�� tl�is. S�ecification ref'er �c� ti�e current reFer�nee
standard pul�lisi�ed at ii�e tirne c�t the lxtest revision date lo��;ed at the end �f'thi�
S�eci�catinn, unless � date js s]�ecifically oited.
2. ]ntcgratcd Storm Managcay7cnt (iSWM} Tccl7�iical Manual Fcsr Ganstruction
C.onlrals
lA ADMINISTRATIVE RCQU[R�:11�iEP1TS
A. Gene�-a1
1. Contraclor is responsibke for resnlution and payiiien� of 1t�y �nes iss«ec� associafed
with cc�nipliance #o �ionn��ater I�ollution Prevention Plar�.
f'll'Y f1F F'OEt"f 41'ORTI l Rnlling Hillti 1�Jnter Treatmenl Plnnt ChlarinN Scivbher Replacemenl
STANDARf) C'C1NS'I'RUCTIDfV SPF.ClY"1C'A"T'IOI� I)nC'Ut�4�l�TS I'injcc[ No. 1(ii127
ltc��iscd aul�� t. 3f.r1 I- July b, 7,(r23 -C'ONI��x�91iD
p� S� 13 -2
ST(�RAQ VLrATF.R POI.[.L1T'f()N l'RF.VF.NTiU�
Pago ? of �
II. Cairskruction Activities resu�ting in:
1. Less fhan 1 acre aC disl��rhflnce
a. Provide erc�wi�n ��nd sec�intent eanh•ol,
2. 1 fa less thart 5�cees c�f ctistur��anc�
�. Texas Yc�llutant ili�Charge �limination Systern (TPDES) C"�enera[ �ons#niction
�Cl'173[i 15 CCC�lill'Cd
b, CoinnEet� SWPPP in acc�rdd»c� with TCEQ requirein�nt�
1) TCEQ Small Canstiuction Sitc Noticc Rcquircd undcr gc�iczal permit
TXRl500Q0
a) Sig�� asid host at job sitc
b) Prior to PrecoiYstruction Meeting, send 1 co��y tn City Depart�nent of
Transport�tiou and Public 11Varks, Enuironmental Di�ision, {817) 392-
6088,
2} Pro�ide erosion and sediment coi�tro.l in accardance with:
a) 'fhe Draavin�s
b} TXEt140000 Geri�r�i Pertl�ii
r} SVItAPP
�i} TCEf� rec�riirentents
3. 5 aer�s or ���ore of Dislurban�e
a. Texati Pc�ltut�nt Discharbe Elimin�tian System (TPDCS) Genera) Construcl�ic�n
Permit is requir�d
b, Compleke S W L'I�P in accordanee with 'I'G�Q requir�meirts
1) Prepare a TC:�Q 1��01 fotm ��nd subnvi to TCEQ alon� witli required £ee
��) Si�,*n and pust at job site
b) Scnd cnpy tr� C`ity�cpartmcnt nfTrxnspoetation and Public Warks,
Et�vironn�ci�tai Di�fision, (817) 392-bOS$.
2) TCEQ Notice of Change rcquircd if n�aking cl��nges or updatcs tcr NQY
3} Pror+ide c�•osion and scdimcnt contra] in accordancc witll:
a} Thc Dx�a�uings
b} TXRI54000 Gcncral Permit
c) SWPPP
d) TC�Q rcquircmcnts
4} Once ttie prt�jeot lyas been co�tfpletcd and all the claseoul require�nents of
7'C�:Q ttave b�en met a'CCtsQ Natice uf Tertnin�tion Lan be subinitfecl.
7) Send copy to City De�arEmei�t of'!'ranspurlaiion anc� Public Vl�orks,
Enuiri�nmeninl Division, (817) 392-(�0$K.
1.5 SUI311�9ITTA1��
A. S1�VPPP
1. Sribmil in accord�nc:e wilh 5eciion O 1 33 00, except as stated herein.
a. Peior to ti�e Preccroskructic�il Me�ting, tiUI71i31f a draft cnpy af' SWPPP tn tl�c; C'iiy
�s fol�ow�;
1) 1 cc�py to tl1c: C:ity Praject Mana�;er
a) City Prnjcct Mana�cr wi11 fa�'�uard to khc �'ity Der�artmcnt of
Transp�,rtatian and Pul�lic Works, E�tviron.rncnt3t I)ivision for rcuicw
CI'TY l�F FC)R"I' �1rC3RTH Rcfllin�; Hill� W3ter �'rea�metrt Planl Chl<3riaeSrruhlyer Replacemznt
STnNCIAR� C:[]Ny fRUC'7'ION 9PT:C'If=IC'tITlqN 17�C'UA4FA'TS Pmject Nn. 10;� l27
Revispd 3uly I. 3UI ]- July 6, 2{12;5 - CUNI'ClRA71sl)
oi s� ��-3
STDRAq WATFR P01.f.iJTl(1N PRFVFNTIc)\'
Pa�c 3 of 3
i3. Mnclified SWPPP
1. iffl3e 5WP1'P is revised durin� c�nstraction, resubmit mndified SWAPP to the City
in �ccordance with Sectian O1 �� 04.
1.G AC7'!�N Sl�BMITTAL9lLhFORMATIONAL SU�MI'I'TALS �NOT I�SED�
1.'� CLOS�UUT SU�lV�1TTALS �]\�T USEDj
1.� MAW'!'�1�lAlVC� MATC�2lAL SU�#NIITTALS �li'O'C USL+'ll�
1.9 QLIALITY AS�LI�NCE �VUT U��D]
1.10 DI�uLIV�RY, STORAGC, r�1VD HAIVDLING j7+f(?T US�D�
l.11 P'ICLD j�IT�� C{)NDITIUVS �NOT USi�+Dj
1,1� WARRANTY �iVOT USrDJ
PQRT � - PRODUCTS [N�T USI:F]]
PART � - �XECUTION [NOT U�EDJ
�1�{D DT S�CTiC?1�I
Revisian Lag
�AT� NA.�+IE SLlMMARY Q�F CHANGE
C'll'Y �)F FnRT G1'C?ftTH Rollin� Hitls WaEer Trencment I']nnl C'hl�rine 3cnihher Repl�Ece�nent
ST��If]ARD Cf]NSTRII(`"Il[)l�; SI'iiC'IFIC��T'ION I�OCUMFnTS Niti�jcc! No. IU:S127
ucviscdl�aly 1.2f11 ] -!Eilv (+, 2L�23 -CUNI�t]KAqIiU
5���'E�PI ��_60_DO
PE�rJ���'T ����li��I�II�N��
F�AE371 ��i��REBL
'�.fl� 51�IVA1IA�RY
A. Seetion includes:
't. Requirements fnr tangibla materials, raw or mar�ufactured, khat become part af
tha proj�ct.
1.0� R��'�.REP���S
A. Intemational Organization for Standard9zation (ISO):
1. 9001 � Quality Management Systems - R�quiremenks.
B. NSF Inkernat�anal (I�SF).
C. �nderwriters Labaratories, 1nc. (UL).
1.Q3 Y�RR9lNO���Y
A. The words and kerms iisted �elow, are not defined i�rms that require initial c�pital
letters, but, when used in this 5eckion have the indicated meaning.
1, GalculatFanS:
a. ❑ocum�nta#�an of the process �f transforming the design and prescriptive
criteria inta a design mgeiiRg the p€rformance criteria.
2, Certificates:
a. An official ciacument thai attests a fact 'ts in accordance with th€ Gantrack
Clocuments,
3. Manufacturer's instruckians:
a. Stipulations, directians, andlar recommendations issued form by the
manufacturer of the praduct addressing handEing, installation, erection,
ar�dlor application of the praduct.
4. Pro�iucfs:
a. Raw materials, �nishad goocis, equipment, systems, and shop f�brications
tha# wip become pa�t of the Wor�c,
5. Praduc# data:
a. Public informatifln about the praduct which is found in the manufacturer's
catalogs or on their web site induding catalag pages, data shssts,
bulletins, layout drawings, exploded views, and brochures.
�. Samples:
a. As defin�d in the Gener�l Canditions and Supplementary Conclitior�s.
b. Fuq-slze actual praducts or pieces of produets intended t� illustrate fhe
products to be incorporated inta the project. Sample subrnittals are often
necessary far such characteristics as colors, tex#ures, and other
appearance issues.
Product Requlr�menis
01 Bti 00-1 1Q3127 July 6, 2023 - CQNFORM�[�
p�v�NCardb�I�acurnenlsnX+Fo�t hNarItJ20(t452-OUOOf101D4 Deslyn+�4 Specs�Carolla�l_64_00 (Gpniormed)
7. Schedul�s;
a. Product parts and rnaterials lists.
8. Shap Drawings:
a. As defrted in the General C�nditions and 5uppfementary Conditions,
b. Shvp Drawings are preparod specifically for the proj�ct to illustrafe d�tails,
dimensions, and oth�r data n��ssary for satisfactory fabricatian or
canskruc#ion that �re r�at shown completely in the Drawings.
c. Shop brawings could include graphic line-type drawings and single-line
diagrams.
9. Spare parts ar�d materials:
a. Duplicate parts necessary t� replace a damaged or worn part of the
product.
b. Consumables such as �perating fiuids.
10. S�ecial tools:
a. Special wrenches, gauges, circuit setters, and other simifar de�ices
required for the proper operation or m�intenance of a system that would
not normafly b�z in the Uwnor's tool kit and that ha�e boon specificalfy
made for use on a product for assembly, disassembly, repair, or
maintenance.
11. S�bmiitafs:
a. As defined in the General Conditions and 5upplementary Conditions.
b. Samples, pr�duct data, Shop Dr�awings, and others #hat demonstrate how
Contractor intends ta confofm io the Cantrack Documents.
�AF�T 2 ����U�TS
2.�9 ��i�Ek�AL. ����JIl��i4A�N�'S
A, Provide products as Fngineer has appraved by the Su�mittal proc�ss or by other
written documents,
B. Provide products by same manu�acturer when unita a,re of similar nature, unless
otherwise specifiod.
C. Provide like parts of dupficatQ units thak aro interchangeable.
D. Provid� €�quipment or product #hat has not been in service prior ta dsliv�ry, except
as requir�d by tests.
E. Provide products produced by manufacturers regularly engaged in the production of
these praducts.
F. Pro�ide products ihat bear approvals and labe�s as specifiecf such as Factory
Mukual (FM), Underwriters Labc�ratory (UL}, ar Nationaf Sanitation Foundatfon
�NSF Internatianal}.
�.a2 i�fi11���R1►4�
A. DEssimilar meta�s:
1. Sepa�aie contacting surfaces with dief�ctric material.
ProcEuct Requirem�nts
01 60_QO-2 103127 July 6, 2023 - CONFOF2M�D
p�v;F�CaroFbrpocun�e��L��TX�Fo�t 1h�n�1r�0452-0OOGp�r�n beslgn�As SpecsfCatollq+pt_� � (Confametij
2. Neaprene, bituminous impregnated felt, hea�y �ituminous caatings,
nonmetailic separators or washers, or oti�er materials as specified.
fi. �dge grinding:
9. Sharp projections af cut or sheared edges of ferrous me#als which are not to
be we{ded shall be grvund to a radius roquired to ensure satisfactory paint
adherence.
C. Use anti-galling compound on thr�ads af stainless steel fasteners during factory
�559171�ky.
U. Provide anki�galling campound wifh stainless steel fasteners shipped for field
assembiy,
E. Aluminum in contact wikh concrete or masflnry: Appiy epoxy mastic as specifled in
Sec#ion 09_96_01 - High-Performance Coatings, cnating system E�X-M-5.
F. Pipes:
'I. Pravide new pipe mar�ufact�red for the project, not from manufacturer's
inventary, under th� fallowing canditians:
a, Pipes 2�-�inch diameter and karger.
b, Except s#o�l pipes 6-inch �iameter and largerr.
2. Prove pipe manufactured rnore than � monkhs priar to delivery if the pipe
rnaterial or its coating is sub�ect to ultra�iolei �UV) degradation.
3. �rovid� ductile iron pipe with cemer�t-mortar linir�g manufiactured more �han
6 rnonths pr+ar to deiivery ta the project.
G. A�lark each length of p�pe in accordance wit� applicable standards.
2.�3 PRt�QUCT S��ECTiON
A. Vlfh�en products �re specified without named manufiacturers, provlde products that
meei or exceed the Specifications.
B. When pro�ucts are specified with nam�s of manufacturers buf na rr4odel numbers ar
catalog designatinns, provide {�rQducta by one af named manufacturers that rneet or
exceed specifications,
C. When products are specified with nam�s of manufacturers and modol numbars or
caialog designations, provide �raducts with model numbers or catalog designat3ans
by one of the nam�d manufacturers.
D. When �roducts are specified with names af manufacturers, but with brand or trade
�ames, mndel r�urr�bers, or catalag d�signations by one mar�ufacturer only, provide:
1. Producfs specified by brand or trad� name, model number, or cataiog
designation.
2. Products by another named manufact�rers proven, in accordance with
requirements fvr an "ar equal", incfuding �ngi�eer`s appro�al, to meei or
exceed quality, appearance and perFormance of specified brand or trade
name, mode! number, or catalog designatian.
Praducl Requirements
01 60 00-3 '[03127 Ju4y 6, 2023 - CONFORMED
�V�f1Card�o+Qocumenl�rTX+FtsrllNp�U�200452•OQOOOQ�4A Oesiqn+D+s Speca+Carollp�01_60_00 (Gpniormed�
F. When products a�e specif€ed with only one manufacturer fo�lowed hy "ar Equal,"
provide:
1. P�aducts meeting nr exce�ding Specificatians by spec�fied manufacturer.
2. �ngineer deemed "or et�uai" evidenced by an approved Shap Qrawing or other
wri�ton communieation.
F. When products �re specified by naming 2 or more m�nufacturers with 1 manufacturer
as a "gasis of Desigh":
1. A�y af the named rrtanufacturers can be submitted.
2. If the product submitted is not by the named "Basis of nesign" praduct and
req�ires a cha�nge in the scope {dimensions, configuration, physical properties,
etc.), sGhedule (longer lead tirne), or budget, the Contractar musk submit a
substitution request.
a.0� 5�'�e�� FARTS, NI�1NT'�PlAiVC�' PR�UU��S, Ri�Q S���I��. T�pLS
�. Provide spare parts and maintenance praducts as re�uired �y TechniCal Sactions.
1. Submit completed Attachment A- Spare Parts, Maintenance pro�ucts, and
Special Taals Inven#ary List.
B, Provide ane sat a# speciai tools r�quir�d to install or servica tho �quipment.
C. Box, tag, and clearly mark items.
D. Contractor is responsible for spare parts, maintananc� products, and spacial tools
untlf acceptance by Owner.
I�A�tT 3 ��S�CtJTI��E
3.0� �F;lPf�'I�N7'
A. Rsquirements prior to shipment of equiprrient:
1. Engineer approved Submittals or other written documentation.
2. Engineer approved Manufacturer's Certificate of Source Testing as specified in
the Technica! 5ections.
3. Dr�fi operatians and maintenanca manuals, as specified i� Section 01 7$ 2.4
- Operation and Maintenance Manuals as specified ir� the Technical 5eetions,
�. Transport products by methods tF�at a�ofd product damagg.
�. Deliv�r products in undamaged condition in manufactur�r's unopar�ed coniair�ors or
packaging.
3.0� Q�l�IV��Y,AN� HAR���1�1G
A. Handla equipm�nt �n accorclance with manufacturer's instruc#ions.
B. Deli��r products in undamaged condition in manufacturer's unopen�d containers or
packaging.
Product Requirements
01_fi0 0(l-4 103127 July 6, 2023 - GONF�RiVIEp
p�r.NCarc�b�fbcumenlsRKPFarI SNU11hr200452-0AAODCIfl1A De9ic�n7D4 SpBC9,�Cafallpr�l_6�l_p� (Conianne(ij
C. Pro�ide c�nstructi�n equipment and personnel to handle producis by methods �n
accardance with manuf�cturer's instructions.
I]. Upon delivery, promptly inspect shipmenfs:
1. Verify eompliance with Cvn#ract Rocuments, carrect quantities, and
undamaged condi#ion of praducts.
2. Acceptance vf shipment does not constitute �nal acceptance of equipmeni.
E. Spar� parts, maintenance products, special taols.
1. Immediaieky store ir� accordance with the manufacturer's inskructions.
2. Store 5pare parts, mai�tenance products, and specfal tnols 4n enclosed,
weather-proof, and lighted facility during the cons#ruction period.
a. Pr�t�ct parts subject to deterioration, such as ferrous metal items and
electrical camponents wikh appropriate I�bricants, desiccants, �r hermetic
sealing.
3. With Qwner's written request for ad�ancad delivery af spare parts,
maintenance products, and speci�k to�ls.
a. peiiver req�aested items and deduct them from the inventory fist.
b. ProvidQ transmittal docum�ntation.
4. Store large items i�divi�ually:
. a. Weight: Greater than 5� pounds.
b, Size; Greater than 24 inc�es wide by 18 inches high by 36 Inches long.
c, Cieariy IabelesJ:
1) Equipment tag n�mber.
2) Equipmer�t manufacturer.
3) Subassembly cor�ponent, if appropriate.
4) Stare smaller items in spare parts �ax.
d, Weight; L.ess than 5U pounds.
e, 5ize: Less #han 2_4 inches wide by 18 inches high by 3G inches lang.
f. Clearly labeled:
1} Equipment kag number.
2) Equipmenk manu�factur�r.
3) Subassembly companent, if appropriate.
4j Spare parts and specia) tools box.
g. Box materiaL• Waterproof, corrosion resistant.
h. Hir�ged cover:
1) Locking hasp.
i. 5pare parts inventory lisf taped to underside of caver.
j. Clearly fabeled:
1) The words "Spare Parts andlor Special iools".
2) Eq�ipment iag number.
3) �q�iprnent manufacturer.
4} Subassembly component, if appropriate.
3.03 �iC�R�G� �4�1� ���7���t�i� ��1�IP�� ��Oi�f���
A Storage af equipment to b� in ac�ordance with the manufacturer's instructions.
1. Including conn�ction of motor heaters, lubrication, .manually rotating shafts, etc.
2. Th� Contractor shall furnish a copy of the manufacturer's instructions far
storag� to the �hgineer prior to storage of equipment and materials.
Produci Requiramenis
01_60_DO-5 103127 July 6, 2�23 - CONFORMEI]
p4r;RCerc�'ofDaoument5fTlUFoitlNOrt�00A52-0OOOO��Od Oes�gn�04 SpecS�rCarpllu�4tG4 W (C9nfprmed}
B, Immediately st�re and protec# products until installed in Work.
C. Furnish covered, weather-protected starage structures providing � cle�n, dry,
nancorrosive environment far mechanieal equipment, �alu�s, architectural iterns,
electrical and instrum�ntation equipment and special equRpment to be incorporated
into this prajact.
D. Store praducts with seals and legible la�els intact.
�. F�rotect painted a� caated sur�aces against impact, abrasion, discvloratiara, and
damage.
F. Storage of spare parts, maintenance prad�cts, special tools.
1. Imm�diately store in accardance wEth the manufact�rer's instructiorrs.
2. Store spere paris, maintenance praducts, and special tools in enclosed,
weather-proof, and lighted f�cility during the constructian period.
3. Pratect parts subject ta deteri�rat�on, such as ferrous metal items and electrical
components witfi appropriafe lubricants, desiccants, ar herrrietic sealing,
4. Store large items individuai[y:
a. Wefght; Greater than 50 pounds,
b. Size; Greator than 24 inchas wide by 18 inchos high by 36 inchQs long.
c. Clearly labeled:
'P) Equipmenttag number.
2) �quipment manufactur�r.
3) Subassembiy camponent, if appro{�riat�.
5. 5tore smaller items in spare parfs boxes:
a. Weight: Less than 50 pounds.
b. Size: Less than 24 inches wide by 18 inches high by 36 inches long.
c. Clearly [abelsd:
9) Equiprnent tag number.
�) Equiprnent manuFacturer,
3) Subassembly campanent, if apprapriate,
6. Spare parts and special tools box:
a. Box rnatarial: Wate�proaf, corrasion resistant.
b. I��inged cover with Iocking hasp:
c. Inventory lis# taped to underside of cover,
� ) Clearly labeled:
2) 7he wards "Spare Narts andlor Specia! Toals".
3) Equipment tag number.
A�} Equiprnent manufacturer_
5} Subassembly component, if appropriate.
G, Exterior storage of fabricated products:
1. Place on abdveground supparts that allow far drainage.
�, Caver products subject to deterioration with imp�rviaus sheet covering.
3. Pro�ide ventilation to prevent condensatian under covering,
H. Store mqis#ure sensitive products in watertight�nclasures.
!. Store laose granular materfals on so�id surfaces in w�l�-drained area.
1. [�revent materials mixin� with foreign matter.
Product Requiremenks
01_60_DO-6 103127 July 6, 2Q23 - Cl�NFQRMEO
p�r�RCsrdlWoqcume�+lsnYJFuit WorIFV20d452.00000PI0A pes�gnrfle Specs,rCarollc�0�_G4_� (Cani�metl)
2. Provide access ��r inspection.
J. Provide an equipment Iog and stored �roduc#s Iog wifh monthly pay applEcations.
1, Data includes as a minimum: The storage location, equipment ar product
identification, date s#ored, date of inspectianlmairrtenar�ce, date remov�d from
storage, copy o� manufacfurer's recommended storage guid�lines, description
of insp�ctionlmaintenance activities performed, and sigrrature of party
performing inspectio�lmaintertance.
F{, When needed and approved by ihe �ngineer, offsite storage location shall be wfthin
20 miles of ihe project sike.
1. Provide proaf af insurance coverage fo�' products stored nffslte.
L. Payment will not be made far equipmer�t and rnaterials improp�rfy stored or stored
without praviding Engineer wi#� the manufacturer's instructlons far storage.
3.04 IiVSi�l,�e�"I��
A. Inspect equipment or product prior to product installation.
E�. Repaint ar recoat damaged painted or eoated surFaces.
C. Use anti-galling campaund on stainless stee! threads used far �eld assembly.
3.0� ��#L�T�GYI�PJ �►�TEF' IAESY�►LL�iIOPI
A. Protid€� substantial coverings as necessary to prot�ct instalied products from
damage from traffic and subsequent construclion opera#io�s.
1. Remove covering when no langer needed.
2. �teplace corroded, damaged, or deteriorated equipment, product, or parts
before acceptance af the projeCt.
B. Update equipment log with monthly pay applications.
1. Data inclucies as a rnir�imum: Description of maintenar�ce aetivities performed
in accordance with the manufacturer's recammendation and industry
star�dards and signature of party perForming maintenance,
END �F SECTI{�N
Praduci R�qulrements
01 6� Of}-7 1V3127 July 6, 2�23 - CONFO�iMED
p�v,flCardblDoCu�nenlslTX�Fdit 1Norlfu"LOa452-004QD4fdA 4eslgh�04 Specs+Carollunll_tt0_C9 {Confomrp�{J
�+TiACH{�lI�F��' Qe � ����� ��f�i�, f��11�T�R���1�� �R@�U�iS,
AR1� ����IAL i�UL� IR1V��iO�Y �I�i
Produc! Requirements
01 60 Op-Attachment A i a3'f 27 Ju1y 6, 2023 - CONFURMED
p�V•NC�io!�o+�ocurE�entsfTlUFurE t�lorpd2pOd52-OOOWQr�4 Oes�gn+OQ Spacs�CaroRa�41_60_00 (Confarmedj
��AR� I�AR�'�i, IW�Ii�T�Nl���E PR�QUCT�, �N� ����ldL T��LS Ih111�Ni��Y �.IS�
Bwner: �a�e:
C�nr�ract4r: Proj��t P�a.:
Pr�je�4 Pl�me:
�ne+�r�t�r�f Li�i
Spec Number: Spec Title
Equipment Tag Equipment
No.: �Irianufacturer:
�uf�assc�rrnbly �Aanufaciurer's �����g�
Quan�i#y �ampon�nt ����ri�tion Part R��amb�r �a�ation
�
Praduct Requiraments
Oi 60 OD-Attachment A-1 10312i July 6, 2023 - CC1NFpf�MED
p�v�r+CerabiGocumenls�rx+Fortwn�lh+2aUt16z-0OOOOU[k40e�lyn�on specs+eara91aro1 64_� (consormecl�
����"E�R] 01 _„i�_1 i
��H9�A1��I�P�IN�
��Ri 'S Cs�Al�RA�
1.��9 �U�GAlI�RY
A. Section includes; Cammissioning.
'�.02 fJ�FI{�ITiG�lS
A. Carrtmissioning: The �rocess of paanning tor, testing af, and start-up af �ystems,
subsystems, equipment, components, and devices of the Wor�t to demnnskrate,
through documented verificatiort, that the Work h�s successfully met the Cantract
Documents. It includes trainir�g the Owner's staff on operation and mainienance of
the installed W�r�C.
B. Commissioning Phases: The activities �f cornmissioning are groupe� into the
phases defined in the'�olfowing table.
�. Table 1 - Commissior�ing Phases.
���L� 9 - C�RA�f��I�WIi�G �Fidh��5
P�l�nning F�hage
Draft Test Plans
ie�4ing �nd �'r�ining Phase
Source �esting
� C]ocumentation
Installation Verificatian
. Documet�tation
■ Owner Training
�"unctional Testing
• Dacumentat�on
� Owner Trainirrg
Star#�Up F�h�se
Start-Up
� I]ocumentatian
� Clwner Trainir�g
Attachment A p�ovides Commissioning Fl�wck�arts.
C. Component: A par� of a system that does not have an eiectrical co�nection or
internal electronlcs. Examples: Piping and pressure gauges.
D. De�ic�: A part of a systern that has �lectrical aonnections or internal electranics.
Examples: level transmitter ar pressure transmitter.
E.
F.
Electr9cal Energization Plan: A p{an ta manage haw and when power is a�plied #o
electrical equiprnent.
�quipment: A factory or fieid assembled apparatus that perfarms an identifiable
functian. �xampl�s: pumps, motars, VFDs, f�GCs.
Commissioning
01 75 17-1 103127 July 6, 2023 - CONFORM�D
p�a�IlCa�c'�a+U�cumenls�TR+Farl�UorUv10Dd52-OU900Qf0A pesign�OG 5pecs+CarollMpt_7b_�7 �Cantomoetl)
G. Functional Testing: Testing perfor�ned on a completed subsystem ar system ta
demonstrate that the s�ystem meets the specified requirerr�ents, Exampie systems:
backwash system, c�ewatering system.
k�. Installation Verification: Testing to demonstrate that equipment or system and
associa#od c�mponents or da�ices hava b�en pro�arly install�d, Example
equipr►�ant: pumps, met@rs, and blowars with associated pipin�,
I, Manufac#urer's Certificate of �unctional Compliance: The form completed by the
manufacturer to confirm that festing of the ins#�Iled equipment or system has been
performed and th� res�a�its conform to the specified perfo�mance. `fhe form is
provided In Attachment D provided at the end of this Sectlran.
J. Manufacturer's Cerfificate of Ins#ailakion Veri�cation: The form compEeted by the
manufac#urer ta confirm that the equipment or system Is installed in conformance
with the Contract. The forrn is provided in Aitachment C at the �nd pf this Secti�n.
�t. Manufacturer's Certificate of Source Testing; The form comple#ed by the
mar�ufacturer ta can��m that the specifiied saurce tests have been perform�d and
the resuits conform to the specified requirements. The forrri is provided in
Attachment �3 at tho end of this Sect9on.
L. Owner Trainirtg: 7he Qwner's sfaff is trained by the Contractor, with assistanc� from
manufacturor, to op�rate and maintain the compieted Wor�C. This is sometimes
referred to as Uendor S��cific �'raining.
M. �rocess Stream: A series of liquid or solids flow pracesses that ar� designed ko
improve khe water quality to meet regulatory permit requiremen#s.
N. Source Testing: Tesi equipment or products for per�ormance at paint af
manufacture or assembly for the requir�rr�ents specified in the Contract Dacuments.
Also referred to as factory testfng a�d facfory aeceptance testing {FAT),
O. Start-Up Phase: The phase wh�n Start�Up occurs.
P. Stark-Up: Operaking the Work with process wafer to verify the Work mee#s the
Contract Documents,
Q, Subsystem: A grouping of equipment, compononts, and devices that is a part of a
larger system ar�d that perform a single definable function. Examples: sand filt�rs,
filter backwash.
R. System: A groupinc� of equipment, camponents, and d€vices that perform a singie
definable func#ion, If a system is a part of a larger sy�tem, it is referred to as a
subsysterr�. Examples: �Eoccuiatian and sedlmentatian, f�lirakion.
S. System Testing: Testing of a completed syst�m far an extend�d tir-ne period.
Examples: Headworks, filtration.
Cnmmissioning
01 75 17-2 f 03127 July 6, 2023 - CQNFOf�M�p
p�v'RCar�b+Dqcumenls�l'XtFnitt�or�}v`2-0Od52-t1000a0r04 Qe�ign+�d SpecarCaroIIW07J�_f7 (CanformeUj
Y. Water Management P1an: A plan to manage the kest water used for commissivning
from source to dispasal. The test water may be clean water, potabEe water, non-
patable water, or pracess water (e.g., raw wa#er, planf water, sludge). Tha pla�
demanstrates how water will be produced, conveyed, treated, disposed of as
directed by the plant manager, andlor recycled.
'�.03 �U�liNl'TTAL�
A. �roject commissioning:
1. Commissinning Caordinator's qualificatlons.
a. Submit to �ngineer no later khan 3Q c�ays after Notice ka wroceed.
b. Describe previous similar exp�rience on similar projects with a Eisi of
references including phone numbers.
c. Provide names and qualificatioris of cammissianing assistants, if
applicable.
2.. Schedufes:
a. Commissianing Schec�ule cont�ining �Il cammissioning activities.
b, Owner Training 5chedule,
3. T�st Plans:
a. Submit drafit Test P�an outlined in the €�lanning Phase, unless specified
atf�erwise.
'� )�ngine�r approval of drafi Test �lans required f�r successful
completian of Planning Phase.
b, Submit final 7est Plan a rnaximum of 30 calendar days priar to testing.
a Engineer appravai of fnal Test Plan required prior ta start af testing.
4. Test Reparts:
a. Submit draft Test Rep�rts outline in the Planning Phase, uNess s�ecified
otherwise.
7) Engin�er approv�l of draft Test Reports autiin� required for
successful completion of Planning Phase.
b� 5ubmit �nal Test Report a maximum of 30 calondar days aft�r testing.
B. 7€�chnical Sections commissioning:
i. Manufacturer's representati�e's �ualifications.
a. Submit to �ngineer no later th�n 30 days in advance of required services�
b. Representat�ve's nam�, phone, and e-mail address:
1) May use 2 representatives: � for �eld testing and 1 for 4wner
Training.
2) Provid� resume stating instr�ctor's technical expertise anci
instructiana! technalogy skills and experience.
�. Test Rians:
a. St�bmit draft 7est Plan ouflined in the Planning Phase, unless specified
otherwise.
1) �ngineer approval of drafk Test Plans req�ired for successfui
campletion �f �'ianr�ing Phase.
b. Submit final Test Plan a maxircium of 30 calendar days prior to testing,
c. Engineer appraval of final �esk Plan required prior to start of test�ng.
3. Test Repor#s:
a. Submif draft Test Reports outline in t�e planning Phase, unfess speci�ied
otherwise.
Cammissioning
Q1 75 17-3 1p3127 July 6, 2023 - GONFORMEQ
psv:flCarC'�p+DoCumen�sfTKfFor11'JorUt�`200452-0D40D0l04 QeslgnfflA �g�sfC2r�lla'01_75_17 (CAniorm�rlj
�) Engineer approval �f draft Test Reports outline r�quired for
successful cqmpletion of Pla�ning Phase.
b. Submit final Tast Report a maximum of 30 calendar days after testing.
4. Manufacture�'s representa#ives field nates and data.
5. Owner 7raining:
a, F�rior ta the training s�ssion:
� ) T'raining instructar qualifications.
2) 1�raining course materlals: Due 30 calendar days priar to initial
training session.
a) ff Owner requires, Conkinuing Edu�ation Units (GE4Js), submit
training rnaterials to state regulatory agency in su�cient tirne to
abtain approval far trainir�g prior to the fraining.
b) I]rafts of training agenda, lesson plar�, presenfation, handauts,
and list of audia-visual aids,
c� Format; '! electronic copy in F'OF format.
b. Past training session:
9) Training course mat�rials: Duo �4 caEendar days after class
completion.
a) Recardings.
b) Class att�ndance s�ee�.
c) Final version af training agenda, final lessan plan, presen#atfon,
handou#s, and audlo-visuai aids.
d) Farrnat: 1 efectronic copy in PDF fnrmat.
2) Provide materials for ail sessions of the class in a singie transmittal.
3) !# the Owner requires training C�Us, issue training CEU certificates
approved by the state regulatary agency to Owner's staff wha
successfully completed the training.
�.o� c��r����iv�i�� ��o��i�,��rv� ����
A. Responsibilities incEude the fallawing:
1. Become thoroughly familiar with Contract commissianing requirements.
2. Pro�ide the primary interface with Engineer and Owne� far Commissioning
efforts,
3. Lead Commissioning effarks - all phases and tasks.
4. Coardinate training effarts,
5. Meetings:
a. CC is respansible for setting cammissioning coordination meeting dates
and times, as wel� as preparing the agendas and meeting minutes.
b. CC sF�all conduct commissioning progress meekings throughaut
construction, to plan, scope, caardinate, and schedule fut�re activities,
resolve problems, etc,
c. Frequency; Monthly minimum. Increase frequency as needed based on
comploxity and quantity of commissioning activities.
�A5 t�AAPJU�A�i+��ER'� R��R�S�N`I"�►�'IV��
A. G2ualificatians; as specified belaw and in the 7echnical Sections;
1. For Installation and Functional Testing;
a. Factory trained and experienced in khe technical applicatior�s, installatian,
operation, and mainterra�ce of raspective equipmentlsystem with full
Commissioning
01 75 17-4 f03t27 July 6, 2Q23 - CONF4RAlIED
�nv:RGardbtQoCil�nenl9�TK�Foit t+Jor�Yy7�0A52-0Oq0�0lp� OeSIyn�D4 SpecslCaro11a�09_75_47 (Caniam�)
authority by the equfpmentlsystem manufacturer to issue the certi#icatians
required af the manufacturer.
2_ 7raining instructor qualifications:
a. Pra�ide resume stating instructor's technicai preparat€on and ins#ructional
technolc�y skills and experien�o,
b. If CEUs are required, the op�rakor training instructvrs rnusk comply with
�tate regulatory.
c. Knowledgeable in the equipm�nt/system for which they are training.
d. Experienced in conducting class�s.
e. Sales r�presentatives are not gualified �nstructors unless they possess the
detailed aperating and maintenance krrowledge required for proper class
instruction,
3. RepresentatE�es to be approved by Owner and �.ngin�er.
4. No substitute re�reser�tativ�s withaut written appraval by Owner and €ngir��er.
E3. Duties:
1. Determine if additional time andlor trips (beyond those specified in the
Tochnical Soctions) is rQquired to p�rform the speci�ed services,
2. Coardinate senrices in accordance with the Contractor's project schedule up to
and including making multipl� trips to project site when thera are separate
milestones associated wikh installation of each occurrence af manu�acturer's
equipment,
3. F'erfarm on-site services as specified in th� 7echnieal Sectior�s:
4. Pravide copies of manufacturer's representaiives tield notes and data to
CQntractor before leaving the site.
1.Of �L�►i�R11N� �H�SE
A. Overview of Planning Phase:
1. define approach and timing f�r commissioning.
2. Obtain �ngineer a��roval of draft �est Plans.
B. Test Ptans.
1. Define approach and timing for:
a. Testing and Training Phases.
1) Majnr systems, wfih separate plans for each system.
b. Start-Up �hase.
2_ 5ource Test ��actory Acc�ptahce Test) ar�d Functiartal Test PEans:
a. As specified in this Section and ather Technical Sections.
b. Based on appra�ed shop drawings.
c. Prepared by Conttactor.
d. Include the foNowing items far each test:
1) Purpose of the test.
2) Ide�rtification of each item af equipmentlsysiem to be tested,
including system designation, Iocation, tag nurnber, cantrol laop
identifi�r, ekc.
3) Description af the passlfail criteria that will be used.
4) Listing of pertinent reference documents (Contract and industry
standards or seciions applicable to the kesting).
a) Credentiafs af test persor�nel.
Commissioning
p� 7� �7..� 103727 July 6, 2023 - CONFORMED
�n+:flCarWb+Dactinienl�+TXrFotl tiNorth+Z00452-00�1CRQ+0� des{gn�04 $pees:+Carolla+OL75_17;ConiarnedJ
3.
4.
5) Test equipment;
a) Include Product Data for the test equipment.
b) Apprapriate ealibr�iion records.
("� ) D�awings or phatographs of test stands and/or test
apparatus.
B} Dtaratior�: Detormine test durations with Qwner's input.
7) Detailed st�p-by-step test procedur�s,
ay The le�el af detail si�all bE sufficlent for the witn�ss to follow the
steps.
e. Define for ��nc�iona! 7esting:
9) �equired temporary systems (pumps, piping, etc.}.
2} Shutdown requirements for ex�sting systems.
f, Furnish labar, ppwer, toals, equipmen#, inst�uments, and services r�quired
for and incidental to testing activities,
Test forms rninimum requirements:
a. Narne �f produc# to be #esi�d.
b. T�st date.
c. Names of persans condueting the test.
d. Names of persons wiinessing the tes#, where applieable.
e, ies# data.
f. Applicable praject requirements as specified in the iechnical Sections.
g. Check offs for eacf� completed test or test step.
h. Place for signature oF person canducting tests a�d for the witnessing
person, as applicabfe.
awner respor�sibilities:
a. Schedule Qwner's staff within the constraints of their workloads.
1) Those wha will partici�ate in this test have existing full-time work
assignments, and testing is an additional assigned work task,
therefora, seheduling is imperative.
2) Qwner staff wark schedules rvgularly shift, as treatment facilitic�s are
typically operatecf or� an around-the-clock basis.
3} Maximum hours per we�k: 8.
4) Uays avallab�e: Monday to Th�rsday.
5) Sch�du�ing coordina�ion:
6) CC is responsible far the following:
�) Coordinate schedule with fhe Owner's personnel and
manufacturer's representa�ives (ins#rucforsj.
C. T�st Reports:
1. Minimum requirements:
a, 7itle,
b. Abstract.
c. Equ�pment.
d, Pracedures.
e. Results.
1) Camplete disclosure of the calculation methodologfes.
f. Canclusions,
g. Signature by an aufhorized party.
h. Appentfices.
1) Campleted test forms signed by witn�sses.
Commissioning
01 75 17-� 1Q3127 July 6, 2023 - CONFORMEQ
p�v:lrCarWla�D�aoument��TXtFori tNorI�U200452-OOOOOp�Od Oasign70u Speca+Carolla��i _75_17 (Cpfifqrm�j
2
3.
Water tVfanagement �Plan:
a. Requirem�nts:
1) Derr�anstrate how water will be produced, canveyed, treated,
recycled, and or disposed until testing verifies specified
requiremonts.
Commissianing Schod�ale:
a. Cantent;
1) Comply with Attachment G- Functional 1'esling Requirements and
provid� acti�ities organized by syskem and subsystem.
2j Include:
a} Source t�sting when required.
b} Functional testing,
c) Owner Training.
3) Comply with Attac�ment F- Cammissianing Raies and
Responsibilities Matrix.
b. Pracedu�es;
�) Submit camrnissioning sch�duEe as spGcifi�d in Soction 01_32 Z� -
Schedu4es and Re�orts.
�1.07 7��ilEE� ANC� �R�1RlIWt3 PHA►��
A. Overvlew of �estin� and `�raining �'hase:
1. Genera4:
a. Contractor tests ihe Vllork to verify it meets the Contract requirements.
b. Gontractor train� the Owner to operate and maintain the Wor�c.
2. Contractar responsibilities;
a. F�urnish labor, materiais, taols, equipment, instruments, and services
required for an� incidental to completing commissioning activities in
accordanc� wiih the appraved Commissioning Plans.
3. Owner responsibilities:
a, Furnish labar, and ser�icea r�quired for and incidenkaf to compl�ting
comrnissioning activities in accordance with the approved Gomrnissioning
Plans.
b. Own�r provided serwices, �c{uiprr�ent, aradlor rnaterials to be as specifi�d
in Sect�on 01_11_00 - Summary of Work.
B. Saurce 7'esting:
1. As specified in the Technical Sectior�.
2. 5ourc� Test Plan:
a. Engineer approva! of 5ource �est Plan �equlred pri�r to tesfing,
3. Witnessed in person;
a. As specified in the Technical Section.
b. Contractor is responsible for trip costs associated with Owner's and
Eng�neer's representatiWes.
1) Transportatio�:
a) Commerciaf airline eosts to and fram arriva! airport including
related fes�.
bj Rental car to and firom arrival airport, hofef, and iest site
including related fees.
Commissioning
01 75 17-7 '�03127 ,1uly 6, 2D23 - COIVFORIIlIE�
p1s�;liC8fdlUrROCum9nlSffX+FOflS�OiP�+i90452-fi00Qfl0,D� Desiyn�U4 Specs�Catnlfa�ll_73_17 (Cnnturmec!)
2.) HatellMeals:
ay Natel wikh an American Autamobile Association 3 nEamand
rating or h€gher equivalent fvr single occupancy room per persan
per day.
b) Meai allawance based an state go�ornment per di�m guidelines
per test site location.
4. If the Source Ysst is nat ready on the scheduled date ar if the Saurce �'est
fafls:
a. Contractor is responsible for associated cc�sts:
9} First test costs that are non-refundab�e, if applicable.
2) Repeat test costs:
a) Trip costs, if appficable.
3) Virtual witness costs, if applicable,
5. Source testing is camplet� after successfuf testing, submittal af test report, and
Manufacturer's Gerti�cate af 5aurce Testing.
6. Engineer appraval of 5ource Tes#ing Report is required.
C. Installation Vorificatian:
1. �ve�i@w:
a. Verifying the instalfation of equipm�nt #o bo in accordance with
Manufacturer's instruc#ions,
2. Prerequisite:
a. �ngineer appraval of Source "��esting Report.
3. PerForm checks;
a. Structura! anchorage check.
b. Electrical energiz�tion check.
1} As specified in the ffawchart shown in Aktachment �_
c. Health and safety chEck.
�. 5ubmit Manufacturer's Certificate of In�tallation Veri�cation.
5. EnginQar approval af Manufacturer's Certificate of Ins#ailation Verification is
rvquirecl.
D. Functional Testing:
1, �v�rview:
a. 1-esting the function of a system or subsystem.
2. F�a-erequisites:
a. Engineer approval af Mar�uFacturer's Certificate of Installatian Verification .
b. �r�gineer approval of Functional Test Pian required prior to testing.
c. [7raf# Operations �nd Maintenance Manual as speclfied in 5ectian
p1_78 2� - Operatians and Maintenance Manual,
d. Completed pipe, valve, and gate labeling vf system or subsystem.
a) As specified in Section 40_05_00.03 - Pipe Identification prior to the
start of Functional Test�ng,
3, Witnessod,
4. Disciplir�e checks;
a. Verify suppork systems functi�n praperly, such as 5eal water, pipes,
valves, etc.
b. As specified in the indi�idual �echnical Sections.
5. Consecutive Day Test:
a. Operate the WorEt as specified in AtEachment G- Functionaf Testing
Requirements and as specifiied in the individual �echnical S�ctions.
Gommissioning
a1 75_� 7-$ 103127 July 6, 2pZ3 - C�NF�RM�(J
�nr'i�Cardlol�cuments+T�FarllNoil�t�20D452-0b04001p4 Oesfgnt0u SpecS�CarolIWOL75_17 (Cpnfprmetl)
:.
.
N
'f ) Successful completian of subsystem testing required prior to system
testing.
b. Failure respanse time:
1} �e equEpped and ready to pra�id� emergency repairs, adjustments,
and correctians to comply with the "Significant Interr�ption �uratian"
requirements as spQcifiac4 in Atiachment G-�unctional Testing
Requirements,
c. �ura#ion:
'I ) As specif�ed in Attachment G- Funcflonal Testing Requiremsnt�.
2} Restart the consecutive day test when ihe system performance
failures exceed the "Significant Interruption Duration" kime period
specified in Aktachment G- Functlonal Testing Requirements.
a) Individual equipmentlsystem failures that are corrected within
the "Signi�ioant Interruption Duration" time specified in
Atkac�ment G- Functianal Testing Requlrements shail nat
require the cansecutive day test to be restartecf unless the
failuro r�curs.
bj Engineer has the authority ta reject the consecutive day test if
individuai equipm�ntlsystem failures are rspetitive.
Instrumentation and cantrols tests.
a. Lo�p Validation i�ests.
b. Camplete �nd-ta-�nd i'esting (C���):
1) Signal are tested fram #he field devlce through the PLC pragram, the
network, and aEI the way to the aperator's F{MI graphia screens.
Restore to cor�dition prior to testing.
Submit Nianufacturer's Gertificate of Functionai Campliance.
�.ngineer approval of Manufacturer's Cerfificate of Functional Gompliance is
required,
E. Docurn�ntatian:
1. Provid� records generat�d d�tring Cvrnmissioning Phase vf �rajc�ct including
but not iimiked to:
a. Yraining documentatlon.
b. Manufacturer's Certificate of Source Testing.
c. El�anufacturer`s Certificate af Installation Verification.
d. Manufacturer's Gerkificate of Functionality Compliance.
e. Daily logs of equipmenUsystem testing idenkiiyfng tests cor�ducted and
outcame.
f. Test forms and documentation.
g. F�nctional Testing rasukts.
h. Logs of time spent by ma�ufaeturer's representatives perFarming services
on the �ab site,
i. Equipm�nt lubricatian records.
j. �lectrical phase, voltage, and amperage measurements.
�t. insulatian resistance measurernents.
!. Bearing temperature measurements.
m. Data sheets of cantrol loop testing including testing and calibration of
inskrumentation deviees and setpoints.
n. Provide: 1 electranlc co�y in formal specified by Owner and 3 hard cflpies
org�nized in r�oteboolcs.
Cammissioning
01 75 17-9 i031Z7 July 6, 2023 - CONFORMED
p���frCarWb+aocunienls�YJFat Worlh+2b9452-0OOODO�OA Des�gnrp4 Spees+Caro3larot_75_i7 (Confurmeal)
a, Store the data within 24 hours �f the test ar documer�t crea#ion in the
praject system.
p. Due dafe: Within 1�4 calendar d�ys of Substanteal Gompletion.
�. Engineer approval af doeum�ntation is required.
F. Own�r Training;
'�. Train Own�r's staff on the ope�ation and maintenance of the
equiprr�entlsystem.
2. 7rain on each topic of th� approved 1�peration and Allaintenance Manual.
a. Includ� classroom instruction and field dsmanstration with all necessary
tools artd test equi,�ment.
3. Training tailored to the skills and jdb classifications �f the staff aktending the
elasses (e.g., plank superin�endent, treatment plant operator, main#enance
technician, electri�ian, etc.},
4, �raining auteomes:
a. Ow�er's staff can safely operate, maintain, and repair the
equipmentlsystems prflvided as recommend�d by the manufacturer.
5. Training plan:
a. CC shall meet with Er�gine�r and Owner's d�signated training coordina#or
ta develop list of personn�l to be trained and to astablish expecked
training �ufcom€�s and �bjeckives at laas# 34 calendar days prior to
eommissioning of equipmentlsystem.
b. Coordinate and arrange for manufacturer's represet�tatives to provide
both classroom-based learning and field (hands-on) trainir�g, based on
training module content and stated learning objactives.
c. Conduct cl�ssroarn treining �t location designated by Owner.
d. Scnpe and sequence:
1) Plan and schedule #raining in the correct sequence to pro�ide
prerequisite knawledge and skills ko iTainees.
a) Describe r�commended procsdures to chdck/t�st
aquipmentlsyst�m following a correctivo maintottance repair.
2) If multip�e classes are needed to meet tha training objectives, ihey
shall be included in the iraining plan.
6. �wnar 7raining Schedule:
a. Schedule Owner's staff training within the constraints of t�eir wor�Cloads.
'!) Those who will participate in this training ha�s existing full-Yime work
assignments, and iraining is an additlonai assigned work task,
kherefore, scheduling is imperati�e.
2) Owner staff work schedules regufarly shift, as treatment facili#ies are
typically operated on an around-the-clock basis.
3) Maximum training haurs pe� week: 16,
�) Days available for training:
a} Monday to Thursday.
b. Training scheduling coordination;
'[} CC is respansible for ihe following;
a� Coordinate schedule for trair�ing �eriods wi#h the Owner's
personr�el and manufacturer's �epresentatives {instructors).
2) Compl�te Owner 7rair�ing no sooner fhan 15 cafendar days prior to
Functionai 7esting af each system.
c. Class ingistics:
1} Delivery time minimum: 2 haurs.
Commissianing
01_75 17-10 1031'L7 July 6, z023 - Cnf�FORM�I�
�,v �7Card�olTk�curner�IsfTX�Foit tNorlyd200�152-p0�0�010A OesignrD4 Specs+Caiallp+pt_75_t l(Gunlormedj
2) Delivery time maximum: 4 hours.
3) Ciass ager�da:
aj Refreshment breaEt: One 90-minute break.
b) Meal break, One �5-minute break, unless atherwise specified.
c) Schedulo refr�shm�nt breaks and meal brea4cs ta meet th� class
needs and Owner work rules.
4j Schedule speciflc sessions;
a) Mlnimum of 30 days in advance to allow Owner stafFing
arrangements to take place.
b) At the times requested by the Owner, within the period 7�.m. to
7 p.m. Monday through Friday.
(1} Times schedule� will be at Owner's discretion.
c} Owner approval and confirmatian requir�d far sessian
schedules,
d} Provid� minirr�um of 2 sessions for each class unless ntherw�se
noted,
(1) 7he purposo of having multiplo sessions on oach class is to
accommodate the aiter�dance of as m�ny Owner pers�nne!
working ditFerent shifts as possible.
e) A maximum of 1 sessio� per d�y for each class.
d. Number of students:
1) �stimated class size maximum: 9 U staff.
2) Engineer will confirrrE the heac�count 1 week prior to th� cl�ss, so that
the instructor can provide the correct number oi fraining aids fnr
students.
7. Subrnittals:
a. Submit Training Plan Schedule 9D ca4endar days befare the first
scheduled training sassion, including but no# limited to less�n plans,
participant materials, instructor's resumes, and training delivery
schadules.
b. Submit training dc�eumentakion including the foll�wing:
1) 'T raining pEan:
a) Training madules.
b) Scope and sequence �tatement.
c) Contact information for manufacture�'s instructors including
rtame, phane, and e-mail address.
d) Instructor �uafifica#ions.
2j Training program schedule:
a) Farmat: E3ar chart,
(1) Include in the Project Progress Schedule,
b) Cantents:
(�) Training modules and classes.
8. Lesson plans.
a. �i�ide training into discrete modules appropriate �or ths equipment and
trades.
b. Sfate performance-based learning objectives in terms af what the traEnees
wili be able to do at the end o# the lesson.
c. Define student conditions of perfarmance and criteria For evaluating
instructianal s�ccess.
d. Minimum requirements:
�) Hands-on demonstrations planned for the instructians.
Commissioning
Q1_75_17-11 103127 July 8, 2D23 - CONFOf2MED
prv�lrCaiotb+0acuments�fK+Fort lva+trY2fl0452�400000rOd pesEgrt�Oa 5pecs+Caro11n�0}_75_17 (CorEfamzedj
2) Crass-refepence training aids.
3) Planned training strategies such as whitebvard wor�C, instructor
questions, and discussion points or ather planned classroam or field
strategies,
4) A#ach.handau#s cross-re#erenc�d by section or topic in tf�e Issson
plan.
5) Indicate duration of ouilined #raining segments.
e. Pravide instruction lessan plans for each #rade;
1) Detailed nomponent descripiion:
a) Identify each camponent function and describe in detaif.
b) Identify equipment's mechanicai, electrical, and electronic
components and features.
c) Where applicable, graup relative components int� subsyst�ms.
d) Identify and descri�e in detail equipment safety features,
permissive and controls inter[ocks,
2) Cquipme�t aperati�n;
a) l7�scribQ equipmenYs op�rating (process) function and systern
theory.
b) Describe gquipment's fundamental aperatir�g principlQs and
dynamics,
cj Ideniify suppo�t equipmer�t associated with the operation of
sut�ject equipmen#.
d) Detai� the relationship of each piece pf equipm�nt ar componer�t
to the subsystems, systerns, and process.
�) Cite hazards as5ociated with the operations, exposure to
chemicals associat�d with the component, or the waste str�am
f�andled by the compa��nt.
f) Specify �ppro�tiate safiety precautions, equipment, anc!
proc€dures to elirninate, rodu�e, or overcome hazards.
3) DefinQ Preventativo fv9aint�nancQ {�Mj insp�ction proceduros
require� on �quipment in ope�'ation, spot potential trouble symp#oms
(anticipate break�lownsj, and farecast rnaintenance requirements
{predictive maintenance).
aj Fieview preventive main#enance frequency and task analysis
table.
�) Define equiprrrent Corrective Maintenance (CM} troubleshoating:
a) Describe recommended equipment preparation req�irement� as
they relate to sp$cific craft prablems.
b} Iden#ify and describe tne use of any special t�ols required for
maintenance of the equipment as they rela#e ta specffic craft
problems.
c) �'rovide camponant spacific troubleshooting checklists as they
relate to specific craft prablems.
d) 17escribe component removallinstallation and
disassemblylassembly proc�dures for specific crafk repairs.
e) Perfarm at least 2 hands-on dernonskrations af common
correcfive maintenance repairs.
5) Describe recommended measuring inskruments and procedures, �nd
provide instructian an interpreting alignment measurements, as
appropriate.
Commissioning
01_75 f7-12 103127 July 6, 20Z3 - CONFORM�p
p���•!lGerdiarpU�u�nanl�fCX�Fou worpJ2flp452-0DOOD010� Des�gntba Speca+CarallcvUl_75_� 7(Coni�rmer�)
9. Training instruction format;
a, Instructors shall apply adult education best practices, emphasizing learner
participatian and activity.
b. L�ctur�ng should be I�ss ihan 30 percent of class time.
c. Training dQlivory may include problem sol�ing, questianlanswer, hands-on
instruciion, practice, evaluationif�edbacEt toofs, and (�ctur� to support
training objectives.
d. Canduct hands-on instructian according to the follnwing descripkions:
1 j Present hands-on demonstrations of at least the fallow3ng tasks:
a) Praper start-up, shutdawn, and norr�ral and aliernative operating
strategies.
b) Cammon corrective mai�tenance repairs for each group.
c) Recornmended procedures ko chec�Cltes# equipmen�lsystem
following a corrective maintenar�ce re{�air.
d) Preventative maintenancE points.
e) Calibration, i� applicable.
2) Use toois and equipment provid4d by manufaeturer ta conducf th�
demanstrations.
aj Submit requests for supplemental assistance and facilities with
tho Conkractar's praposed lesson plans.
3) Contractor remains responsible for �quipment disassembiy ar
assembly during hands-on training situations invoaving equipment
disassemb�y or asserr�bly by Qwner's personnel.
e. Training aids:
9) Instructors shall prnvide needed audio-visual devices such
equipment (televisions, �idea recorderlplayer, computer, projectors,
screens, easels, etc.), madefs, charts, etc. for each class.
2j lnstructor to confirm with �ngineer in advance of each class that the
classroorn will be appropriats for the types af audio�isual equipment
to be ornployed.
10. Training sessions:
a. �'rovide training sessions fior equipmentfsystem as specified in the
individual equipmentlsystem sectjan.
b. Include the following i�rformati�n in the agenda:
1) Instructor narne.
2) Listing of subjects to be ciiscussed.
3) TEme eskimated for each subject.
4) Afloc�#ian af time for Owner staff to as� questior�s and discuss the
subject matter.
5) List of documentation to be used or provided ta support training.
c. Qwner may ret�uest tha# particular subjec#s t�e emphasized, and ihe
agenda be adjusted to accommadate thoso rQquests.
d. Digitaily record audio and videa of each training sessian.
1) Include elassroom and field instruction with questian and answering
periods.
2) �ngineer app�'oval required for producer of video materials fram ane
of the %Ilowing options:
a) Qualifled, professional video productio� company or individual.
3) Record in dig9tal farrnat and r�cording shalf become praperty af ihe
Owner with exclusive rights.
Commissioning
01 75 17-13 1 Q3'f 27 July 6, 2023 - GONFORM�D
p�v liCarc��o+DacurnenlsrrXlFarl Shfo�U��24�452-000f1i��+Od qesiynffld Speca+Cerolla�01_75_f7 (Coniormed)
a} Na videa recording agreements will be entered into by th�
�wner.
�) Me�ia:
a) Video quality shall be 720p MD or greater in MPG, AVCHD, AVI,
or MP4 format.
b) Digital color v6cleo frrmat.
c) nrovide audio portion c�f th� composite CC� sufficienfly fre� from
electrical interference and background noise ta provlde
camplete intelligibillty of oral report.
d) identification: On each copy pravide a label with ihe following
information:
('! ) N�me of training,
(2) Date �ideo was recarde�.
�) L�isplay con#ir�uous running time.
f) At start a'f each �idep recording, recvrd training class name,
date, irostructor's name.
g) Provfdo audia quality that is no# degrad�d during t#�� recording
of the fi$Id sessions due fa back�round noise, space, distanc�
or other factors.
5} The Contractar sf�all pravid� a written r�lease from afl ciaims to the
recorded training r,�aterial producad, if requfred.
e. C]istribute copies af the agenda to each student at the begir�ning of each
training class.
f. Trainees will keep training materials and doc�mentation af#er the session.
g. Distribute Training Evaluatlon �arm foliowing each trairting session.
1} iraining Fvaluatfan Fnrm is included 'rn this Section.
2) Return eompl�ted Tr�ining Evafuation Forms to Owner's designated
training coardinatar immediately after session is completed.
3) Revise training sessions judged "Unsatisfactory" by a majarity of
attendays,
a) Conduct training sessions again until a satisfactary rating is
a�hieved.
11. Engineer approval of Owner Training is required.
1.08 S7'AI�7oUp l�b�,��
A. �verwiew of Start-Up Phase:
1. General:
a. Con�rm reliabiGty requirements.
B. Start-Up Perind;
1. Contractor respansibilities:
a. Support Owner to operate th�e Work.
2. Qwner responsibilities:
a, OwnQr to op€rate the Work.
b. Owner-pravid�d services, equipment, andlor materials to be as specified
in S�ction 41_11 q0 - Summary of Woric.
c. Furnish labor, tools, equipment, instruments, and services r�quired for
and incidental to completir�g commissioning aciivities in accordance with
the approv�d Commissioning Pians,
Commissioning
01 'T5 T7-1Q 1U3127 July 6, 2C?23 - CaNFpRMED
p�v 1fGaiWip7p�c{Imenl�fT7UFu�t ti`4orlt�r24�952-0OOOOQ7t1A OasigN�A 5pecs�Carolla�1i_75_17 (Coniom�ed)
3. Prerequisites:
a. Engmeer appraval of Testing en� Training Phase.
�. Witnessed.
5. puratian: 5 days.
6. Engineor appraval of Start-Up Period is requirc�d to achiev� substa�tial
completion.
���i a R�A��C�� ��w�i U���)
���� s ����uYtvn� ����r �a���y
EN� O� S�CTION
.�
Commissianing
0'f 75 17-15 '[03127 July 6, 2023 - GONFORMED
p�i��lfCEIG1D+G�ocumenl�ff3CfFod Wo�6��'ZDQ452�O000OO�OA OBs�gn+Od SpeCslC�roqprol_75_i7 (Coniprm�i)
ATi�CH1V��N'� R � C�R�IC�I��[�t�iPl� ���V4d�b�,RTS
Commissianing
01 75 17-Attachmenl A i03127 July 6, 2�1:3 - C:UNFORMED
p�u;IlCarr�br6ucuruenlslTXlFott YuorUd2�0452-0d0000+U4 D�stgn+4� Speas�Cafalla�0i_75_17 (GQnionned)
��
�
�
� � �
i,w � � �
� � �
� � � � �
� � i�
�
•�' � �
�. � � �
�
� ���
� ���
c
�
�
�
��
���
��
��
� � � �
� �
� ���
����
�
� � � �
�
�
�
� �
� �
IIJ �
� � tu
�� �
�
���
� ��
�
��
� ��
� �
�
� � �' �,
���
���
� �
� �
�
� Q,f
��y �
` w] '+�-
� �
�
j
� T��
� �d
� �
.�
.�
� 9J
� u1
G �
��
,�
��
�
I
,�1
1�-.�..
' ��
� a
� �
� � �
re`, r1.
�
I
I
a
�
w
�
�
D
�
Z
O
U
M
�
N
cD
�,
�
�
N
0
�
�
�
�
�
�
��
�
�
�
�
�
�
�
_�
� 6
L x
��
c � �
G �
�
� T �
� ���
E ~��
(.J o 'S
Commissinning
01_75 17-2 103127 July 6, 2023 - CQN�QRMEa
(n4l�CarWio�popumenl��TXdForl SNU�UviOQ�l�2-0OAO�iIfUA peslgrd04 SpBes�CarallaU9_75_17 (Cpnlom�erl)
�
N
O
N
T
l4
�
�
�
M
r
c�
O
Y
�
�
V
�
'i
�Cf
�
�'
�
mp
N
�
F
�
�
0Q
g
O
`'f
q�
�± f `�
Q �
Q
� �
� �
� � �
. �'--'
6 ~ �
.� ~Ir`�
O ���
U a �.
g q �
�I� �
��� �
Sy�
�
sD�
���
a
o�
� c�
��
��
�
�
�
n
�
3
Ur
'O
�
�
IV
�
�
�
0
w
�
ti
�
m
�
N
Q
N
w
���
��'� -
� � �
� ����
��
a�
� �� 3
� ��
,�
_.�
� ���
��__ �
i-
�
�� -
�
i ai � w
� � +�i � �
d!
� � �
u �
I
� ���
� ��
�
� ���
n
�
�
�
�
��
�
�
I
' �.
�
�- i y
_ � " -i
, y — �� � _ � '�
- I i+
` ,Z a
�
�
i -�
� � +. }I�,����
y
� 4 �:
� ' _`� �� ..
irl }- �
_ s
�
'� '�
r
r I
�= i+ �
' 4i � �
�
0
�
c
N
T
7
"]
�
N
y
�
�
c
�
r-
ui
�
6
�
�
�
c
�
�i
0
�
�
�
�
�
�
Q �
� �
� LL
� �
� � W
�� � E
� � �
�N
� ���
Q �E�
U n €`,
�
���ip�rr��rr��
CF��.
,t+.���.�. �i
7��:1 r�'I cr -.: � =
Ff� arl4Y� �f'n,S l
i�lyF'y' ..i�:.J. 1
i
��.r,uf��t,arar
�+�ri�e7c��
=r.t�rar,t.a �t '
Frqlirerr�trit 1
v �
ipf�[rs."'1
�t+.�_in �=_ ni
rt+qrr�
. �� l{ `
{ v..o�..Kn,�.��.:«�, i
� �I� .
�
1
�t�uipr�e��
���
I_'!1 : �1lZy�
i��lrhe`�
� +F�'r.� x.. r :
-�_E�+Ya.. w. �ili�..:i. �
'��ql.. u
Cammissioning
01_75_17-6 103127 J�
�nv:ltCardblfaoCumenl��TYJFort WorU1�2G0�1�2-0Q4004f04 Oes�gnlD4 Spacs�CafolloJfll_75_17 (Canfprmecij
����,
�����
��� �
�
;�����
��.� ���
t��.� � ��
�
W
�
�
�
� � '_�
� �
� � �' �
� ��.I � .
R �`�
jjj !
Y �
x
;�r ,,�,
,�,:.��,
� ,�
��_,
� �� �
� � i
.' � I
�n
?' t
�� �I
I � �
I�
.,
�, .
:
� L.
��
�
� � y� ,`
�F .i
�
�
-
� ry� 5
I �
� {, �
�
� ,
i� '
a�
r
*
�
� �� �
!i!
�
�
�
�
¢
�
0
�
�
N
T
�
�
Tdi
�
c
N �
Y .�'-
ri �
O tii
r �
Y
�
r$�'
'�C
0
�
`f
N
�
�
1 �
Q �
C t,
� O
� LL
L
C71 @ Yi
� � E� � �i
�� � p
Es
�
U o��
9 q (')
s �
1
�!� �
� � ��
O
3 � �
� � � 2
��
� �
��
a iG
� .��r
� �
�
�
�
t�q7
r�i
�
c
�
�
�
,� �
V C]
i� W
V y
�. N
� �
�
L
C
�
N
N
W
i
�
J�
�
� i -- -`n —
c�
_' � { ^.
't.1 .
t� .
J m
1 �
a
� � � �
�~' �
.V � �� �
. l:# � � �� � � - � �
U�
�
�
� �
, I
i
� I
ni � ,
� a t �' '
e � � �- '
u T? ��'
-� � � � `i]
a � u1 r� I
' 4
.. ___.�� '�
_ ' - r� _ _
_ ' ri
'� _
e. � }`
i�• '� i.,
i� ,��' �P
�- - - -
-- -1� - - 1 - - -_
AiiACb��hET � - �AI�UFACiU�ER'� ���iI�I�A�� �� ��UR�E TI��TIR�{�
Commissioning
01_76_t7-Attachment S 103127 July 6, 2023 - CONFC7RMED
faw,IfCard�WDoCurnenl��TX+Foq S'�4{I�v700452-0OOQ0D104 Oesign+Od �peoS��C��ullq�ll 75_17 (Goniprmcylj
�AA�1�1��1C�'��i��'� ����I�t�A�'� �� ��UaC� �ESTIT�G
OWN�R �QP7ISYST�M
PRO,l�CT NAME �QPT TAG NO.
PROJECT NO. EQPT SERIAL N(�.
SF'ECIFICATION N0.
SF'�CIFICAT'IOP] YI�L�
Comments:
I h�reby certify Source 7esting has been performed on th� abov��referenced equipmentfsystem
as defined in the Contract, and rasults eonform ta ths Contract D�cumont r�quirsmer�ts, Testing
data is attached.
Dak� a# �xecution: , 2D,�
Manufacturer:
Manufackurer's A�thorized Representati�e Name (print�:
(Authorizod Signature)
If appficable, Witness Name (printj:
(Wi#ness Signakure)
Commissioning
01 75 17-AEt�chmenk E3-1 103127 July 6, 2023 - CONFORMED
pw�llCaie� Lr�ocumenlslT7tlFod 1'Jo�Ui�200452�009004�04 pe5lgn�0�i SpeCSrCa�ollGro�_75_17 (Cuniannedf
f�i��4���fl�Pli � o Ad�ANUF�CTURE�'� �ERi1�1GAiE �F IWSi�L.E.ATIOR� VER[FIC�TI�tV
Commissianing
01 75 17-Attachmenl C 1P3127 July B, 2023 - COIVFQRM�D
rn�;I�CarUliprpoCumenl�f7X+FUd �oiUJ204452-¢04pp��Od pesignlQ4 gpeCS+Carolla�01_7�_T7 (Conf�7m�edj
fNAhJU�'AC��R�R'� �FRiI�ICr�i� ��' 1�1� 1 A���iI�N V�RI�I��TIOFd
OWNER EQPTlSYST�M
PROJECT f�AM� �QPT TAG iVQ,
PROJECT NO. EQPT SERIAL N�.
SPECIFICATION Na.
SPECIFICATkON `Ti�L�
I hereby certify the instaflatian ofi t�e above-referenced equipmentlsystem as de�net� in the
Contract I]ocuments.
NOTES:
Attach wriften certificafion report prepared by and signed by the electrical andlor
instrumentativn subcantrac#or.
Commenks:
i, the undersigned rnanufacturer`s representa#i�e, hereby certify that I am (i) a duly authari�e�
representative of the manufacturer, {ii) empowere� by the manufacturer to inspecf, apprave,
and operate this equipmentlsystem, and (iii) authorized to ma�e recommendatinns required #o
ens►�re that the equipmer�Usystem furnished by the manuFacturer is complete and aperatianal,
except as may be otherwise indicated herein. I further cerlify that all information contained
herein is true and accurate.
Date:
Manufacturer: _
Manufacturer's Authorizad Representati�e Name (printj:
�y Manufacturer's Authariz�d Representative:
(Authorized Signature}
Commiss9Qning
01 75 17-Attachment C-i 103127 Juty 6, 2023 - CONFORMEf]
�v�,NCarWb+Datuments�TK«oit t'Jurltd204d52-UOqODa�OA DesFgnrDa gpgCa�C�r411a'41_75_t7 {Canlpnnetl)
�TTA�f�RA��f� � a i�r4�U�f���'UI�FR'S CERTIFiC�►T� �F FUF�C1�If�NA� C��N��I�N��
Commissianing
01 7� 17-Attachment D 1(33121 July 6, 2023 - C�iVFOFtMEQ
p�w'flCaicr o+Documenis+TX��artivnrt�700d52-400900l04 �esign�04 5pecs�CarolloJO�_75_i7 (Coniormetl�
���u��a��u����� c���iFic��� c�� ���u�Yi�w��e� �����r�aw��
�WN�R EQPTlSYST�M
PROJ�CT IVAM� �QPT TAG NO.
f'RaJECT NQ. EQPT SERIAL N�.
SP�CI�ICATIOfV NO,
SPECIFICAiION T1iLE
I hereby certify the 1=�nctionaf �I'esting of the above-referenced equipmehtlsystem as defined in
the Contract Uoeuments.
NOTES:
P,ttach test results with callected dafa and test re�ork.
Attach written certificafion report pre�ared by and signed by the electrical ar�dlor
instrumentation subcontractor.
Comments:
I, ihe undersigned manufacturer's representative, h�reby certity that I am (i} a duly authorized
representativ� of the manufacturer, (ii) empowered by the manufac#urer to inspect, appro�e,
ar�d operate this equipmentlsystem, and {iii) autharized to make recommendations required to
ensure that the equipmenUsystem furnished by the manufacturer is complste and operatianal,
except as may be otherwise indicated hereir�. I further cerkify that all infarmatian aontained
herein is true and �ccurate.
Date:
Manufact�rer:
Mar�ufacturer's Authorized Representati�e Name (prinf):
By Manufacturer's Authorized F��presentative:
(A�thorized Signature)
WITNES5E5
By Owner's Authorized Representative:
(Authorized Sign�ture)
dy �ngineer's Authorized Representative;
(Authorized 5ignature)
Commissioning
01_7S_17-AtEachment D-1 1p3'EZ7 July 6, 2023 - CONFOF2�IED
�nu��lC�rdID+Q4Cu�nenlsr'fKIFnEIt'Voilh�lDOd52-000000�D4 Oe4ign1Q4 Spetr�Ca�allct�0i_75_f7 (Coniormetf)
ATTA�HF�ENT E - TF3AIRI1�1� �V��U�iI�P3 �C]RW1
Commissioning
01 75 17-Attachment E 1031Z7 July 6, 2023 - CONFO�2MED
p��:I�CarcilqlpqCumgnis�'E'%IFurt 1'Jo�liJ204452-0DpQ0U�04 Des�gnlOA 9pecsdCarollarot_75_i1 {Canfdrm�lj
T'i��lA�lR1i� �V�,�UATIQ�6 FOR�
�QUIPM�NT/SYS7�M IT�M:
V�NDORIMAN U�AC7UR�R:
DATE: NAME OF R�F'RESENTATIU�:
1, Was representative prepare�? Acceptable
2. Was an over�iew description presented? Accepta�l�
3. Were specific details presented for system Acceptable
components?
4. We�e �larm and shutdown canditions Aeceptable
clearly presented?
5. Were step-by-step procedures far starting, Acceptable
stopping, and troubleshooting pres�nted?
6. W�re ro�tin�lprever�tative main#enance Accaptable
item� elearly identified7
7. Was the lubrica#ion schedul� (if any) Acceptab�a
discussed?
8. Was the representativ� ablQ ta answer all Acceptable
q usst�ons?
9. Did the represenkative agree to researc� Acceptable
and answer unanswered questions?
14. Comments:
Unacceptable ar �llA
Unacceptable or NIA
Unacceptabie or �IA
Ur�acceptable or 1�IA
Unacceptable or 6V1A
Unaccepta�le or NIA
Unacceptable or NIA
Unacceptabl� or I�lA
Unacc�ptable or NIA
11, O�erafl Rating: Satisfactory Unsafisfactary
Nate:
Sessions judged "Unsattsfactary" �y a majority af attendees shall be revised and conducted
again until a satisfacfory rating is ac�ie�ed.
Cornmissioning
01_75_17-Atta.chment E-1 103127
pw�IlCarc�b�Documenls�7XRFait ti'�orth�'20�452-0DOOA�+u4 oesiyn��4 Speas�Cafolla�L75_17 (Cantormedj
Jufy B, 2023 - CONFORMER
04��'/9a�b��Rf� � � ��B1G�fliS�l�{VI[VC E�OLES �ND RESP�I�SI�1�.lTi�� F�IA�RI�
Cammissioning
01_75_17-Aitachmen# � 1U3127 July 6, Zq�3 - CC�NFO#�MED
�na�f+Carc[blDocurnenls�Txr€on 1NorIh+240452-00406Q�OA pesigm04 Sqecs�Carplip'Q1_75_17 (C4ntOrmC�lj
CQ�fl�91��I�Rl1�6� ROL�� �R1� �E�P�R�51���1T'!�� Ad9�4�R13t
No. �as� owra�a car���c�o� �I�GIPI�ER
Tvstln� ;�nd Trs:;;+nn �'l:�g�
Source �'estkng
Souree Testing Non• �.ead Non-
Wltnessed Witnessed
i�BVI�W
Manufacturer's CerEificate oF Source TesNng No Actioi� L.ead Fte�iew
In�tallation Vgrification
5tructural Anchorage Chec[c Wilness Lead Review
Health and Safety Check Wiiness Lead Revfew
Manufacturer F2aquirsments Verificakion No Actian Lead Review
Coniraci �ocumenfs Veritfcakion I�p Action Lead Review
Manufacturer's Certiflcate af Installativn Veriflcation No Actlon Lead I�evlew
Functionaf �'esting
Checks Wftness Lead Wilness,
Review
Tests Witness Lead Wi#ness,
Revlew
Manuiacturer's Certiflcate af FuncGanal Compllanc$ Na Aciion l.ead Witness,
Review
5ystem 7'esting
System Testing Witness Lead Witness,
Revlew
34�::-Up P�rr�sa I
�{�� �p Lead Supporf Witness,
Review
�e— ad��� Primanly resporrsible for organization, coardlnaiion, and execution of task wark producl or result.
Support: Assist the lead with organizatio�, caordinatian, and exe.cution of task work product or resuft.
Witness: Obserue and dacument completian of task wark produc# or result.
A1� Action: L.imited or no invvlvem�nt,
Reviev.+: A ro�a far corrtpliance with Contract Dacuments 4r reJeci.
Gammissioning
01 75 17-Attachmenl F-1 103127 July 6, 2023 - C�NFORMED
�nv:17��r�io�Dacwnenls�TXrFart Wodh�2�4452�0�10�0104 oesign+U� Spec�Ca�ollu'U1_7�_17 (Confwm�cij
A��RCaNq�hE� G - �Uf���I�WA� ����ii�� R�QUI����P��S
Cammissioning
01_76_'t7-Attachm�nt G i03127 July 6, 2D23 - CDtVFOF�iUI�D
p�v:NCardb+Cocumenlsrfx+ForllWorUd20p452-OOA400r04 pasign+On Speca�CarollpKsi_75_t l (Caniormetl)
L�9
F
�
Eil
�
LLJ
�
�
�
OC
C�
�
V/
H
�
i
�
:a
,�
�
�
m
B
� L
� Q
b �
� �
� C
'� �
r�
`'J9
�
� �
� �
� �
� �
� �
� ~
�0��
�; �'� � CV
�� ��
� ���
�
? � �
5�.� � � A
� � � � �
�
� '
� � c
2l � :_.
y
� °y, �-- �
.�i r V_ f_' (� �4
� � :_+ id C C
� O 4
� �- c � 'sa �
� � � �n��
g �-
^ � u.� �
� � Q _� o u c`u
� � ro � �--� c c
�- ` � t.. � �
.Q) aS �' �'I O q
� � � ��r�'n
���
���
` C C C
� � N N
� � ��=y_
� � n. a. �
� �
� � � N �
� � � Q�¢
'� L��l! � r N C'7
U [� z°
�3
C
.�
.�
i
{. )
�
�
O
L
�
Q
�
y--�
N
�
�
�
FfI
r
�
C
`O
N
�
�
�
�
� �+
� �
�
� a
0 0
a �
� a,
� �
O ','�r
C`7 �
C �
co �
� N
� U
� �
C �
�N �
� O
N
o�'`a
y 'C7 �
�ti �
o � �
�n � '�n
� � O
� p U�1
N v �
f!j '� � ,N
�,,c cd L
ro � � o
����
�� �
� � C�j b
��UU7 U
�
C]
� � N
d
c
w
�
.�.
c�
�
N
L
+Q
«
N
O
U
�
�
�
�U
N
�
�
Q
�
�
�
C
�
N
�7
� .�
� �
0
�
� �
°r :
r�+ 4
�U
Q
�
c-
..
�
�
a
0
�
z
Q
U
M
N
0
N
lO
a
�
�
N
O
r
�
t�
�I
M1
I
�
6
�
�
�
�
0
�
�
r- �
G �
q� r
� �`
t
���
� G � �
aQ�
.���
'- s
� ���
a r�`�
'U o �
aECTIBfV 09 �'� QO
�SSEi {�l�iV/���P�9�PE'T
F��Ri 1 {a�N�RA�
�.01 iH� R�C��IIR�FW�Ni
A. T�e Contractor shalk furnish aIC labor, materials, tools, equipm�nt and services
necessary for all work as indicated in accordance with th� provisions of the contract
documents to provid� asset atteibute data and asset tags for kh� equiprnent being
supplisd �nder this Contract. 7he Contractar shall cooperafe with the Owner ar their
agenks and other prvject Gontraciors or khe9r agents and shalf allow reasor�able
provisions for the prosecution af any other work by the Owner, or oihers, to be dane
in connectian with his work, or in connection with normal use of the facilities.
B. Periodic coordinating conferences shalf be heid as required to coordinate the
format, content and campleteness nf the asset manager�ent infarmatian.
P14FtT � PROdU���
�.01 E4UIPNV�Ni �'A��
A. �quipment tags shaEl be construc#ed of stainless stesl and engraved �s specified
below.
1. Sfainless stesl Qquipment tags shall b� consiructed of minimum 22-gauge 3��
stainless steel. LetteriRg shall be engraved with black infill. The size of �ach
ta� shall be determined by the Qwner and sh��i be one of t1�e following sizes:
4" x G", 2" x 4", 2" diameter, 9-112" diame#er ar 1" x 3". Tags sh�ll have
rounded corners and 3196" hale when attaching with wire or el�ain. Stainless
steel iags s�all be mounted �y adhesion, anchored into walllequipment using
stainless steei anchors/screws ar aitached with six�ply wound 304 sfainless
steel wire meter seals or stainless-steel ball chain. When meter seals are
utilized, pravide Owner with minimum 10°/a extra meter seals and �ne sealing
pr�ss. Contractor shall coordinate attachment method with �wner.
2. For each assek, the kag shall include �quipment description, equipment
location, and Equipment Record Number (ERN) infarmation as provided in the
Equipmenk List. The initial Equipment List can be downloaded frvm BIM 360.
3. Contraetar shall also provide a physical sam�le of each size and maferial of
tags that will be used to identify the assets �or approval by the Owner.
4. Th�se tags are f�r the Fort Warth Asset Management System and are in
addition to the equipment required other specificat[on sections and shall be
coordinated wifh other tags required.
Asset Management
01 76 00-1 1 R3127 � July 6, 2023 - CONFpF�M�p
piv:NCardb��Cun�enl�#T7flFpil Woill��p0U452-0p04L1010A Desiyn�04 SpeC&+CB�aIla�01_76_� {Ccr�f�rmetl)
�A�� 3 �X�CU�I�PJ
3.4� ��id�R�1�.
A. The Cvr�tractor shall perform and rrteet the following requirements far asset
management:
0, Prior to substantial compl�tion, ths Contractor shall submit any applicable
revisions or updakes to th� initial Equipm�nt Lisi and will work with the Owner
to fin�llze the list. l'he initiaf �quipment �List is included as Attachment 1 at the
end of this sectian.
2. 7he Contractor shall �ill in data on the final �q�ipment List and returh it to khe
Owner. A pr�liminary equipment list far ihis project is Included at the end of the
specification.
3. For each asset, the Contractor shall �ngrave and instalE one tag. The tag shall
include ihe equiprnent descriptian, e�uipment locatior�, and Equipment Rec�rd
iVumber (ERN) information as prQvided in the finalized Equipment L,ist.
4. The Owner's Inspector will canfirm that the tags match tF�e finali�ed �qui�ment
List. Car�tractar shall correct any deviatinns and ha�e all tags i�stalled prior to
substantiai complation.
�ND OF SECTION
Asset Managemenl
D1_76_OQ-2 103127 July 6, 2a23 - CONFORMED
p�a:l��alclb+6oCumenlstTf(+Forl tih�c+�lr�r�ppq�p-0000[1N04 De3�yn�04 Speca+Carolla�01_76_q (Canfamepj
����i�� a9 �7 0�
���s�or�r ���c��u���
�A�� 1 f�EtV�R�4L
1.0� ��I�Al4AARY
A. 5ection includes: Gnntract closeout requirements.
1,0� ��FE��P����
A. Americ�n Water Works Associat+on (AWWA).
9.03 �'IN�L GL�IVIfdC
A. �erfarm final eleaning prior to inspections for Final Completian.
B. �mploy sicilled workers who are experienced in cfeaning operatians.
C. Use clear�ing materials which are recommend�d by manufacturers of surfaces to be
cleaned.
�. Prevent scratching, discalnring, and otherwise damaging surfaces being cleaned.
�. Clean roofs, gutters, downspouts, and draina�e systems.
F. �room clean exterior paved surfaces and rake clean other surfaces of site wark:
1. �olice yards and graunds to k�ep clean,
G. Remc��e dust, cobwebs, and traces vf insects and dirt.
H. Clean grease, mastic, adhesives, dust, dirt, stains, fingerprints, paint, blemis#�es,
sealants, plaster, cor�crete, and oti�er foreign mat�rials fram sight-exposed
surfacos, and fixtures ana equipment.
!. Remave non-permanent protection and fabels.
J. ['oiish waxed woodwflrk and finish hardware.
K. Wash tile.
L. Wax and buff harc� floors, as applicable.
M. Wash and polish glass, inside and outside.
N. Wash and shine mirrors,
O. Polish glossy surfaces to clear shine.
Closeout Procedures
Oi_77 00-� 103f27 July 6, �023 - CONFORM�p
p�e;f�Cardb+pacumenlsrrX+Forl WorRii20a452-0040DOrUR Des�gntp4 Spec��Carohla'Ot_77_00 {Cpnrormedj
P. Vacuum carpeted and saft surF�ces,
Q. Clean permanent �Iter�s and replace dispasable filters when heating, ventilatian, ar�d
air conditionin� units were operated during constructian.
R. Clean ducts, blowers, and coils when units were operated withaut filters during
canstructian.
S. Clear� light fixtures and replace burnad-oui or dim lamps.
i. Probes, elements, sample lines, t�ansmitters, tubing, and enclosures �have been
cleaned and are in iike-new candition.
1.04 �A►ST� QISP��AL
A. Arrange for and dispose of surplus materials, waste products, and debris Off-site:
1. Priar to makting disposal on private property, obtain writien permission from
Owner o� such pro�erty.
F3. �o not create unsightdy or unsanitary nuisances during disposal ope�atians.
C. Maintain dispnsal site sn safe canditian and gaod ap�earance.
�. Complete l�veling and cleanup prior ta Fin�l Gompletion of the Work.
1.05 TOUCFi�U� +4W� ���Al�;
A. Touch-up or rQpa�r finished surfaces on structuras, equipmont, fixturos, and
anstallations that ha�e been damagEd prior to inspection for FFnal Completinn.
B. Refinish or r�place entire surfaces which cannot be touched-up or repaired
satisfactarily.
'�.4fi �l��S�4L�T' 9�CU�iE�liS
A. 8ubrnit the follawing Closeout Submittals hefore Substantial Completian:
'[. Punch list of iiems to be completed ar corrected wikh the request for issuance
of Substantial CampletiQn.
2. Evidence of Compllance with Requirements of Gaverning �luthori#ies.
3. Praject Record Documents.
4. A�pproved Operation and Maintenance Manuals.
5. Approved Warranties and Bonds,
6. Keys and K�ying SchedulQ,
7. Completed contr�ct requirements far carnmissianing and process start up.
B. Submit the following Closeout Submittals befare final complstion of the Work and at
least 7 days prior to submitting Ap�fication for Final I'ayment:
1, Punch Ilst of items have been completed and Engineer and Own�r are
satisfied that ali defleiencies are corrected.
2. �vidence af Payment ar�d Release of Liens or Stop Payment iVatices as
o�tNned in Conditions of the Contract.
Clos�oul Procedures
01 77 a0-2 103127 July 8, 2023 - CONFORMED
�v;l1C�rLab+[�CumB�+L��%�FortlNv�qd204452-0400GU�Ofl �esgn14+� SpeOs+Ca�allaNl 7T_pt1(Cor�fo:med)
3. Release of claims as outlined in Conditior�s af the Contract.
4. 5ubmit certification of insurance for products and com�leted opera#ions, as
specified in the General Conditions.
5. Final statemen# vf accounting.
6. S�bmit Final (As-Built) Schec3ule as specifiod in Sectian 01 32 21 -
Schedules and Re�orts. ` —
1.Oi f�����CY ��Gf}F�9 d�CUl�l�fllTS
A. Mafntain at Prvject site, available to Owner and �ngineer, 1 copy of the Contract
Documents, shop cirawings, and other submitials in gaod arder:
�. Mark and record field changes and detailed informafion contained in submiitafs
and change orders.
2. F�ecord actual depths, horizantal and verfical locatfon nf underground pipes,
duct banks, and other buried utiiities. R�ference dimensions to permar�ent
su�Face fieatures.
3. Identify specific details of pipe conneGtions, location of existing buried features
located during excavatian, and the final focations af piping, equfpment,
alectrical conduits, manholes, and pull boxes.
4. fdeniify lacation of spare conduiis including beginning, ending, and rnuting
through pull haxes and manholes. Reeord spar� conductars, including number
arad size, within spare conduiis and filfed conduifs.
5. Provide schedules, lists, layout drawings, and w€ring diagrams.
6. fVlake annatations in electronic format or hard copy format with erasabie
colored penc�! canform+ng ta the following cofor code�
Addltions: R�d
Defotions: Gr�vn
Comments �lue
Dim�nsions: Graphite
B. Mafntain documents separate from those used for construction:
�. Label documents "RECORD DOGI�MENTS."
C. Keep documents current:
1. Record required information at the time the material and equi�ment is installed
�nd before permanently cancealing.
2. �ngineer will review Record �acuments weekly to ascertain that c�anges
�ava been r�earded.
D. Affox civil engir�eer's or professional land surveyor's signature and registratian
number to Record �rawings ta certify aecuracy of information shown.
E. Deli�er Record Documents with transmittal letter containing date, Proj�ct title,
Contractor's name and address, list af dacuments, and signature of Contractor.
F. i�ecord �ocuments will be reviewed monthly to determine the percent cample#e for
the monthly pay apPlicatian.
CloseoutProcedures
01 77 OD-3 1 D3127 July 6, 2023 - C�14�OFiMEp
p�r:llCard-�WCumenEs+7}UForl Wo}U�+20WI52-0OQ4Dal0� Desrgnl(1�i SpgCS+Ca�all�rol_77_qp {CAnfame�J
G. Updated Record ��cuments are a eonditian for �ngin�er's r�aommendation for
�rogress payrnent.
N. Final Schedule Submittal as specified in Sectio� 01_32_21 - Schedules and
Reports.
9.�8 �dVAIF�!'��PEAP��� �EFt�I�:�
A. Maintenance service as speci��d in technical specif�4cations.
9.09 �U��iAY�T1�,L C�l4�����'1�N
A, Obtain Certificate of Substantial Completion.
1.10 �IP+lAL �019AP���19�
A. When Contractor cansiders the Wark is campl�te, su�mik writton certification that:
1. Work has b�en cornpleted in accordance with the Contract Documents.
2. Punch list items have been completed ar corrected.
3. Work is ready for fina{ inspection.
B. Engineer will make an inspection to verify the status of campletion wi#h reasonable
promptness.
C. Should the Engir�eer consider that the Work is incomplete or defecti�e:
�. �ngineer will promptly notify the Conkractar in writing, listing t�e incomplete or
defective work.
2. Contractor shall tal�e immediate steps to remedy the sta�ed deficiencies and
send a second wri#ten certification ta the �ngineer that the Work is complete.
3, �nginQ�r siiall ro-insp�c# the Wvrk.
1.ii �rli�dL �b�f� aYhdl��i'i �� A���!]P�i�
A. Submit a finaB stakement of accounting t�o the �ngineer at least 7 days prior to final
Application for Payment.
B, Staternent sha11 reflect all adjustments to the Cantract amount.
1. � he original Contract amo�nt.
2. Additlons and d�ductfons r�sulting from:
a. Change Orders.
b. Units insialled and unit prices.
c. Set-offs far uncorrected or incomplete Work.
d, Set-offs for liquidated damages.
e, Set-affs for reinspection payrrrents.
f. �xtended enginesrbng andlor inspection services and inspection overti�ne.
g. Excessive shop drawings review cost by the Engineer.
h. Other adjustments.
3. 7otal Cor�tract amount, as adjusted.
4. Previaus payments.
5. Remaining payment due.
Closeout procedures
Q� 77 pp_4 103127 July 6, 2q23 - CONFORMER
�,r�flCaro�W�Doeumenls�T%1Fvrt 11�nrU<<20Gh54�00QOD0+U4 Renign�04 Speos�Ca�ulln�f7_77_p0 (ContonnedJ
C. �ngineer wil! prepare a final Change prder reflecting approved edjustmsnts to the
Cantract amount wt�ich were not �reviously made by Chang� Orders.
1.'i2_ FINd�.,4P��,IC�YI�W �O€t �AYfP��P��'
A. Contractar shall submit the final App�ication for Payment refiecting the agreed upon
information pra�ided in the finai stakemer�t of accounting.
PdRi2 ��O�UC7�
2.�� �p�4�� F�A�T�
A. Owner may request advanced defiv�ry of spare parts, maintenance praducts, and
special toals.
1. Deduct the delivered items from #he in�erttory fist and pr�vide transmiita!
dvcumentation.
B. Priar to Substahtial Completion, arrange to deliver spare parts, rr}aintenance
products, and special tools to Qwn�r at a locatian on site eh�se�t by th� Owner.
1. Provide itemized list af spare parts and special taols that m�tches #he
identifica#ion tag �ttached ta each item.
2. Owner ar�d Engineer will review the inventary and the itemiz�d list to confirm it
is compl�te and in gaad condition prior to sigrring f�r acceptance,
f�A��' 3 �J��CU�IVR� (R��li U���)
END QF SECTION
Closeoe�t Procedures
01 77 Op-5 103327 July 6, 2�23 - COf�lFORMED
p�v;RCa�c�b�poCurnenlSrTKrFur1 ti'�prUi+20G752-0OOOdOfOd Des�gntQd Sgecs+CarollarQlJ7_p(I (�prdormer/j
��C�iC�PE 4'9 _7�_�4
�PEFt�'TIOi�1 �►IV� h1�IFV1°�.F�Iaai�C�. N��P�UA��
PA�� 1 ���J���L
'�.Q'i �UR�IV�A�Y
A. Section ir�cludes:
1. Prapara#ion and submittal vf manual with requirements to operate and
maintain the equipment.
1.0� PFt�PARAiI��!
A. Ge�eral requirements:
1. E�rovide dimensians in �nglish units.
2. Assemble material, where �ossibie, in the same arder witfirin e�eh volume.
3. Red�ce drawings and diagrams fo 8 112 by 11wiheh size, if passi�ie unless
otherwise specifed.
4. Complete forms on computer, handwriting not acceptable.
5. Delete items or nption� not prowided in the supplied equipment �r system.
6. Provide package control system �nnotated fadder 1o�ic �or P�C, if applicable.
B. Hard copy requiramQnts:
1. Binders: 3-ring wiih r�gid co�ars.
a. Break fnto separate binders as needed to accommodate large size.
2, Ufilize numbered tab sheets ta organize information.
3. Pravide original and clear kext an reproducible non-colored paper, 8'f12 by
19-inch size, �4 �o�nd paper.
4. Drawings larger than 8 112 by 11 Inch:
a, �'old drawings separately and piace in enrrelops bound inta the manual.
b. Label each drawing envelope on the outside regarding conients.
G. Electronic requirements:
1. File format:
a. Entire manual in PDF fvrmat.
1) lnclude text an� drawing iRformation.
2) Provide a single PDF fi�� even if th� hard copy version is broken into
separate binders due to b�ing large.
3) Create PC�F from the native format of the documeni (Microsoft INord,
graphics pragrams, drawing programs, etc.)_
a) If material is not available in native format and onfy availabEe in
paper format, remove smudges, fingerprints, and other
extraneous marf�s before scanning to I�DF' tormat,
#�) Hard cnpy record drawing requirements:
(1} Provide a single multipage PDF file of each set of ihe
� scanned drawings.
(�) Page � shal! be the co�er of the drawing set.
c) At file opening, dis}�lay the entire co�er.
�peration and Malnten�nae Manuals
01 78 241 103127 July 6, 2A23 - COiVFORMED
pw�IlGarala+DacumenlslTX+Fa111N4�U�2UDA52-0OOOD010A Uesign+Od Specs�Ca�aIIq+DL78_2d (Gantom�edj
(1) Scar� drawings at 240 to 3q0 dats per inch (DPI), black and
wY�ite, Crot�p IV Compr�ssion, unless ott�erwise specified.
(�) Scan drawir�gs wikh photos in the backgrQ�nd at 400 dvts
per inch (�PI�, black and white, Group IV Compressian.
4) Paginakion and a�pearancQ to match hard copy.
5) Searchabl�.
6) Scanned im�ges are �ot acceAtable.
7) Bookmarks:
a� f3ookmarks shalf match the table vf contents.
bj Bookmark each sectian (tab) and heading.
ey Drawings: Bookmark at a�ninimum, eaci� dEscipline, area
designation, or appropriate divisian.
d} At file opening, display all ��evels of baokmarks as expanded.
8} ThumbnaiEs optimixed for fast web viewing.
b. I]rawing requirements:
'!) Pro�ide addi#ian�l copy of drawings in most current version of
MicroStatian or AutaCAD format.
2) Drawings shall hav� a white bac�tground,
3) Drawing shapes shall not degrad� when ckasely zoomed.
�4) Screening effects intended to de-emphas€z€ d�tail in a drawing must
be pr�servsd.
5) Delete items or options nat prnvided in the supplied equfpment ar
system.
2. Media:
a. USB flash drive.
b. Secure File Transfer Protocol (SFTP).
3. Label media with the following information;
a. Qperation and Maintenance Manual,
b. Equipment namo.
c. Specification Section Number.
d. Equipment tag number.
e. �wner's name.
f. Praject number and name.
g. Date.
4. lf multiple submittals are made tagether, each submittal must have its own
subdirectory that is named and numbered based on the submittal number.
'i.03 C�PdTE�ETS
A. iab�e of Gontents: General descriptiQn of information provided within each #ab
section.
B, Complete Attachmen# A-�quipmer�t S�ammary Form.
C, Description of system and campanents.
D. Descriptian af aquipment function, normal operating characteristics, and limiting
conditions.
�. On-line r�sources.
Operation and Maintensnce Manuals
0� 78 24-z 103127 July B, 2Q23 - CONFORM��
p�v�1lC�ionolLl�cumes+IsffXlFor[�Noilrt+2pQ452-pDfl4Q�lOA Qesfgnt�4 5�eux±Caro11aro1_78_2A {ConfOrenedj
F. Telephone resources.
G. Approved submittals,
1. Markup with any field changes.
2, Final prograrnming.
H. Start-up proeedures; Recommendations for ir�stallativn, adjustmenk, caiibration, and
troubl�shooting.
Operating procedures:
1. Step-by-step instructions including b�t not limited to the faflowing:
a. Safety precautions and applicable Safety Data Sheets,
b. GuideYines.
a �ther infarmation as nee�ed �ar safe syskem operation and mainkenance.
Preventative maintenance procedures:
1. Recommended steps and schedules for maintaining equipment.
2. Troubieshooting.
K. L,ubricativn information: Required lubricants and lubrication schedules.
L. O�erhauf instructions; Qir�ctions for disassembly, inspection, repair and reassembly
of th€� equipment; safety precautions; and rvcammended tvlorance�, critical bolt
forques, and special tools that are r�quired.
M, Manufacturer's iechnical refere�tce rnanuals.
��,,�� � PI�B�IUCT� (h1��' U���)
P�A�'f 3 �X��L�710N (NC�T L1S���
END O� SEC�'lON
Operation and Mainienance M�nuals
q1_78_24-3 1�3127 JUfy G, 2023 - GONFORMEQ
pucr�G�Id�a+DoCume;�l��KlFUrt 14'4�IFt�100452-pUUU40�0G des�9n+04 SpECa+Carolla'0�_7II_24 (CanionneU�
�x���b�r�n�Y � � �c�u��r���r suw���Rv ����
Operation and Malnlenance Manuals
01 78 24-AttaGhrreenl A 903127 July 6, 20Z3 - C4NFORMEp
�nv�flCaEdlotLbcurnentslFX+FaitlNo�Sh280d52fi64000+04 Des�y��+0� Sp2es+Ca�aYla�07_7$_2A (Confrxmed)
�QUfPF+N�i�i SUR+�R��eRY FAf�{�
1,
2.
3.
a.
5.
�QUIPM�NT IT��A
MANUFACTURER
EQUIPMENT TAG NUMBER(5)
LOCATION QF EQUIPNIENT
WE}GH�' DF INDIViDUAt COMPON�NT� (OV�R 100 PQUNDS}
6. NAMEPLATE DAiA -
Horsepower
Amperage
Voltage
Service Factor (S.F.}
Sp�Qd
�NC Type
Capacity
Other
�
MAN�FACTUR�R'S I.�CAL REPR�SENTATfU�
Name
Addres�
Telephone Nurnbe� -
MAII�TENANC� REQUIREM�NTS:
f:
�liaintenance
Operation
(List each operation
required. R�fer to
specific infnrrnation in
Manufacturer's
Manual, if appiicable)
�requency
{List required
frequency of each
maintenance
op�ration)
L.ubric�rot (if
applicable)
(Refier by symbol io
lubricant list as
required}
Comments
Operalion and Maintsnance Manuals
D1_78�Z4-Attachmenk A-1 1�3127 July 6, 2�}23 - CONFOF�MED
{nr^RCerdbr�ucurnents�TY(+Fod ti�o��v200452-000G40104 Oeslg�lpa S�aecs�CaroIIN6L76_24 (Cordormed)
s. �u�Ric�Nr usr:
Ref�rence
Symbol Conaco Phillips ExxonlMobil BPlAmoca Other (List)
{Sym�ols used in (List equivalent lubricants, as distributed by each manufacturer for the
Item 7 above) specific use recammended)
10. SPAR� �AR'�S (recommendations)
11. COMMEN`i�S
12, G�NERAL IIV�ORMA�ION:
Date Accepted*:
�xpected Life�`:
Project Name � �
Num'�er:
Design Enginee�;
'13. W�RRAN�Y�
Start Date:
Expiration Date:
Prorated:
Operation and Maintenanne Manuals
41 78 24-qtt�chmenl A-2 f03'fZ7 July B, 2023 - CANFOFiM�q
pw�NCardb�DaCume�tiislTX+FGrI WorUV200d52-pDO�OQ,�p4 4esagnlDd Spec�JCa�oIIVJp9_78_7A {Cunforme�j
������� a�_��_�o
9��ICP� ��IY�RIA
�,�RT 9 ��f���AL
1.0� �UI�iUTARY
A. Section i�clu�es:
1. �esign criteria for use in the selectian of equipment and appurtenances
specified in iechnical S�ctions af these Specificatior�s and indicated on the
Drawings.
2, Criteria far design of systems, companents and equipment fabricateri off site
a�d shi�aped to the Work far ir�s#allation.
3. Criteria for destgn of anchors to connect equipmenk and appurtenances to
5uppar#s and structures.
F3. Yh� criteria in this 8ection apply thraughout the Work, unless additional cri#eria, ar
more restrickive eriteria, are indicated.
1. Additianaf criteri� 2tnd requirem�n#s relevant to specific Iocatians, specific
materials, and specific equipment are ind'tcaked on the Drawings, and i� the
T�chnical SEctions.
1.fi2 R�F��R�AIG��
A. Amencan Society vf Ci��l Ertgineers (ASCEj:
1. �-1B - lu9inimum Design Laads and Associated Criteria for �uildings and OtF�er
Structures. (ASC� 7y.
B. American Soclety of Heating, Reirigeration and Air Candi#ioning �ngineers
(ASHRAE):
1. /�SHRAE Fundamentals Handbook.
G. lnternatfonal Code Council (ICC}:
1. International �nergy Conservation Code (IECC}.
2. Internakianal IPiumbing Code (1PC}.
p. Sheet Metal and Air Conditioning �Contr�ctvr's National ,4ssociation (SMACNA):
1. Seismic Restraint Manual: Guidvlines for M�chanical Systems,
3rd edit�ion - 2008.
���ia �����C��
z.o� d��i�� c�����ia - �i�� i����������
A. Siie na�ne: Rafling bills Chlarine Scrubber Replacement.
1. 5treet Address: As speciii�d in 5ectlon Q�_11�00 - Summary of Work.
Design CriEeria
01 8) 60-1 103127 July 6, 2423 - COiVFORMEQ
p�v,i+GarWWrpocumanssr7K�Fort �NarU�+204A52-00004DIUd 4esign104 Spees+Carolla�01 8�_66 (Coniurmed)
a. Coardinates (a�proximate}: Latitude 32.662494230601 � 5; �ortgitude �
97.29338�44815584.
2. Site ele�atian (approximate);
a. 682.4D feet abo�e mean sea level.
3. �raundwater eEe�ation:
a, For design of buried and partially buried constra�ctian:
'! j Assuma g�oundwatEr leuel approximat�ly one feet below finished
grade.
�.02 C?��IGIV ��IT�FtIA � �PC�dTIPl� �P�VI�Bi�i�Af�R��
A. �he �rawings and iechnical Sections include additional criteria and requireme�ts
relevant to specific locatiar�s, materials, and equipment.
f3. autdoor conditions:
1, International �nergy Conservatian Code �I�CC}; Clirnate Zane 2A.
2. Stte climatic data location: �ort Warth N�S, WMO 722�95.
3. Temperature criteria: As specEfied in the following Talale: l7esign Temperatures
- �utdoar Criteria in Accardance with ASHR,�E Fund�m�ntals Handba�k.
Ta%le: �esign iempera�vres � Ou4door Gri4eria �n Accordan�� wi�h �SHRL��
F�ndame�tals Hancib�al�
Ref�r��nce !_.oc�iian: Fort Worth NAS, TX, WMQ 722595,
Cgndi�ion Hpt humid.
daily mean range: 20 degrees Fahrenheit.
li�+infe�: At or above this temperature 99,6 percent af the time:
24.� degrees Fahrenheit dry-bufb.
Summer: At or abo�e this ternperature Q.4 percent of the time:
102.7 degrees Fahrenheit dry-bUlb.
4. Rainfal! intensity:
a. Reference: International Plurrtbing Code (�PC};
1} 3.67 inches per hour (100-year, 1-hour rainfall}.
2.03 ���uIGA! C�'�TE6�lA � S'TR!lCTUR�°eL
l�. General:
1. Griteria fvr struc#ural design of;
a. Equipment at locaiions subject ta s�ismic ev�nts.
b. Equipmenk �xpos�d to outdoor environments.
c. Equipment supports and bracing, and anchorage of such items to building
and non-building strt�ctures,
d. Manufactured and prefabricated structures, and anchorage of such
structures to foundatfons or other supporting elements.
2. Structural design criteria used by tt�e engineer of record and r�quired by th�
building cade to be indicated on the Drawings, are incluc�ed an the Contract
Drawing titled "General Structural Notes."
Desigr� Crileria
01 81 �0-Z 103127 July 6, 2Q23 - CQNFORMED
pw:NC�idI4+E]acuments+�C+Forl lNprp�r�ppq��.dppp60rQA �esigmAn 5pecsfCarbliac3l_87_5E1(Cnnformedj
a. Delegated �}es`tgn:
1. Structural engineering design shall be perFormed by a Civil or Structural
�ng9nser licensed in the State af 7exas.
C. Structure risEt category.
1. De��lop dosign f�ads and pro�ide detailing in accordance with the �ro�isions
of ASCE 7 and the building cade based on the Structure Ris�c Category
indicated in iabfe: �rojeat SiructUres - Risk Caiegory and Seismic Design
informakion.
D. Seismic laads:
1. Seismic design parameters: Basic parameters - ASCE 7:
a. Ground motion MCER, 5 percent damped'
1} Sharf periads, Ss = 0.089 g.
2) Qne second period, S� =0.05 g.
b. �ea�t grvund acceleration, MC�c:
1) Peak ground acceleration, P�A = 0.04� g.
c. Mapped Iong-period transitian p�riod;
1) TL = '� 2 sacands.
2. Structures - Generai:
a. Seismic Design Ga#�gory (SDC}: As indicated in the foHowirtg 7abie:
Proiect Struciures - Risk Categary and SeismEc Design Infarmation.
�able: �evjec� �truc4u��� o�isk Caiegory and 5eismic �e�lgn In�ormatien
�esc�ipiian: �aterr "Treatmenf �acilit�+
�rea � ��scriptian
p1i� � /�l� StruCtilreS
F�lsk
�a#�g�ry
�
�14� } S�s I So�
Cl��s �
' � ��� � � s
Saismia
�e�ign
Categ�r��,r
B
Notes:
(1) Seismic Design Categary fo� Defegated Design, ar�d for s�ismic cert9fioation of electrical
and mechanicai equipment as requlred by A5C� 7.
b. Structure responso mo-�lification coefficior�t, R:
1) In accardance wEth ASCE 7, and the requirements ofi the Technicai
Sections.
3. Struetures - T'anks and vesseEs.
a. Inciudes: 7ank struciures, tank supports, and anchorage ta siructures or
faundations:
b. Liquid storage structures (e.g,: basins and tanks).
1j Include impulsive and convecfiv� {"sloshir►g") �ffects.
2-.j Component respons� modification fact�r - impulsive effects, Ri: In
accordance with ASCE 7, Table 15.4-2,
3) Camponenk response mot�ification factor - convective effec�s,
Rc = 1.0,
c. Dry material storage s�ructures {e.g.: silos, hoppers):
1) Inc3ude effec�s af stored rnaterials,
2) Component response modification factor - impulsive effecis, Ri: In
accordance with ASCE 7, Table 15.4-2.
Desic�n Criieria
01,.,,81_5a-3 103127 July 6, 2R23 - C4f�fFOFiM�D
q,v:f+Caid�o+�cumenlst�xiFuit Y�oru,r20U452-0004[�Df�h Oes�gr�lpn �ecs+Caralla�Q�_8t_30 (CaMarmeUj
4. Non-sfructurai componer�ts - Gen�ral:
a. InCIUdeS:
1) Mechanical and electrical equipment; anchorage of equipment ta
structures ar supports; design �f suppor#s; and anehorage nf
suppar#s to structures or foundations.
2) Distrib�tion syst�m� assaciated with mechanical �nd slectrical
equipmer�t suci� as piping, ductwork, conduits, cabl� trays, raceways,
bus ducts, and similar items; anchorage of such systems t� supports
and struetures; and E�racing or such systems.
b. Seismic design requirements for non-siructural cam�onenQs are based an
the Seismic Design Category (SDC) of the structure or facility wMere the
equipment is installed.
c• l�esign cnmponents, companent ancharage, and �omponent connections
to piping and utifities in accordance wifh the requ�rements of ASG� 7,
Table 13.2-1.
d, Component amplification facinr (ap}, response factor (Rp), and
overstrength factor for ancharag� to concr�te (�o):
1) Mechanical and electrieal components and systerris; In accardance
wlth ASC� 7, Table 13.6-1, unl�ss otherwise indicai�d in the
�'echnical Se�tions for these items.
2} Arehitectural component5 �nd systems: In accordance with ASC� 7,
T'able 93.8-9, unless atherwise indicated in the 'iechnical Sec#ions
for these items.
e. Camponent importance tactor, Ip:
'f ) In accordarrce with the following Table: C�mpanent lmportance
Factor far seismic design, IP.
2) For items not listed in Table: Component Impor#ance �actor for
seisrtiic design, IR, designate impartance factor in accardance with
the provisions of ASCE 7, Chapter � 3 and su�mif ta Engineer for
revit�w preor to devoloping calculatians and details rolatod to that
component.
[lesign Criieria
01_81 5i1-4 103i27 Jufy 6, 2Q23 - CONFORM�p
jnr,IfCaiofl�l[?�cume+�ls+TiflForl Wuf11�+2pQA52-0p400��pA OesignlAd Specs�Carplla�01_81_bp (�piiforme�
���le: ��mponer�t Impor��nc� Factor �ar se�smic �esign, Ip
S4ructur�
Seismic a�sign �amponen4s �p
C�t�go�
Plumb�ng equlprrsent specified in t#�e following Sections:
22_42_01 - Plumbing Systems
Ail 22 45_17 - Emergency �ye/Face Wash and Shawer 1.0
Equi�ment
23 81 01 - Hat Water Syst�m Components
22 4� 03 - Hat Water Boiler
All F�VAC equi}�ment specified '+� the following 5ections:
23 34_37 - �vaporative Goolers
23 81 14 - Air Conditioning Units
23 41�51 - Positive Pressurization Equipment
23�81^44 - Heat Pumps
23_75_34 - N9af�eup Air Unit
23 84 'f3 - Humidifiars
23 57 01 - Condenser Water Heat Exchanger Sl�id 1•�
23_83_01 - Heating UnEts
23_83_05 R Mabzeup Air Unit With Heat Recovery
23 72 03 � Heat Recavery Llnits
�3 34 01 d Fans
2.3_34_1 B- Centrifugal HVAC Fans
23 34 33 - Air Curtains
23+3? 23 - HVAC Gra�ity Venkilators
All Other equipment not listed abo�e. 1.0
E, Wind loads:
9, Design structures and non-structurai components that are exposed ta wind to
withstand design wind loads.
a. Reduction af wind loads based on shielding effects of surrounding
structures or compan�nts is not allowad.
b. Design for wind loading 9s nat requirEd for nan-structural components and
for nQn-building structures {acated inside enclased buifdings.
2. Design parameters:
a. Basic wind speed:
1) 119 rn+les per hour (33 feet, 3 second gust).
b. Exposure category: C.
c. 7opographic factor, Kzt: 1.�.
F. Snow loads:
1, �esign fior snow laading is not required for non-structural com�onents and for
nan-building structures Iocated inside enclosed buildings.
E?esign Griteria
01 _$1 _5Q-5 1 Q312i Juky 6, 2023 - COtVF4F�M�D
pi+:frCardb�DocumentsfT%�Fort Wo�U��2UQ+{52�3uu0[�Q��d Oesignr08 SpecSJCarp11�+01_83_54 (Coniurnie�j
2. Design parameters:
a. Cround snow Poad: pg = 5 pounds per square foot.
b. Flat roof snow load� pf = 5 pounds per square foot, minirr�um.
c, �xpasure factor, minimum, Ce = 1.1,
d, Importance factor, minimum; Is = 1.2.
e. Drifting:
1) Cortsider �ffects af adjacent and nEarby sfruc#ures and equipment on
drlft loads.
3. Ice buRld-up af eavas:
a. Mirtimum 1� pounds per linear foot along lower edges of roof.
G. Atmospherie �cing design criteria ASCE 7, Ch i0:
'f . �Vornina] ice t,�ickness due ta rain (33-foat height): 3 inches,
H. Rainfall loads:
1. Aetermine rainfa[I loads using rainfail intensify specified herein, and including
�ffBC�5 O� BXppS�d SLJPf�G@ 5IDj]B, h�ight abave s�rface to discharge elevation,
and deflection af poroded surFaces,
Op�rational loads:
1. �oads may inciude equipmeni vibration, torque, therma! effeeks, effec#s of
inter►�ai con#ents (weight and sloshing), surge or "water hammer," and otl�er
load conditions.
2. Design for loads indicated by equipment manufacturer,
3. Design for Inads indicated in the iechnical Sections for equipment and
appurtenances.
J. Serviceability considerations:
'I. Defl�ction, unless otherwise indicat�d on the �rawings, or specifred:
a. k3eam deflectian as fir�action af s�an:
1} Wallcways and platforms: total load =�./2.4Q; ii�e �oad = L1360.
2) Equipmer�t supports; 1.1450.
P�1�i 3 ����l�T'I�W
3.D� ca�P��Ft�l�
A, Design apprvach and criteria in accardanc� with:
1. Regulatory requir�ments, including but not limited to the building code.
2. Ref�rence star�dards and project-speci�ie cfesign criteria lis#ed in this Section.
3. 5pecific requirements for indi�idua! elemenis and components of the Work as
specified in subsequent Technical Sections.
B. [n the event of canflicts �eiween design criteria, cantact Engineer for interpreta#ion.
Qesign Criteria
p'f $1 50-6 1031�7 July 6, 2023 - CC7NFORi+A�D
p,v;l+Cardbipncum�nls+7XrFuu Ss�orlhrpDP�152-0Op0a0�0A Oeslgn�Aa gpcc�+Garullr�+pi_81_50 {CanforniedJ
3.�2 ��LE�A��D ���1CF1
A. Calculativns:
9. Wh�re submittal of ealculations is required;
a, Provide com�let� calculations, ineluding sketches to illustrate the design
concepts beir�g evaluated, and details to fuily describ� proposed
constructio�.
2. Requiremenks for seismic design calculations wiil be waEved for the fallowing:
a. F'urniture and storage racks 6 feei in helght or less.
b. Il�o�eabi� eq�ipment.
c. Mechanical and electrical equipment and components located in
structur�s deslgnated as Seismic Design Category A ar B.
d. IUiechanical �nd efectrical equipmenk and cQmponents located in
structures designated as Seismic Design Category C and wher� the
com}�onent importanca factor, Ip, is equal ta 1.fl.
3. Requirernents far wind design calc�iatinns will be waived far the following:
a. Equipment and components located �nslde structures, and away from the
effects of wind loads.
R. Shap drawings:
1, Shop drawings describing compnnents anc! manufactursr's r�quirements for
connections.
a. Include details for connections af companents ta structures and supports.
b. Inciude details for anchoring bracing to structures where required.
3.03 D��if�i� � ACVCH��� F�� ���l�A9�R1T, �A�EiP�N�PIT�, A�1D ��A►CIP�C
A. General:
1. �ngineer's approval af anchar designs is req�ired befiare piacement of
construction that supporks or pravides b�acing far anchored ec}uipment and
camponents.
a. Prepare a�chor designs after Enginee�'s approval o� th� products and
�ayoUt, and before placement of concrete or rnasonry that supports them.
2. Adjust equipmerrt pad sizes a�rd add additi4nal anchor confinement reinforcing
to provide required sirength at ancharage poinks betwe�n equipment and pad,
and between pad and structure.
3. Supports and bracing:
a. �esign and ins#all braces and anchors to transfer forces from equipment
and components to the lateral force resisting System of the surrounding
Siructure.
b. Anchor and brace piping, ductwork, and electr'tcal distribUtion components
so that lateral or vertical displacement daes no# result in darnage to ar
faifure of essential architeciural, mechanical, or electrical equipment.
'i ) Provide suppl�mentary frami�g wher� required to transfer forces.
2} DQlail an� lacate braces and �nchors t� minir�ize differential
rnovernenis between eomponants anck structure.
B. Preparation:
1. Obkain manufacturer's infiormation:
a. Weighf ar�d dimensions of components.
Design Crltgria �p3��� July 6, 2a23 - CONFOFtMED
01_81_50-7
p�V;rtCaiC�-p�DppumenlS�TYJFoiIYJo+U�r2p4A52-044004�Q4 Dc��yn104 SpeCs+Caiallurol 8t_�p (Conlormetlj
b. Laynut and locatior� of anchors that conn�ct ta equipment base pfates,
sole plates, sicids, ar pads,
c. Sizes of holes far anchors khat will be provided in equipment bas�s ae
support frames.
C. Analysis and design:
1. Perforrro and submit calculations to d�termine anchor d$signs at focations
where equipment and ec�uipment supports are connecied to the suppor#ing
structure.
a. lndicate n�mber, siz�, kype, and material for anchors.
2. ln determining forces at locations where equipm�nt is anchared ka structures,
include effecfs of:
a. Equipment self-weight and operating weight.
b. L.vcatian Qf equipmer�t center af mass.
c. Forces frc�m equipment aperation including, but nat limi#ed to:
9) Cffects nf internal cvnter�ts including wefght and sl�shing.
2) Effects of thrus#, surge, and water hammer where specified.
3) Equipmeni r�ac#ions and operating torque.
�y Eq�aipment vibratic�n.
5) Thermal efFects fram equipment and fram distribution systems
connected to the equlpment {piping, ducts, and electrical).
B) Other load or dlspfacemenk inducing concfitians.
d. Forces on equ(pmer�t from loads specifled in khis Section.
9) Include effects af wind, snow, and icir�g loads where applicable.
2) Dasign for load combinations indicated in ASC� 7, unless Qt#�erwise
specified or indicated on the �rawings.
3) Seismic and wind loads: Far equipment ar�d tanks with weight that
varies based on the volume of contained material, determine anchor
forces to accommadate the full range of filled, partially filled, and
ernpty conditio�s.
3. Determine �arces and overturning mormen#s at equipment suppor#s and at
locations where suppar�s are anchnred to structures.
a. Ir�dicate sheat� forc� and assaciated axial force at each anchor.
4. �o not use friction ta resist sliding resulting from seismlc or wind fora�s.
a. l�esist sliding anly by direct appli��tion of sliding laads to fasteners as
bearing, shear, tensian, or compression forces.
5. Using combined shears and axial iorces at each ancf�nr, design at�chors and
arichor groups for ductile failure.
a. Ductile failure: Anchor yield befare fail�re af base material, typically
cancrete or• masonry, at the anchor.
6. Anchor selectian:
a. Provide anchors ty�e indicated on the Drawings.
b. Where anchors are not specifically indicated on the Drawings, s�lect in
accordance with the fallawing:
1) Anchars that resist seismie and r,vind farces:
a) Cast-in-place forged hex-head anchor bolt.
2) Anchors laad�d in sustained tension:
aj Cast-in-place forged hex-head anchor bolt.
3) Anchors for rec'tprncating, vfbrating, and rotating equiprnent:
a} Cast�in�plaee forged hex-head anchor bolt.
c• Do not use post-installed anchors, mechanical or adhesive, unless:
Design Crileria
01 81 6Q-8 1a3127' July 6, 2QZ3 - CQNFORMED
�nv:llCerWb�UoournentslTK:Fuit 1Norih+iQ�352-0bOR�Dl04 4eslgn+a4 Spec��CarUliG�01_�i_50 (Caniotmedj
1) Post-installed anchors are indicated on the Drawings; or
2_) Post-installed are approved by Fngineer prior to placement af khe
surrounding conerete or masonry.
d. Anchor diameter:
1) Sal�ct diameter so fhat holQ in base plate is not greater than
12� percent af the nominal diameter of the anchflr, nvr greater than
the diameter of the anchflr plus 114 inch.
7. i3etermi�e number, size, layout, and minimum effeckive embedment for
anchors.
a. Layaui includes anchar spacing and required distance[s) from anchor to
edge{s) of suppartin� concret� ar masonry.
b. Anchors in concrete: Design based on minimum specified 28-day
compressive strength, fc, as falkows, unless Qtherwise indica#ed on the
Drawings far the Wark area:
1) Cflncrete placed for this Work: f c= 4,504 paunds per square inc4�.
2) Existing cancrete in place prior ta this Work: f c= 3,04� pvunds per
square 9nch.
8. Prepare drawings showing construction details of anchor designs.
9. Submit d�sign calculations and drawings priar to placement of anchors, and of
the structural elements to which they wil! connect.
�ND D� SEC7IQN
Design Criteria �a�127 July 6, 2Q23 - CQNFORM�D
09 81 5q-9
p�a'1lC6Idq�Dotume=�Is�YJFoif ti'VorUti+20Q-052-0�90�0ld+l Uesign�04 Specs�Car614aro1_S1_50 (C4nfprmeUj
�EC�I�P� 03_1 �_fl 1
C��1CR�iE F�R�1���K
F�AR�° � G�R��RA�
1.0� SI�NV��RY
A. Section includ�s: Concrete formwork.
'l.0� ���r�i��P��ES
A. American Concrete Institute (ACI}:
1. 11 i- Specifications for i'olerances for Concrete Construction and �i�terials
and Commenfary.
B. NSF International tNS�}:
1. 6'f - Drinking Water System Components - Healt� Effects.
C. Underwriters Labaratpries (ULj.
1.�3 T��NYIRf�L�CY
{1, The words and terms listed below are not defined terms that require initial capital
I�t#ers, but, wY+en used iR this Section, have the indicated meaning.
1. Creen Cancrete: Concrete with less than 100 percent af the minimum
sp�cifi�d campr€�ssive strongth (i�).
�.oa �u��i����
A. Infarmation on prapased forming system:
9, Submit in such de#ail as khe �ngineer may require to assur� them5elves that
inient of the S�ecifications can be complied with by use of prop�sed system.
2. Alternate cambinations af plywoad thic�cness and stud spacing may be
submitted.
B. �orm release agenk. N5� 61 certifiication prepareci by NSF, Underwriters
L�bor�tories (UL) or other, similar, nationally r�cognized testing labaratory
acceptable to the �ngineer.
9.45 QUA�IiY R��URARC�
q, Quafifications of farmwork manufacturers: Use onfy forming sysiems by
�nanufacturers having a minimum of 5 years of exparisnce, cxcept as otherwise
spacified, or accepted in writing by the Er+gineer.
B. Regulatory requirements: Install work af this Section in accordance with focal, state,
and federai rsgulakions.
Concrete Forrnwork iO3'[27 ,iuEy 6, 2p23 - C�NFORI�lIED
D3 11 _07-1
�nv;f+C6rU'b�Do4umenlsrTX+Fod YJari�J206�152-Ot1000Q�i14 G+esiyn�04 SyEcs+Carolla�D3_11_07 (ConiwmetJf
��R�' � P��DU�Y'S
a.41 ��$ICaFo! �oR1� �"�Rr��R�19�A1�� CRIT�RII�
A. Design requPrements�
1. D�sign ofi concreke forms, falsewark, and �horing in accardar�ce with locat,
state, and federal regulations.
2. Design forms and ties to wi4hskand concreta prEssures without bulging,
spreading, ar il�ting ot forms.
�. PsrFarmance requirements:
�. Gonstruct forms so tha# finished concrete conforms to shapes, iines, grades,
ar�d dimension� indlcafed on the i7rawings.
2. It is intended that surface of concrete after stripping presents smaotl�, hard,
ar�d dense fnish that r�quires minimurai amount of fir�ishing,
3. �rovide sufficient number of fo�ms sa that the wark may be perforrr�ed rapidly
and present unifarm appearance ir� farrn patterns and finish.
4. Use forms that are elea� and free from dirt, cQnerete, and vther debris.
a. Coat with form release agent if required, prior to use or reuse.
�.@2 R�V�aR1Ui��C�'Uf��C1 �F�IY�
A, Forms; Buil{-up Alywood:
�. Built-up plywood forms may bs s�abstituted for prefabricated forming� systern
subject to fnllowing minimum requirements:
a. Size and material:
1) Use fuli size 4-foot by 8-foot plywood sheets, except where smaller
pieces are able to cover entire area,
2) Sheek constructinn: Seply plywood sheets, 3/4-inch nomir�ai, ma�e
wFth �00 percen# waterprodf adhesive, a�d having finish surface tl�at
is caated or overlai� with surface which is impervious #a water and
alkaline cafcium and sodiurn hydrpxide of cemen#.
b. Waies: Minimurn 2-inch by 4-inch lumber,
c. Studding and wales: Contain no loose knots and be free of warps, cups,
and bows,
g. ��rms; Steel or steel fram�d;
1. Steei forms:
a. �igidly constructed and capable of being braced for minfmum deflsction of
fir�ish surface.
b. Capab�e of providing finish surfaces khat are flat without bows, cups, or
dents.
2. Steel framed plywaod forms:
a. Provide forms that are rigidly constructed and capable of �eireg brac�d,
b, PFywood paneling: 5-ply, �!$-inch nomina! or 314-ir�ch nominal, made with
10� perce�k waterproof adhesive, and ha�ing finish surface that is coated
or overlaid with surfiace which is impervious to wa#er and alkaline calcium
and sadium hydroxide af cement.
Concrete Formwork
03 11 07-2 103 i 27
�4;ri�arcew+Qocume�isrrxt�o�[wQ�q�raoUn�z-0000��rn4 aes�q„�aa s„ec�rcaroiiaros_r�_o��conto�me�� July 6, 2q23 - CQNFORMED
C. Farm release agent.
1. Effe�tive, nan-staining, b�r�d-breakdng coating campatible with forrr� surfac�s
and concrete mixes usec4.
A. Form ties:
1. General:
a. Provide ferm ties for forming system selected that ara manufactured by
racognized manufacturer of concrete forming eguipment.
b. Uo not use wire ties nr wood spreaders of any form.
c. Pro�ide ties of type that accurately tie, iock, and spread #orms.
d. Provide form ties of sucf� design that whsn forms are remaved, they
locate na metal or other makerial within 1-112 inches of the sur#ace flf the
concrete.
e. Do not allvw hales in farms for ties to aHaw lea�cage during pl�cement of
concrete.
2. Cone-snap ties:
a. Cone-snap ties sha11 form a cone shap�d d�pression in the concr�te with
minimum diameter of 1 inch at tha surface of th� cancreto and minimum
depth of 1-112 fnches.
b. Pravide neopr@ne wat�rseal washer thai is located near the center of th�
cancrete.
3. Taper ties:
a. Neaprene plugs for taper tie holes: Size sv that after they are driven,
p{ugs are located in center third of waA thickness.
�. �ncidentafs:
1. �xterna! anglss:
a. Where nat otherwise indicated an the Drawings, provide w�th 3/4-inch
be�el, formed by �atilizing true dimensioned wood dr solid plastic ch�amfer
strip on walkways, slabs, walls, beams, calumns, and apenings.
b. Provi�e 1!4-inch be�el formed by u#ilizing true dirr►ensio�ed wood or solid
plastic chamfer strip an walkways, walls, and slabs at expansion, and
construction joints.
2, (�eyways: 5teel, plastic, or fumber treated with form rel�ase agent.
P1�R7' 3 �}tECUTI+bfV
3.01 �X�►�lFEAYI['�f�
A. Sit� �erif�cation af cnnditldns:
1. Do not place concrete untii forrrts have been checEced fpr alignmc�nt, fevel, and
strength, and mechanical ancf el�ctrical inserts or other emi�edded items far
correct lacation.
3,02 lWSi,���.Ai10N
A. Fvrms; Built-up plywood:
1. Studding:
a, Spaced at 16 inches or 24 inches on center.
Concrele Forrnwork q03127 July 6, 2D23 - CONFORMED
03 il_07-3
pw:llCaioi�pr�oCumen�SrT�Forltih�oiU��2p4A52�0�340t�010A Dc��yn�0� apeca�Casnlla�03_�t_O7 (Cuniormetlj
b• Closer spacing may be requir�d dependir�g upon s#rength requirements of
the forms, in order to pr�vent any bulging surfaces on faces of irnished
cancrete wark.
c, Install studs perpendicular to grain of exterior plys of plywoad s�eets,
2. Wales: Form wales of double lumber material with minimum size as speeified
in this Sectian.
3. Nu�nber of form reuses: �epends upan durability of surface coating or overlay
used, and ability to maintain forms �n condifian such that khey are capable of
praducir�g flat, smoath, hard, dense finis� or� concrete vuhen stripped.
B. Forms: Ste�f or stesl fram�d:
1. Steel forms:
a• Adequately brace forms for minimum deflectior� of �nish surfa�e.
�. 5teel framed plywood forms:
a. Rigidly canstruct and brace with joints fitting closely and smaothly.
b. Nurnber of form reuses: Depends upon dura�ility of surtace coating or
overlay used.
3. Built-up plywood forms: As spacifQd in this Saction may be used in
cvnjunction wifh stee! forms or steel framed plyvuood forms for special forming
conditions such as cprhels and forming aro►�nd items whicf� will praject #hrough
forms.
C. Form bracing and alignment:
1• Line and grad�: Limif de�ia#�ahs to toferances which will permit proper
installatioR of structural embedded items or mechanical and electrical
e�uipment and piping.
2. Formwar�t:
a• Securely brace, support, tie d�wn, or otherwise hald in place to prevent
movement.
b, Make adequate provisions far uplift pressure, la#eral pressur� on fiar�ns,
and deflection nf farms,
3. Whe� secand lift is pfaced on hardened concretQ: Take special precautions i�
torm work at top of ald lift and bot#om af new lift to prevent:
a. Spreading anci ver�ical ar horizontal displacement of forrns.
b. Grout "bleeding" on fir�ish cancrete surfaces.
4. Pipe stubs, ane�ar bolts, and oth�r �mbedded items: Set in forms wher�
required,
5. Cracks, openin�s, or offsets at joints ih �{ormwork: Ciase those that are
1118-inch or larger by tighkening forms ar by fifli�g with aecepta�fe eraek filier.
p. Farms:lncidentals:
1. Keyways: Construct as indicated on the Drawings.
2. Reentrant angles: May be left square.
3. Level strips: Install at top of wall concrete placeme�ts tn maintain true fine at
horizontal construction jaints.
4. fnserts:
a, Encase pipes, anchor bolts, ste�s, reglets, castings, and o#her inserts, as
ir�dicated an the Drawings or as required, in cor�crete.
5. Pipe and conduit penetrakions:
a. Instaif pipe and conduit in structures as indicated on the Drawings, and
seal with materials as specified in Section 07_92_DQ - Jpint Seafants.
Concrete Formwork
0�_71 07-4 iO3'f27 July 6, 2p23 . CONFOFiMED
p�v:r�Carclbrliocum�tiSsrTK{Fo�t tiNoip�+2QQ452-0l�pDt10�0d Oesigr�f04 5p9c5+Carpllq�03_i t_p]' {CopfprmetlJ
�. Form release agent:
1. Apply in accordance with manufacturer's instructians.
F. Form ties: .
1, Cone-snap ties; Tie forms together at naf more than 2�foot csnters vertically
and horizontally.
3.(13 ���IU� RE�fl�I��►!�
A, G�neral:
1. Keep farms in place, as specified in the follawing paragraphs, to provide cur�ng
and ko proteck concrete s�arfaces ar�d edges from damage.
1. Immediately afker farrns are remaved, carefully examine concrete surFaces,
and repair any irregularities in surfaces and finishes as specified.
�. Farm removal:
1. Da nat remove forms fr4m cancrete which has been placed when autside
ambient air temperature is beiow 50 degrees Fahrenheit until the foflowing
conditians are satisfied:
a. Concrete has suffiicient sfrength ko allaw form removal without damage to
surfaces.
a. At least A8 haurs have elapsed since the end of concr�te plaeement.
b, Provis}ons are in placa to maintain maist�re fnr curing concrete, and
temp�rature at or above the r�qUlred minimum curing temperature
specified.
2. Vertical farms:
a. Retain in place for a minimu�'n of 24 hours after cflncrete is p�aced.
b. If concrete has sufficient strength and hardness t� resist surFace or other
�amage after �4 hours, farms may be removed.
3. Other forms supporting concrete, and shoring: Retain �n place as follows.
a, �ormed sides of footings: ?_4 hours rnifiimurn.
c. Formed vertical sides ofi beams, g[rder5, and similar rnembers; 48 haurs
minimum.
b. Forms befow slabs, beams, and girders: Until cancret� strength reaches
specifi�d strength f c or until shoring is insialled.
'� ) Shoring for slabs, beams, and girders: Shore unkil concrete strengkh
reaches minimum specified 2�-day comp�essive strength.
�.a� su���c� ���Ai�� ��� �i�i�����
A. Imm�diately after forms are removed, carefully examine concrete su�faces, and
repair any irregularaties in surfaces and finishes as speci�ied in Section 03_30_OQ -
Cast-in-Place Concrete.
B. Form ties: Remove form ties from surFaces. Fiil tie holes as follaws:
1, Remo�e form ties from surfaces.
2, Raug�en c�ne shaped tie holes by heavy sandblasting before repair.
3. Dry pack cane shaped tie holes with dry-pack mortar as specified in
Seetion 03_6Q_q0 - Groutir�g.
Goncrete Farmworlc 143127 July 6, 2028 - CONFORM�n
D3 11 _07-5
p�v:l�Car�9broocume<�IsITXIFo�t tin�arUti+2pG452-000009�d4 DeS�yn�Oa SpacsrCara[Iaf03_{ L47 (Caniormed)
4. Tap�r ti�s:
a. After fiorms and taper ties are rerno�ed from wall, plug tie ho�es with
neoprene plug as follaws:
�} Heavy sandblast and then clear� tie holes.
2) After cleaning, drive nooprene Alug into each of taper #ie �ales with
steel rvd. Final loca#ion of neoprene plug shall b� in c�nte�r third of
wall thickness. Bond �eoprene plug to concrete with epoxy.
3) Locate steel rod in cylindrical recess and against middle of plug
during driving.
a) At na tfine are plugs to be driven on flat area outside cylindrical
recess.
b. Dry-pack of tap�r t+e holes:
1) After instafling plugs in tie ha�es, coat tie hole surFace w�th epoxy
bonding a�ent and fif! with dry-pac�c mortar as specffied in
Section 03 60`00 - Grouting.
a) Place dry�pack rr�artar in I�ales in layers with thickness nat
�xce�ding tie hola diameter and heavily compact each lay�r.
b} Dry-pack #he outside of thQ hale no saoner than r days af#er the
fnside of the hale has been dry pacEc�d.
c} Wal) surFaces in area af dry-packed tie V�oles: Ort the water side
of wafer containing structures and the outside af beiow grade
walls:
(1) Cover with minirnum aE 10 mils af epoxy gel.
(2..j Provide epaxy ge! caating on wa�l surfaces that extend
minimum of 2 inches past dry-pack mortar filfed tie holes.
(3) Pravide finish surFaces that are fr�e from sand streaks or
other vaids,
3.Q5 i����lr4NCc�
A, Finished concr�te shall conform to shapes, lirtes, grades, and dimensions indica�ad
on the �rawings.
B. Construct work within the tolerances in accordance with ACI � 17, exc�pt as
modified in the follow(ng paragraphs or as indlcated on the Drawings.
1. General:
a. At certain locatians in the V11ork, tolerances required far equipment
placement and operafion may be more restrictive than the general
tolerar�ce requirements of this Sectian,
b. Con�rm c�quipmenf manufacturers' required tolerances for loc�tion and
op�ration of equipment that will be installed, �nd construct concrete ta
satisfy those requirements.
2. Slabs:
a. Slvpe: lJniiormly sloped ta cirain when slope is indicated on the Drawings,
b. Slabs indicated to be level: Navg maximum vertical deviation of 118-inch in
'�0-foat harizontal lengkh withaut any apparent changes in grad�.
3. Ins�rts and embedments:
a. S�t inserEs and embedrnents ko tolerances required far proper installation
and operation of equipment or sysferns to which insert pertafns.
Concrete Formwork
03 11 07-� 103127 July 5, 2023 - CONFpF�M�D
p�v:RCaiNWlQocumer�Is�TKeFat ►'Jor�h+20�+152-0AUOp0�04 D�s�gntp4 Speas+Carolla�03_1 �_07 (Con�cxmetl)
b. M�aximum toierances: As failows:
item
Sleew�s and inserts
Anchvr bolks:
ProJected ends
F,xiai alignment
Setting Iocation
AH embedments
c. Securing embedded items in farrnwnrk
reinforcement is nat permitted.
Tvlerance
�lus 118 Minus 118 inches.
Pfus 114 Min�s 0.0 inches.
Nat more than � degrees aff the
axis indicated on the Drawings.
Pius '�116 1Ainus 1116 inches,
Minimum 1 inch clearance from
reinforcing steel.
by wiring or �relding to
C. Remove and replace work fhat daes not conform to require� tolerances. Procedures
and products emplaye� in and resulting from such repwork shall be accepkable to
ihe Engineer.
E�1D OF SECTION
�
�
Cancrete Fotmwork
03 11 _Q7'-7 1 Q3127
a���:trCaidks+0acumeflSs+Tli+Foi� VJoflh+200452-0OUO�flIOA Oss+�n+0a Specs�Casa14a�03_� i_07 (Can�ameUj
Juty G, 202� - CONFORMED
��Cii�N 03_2� UO
��{��RET� R�IPI�ORGiNta
���� '1 C�Ei��i�A�
1.01 �U�R�A�i�Y
A. Section includes:
1. Reinfarc�ng bars.
a, Carban steel.
2. 7hread bars.
3. Bar supports_
4. 7ie wires.
'5.0� ���CR�r�C��
A. American Concrete institute (ACI}:
1, 318 -�uilding Cade Requiremer�ts far Structura! Concrete and Commentary.
2, gp-6g - ACI Detailing Manual.
Ei, Americar� Iron and Steel lnstitute (AlSI}.
C. Amerie�n Welding Soc+ety (ArNS}:
1. D1.4 - Strue#ural Wolding Cod€ - Reinforcing Sto�l.
D. ASTM internatianal(ASTM):
1. A493 - 5tandard Sp�cification for 5kainless Steel Wire and Wire Rods for Cold
Heading and Coid Forgir+g.
2, AB15 - Sta�dar� Specificatior� for Deformed and Plain Carbon StBel Bars far
Concrete �einfor�ement.
3_ A705 - Standard 5pecificafion for Low-Alfoy Steel Deformed and Psain Bars far
Cancrete Reinforeement.
q�. A102� - Standard 5pecification for aefarmed and Pfair� Stainiess 5teel Wire
and Welded Wire �abric for Concrete Reinforcement.
E. Concre#e Reinforcing Steel Institute (CRSi):
1. Manuai of Standard Practice.
1.03 ���IP�f1�IDi��
A. Architectural Conc�'ete: Cancrete surfaces that will be exposed to view in the
finished wor#�.
1. Additianaliy, for purposes of this 5ection,includes:
a. Concrete surfac�s that are designated to receive paints or coatings.
b. Expased concrete in open basins, channels, and simiiar fiquid cflntaining
siructures:Surfaces shall be considered exposed to view if 3acated above
a line 2 feet below the normal �perating water surface elevation in that
stEucture.
Concrefe Reinforcing �Q�127 July 6, 2a23 - CONFORMED
03_20_00-1
�v:r7C�iu� ��+Rocurnenls+7KfFort 1'�arp�+2�4A52-0POOOOrOd Des�9n+04 Spees�Carollq�p3_7D_Od (Coulnrmetl)
g. �ars: Reinfarc�ment or reinforcing bars as specffied in this Section.
C. Evaluation Report: Repor# preparec! by 1GC-E�, or by other testing agency
acceptable to the �ngineer and to the Building QfFicfal, that documents testing and
rev�ew af a product to cor�firm that it camplies with the requirements of designat�d
ICC-ES Acceptance Criteria, and i#s acceptance fior usQ ur►dsr the Building Code
Requirements.
�. Give Away Bars: Reinforcing bars that are not required by the Contract qocuments,
,�ut are insta!!ed by the Contractor to pro�ide supporf for the required reinforcing
t�ars.
�• Wire SupporEs: Metal reinforcing supports constructed of steel wire as specified.
lncfudes individual high chairs, continuous high ehairs, bolsters and other similar
confgurations and shap�s.
1.0� SU�1{�I�i�LS
A. General:
?. Suf�rr�it in accordance with Secti�rr 01 33 OQ - 5ubmittal Procedures.
2. Changes ta reinfarcement in Contraci Documenis;
a. Indicate in a separata letter submitt�d with shop drawir�gs any changes to
reir�forcernent indicated on the Drawings or specified,
b. 5uch changes will not be accepfable unfess Er�ginQer has acc�pted ihem
in writing.
B. Product data:
1. �ar supports:
�. Wire bar supports:
�) Schedule of support materials to be provided and Eocations of �use.
k�. Precast concret� bar supports �"dobies"):
1) Manufaeturer's data indicat�ng co�rnpression strength af concrete and
con�rming dimensin�s and thickness(es),height(s) to be provided %r
each location where us�d,
C, Shap drawings:
� , R�infarcement shop drawings:
a. Submit drawings shawing bending and placement of r�inforeement
required by the Contract Dacuments.
b. Cleariy indicate structures or portions af structures covered by each
submittal.
�) Submit reinforc�ment shop drawings for each structure as a
compiete package, S�bmittals addressing only a portion of a
s#ructure wiH be rejected end returned without �eview, unless such
preseniation is accepted by Fngineer in adv�r�ce.
c, Shop drawings shali cvniorm to the recomrnendations of the CRSI Manuai
of Standard Practice and ACI SP-66.
d. L1se the same bar id�nti�icativn marks on bending detail drawEngs,
placer�en# drawings, and shipping kags.
Concret� Re�nfarcir�g
03 2� 00-Z 1 Q31 z7
�nv:ricaiaia+�ocurnen�srrxrForttmor�,rza�5a-0UoaoUrunoes�gnroa spac�r�a,���a+o�_2p_p0 ��nrormed) July 6, 20�3 - CONFORMED
e, Submittals consisting soiely of reinforcing bar schedules, with�ut
accompanyi�g placement drawings, will not be accepted unless accepted
under privr written agreement with �ngineer.
2. Reinforcement placement drawings:
a. Clearly show placement oi each bar listed in the bill of ma#erials, inciuding
additivnal reir�forcement ai corners and openings, and othe�- reinforeerr►$nt
required by dekails in the Contract Documents.
p. Clearly identify locatians of reinforcemer�t with coatings �e.g., galvanized
or epoxy) and with yEeld strength ather than ASTM A615, Grade 60.
c. Show anchor bolt locakions based an anchor bolt templates for appraved
equiprnent.
d. Show splice locations.
3. Reinforc�ment fabrication drawings:
a. If bend types or nomenclature differs from that recommended in the CRSI
Manual of Standa�d Practice, provide detaiis showing bend types and
dimenskanal desig�akians.
Clearly identify r�inforcement with coatings and rrvith yield strength other
than ASTM A615, Grade 64.
D. Samples {when requested by Engineer):
1. Bar suppartslwire reinfarcement supporfs: Samples of each type of chair and
balster praposed for use. Submik with letter stating where each type will be
used.
2. Precast concrete bar supports: Samples of each type af precast support
proposed far use. 5ubmit with letter sta#ing where each wili be used.
E. Test repnrts:
1. Cer�ified copy af mill test for each steel used. Show physica�l properkies and
chemieal analysis.
a. Mifl test reports may be submitted as recard documents at the time the
reinforc�ment from that hQat of staol is shipp�d to the sito.
b. In such cas�s, submit co�t'rficatas und�r tho sf�op drawing submittaf
number with the leiter "R" (for record date) appended io the end (e.g., af
the reinforcemer�t was submitted as 03 20_QO-OQ2-1, defiver the
associated milf certifieate as submittal 03_��}_00-D02-9 R}.
F'. Manufacturer's instructions.
G. Speciaf procedur�s:
1. VIlelding procedures canforming to AWS D� .4 for reiniarcement to ��e fiefd
wefded.
a. Pracedures qualification record,
H. Qualificakians staternents:
1. Welder qualifications.
�Closeout doauments:
1. �ield quality control and inspection re�or�s.
2. Fiel+d quality assurance special inspection and testi�g r�ports.
Concrate Rei�farcing ���127 July 6, 2023 - CORiFORMED
03_20_0�-3
p�y:kCe�dblpocun�enlsfTXIFUA 1'JoiE�i�200�i5k-c1D00L�d�NA Dr�.�gn�64 SpecS.+Carolluro3_20_W (Cantorme�iy
�.Q� ��LIlI�RY, �TORAt��, ��� H,����,li��
A• P�cking ar�d shipping:
'�- qefiver bars bundled and tagged with ider�tifying tags.
B, Acceptance at site;
'�. Rqinforcing bars; DelivQr r�rinforcing bars �ackirag grade identification marEts
with letier containing manufactursr's guarantee of grad�.
'i.0�i ��Ca4J�R�GI�f� �4R1� S�b�L��LlRI�
A. Bar suppor�s:
9. Uo not place concrete un#il samples and praduct data for bar supporks ha�e
been accepted by �ngpneer.
PARi 2 �Fi���IGY�
a.a� ��s��� ��r� ����a������ c�ir����
A. The drawings contain notes describing the size anc� spacing af reinforcemenk and its
pl�cement, deiails of reinforcemer�t at wall car�ers and intersectlons, artd d�tails of
extra reinfo�cement araund openings in concrete, ancf ather related information,
2.02 R��i�Rldb�
A, Reinforcing bars:
1. Provide reinforcement of the grades and quali#y specified, fabricated from new
stock, fra� fram excessive rust or scale, and tree from uninter�dad b�nds or
o#l��r defects affecting its usefulness.
2• R�inforcing bars:
a. A5T'!VI A615 Grade B� deformed bars, inciuding the following
requirements.
'�) Actual yield strength based an mil tests of reirtforeemenk provided
shall not exceed the minirr�um yield strength speciFied in this Section
by �mare than 18,p�0 pounds per square inch,
2.) Rafia af actual ultirnate tensile strength tv actual tensile yield strength
shall r�oi be fess than ?,25.
3. Reinfarcing bars designated ar required to be welded:
a. Low-allay, ASTM A706 Grade 60, deformed bars.
B, �ar supports:
1. Wire supports:
a. AN stainless steel bar supports;
'!) Conforming to CRSI Manual of Standard �ractice recomm�ndations
for types and d�tails, but custom fabricated entirely from stainless
steel rrvire cnr�forming to ASTM A493, AISI Type 316.
Cancr�le R�infor�ing
f}3 20 (}0-4 103127 July 6� 2023 - CONFORM�D
p�v �1CarWlo�i?oCumenl5lTKfFer1 SNo�Ut+20�3S2-0AQOi�Fllp4 Dss�yn,'04 SpecstCarallar03_20_DD (Corifprme�J�
�
3.
4.
b. 5tainless steel protected bar supports:
1) Canform,ing to CRSI Il�anual of Standard t'ractice Class 2, Type B,
and cansisting of bright basie wire support fabricated #rom
cnld--drawn carbon steel wire with stainless steel ends attached at
the bottom of each leg.
2) Stainiess steel wire ends shall eonform to AST�+11 A493, AIS!
iype 316 and shail extend ak least 31�4 inch inward �ram khe formed
sur�ace of the concrete.
c. t3right basic wire bar supports.
1} Conf�rming to CRSI Manual if Standard Practice, Class 3.
Plastic supports:
a. Manufacturers: The faAowing or equal:
�! ) Axtec Concrete �ccessories,
�eformed st�e{ reinforcing b�r supports:
a. Fabricated af materials and to CRSf details recammended for typical
reinfarcement embedded in concrete and bent tfl dimensions requtred to
provid� sp�cifigd clearances and cancrote cov�r.
Precast concrete bar suppor�.s ("dabies"):
a, Pr�-rnanufaciured, precast concrete bloc�s with cast-!n annealed st�el
wires, 16-gauge ar heavier.
b. Compressian strength of connrete: Equa4 to or exceeding the compression
strength of the surround�ng concr�te.
c. Block dimensions:
1} Heigt�t to pro�ide sp�cified cor►crete cover.
2) Footprint nnt less tY►an 3 inches by 3 inches, and adequate to support
,he weight of #he r�inforcement and maintain specif+ed concrete
cover witf�out settling intQ the underiying surface.
C. Tie wires:
1. GQneral use: Black annealed stee� wire, ��-gauge or heavier�
D. IlVelded wire fabric reinforcement:
'i. Material:
a, Carbon skeel cor�forming to ASTM A� 064.
2. Provide welded wire reinforcement in flat sheet form. Roll�d wire fabr+c is �ot
permitted.
3. Fabric may be used in place Qf re9nforcing bars i� accepted t�y Engineer:
a. Provide welded wire fabric having cross-sectional area per linear foot not
less than the crass-sectional area per linear fnot af reinforcing bars
indicated an ihe Drawings.
2.03 �'�•�F�i�l�il0�
A, Shop fabrir.�tion and assembly:
1. Gut and bend bars in accardance with provisians of ACI 3�8 and the CRSI
N9anual of 5tandard Practice.
2, Bend bars cold. Use bending collars to develop the recommended bend
radius.
3. Provide bars fr�e fram defects and kinks and fram bends not indicated on ih�
[7rawings.
Concrete Reinforeing 103927 ,1uEy 6, 2023 - CONFORMED
a3 20_Oa-5
{nti:l+CeodW�LWeuntenls�7XfFoit 1NoiGJ2A��52-01�460G104 Ues�s�nf0� SpeCs�+CaroYIW�Oa_20_04 (Goniorme�il
4. Circumferen#ia! and radiused refnforcement: RoN to the radius required for its
location in th� structure �efore ins#allation.
P��� 3 ��t��liT'I�W
3.0�9 �XAi�li�l��'IOR
3.0�
3.�3
A. Verifieation of conditions:
9, R�ir�farcing kaars and welded wire reinforcement:
a. Verify that reinfor�ement is new sto��t, free fr�m rust seale, 9oose mill
scafe, excessive rust, dirt, oil, and other caatings khat will adversely affect
bonding capacity whten placed in the Work.
2• Welded wire fabric:
a. Verify that sheets are not curled or kinked before �r after installation.
PR�PARi4Ti@P�
A. 5urface pr�paratian:
1. Reinforcing bars � uncvated;
a. Glean reinforcement of concrete, dirt, ail and ather coatings khat will
adversely affect bond before embedding bars in subsequent concrete
placemvnts.
b. Thin coating of red rust r�sulting from short exposure will not be
conslder�d objectRonable. Thoroughly c�ean pars having rust scale, loose
mill scale, or thick rust coat.
c. Partially embedded reinfarcement: �temave cancrete ar other deleterious
coatings from dowels and other projecting bars by wjre brushing or
sandblasting before bars are embedded in subsequent cancrete
placements.
�AIS�ALL�iION
A. Reinforeing bars: General:
1. Fiefd-cuttir�g ot reir�forcing bars is nvt permitted.
2. Field-bending of reinforcing t�ars, including straightening and rebending, is nat
parmitted.
B. Placing roinfiorcing bars:
1. Accurately place bars to me�t pasition and cover requiremertts indicated on
the D�awings and specified, Secure bars in position.
2. Tolerances for placement and minimum concrete cover: As list�d in Table 1,
1"able 1 - �teinforcement Placing "folerran�es
IU�embe�
5iabs, beams, w�Ns and eolumns except
as noted below:
90 inch�s khic{c and Isss
Ynlerance on
Reinforcemen4
Locafiion t'►
± �18 inch
iolerance an
Minimum �nnc�e�e
C�e�er �'���
- 3/8 inch
Cor�crete Reinforcing
03 20 00-6 103127 July 6, 20�3 - CONFORM�Q
p�v:ll�arc'`orQo�umentsrT!(f�orl tiNo�lhr�ppq�g-0004001D�1 Desiyn104 5pac4+Caralla�0�_2c}_04 (Ca�iwn�etl)
T��le '� - Reinfopeemenf Piacing Tolerances
7�f�ranee ar� 7�le��nce on
�Ilemb�r R�infa�rcemeni i�lnimum Concrete
Loca�ion {�7 Co�+er �'�Z�
Mo�e than 1 q inches thick •� 1/2 inch - 112 inch
Formed soffits: As nated ab�v� -114 inch
Lor�gitudinal location of f�encis and ends
of reinforcement:
Canditions not listed 6elaw: � 2 inches - 912 incf�
At discanitnuous er�ds of ���� �n�h - 1!4 inch
brackets an� corbels �
At discontinuous ends of +� E��h -'�12 incf�
ather members: —
Notes:
(1) �r indicates "plus or minus;" - indicates "minus;" � indicates "plus.�'
(2) 7ulerance on caver is limiked as noted, but decrease in caver sha11 not exceed one third
of the minimum caver indicated an the Drawings.
3. 5pac�ng oecvueen oars:
a. IIJ�inimum clear spacing bet�veen bars in a layer:
1) As fndicated on the Drawings, bu# not I�ss than the larger of
1,5 times the har diameter ar 1-�12 �nches.
b. Minimum cle�r spacing between bars in 2 or� mare �arallei layers:
1) Place bars in upper fayers directly above bars in �ower layers.
�) Minimum spacing between layers: As indicat�d on the Drawings, but
not I�ss than the larger of 1,5 tim�s the bar diameter ar 1-112 inchEs.
c. Limits on minirrium clear spacing between bars also applies to #he clear
spacing between a lap splice and the adjacent bars andlor lap splices.
4. Lap spllces for bars:
a. Lap splice locatlons and lap splice lengths: as indicated on the Drawings.
WF�ere lap ler�gths are not indicated, provide in accordance with ACI 318.
b. Unless otherwise specifically indicat�d an the Drawings (and noted as
"non-cont�ct lap splice"), install bars at lap spiices in cantact wlth each
other and fasten together with tie wire.
c, Where bars are to be iap spiiced at concrete joints, ensure that bars
project from the first concrete placement a le�gth equa! to or greater ihan
rrjinimum lap spliee length indicated on the Drawings.
d. Stagger lap splices where indicated on the Qrawings.
e. Where lap splice lengths are not indicated on the Drawings, provide lap
splice aengths in accordance with ACI 318.
Cancrete Reinfflrcing
03 20_00-7 103127 July 6, 2023 - COIVFORMED
�v:kCeiU.o+QocunrenlsrTlCiFoi1 YJa�Uti�200+152-04090Qr04 Des�yn�04 SFeas�Caraltu�33_2t1_00 (Coniwmer4j
C. Reinfarcing supparts:
1. P�avide supporks of sufficient numbars, sizes, and locations to maintain
conc�ete cvver, to prevent s�gging and shifting, and to su�port loads during
constructian withaU# displacement and wifhaut gouging or indentatior� in#o
forming surfaces.
a. Quantities and lacations of supports shall not be less than those indicat�d
in ACI S�'-66 and the CRSI Man�aal of Standard �ractice.
2. Do not use brick, concrete rnasonry units, concr�te spalls, rocks, wood, or
slmilar materials �or supparting reir�forcement.
3. Da noi use "give away bars" that have less cover than that required by the
Contract Doc�ments. Do not adjust the lacation �F reinforce�nent require� by
the Cantract Docum�nts ta provide cover for giv� away bars.
4. Pra�ide bar supports of height requir�d to maintain the clear cor�cret� cove�
indicated on the Drawings,
5. Pravide bar supports at formed �ertical #aees to maintain the clear concrete
cover indicated on the �rawir�gs.
6. Schedule of r�infor�em€�ni suppar� materials: �rovide bar supports as
indicated in Tabl� 2.
T'able � � Reinfvrcement Sup�oart {�+paierials
��s� �oc�tior� P�A�terial
a• Cancrete placed aver earth and concrete Precast concrete bar supports.
sea! sfabs ("mud mats"):
b. Concrete placecf against farms and Afl stainless steel bar suppor#s.
�xpos�d to wa#er or wastewater pracess
liquids (whetF�er �r r�ot such concr�t�
received addition�l linings or coaiings};
c, Concreto placed against forms and StainlQss stoe{ protected bar suppa�ts.
�xposod to Qarth, weat��r, �Ffli�UB�1#
washdown, or groundwater in the
finished worEc
d. Concrete placed against forms and 5tainless steel protected l�ars supports,
expased ta interior equipmenllpiping
areas �r� the finished w�rk
�. �etween mats af reinforc�ment, and fully Bright basic wire bars supports, or
embedded wfthin a cancrete member deformed ste�f reinforcing bars.
D. Tying of rein�orcing:
�. Fast�n reinforcement secureiy in place with wire ties.
2. 7ie reinforcerner�t at s�acings su�ficient to prevent shifting.
a. Provide at least 3 tles in each bar length. (Do�s nat apply to dow�l lap
splices or to bars sharter than � feet, unless necessary for rigidity).
3. TEe slat� bars at every intersection around perimet�r of sEab.
4. Ti� wall bars and slab bar intersections other than around perimeter at no# less
th�n every fourkh intersectiQn, bu# at r�ot more fhan the spaeing indieated in
7able 3;
Coner�t� Reinfarcing
03 Z� On"$ 'f03i27 JUly 6, 2U23 - GONFpRMED
p�u;lt��rdlol6oeumen�rTxrFort Vdorp,+ppp�S2-0fl00DQlD4 Desigr�rOA SpeaS�Caralla�08_2�_C4 (Cpr�iame�lj
T�ble 3 d��ximum �p�cit�� of T[e 1d�[�es �o� Reinforeemenf
��r Size
Sl�b �ar �pacing
{inche�)
60
V��fl f��r Spa�ing
(inche�)
� 48
Bars Number 5 and Smailer
Bars Number 6 thraugh Number 9
Bars Number 10 and Nurnber 11
.�
120
.�
�•
5. Aft�r tying:
a. Bend ends of wires inward towards the center of the concreta s�cfion.
N9inimum cancreke cover for tie wires sha11 be the same as cover
requiremQnts far reinforcement.
b, Remove tie wlre clippings from inside forms before placing cancrete.
�. Welded wire fabric r�inforcemenk;
'l. Install only where indicated on the Drawings or accepted in advance by
Engineer.
2, install necessary tie wires, spacing chairs, and supports to ke�p welded wire
fabric at its designated positEon in the con�rete section while cancrete is being
placed.
3. StraightEn welded wire fabric ta make sheets flat in the Work.
4, po riot allow wire fabric ta drapo betweer� supparts unless suc1� a canfiig[aration
is specifically indicated on th� Drawings.
a. lf fab�ic is displaced during piacement of concreto, make provisians to
restor� it to the designated location using methods acceptable to
Engirieer.
5, Bend welded wire fahric as indie�ated an the []rawings or required ta fit Work.
B. Lap splice welded wire fabric as indicated an the Drarrvings.
a. If lap splice length is nat indicated, splice in accordance with ACI 318, �ut
not less than 1 112 caurses of fabric of 8 inche� minimum. Tie faps at
�nds and at nat mare than �{� inches on center.
�. Welding reinforcing bars:
1. Weld r�infarcing bars only where indicatec� on the Qrawings or where
accepta�ce is received �rom Enginee� prior to welding.
2. Perform welding in ac�vrdar�ce with AWS D1.4 and welding procedures
accepted by Engineer.
a. Conform to requirements far minimum preheat and interpass
temperatur�s.
3. Submit:
a. Welding procedures specification.
b. Proced�res qualification record.
c. Welder qualificatian test recard.
4. Do not tack weld r�inforcing bars except where specificaAy indicatedl on the
Drawings.
3.0� �I�Ld C�UA�fiY C�PlY��L
A, Provide quality control far the Work of this Section as specified in Section 01 45_00
- Quality Cvntrol.
Conerete Rein(orcing 103127 Juiy 6, 2023 - CONFORMED
o��.zo_oa�
p�v�l7Cardb+Dacume�ls�XlFuit 1Norin+2�0�52-0060t1910� Deslgn�pa 9pecs�Ca�al1a�43_�_0� (CarEformed)
Q. Field inspections an� testir�g:
�. Submit records af inspections and testing t� Engineer in efectronic format
within 24 hours after carnpletior�.
3.�� �I�LR QllA�l7Y �S�URAPtC�
A. Provide quality assurance as speeified in Section 01�45��0 _(�uality Cantrol.
B• Specia! insp�ctians and tests:
'�. Provid� as required by Building Cod� Requirements.
2- Frequ�ncy of ins�ections:
a. Unless otherwise indicated on the Urawings or in this Secfion, provide
periadic special inspection as required by the Building Code
Requirements.
3. P�reparatinn:
a. Rev�ew �rawings and Speeifica#ion for t�e VIlork ta be a�served.
b. Review approved submittal sand shop drawings.
4. lnspectians: Special inspection shaN include, but is not limited ta, the following
items.
a. Roinforcamont: GenQral;
'�) Type (matorial) and location of reinforcemenf supp�r�s,
2) B�r materlallstQel grac�e and bar size.
3) Location, placement, and spacing af bars,
4) Clear car�cret� cover over reinforcement.
5) Lap splia�: Location and lap t�ngth. �ars withi� tolerar�ces for cantact
(unless non-contact splice is indicated on the Drawings).
6) Bar hoaks and development lengths ernbedded within cor�crete
sections as indicated on the �rawings.
7j ReinforGement tired in positi�n ar�d tie wire legs tu�ned inward toward
the center of #he concfiet� section,
b. Reinforcerr�ent: Welding:
1) Inspector qualificatian and inspections shali be in accordance with
the rvquirements of AWS D1,4.
2) Provide periodic inspection for:
a� Weldability of reinforcement other than AST'f'vl A706.
b� Single pass fillet welds with thic�Cness less than or eq�aal to
5l16 inch.
3) Provide continuous inspection for:
a� Other weids.
b) Welds at mechanical reinfdreing bar co�plers and end anchors.
4} In additian to visual inspection, Owner may inspe�# reinforeing bar
welds by nther methads, including radiagraphic inspection.
5. Recards af inspectians:
a. Provide a written record of each inspection tasing foTms aeceptable ta fhe
�ngine�r and to the Buifding Qffici�l.
b, Submit electronic copies of inspectian reports to Engine�r wit�in 24 hours
aFt�r corr�pletiorr of inspecfions.
Concrete Reln#orc�ng
03 2Q D�-10 103127
pw�IlCaiWb�Docun�en4s�T7(1FortY4orlh+2flUA52-0090a0'04{�eS�gnIQ48pecsrCarallar43_24_0�{Canlarrnc�i) JUIy 6. 2Q23 - CpNFORMED
3.06 �DP����W��FtRlIINC 1d4��Rk�
q. Befvre placing concrete, adjust ar remove and re-instaN reinfarcement ta canform to
the requirements of the Contract nocuments.
END OF SECTION
Conarete Reinfarcing �p3127 July 5, 2023 - COiVFOR1��D
03_2p_00-11
�n�eflC81o6btDoGunlenls�TXlFoit �br11J204452-0OA009f0d Desi}n�D4 Speo�+Carolla'43 20_00 (C4n4orme�lj
�EC�'l�P� �3 21_'17
dDH�SIVE���N��� R�IPIFf�R�iPIC �►4R� �W� �L� �bRI��D R��lS 1N C��1�Ft���
�Ae�i 1 (3EP��R�+L
9 A°i �l�IV4�i9�,RY
A. Soction includes; Bonding reinforcing bars and al1 thread rads in concrete using
adhesiv�s.
�.a� �������a���
A. American Concrete Institute (ACI):
1. 355.4 - QualifEcation of �'ost-Insta�led Adhesiv� Anchors in Concrete and
Commer�tary.
B. American National Standards institute tANSf):
9. Standard B212.15 - Carbide Tipped Masonry Drills and Blanks far Carbide
iipped Masonry Drilis.
C. RSl fVll :nternatianal {ASTM):
1. C88'f - Standard Specificatian for Epoxy-Resin-Rase Bondin� Systems for
Goncrete.
2. E�488 - Standard Test Mekhad for Strer�gth of Anchvrs in Concrete Elements.
D. Cancrete R�inforcing Stee! Institute �CRS!).
E. ICC Evaluation Service, 1nc. (ICC-ES):
9. AC308 - Acceptance Griteria for Posk-Insialled Adhesive Anchars in Cvncrete
Elements.
F. 5ociety for Protecti�e Coatings (5S�'C}:
1. SP-1 - 5olvent Clea�ing_
°4.03 ��FIPfi�'I�i��
A. Evaluation Service Repart (E5R}: Report prepared by iCC-ES, or oiher testing
agency acceptable tn Engineer and to the �uilding Official, that documents testing
and review of a prQduct to canfirm that jt camplies with #he requirements of
designated ICC-�S Acceptance Criteria, and to document its acceptanGe for use
under the BuHding Code Reqt�ir�ments.
1.d4 S��fNI��'��,�
A. Product data: 7echnical daka for adhesives, including:
1. Manufacturer's printed installatian instructions (MPII).
Adhes�ve-Bonded Reinfarcing Bars and Atl Thread Rods in Concrete �u� � 2QZ3 _ CnNFORM�D
03_21_17-1 103127 Y
p�v'NCard�(3ocun�en15�7X+Fo�l4h+o��J2D0452�00Rp60iO4 Oes�gn�flh Specs�Carollaf03_7t_17 {G9n�a�me�ij
2. Independent laboratory test results indicafing allowable ioads in tension and
shear for conc��te of the ty�es included i�r this Wark, with load modification
factars for temparature, spacing, edge distance, snd other instal{ation
variabies.
3. Mandling and storage instructions,
8. Quafity control submittals;
1• Speciai inspection: aetailed step-by-step �nstructions for the special inspection
pracedures required by the buiiding c�da Requirements.
2. For each adhesfve 4o be used, Evaluation Report canflrming ft�at the prodr�ct
complies with the r�qufrements of AC308 for both un-cracked and cracked
concrete and for use in Seismic Design Categories A t,�rough F.
3. fnstallerqualifications:
a. Submit evidence of successful campletion of adhesive manutacturer's
instaNation training program.
b. Submit e�idence of current certificatian for instaflation of inclined and
overhead anchors under sustait�ed tension foading,
C. lnspection and testing roports;
7. lnspecflons: Flsld quality conkrnl: Reports af inspections and tests.
a. Inspections: Fi�ald quality assurance: Reports of special inspectior�s and
tests.
9.�� {�UdLiTY A,S��1R�,i�C�
A. Quali�cations:
'f . InstaBatian requirements:
a, Have availa�le at the site, and install at�chors in accordar�ce with, the
adhesive manufacturer's printed installatior� instruc#ions.
2. fnstaller qualiFicatians:
a. Demonsirating successful campfetion of adhesi�e manufacturer's an-site
training program for instaliation of ad�esive-bonded anchars.
b. Holding curr�nt cerfifieation for installation of adhesive-bondod ancho�s by
a qualified Qrganization acceptable to ti�e Enginear and tc� the �uilding
Official.
�} �rganizationslcertificatian programs deemed to be qualified are:
a) AC�-CFiSI Adhesive Anchor Installer Certification program.
bj AdFresfve anchor manufacturer's certification pragram, subjecf to
acceptance by ihe Engineer and the Building Official.
i.Ofi D��.lIA�RY, S�"0��.��, AR1� b�Nb�li�G
A. Store and protect products as follows, unless mnre res#rictive requirements are
recammended by the manufacturer;
1. Stare adhesives and adhesive components on paUets or shei�ing ir� a covered-
starage area protected from weather.
2. Control temperature to maintain storage within manufacturer's recammended
temperatur� range.
a, if �roducts have been stored at temperatures outside manufacturer's
recommended rar,ge, test by methods acc�ptable to the Engineer to
confirm acceptabiiity before instafling in the Work.
Adhes��e-Bonded ReinForcing 8ars and All Thread Rods in Concrele
03 21 i 7-2 103127 JUIy 6, 2023 - CO�lFORMED
p��;lrCardb��cumenlsrfYJFort 1h�or�r2p045i-0D940blD4 p�ign�D4 gpecs+Carallaro3_2�_t ] (Coritorm�J
3, Di�pose of products that have passed their expieatian date.
9.[i7 F�k�J�CT CO{V�fi18R��
A. As specified in Sect�on 01_$1 �C1- Design Criteria.
B. Seisrnic Design Category (SDC) fior structures; As speci#ied �n S�etion 01_�1�50 -
Resign Crit�ria.
PARY2 �a��UCi�
�.0� ��P���t�°►1�
A. Like items of materials: Use end praducts of or�e manufacturer in arder to a�hieve
siructural compatibility and singufar responsibility.
B. Adhesives shall have a cur�enk �va�uation �epart dacumenting testing and
compliance with the requirements or ACI 3�5.4 and af ICC-�S AC308 for use with
un-cracked concrete and with cracked concrete in the Seismic Design Category
speclfied.
C. Bond reinforcing bars and all thread rods in concrete using epoxy �dhesive uniess
other adhesives specifed are s�eci�cally indicated on the �rawings or approved in
writing by the �ngineer,
2.02 ��4�Y ,�DH��IV�
A. N6aterials:
1. {lreeting the physicai requi�ements af ASTM C881, Type IV, Grade 3, Ciass s
or C depending on site conditioris.
2. 2-component, 1fl0 percent solids, insensitive to moisture.
3. Cure temperakure, pot life, and worlcabilliy: Compatibfe with intended use and
�nviranmental conditions.
B. Pacl�aging:
1. Dis�sable, self�contained cartridge system furnished in side-by-side
cartridges designed ta fit inta a manualty or pneumatically pperated caul�ting
gun, anc� with resEn and harder�er components isolated untN rnixing #hrough
manufacturer's static mixing flazzle,
a. Nc�zzie designed to disper�se compvnents in 1he pra�e� ratio and to
tharoughly biend the components for injection from the nozzle directly inio
prepared hale.
E�, Provide nozzle extensions as required to allow full-depth insertion and
fifing from fhe bottom of the hole.
2. Contair�er markings: Inclvde manufacturer's name, prflduct name, batch
number, mix ratio by volume, product expiration date, ANSI hazard
classifica#ton, and appropriate AP�SI handling precautians.
C. Manuf�cturers: One of the following ar equal:
9. Hilti, inc., HIT-RE 500-V3.
Adhesive-Bonded Reinforcing Bars and All 7hre�d Rads in Concrete
�3 Z1 17-3 1a3127 JUIy 6, 2023 - CQNFOFtMED
p�v:lfCala�urdoCumen�SCf7SfFoq VJOrU�+200A52-0000�0!0� Oesign�04 5pec�iCarolla�4J_21_17 (Conformed�
2. Simpson Strong-Tie Co., Inc., S�T�-XP.
2.83 Aa�L �'FiREA� �Oi}�
A. Mat�ri�ls: Stainless Steel;
1. Type 316:
a. Rod: ASTM F593, Group 2, Condition CW, coarse ;hroads.
b. Nuts: ASTM F694. lVlatch alloy o# rod {group and UNS designationy.
c. Washers: iype 316 stainless steel,
z.o� ����a�o�erw� ��►��
A. As speci�ed in Section 03_20_QQ - Concrete Reinforcing.
�ART 3 ��I��1J71�R1
3.�1 G�N�R�L
A. �xecution of fhis wo�k is restricted t� �nstallers who have perso�ally completed the
adhesive manufacturer's on-site training for fY�e products to be installed, and who
are persanaliy certified through a qualified certifi�ation program described under
Quality Assurance and accepted �y the Engineer and the E3uilding Offictal.
1. Da not instali holss ar adhesive until t�aining is compfete.
B. F'arform wor�c in strict compfiance with th� aecopted i►IIPlI and the foilowing
instructions, Wher� th� acce�ted MPU and the instructions conflict, th� M�II shall
prevail.
C. Install reinforcing bars and all thread rods to embedment depth, and at spacing and
locations indicated on #he Drawings.
1. !f �mi�edment depth is not indicated, contact Engineer far requirements.
3.02 l�����o��'I()PI
A. Do not begin ins#aliation of �dhesiue bonded anchors until:
1. Concrete has achie�ed an age ot at ieast 2,1 days after placement.
�. On-site training in instaflation of adhesive banded anchars by manufacturer's
technical representative is complete. f.]o �at driN holes in cvncrete or instalE
adhesive and embeds in holes.
8. Review manufacturer's,printed installatian ir�structions (MPllj and "conditions af
use" �ti�ulated in the Evaluation Report before �egjnning work.
1. Bring to the attention of the adhesive manufacturer's technical �epresenfa�iv�:
any discrepancies between these docurr�ents and resalve before proceeding
with installatian.
C. Inskall adhesEve bonded anchars in full compliance wiih mantrfacturer's printed
installation instruc#ions using personn�+l who have successfully completed
manufacturer's or�-site training for products to be used and wha hold certificaiions
specified in this Section.
adhasive-Bonded ReinForcing Bars anct A!I Thread Rods in Concrete
03 27 17-4 f03127 July 6, 2023 - CpNFORMED
�v;RCardb+Rflcumen�� TX+For[ 4Mo�U��2p4A 52-0044(70NA Deslgnrp4 gp��s�a�ullU�03_2i_17 (Conforme�}
p. Confirm tha# adhesive and suhstrate receiving adhesive are within manufacturer's
recammended range for tem��rature and moisture conditians, and wiA remein so
during the cur+ng time for the product.
3A3 I�O�,� SE�IRI� �i�i� �R'ai��L�►iI�F�
A. Drilling holes:
1. Determine lacation of reinforcing bars Qr other obstructions with a
nondestructi�e indicaior devica, ar�d mark iocations with construction crayon
on th� surface of the concrete.
2, Do not damage ar cut exisking reinfnrcing bars, electrical conduits, or other
items em�edded in the existing cor�creke without prior acceptance by
Engineer.
B, Hole drillirig equipment:
1, Electric or pneumatic rotary impact rype with med9um or lighk im�act.
a. installatian af anchors in cored holes is not permitted.
b. Set drill tv "rntation only" modef or ta "rotation plus hammer" mode in
accordar+ce with the manufacturer`s ir�stallatic�n instructians and the
raquirc�rnents of ths Evaluatian R�port.
c. Where edge distances are less than 2 inchas and "rotation plus hammer"
macie is psrmitted, uss lighter impact e�uipment ia prev�nt micro-crac4cing
ar�d concrete spailing during the drilling pr�ess.
2. Drill biks: Carbide-tipped in accordance with ANSI B212-15 unless otherwis�
recarnmended by the manufacturer ar required �s a"'candltion of use" In the
Evaluation Fteport.
a, Fiollow drill bi#s with flushing air systems are preferred. Air suppfied ta
hollow driH bits shafi be free of oi1, water, ar other contaminants that will
reduce band.
C, Hole diameter. As recommended jn the rnanufacturer's installation instructions and
the Evaluation Repart.
D. Hale depth: As recommended in the manufact�arer's installation instructians to
�rovide minimwm effective emb�dment indicated an the Drawings.
E, Qbstructi�ns in drill path:
1. if an existing reinfarcing bar or other obskruction is hit while driNing a hQ1e,
unless otherwi�s accepted by En�ineer, stop drilfing. Prepare and fill the hol�
with dry-pack mortar. Relocate the hole to miss the ��struction ar►d drill
another hale to the required depth.
a. Obtain Engineer's acceptanc�* of di�tance i�etw�en abandoned and
relacated holes before praceeding with t�e relocation.
b. Ailow dry-pack martar to c�re to a strength equal to that af the
surrounding concrete befpre resuming driHing in the area.
c. Epoxy grout may b� substituted for dry-�acEt martar when accepted by
�ngineer.
2, Avoid drilling an excessi�e number of hales in an area ofi a structural m�mber,
which would excessively weaken the r�ember and endanger the stability oi the
structure.
Adhesive-Bonded R�inforcing Bars and A!I Thread Rod1p�1 � crete �uly ��a23 - C�NFORMEU
03_21 _17-5
p�v.11CaidafDocument��sJFo�IVVorW2D0l152-0Dp00410A Oesign+0a Specs+Cerokla'08_71_�7 (CnntprmeJ�
3• Wh�n existing reinforcing steel is encountered during drilling and when
s,�ecifically accepted by �nginee�, enlarge the hols by 1/8 inch, core through
the existing reinforcing steel at the larger di�meter, and resume drilling at
original hole diameter using pr�eumatic rotary impact drill.
�. Bent bar roinforcing bars: Where edg� distances are critical, and intertQrenca
with existing reinforcing steef is likely, if acceptabfe to �r�gPneer, drill hole at 1 Q
degree {or less) ar�gle from axis of reinforcing bar or al! thread rod befng
installed.
�'. Cleaning holes:
�. Insert air nozzde to E�otto�n of ho�e an� b�ow out �oose dust,
a. Use compressed air that is Free of oil, watar, or vther contaminants that
wil! reduce b�nd.
b. Pro�ide minimum air pressure of 9Q pounds p�r square inch far not less
than 4 seconds,
2. Using a stiff bristfe brush wikh diameter #F�at provides contact arqund the f�ap
perirn�fer of the hofe, vigorously brush hole ta dislodge compacked drilling
d ust.
a. Insert brush to the bottom of tl�e hole �nd withdraw using a simul#aneous
twisting motion.
b. Repe�t at least 4 tim�s.
3- F�epeat the preceding steps as required to remowe drilling dust or other
material that will reduce bond, and in the nurnber of cycles required by the
MP�I and the Evaluafion Re�art.
4. l.eave prepared holes clean and dry.
5. Protect prepared and cleaned F�oles fram con#aminatian and rnaisture un#il
adhesive is installed,
�. Re-clean and dry previo�rsly prepared hofes if, irt the apiniart of ihe Engineer,
th�e hole has becams contamir�ated affer initi�l cleanin�.
�.i14 IRl�YA�L�eiI�N �r� �p��,�lY� l�lV� IRIS�RY�
A. Claan and prapare inse�ts roinforcing bars and all thread rods:
1. Prepare embedded length of reinforcing bars and all thread rods by cleaning tQ
bare mefal. Inserts si�all be free of ail, grease, �aint, dirt, mill scale, rusk, or
other caatings fhat will reduce bond.
2. 5olvent clean prepared rainforcing bars and all fhread rads over the
emb�dment length in accordance with SSPC SP-1. Provide an o11 and grease
free surface fQf b�nding af adnesive to steel,
�. Fifl holes with adhesive;
�• Starting at the bottom of tl�e hole, fill hale with adh�s�ve ir�serting the
reinforcing b�� o� �If fhread rod.
2. Fill hale as no��le is withdrawn without creating air voids.
3• Unless otherwise indicated on the Drawings, fill hole with sufficient adhesive
sa that excess adhesive is extrudet! out ot the nole wl�en the reinforcing bar or
al! thread rQd is inserked.
4• Where necessary, seaf hole at surface of cancrete to prevent loss of adheslve
during curing.
Adhesive-Bonded Reiniorcing Bars and AII Thread Rods in Conerete
03 21 17-6 1Q3T27
p�v:NCardbrpapume{ds1TK�Fer1 WurU�t20G452-00009�I�OA Oesign�pq 5pqc�rCaroll0.ro3_2�_1T J4�y 6, za23 - GONFORMED
{ConfprmedJ
C. Installi�g reinforcing bars and all thread rvds.
1. Unless otherwise indicated on the Drawings, install bars and rads
perpendicular tv t1�e concrete surface.
�. insert reinforcing bars and all khread rods into adhesive in accordance with
manufiacturer's r�commended procedures.
3. Con�rm that insert has reached the designated embedment in the concr�te,
ar�d that adhesive completely surrounds the �mbedded portion.
4. 5ecurely bracs bars and aH thread rods ln place to prevenk dlsplacement wi�ile
the adhesi�e cures. Bars anc! rods displaced during curing wi11 be considered
damaged and raplacement will be required.
5. Clean excess adhesive from the mouth of the hole.
Q, Curing and Ioad+r+g.
1. Provide and maintain curing conditians recammended by the adhesive
manufacturer far the period required to fuUy cure the adhesive at the
temperature of the concrete.
2. Do not disturb ar load banded �mheds until manufacturer's recommended cure
ilm�, based on tomp�raturo af tho concrete, has elapsed.
3.t15 ���i-iN���,��il��' ��i1Vl�l��
A. Do not bend bars ar all�thread rads after bonding ta the concrete, unless accepied
in advanc� by the �ngineer,
B. Attachments ta all thread rods:
1. After assemblies to be connected are placed, install nuts and washers far
#hreaded rods as indicated an the Drawings.
�. Draw nuts down tight, using practQces specified far "snug fight" installation of
bofts i� steel to steel cannections.
3.06 �I�LD �lU��ITY C��6TR��
A. Provide field quality cantrol aver the Work �f tl�is Section as specified in Section
p1 �5 QO - Quality Contral.
B. Da not allow wor� described in this Saction to be performed by indi�iduals who do
not hald the specified certifications and who ha�e not completed the specified job
sit� training.
C. Manufacl�re�s services:
1. Before �beginning instailation, furni�h adhesive manufacturer's technical
representative to conduck on-site kraining in praper storage and handling o�
adhesive, drilling and cleaning of holes, and preparation and lnstallation of
reinforcing ba�'s and all thread rods.
a. Provide notice of scheduied training to �ngineer and to Special
Insp�ctar(s) not less than 1U working days befare training occurs.
Engi�eer and 5pecial lnspector may attend training s�ssions.
2, Submit recvrd, signed by the manufaeturer's #echnical representative, listing
Cvntractor's personnel who completed the tra9ning. OnIY qual�ed person�+el
who ha�e completed manufacturer's on-site training shal! perform instaliations.
Adhasive-Bonded Reinforcing Bars and All 7hread Rod�03�C�ncrete �u`y 6��2� _ GONFC)�MED
03_21 _17-i
prr:i+Cmre�lol�ncuntenls+Ta;�Fui[1�brB��2fl�152-0090QO�DA De��gn+04 Specs+Cara11a�03_31_t7 (Gonformeclj
D. Ffeld inspec#ians and tesfing:
'�• F�ale drilling and pre.�aratlor�.
2� R�sults: Submit records of inspectians and testing tv Engineer by electronic
copies within �� hours af#er eampletion.
3.0�' �l�L� QUALiiY d�SU�i���
A. �'ro�ide fii�ld quality assurance over the W�rk af fihis S€ction as specifieef in Section
01._45_00 - C�uality Con#rol.
B. Special inspections, special tests, and structural observation:
�1- F'rovide as requfred by Building Code Requirements.
2. Frequer�cy of Inspections:
a. �nfess otherwise indicated on the Drawings or in this Sectlon, provide
periodic special inspection as required by the Eva�uation F��p�rt �or the
pr�duct instaN�d.
b, Provid� cvnt�nuous insp�ctian for the initial installation af each type and
size of adhEsive t�onded reinforcing bar and all thread rad, Subser�uent
installations of the same anchor may be installed with periodic inspection
as defined in subsequen# �aragraphs,
3• F'reparatian:
a, Review Drawings and Specificatfans for the Work to be observ�d.
b• FZeview adhesive manufacturer's M�II and recornmended installaiion
proced�res.
�. Keview �vafuati�n Repprt "CondEtians af Use" and "Special Inspectia�"
requirements.
4. Inspection: Periodic:
a, Initia! inspecfian, �rovide an initial inspection for each combination ofi
concrete and reinforcing bar strength or concrete strength and aJf t�read
rod rr►ateriaf being ir�s#aNed, puring initial inspection, observe the foifvwing
for compliance with ih� ins#allatian reguirements,
'� ) Concrete: Class (minimum specifred compressive strength) and
th ickngss.
2) Envirartment: Temperature condi#ions at work area, and moisture
conditions of concrete and drifled haie.
3) Holes: �oeatians, spacing, and edge dist�nces; verification of dril! bit
compliarrce witFr requirements; cleaning epuipment and procedures;
cleanliness af hole. Before adhesive is placed, confirm that depth
and preparatian of holes conforms to the requir�ments of the
Contracf Documents, the MPII, and the "c�ndi#ians af use" listed in
t�e Fvaluation Report,
4) Adhesive: Product manufacturer and name; lot number and
expiration date; temperature of product at instalfation; ir�stallatiQn
proc�dure. Note initia! set tirr�es observQd during installatior�.
5) Reinfarcing bars and ali fhread rods; Mak�rial diameter and l�ngkh;
stee! grade andlor strength; cleaning and preparation; cleanliness at
insertion; minimum �ffeetive embedment provided.
b. Subsequen# ir�spections: Subsequ�nt ir�stallations af the same reinforcing
bars or ali thread rods may be performed without the presence of the
special inspectnr, provided that:
fldhes+ve-E3onded Reinforcing Bars and All Thread Rads in Concrete
a3 21 17-8 i 03 i 27
p�v;r+caraior�c,cumen�srrxrFon tivo�u,rzoan�2-0Oooao�o� oes�sn�aa spee�{ca�ouc,�o3_2�_n {conrormed} July 6, 2023 - CONFOF2MED
5,
�
'f } There is no change in personnel per�orming the installation, ihe
general strength and characteristics of the cancrefe recei�ing the
inserts, ar the reinforcing bars and all #hread rods being used,
2) For vngaing installations, the special ins�ector visits the site ak least
ance per day during each day of instafiation t� observe th� work far
compiiance wlt� material requirements and installation pracedures.
lnspection: Cantinuous.
a. Make observatior�s as described under "lnspection - Periodic, Initial
Inspect+on" during all drilling, cleaning, and bonding activities for all bars
and rads instalied.
Recards of inspections:
a. Pro�ide a written record o# each inspection using forms acceptable to the
Engineer and tv the �uifding Off9cial.
b, Submit electronic copies of inspection reports to �ngiraeer within 24 hvurs
after completion of inspeetion.
END OF S�CTI�N
Adhesive-Bonded Re.lnfo�cing B�rs and AI1 Thread RodiO� 27 crele �Ufy ��Q�� _ GONFORMED
03 21 17-9
p�v:l+Cerd�o+�ocumenfs+rXfFo�l �'o�lhr26�52-0440pmoa Des�gn�0a Spec��Ca�oilWb3 33_s T(Conimmed)
����ri��t o�_�� o0
��,��ain�-�������������
����� �� �o��r����
�ARi 1 ��Pd�R�� ............................................o................................................,...................�
1.01 Sk.lMMARY ................................................................................,...........................,.,..�.2
1.02 REFEREiVCES .............................................................................................................4
1.03 T�RII�INOLOGY ........................................................................................................��.5
1.Oa D�LEGATED C�ESIGN ................................................................................................
9.05 SUSMf�TTALS .,......... .................................................................5
...................................
1.46 QlJAL17Y A55UF3ANC� .........................................................................................
..,...
1 A7 DELIVERY, STORAGE, AN� HANDLING .................................................................10
1 A$ PROJECT CON�IT�OiiIS ...............................................................10
1.�9 SEQUENCING AND SCHEnU�.ING ..........................................................................1D
�'�R� � �R�[lUe�� ............................................................................................................ 9 0
2A1 �ES1GN ANC� P�RF�RMANC� CRITk RIA ........................................,,.....,...,..........10
2.0� MAT�RIA[.,S GEIV�.RAL .............................................. ..........................................�.11
2.03 MATEREALS - CaNCRETE MIX COfUST�7UENTS ..................................................
2.04 MATERIAL.S FOR PLACING, CURING AND �IhISHING .................,,...........,,..........1�
2.05 EQUIPMENT .............................................................................................................. �S
2A6CONCRET� MIKES ...................................................................................................
ZA7 SdURCE C�UALIIY CON�fROL ...............................................................25
pA�i � LJ���Uil�i� ........................................................................................................... ��i
3A1 PREPARATION ....................... ...........,........................................................26
...............
3.02 COFVCRETE JOiNTS ..................................................................................................27
3.03 MEASURING �1ND BATCHING MATERIALS ............................................................28
3A4 MIXING �ND TRANSpORT{NG ....................�,,...........,............,............,,.................,.29
3.05 PLACiNC A�VD CON50LIDATINC ........................,...........,.,..,.......................,.,.,......30
3.OB FINiSHING CUNCRET� ............................................................................................32
3.07 CURING .................................................................................,.............,....................,35
3.{l$ PRDTECTION ............................................................................................................35
3.09 COLD WEATH�R CONCR�TiNG ............................................................................
3.10 HOT W�ATH�R CONCRETING ................................................................................ 3�
3. � 1 ��I�LU QllALITY CONT�FtOL BY CdNTfi�4CT'Of� ...................................................... 39
3.12 FIELD QUALITY CONTROL BY OWNER ..................................................................40
3.13 NON-CONFORMfNG WORK ................................................................41
AT�ACHII��Ni �► � 14�EP�Z�L F�RI4AULA Af�D NU�'4�GRA�H
AY��.CH{4��Pli � � C�P►F�S�id�SS �AC��'� CH�eRi
�aTi�CH1��Ni C o ��f4NBli��p �►�SfaFtE�di� �R�D�7'f�R� CH�4RT
�►iiACF�14fl��T 9 - C�JFJ���i� �L�CCRN�Ni �F�1�CK��� f
�� Cast-in-Pface Concrete
03 3q,�00-1 103127 July B, 2023 - CONFORMEq
p�r,RCardiolf�C.unientsrrx�Foit S4brUV200452-QOOO�QI04 o�slgn+On SpecsrCarollcaro3 �0_00 iCordnrmeclj
1 �
P��T� G���RA�
'�.D� SUfN�9�RY
A. Section includes:
� . Cast�in-place conerete,
B. The requirernents of this Section will require advance planning for proparation and
festing of #rial batches. RQvi�w the mix d�sign and testing raq�irEmer�ts carefuNy,
and schedufe pr�parations and t�sting with sufficlent time to compfete tests, to
obtair� Eng�ne�r's review of mixes and testir�g resu6ts, and ta complete revisfons and
�e-test�ng if required.
1.02 �t�����i�1C��
A. American Concrete Institute (ACI):
'f. CODE-378 - 8uflding Cade Requirements for Structural Concrete and
Commentary.
�. GOD�435Q - Code Requirements for Environm�ntal �ngineering Cancrete
5tructures and Cornment�ry.
3. PRC-212.3 - Report an Chemical Admixtures far Concrete.
4. F'RC-302. T- Cuide tn Ccrncrete Floar and Sfab Constructior�.
�• F'RC-305 - Guide to Fivt 1Neather Goncretir�g,
fi• �RC-306 - Guide to Cald Weather Concreting,
�. ASTM In#ernational (AST'M):
1. C29 - Standard T'est Method for Bulk Density ("Unit Weigh#"j and Voids in
Aggregate.
2. C3� - Sfandard Practice far Making ar�d Curing Cnncrete Test Specimens in
the Fleld.
3. C33 - Standard Specifcaiion for Concrete Aggregates.
4. C39 - S#andard Test Method for Compressive 5trength af Cylindrical Concrete
Specimens.
5, C�FO - Standard Test Methad for �rganic Impuri#ies ir� Fine Aggregates for
Concreto.
6• C42 - Standarcl Test Method of Obtaining and Tesfing Drill�d Cores and
Sawed Beams vf Cancrete.
T. C88 - Standard Test Method of Soundness of Aggregates by Use of Sodium
S�ulfate or fVlagnesium Sulfate,
S. C94 - 5tandard Specification far Ready-Mixed Concrete.
9. C'f 14 - Standard �Test Methads for Chemical Anaiysis of Hydraulic Cemen#.
�0. C117 - Standard Test Method for d►llaterials Finer that 75-r�-� (No. 2a0) Sieve in
Minera� Aggregat�s by Wasi�ing.
'f �. C173 - Standard Test Method for L.ightweight Parficles in Aggregate.
12• C139 - Standard TQSt Method for Resistance to Degr�datian of $mall-Size
Coarse Aggregate by Abr�sion and Impact in the l.vs Angeles Machine,
13. C�36 - Standard Test Method far Sieve Ar�alysis af Fine and Coarse
AggregatEs.
'I�4• C'f 38 - 5tandard Test Method for Densi#y (Unit Weight}, Yield, and Air Content
{Gravimetric} of Cancrete.
Cast-in-Place Concrete
03 30 00-2 1 Q3127 July $, 2QZ3 - GOhlFQRMED
�nv,I7Gardk,�Documsr,tslTKfFor1 YdprlMv�UQ952•bpa0p0+04 D�signR04 Specs+Ca�olla+03_30 40 (Cont�rmed)
16.
16.
17,
'l8.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33
34
35
36. C1602 - Standard Specification or g
Hydraulic Cement Concrete.
37. C17i8 - Standard Guide for Reducing t�e Ris� of Deleteriaus Al�tali-Aggregate
Reaction in Concrete.
3g, D29 - Standard Practice for i]etermining Volatile and Nonvolatife Gontent of
CellulosEcs, �mulsian�, Resirr Solutions, Shellac, and Varnishes.
3g, p75 � Standard Practice for Sampling Aggregates.
40. D2'iO3 - 5tandard Specificatian fiar Poly�thyione Film ant4 Sheeting.
41. D3665 - Standard Practice for Random Sampling of Gonstructinn Materials.
�42, b4791 - Standard �'est Meihod for �lat F'articles, Elongated Particles, or Flai
and Elangaked Particles in Caarse Aggregaie.
C142 - Standard Test Method for Clay Lumps and �riable Particles in
Aggregate.
C143 - Standard iest Method for �lump af Hyd�-aulic-Cemer�t Concrete.
C150 w Standard 5pecificatian for Portland Cement.
C156 - Standard Tesk MEthod for Water Loss fram a Morkar Specimen
Through L�quid Membrane-Forming Cur��g Compour�ds for Concrete.
C157 - Standard iest Method for Length Changa of Hardened Hydraulic-
Cer�ent Mortar and Concrete.
C171 - Standard Specifications fior Sheet Mater9als for Curing Concrete.
C172 - Standard Practice far Sampling Freshly Mixed Concrete.
C173 - 5tandard Test Method for Air Content af �'reshly Mixed Concrete by the
Volumetr'tc Method.
C2g0 - gtandard Specification for ,4ir-�r�training Admixtures �or Gancrete.
C293 - Standard '�est Method for Ffexuraf Stre�gth �f Concrete (llsing Simple
Beam With Center-Pain# Loading). re ates for
C295 - Standard Guide ta Petrographic �xaminatian of Agg g
Cancr�te.
C309 - Standard Specification for Liquid Membrane-Forming Campnunds far
Guring Concrete.
C31 i- Standard �'esk Methods for 5ampling and Testing �ly Ash or Natural
Pozzolans for Lfse �n F'ort�and-Gement C�ncrete.
C494 - Standard Specifcation for Chemical Admixtures for Goncrete.
C618 - Standard Specificatian for Coal Fly Ash and Raw or Cafcined Natural
Pozzolan for Use in Canc�'ete. r� ate to T�stin 5ize.
C702 - Standard Practi�e for Reducing Samples af Ag� g 9
C856 - Standard Practice for Petragraphic Examination of Hardened Conc�ete.
C1064 - Standard Tes# Methad for Temperature of �r�shly i�iixed Hydraulic�
Cement Goncrete.
. C1218 - Standard Test Method for Water-5olubls Chlaride in �i+lortar and
Concr�te.
. C1260 - Standard 7est Methnd of Potenf�ai AlEcali Reactivity of Aggregates
��Aorfar �ar i'�ethod).
, Ci293 - Standard Test Method for Determination of Length Change of
Concrete due io Alkali-S9lica Reaction.
f Mixir� Water Used in the Prdduciion of
C. Natianal Ready-Mlxed Cancrete Association (�VRMCA).
Cast-in-Piace Concrete 1a3�z7 Ju�y g, zpZg _ CONFOFiMED
03_30_00-3
p�v:r�Cardlo�[?ocumE�slSfT%�Fui� tiN�rl}v10fld52-09�14DO��d designrou SpecS+Caroila�D3_a4 90 lC,�nformesl)
'4.03 T���iIPlBL�CY
A. The wards and terms listed below are r�ot defined terms that require initial capital
Estt�rs, but, when used in this Sectian, have #he indicated mea�ing.
�. Q�kafi: The sum of sodium oxide and patassium oxide cafcuiated as sodium
oxido.
2. Alkali �oad: Amoun# of alkalies contributed by the Portland cem�nt in a
concrete mixfure, expressed in pounds per cubic yard (Iblyd3) ar�d calculated
by m�ltiplyfig the �'ortlan� cer�ent car�tent ot the con�rete in Iblyd� by the
alka�i content Af the Portland cement, divided by 100.
�- Atchlteetural Concrete: Goncrete surfaces that wfi! be exposed ta vlew in the
finished wark.
a. r or purposes qf this Secfion, includes only those surfaces that recei�e
pai�nt or coatings.
b, Exposed concrete surtaces in open bas�ns, channels, ar►d simiiar liquid
cantaining structures: Surfaces will be considered ex}�psed #o view if
located above the water line as defined in Section 03 3� 29 - Taol
Concr�t� Finishing, — —
c. Exterior concrQte surfaces with partians above and befQr� gr�de: Surface
wil! be cflnsidered expos�ci to vi�w of located above the grade line as
defined in Section 03 35 29 - 7001 Cancreto �'inishing,
4. Average Dally Temperature: Calculated by summing hourly measurements af
air temp�rature in the shade at the face of the cancrete and dividing that sum
by 24. In caleu�eting the sum af #he ternperat�res recorded, any measurement
less than 50 degrees Fahrenheit shall be recorded as 0 degrees r ahrenheif
and included in the sum.
5. Cementitious Maferiais: Portland cemeni ar�d supplementary cementitious
ma#erials.
�. Class of Gancrete; Refers fo a mix with characferistics, proportions, and
constituents (including a specific combinativn of admixfur�s) as specified in
t#�is S�ctian.
a. Any change in thQ source or characteristics of constituent materials, in tF►e
prc�porti�ns of materials, or In the admixtures included in a r»ix shall be
c�nsidered as creating a new and separats class of concrete.
b. Any mix to ba placed by pumping shall be considered as creating a new
and separate class of concrete.
7_ Cald Weaiher: Incl�des ane or mare of the following conditians;
a. Currerti air temperature is 45 degrees �anrenheit and failfng,
b, Air temperature during the first �4 haurs after placement is expecfed to fafl
into the range of 45 degrees Fahrenheit to 4Q degrees �ahrer�heit.
c. A period when, for more fhan 3 cvnsecutive days, the follow9ng conditions
exist:
1} The a�erage daily air temperatury draps bQlow 40 �egrees
Fahrenheit.
2) 7t�e air temperature is not greater than 50 degrees Fahrenheit for
more than one-half of any cans�cutive 24-hot�r periad.
8. Cold Weather Concreting: Operations far placing, finisf�ing, curing, and
protecti�g concr�te during cold weafher.
9. Green Co�crete: Cancrete that has not yet achieved 100 percent of the
minimum speciFied compressive strength, f c, for that mix.
C�st-in-Place Cancrete
03 30 a0-0 103?27
pw�liCaldlalDocurnentslTxlFPftlNo�ttV200462-000(N,1U�04 oeslgn+04 S�Bc��Carollaro3_341_C�{C9ntwmedl +1Uly 6� 2023 - CaIVFORIlIED
�p. Hairline Grack: Crack with a crack width of less than 4 thousandkhs of an inch
(p.0p4 inches}.
11. Hot Weather: Any combination of ambient t�mperature, concrete #emperature,
relative i�urnidity, wind speed, and solar radiation ir�tensity that creates
conditions that will evaporate water from a fr�e concr�to surface at a rate
equal to or greater than 4.2 pounds per squarQ foot per hour as det�rmi�ed by
the Menzel �ormula and nomograph published in ACI PRC-305 and in this
Sectian, Atta�hment A- Menzel Formula and �Vomflgraph.
12. Hot Weather Concreting: Operakians for plac9ng, finishing, curing, artd
protecting concrete during hot weather. �� ate,
'I3. f'aste C�ntent: The totai cancrete volume minus the volume of agg g
expressed as a per�entage af totaf volume. Paste vofume includes volume of
cementifiaus materials, water, air, admixtures materials, and any fibers.
14. Supplemental Cementitious Matertal: Inorganic material sucfi� as fly ash,
natural pazzo(ans, silica furne, ar slag cement that reacts pozzolanicaAy or
hydraulicafly.
1.04 �3���GA7�1� 9��ICP�
A. Provide Delegated Design for the following Work, based on the requirements of this
Saction.
1. Concreie mix desig�+s.
'i3OS SU�t�1111'�'A�S
A. Ger�eraL• tiigd ta the Wori� shaif be
'i. Data far concrete m9xes and mix constikuents st�pp '
coordinated through a singie supplier.
2. A maximum af 2 mlx designs wili be review�d by the Engine�r for each class
of concrete required.
a. Review of additional mix designs shall be at the expense of the Contractor.
B. Product data:
1. Submit data compl�t�ly describing products and demonstrating complianc�
wi#h the requir�mants af this Section.
2. Data far ail products in the m9x for each class nf cancrete shall be submitted
concurrentiy with that mix design.
3. Where products conforming to NSF-�1 are required, submit evide�ce of
testing and listing under NS�-6'f for use in direct contact rtv'tth �otable water.
Testing and listing shafl be by a nationally recogni�ed agency acceptable to
the Engineer.
4, P,dmixtures:
a. Far each admixture included in concrete mixes, submit manufacturer's
praduct data demonstrating compliance with standa�ds specified.
b. If a�r entraining admixture requires test meihod oth�r than ASTM C973 to
accurately determine air cQntenk, make special note of requirements in
Submittal.
5, Curing compound: Submit camplete daka on praposed compound.
Casl-in-Place Cancrele 1031�7 �uly fi, 2023 - CO�lFORMED
�3 30_�0-5
piv'NCardblppCuinB�lslTXl�oit �M1b�1h�00d52-009UQQ�0�1065+yn1p4 SpeC�C2ro11u'03_30 04 (CAnfo����cti)
C. Design data;
�. Cvncrete mix de�igns:
a. 5ubmit full detaAs, including mix design caleufatians and plots, for
cvncrete mixes proposed for use for each class of cancrete,
b, Include mix dEsign cafculafions of praportions by both woight and �olumv.
c. determine and include th� alkali �oad of the proposed mix.
d. Include inforr�ation an carrection of batching for varyfng moiskure cantents
of frne aggregate.
e. 5ubmlt source quality test records with mix design 5ubmittal.
f. Provide calculations demonstrating that the mixes proposed provsde the
required averag� compressio� strength of concrete (f crj �ased or� source
quafity test records.
g. For each Glass A mix design submitted, plpt the mix design Altachment �
- CQarseness Factar Chart and submit.
h• Far each Ciass A rriix design submitted, plvt the combined aggregate
gradation on the chart A�achment C- Combirred Aggregafe Gradation
Chart and submit.
D. Goncrete mixt�s - Trial b�tch�s:
1. Campression stren�th test resulfs.
a. Submit results of testing, �'rovide data for each cylinder tested.
b. 5ubmit data indicating #rial batch mix designator, slumA, and specimen
n�m�er for each t�st cylind�r.
2. If ihere is any change in suppliers or in quality of concrete mix constituents,
st�bmit new test daia.
E. Test reports:
1. Dated not more than 2.4 manths prior t� the dafe of Submittai,
2. Aggregate:
a. 5ubmit certified capies of commercial labora#ory tesfs proposed fnr use in
eoncreto.
b. Siev€� an�lysas:
�) D�aring constructFon, submit sieve analyses of coarse, fiine, and
comb(ned aggregates us@d any time there �s a change in suppiler, or
a significant change in the chara�ter andlor grading pf mafer��ls, and
when requesfed by the �ng�n�er.
c. Aggregat�s - coarse:
1} Physica� �roperties:
a) Sieue analysis.
bj Percentage of particles having flat and/or elongated
characteristics.
�) Abrasion lass.
d) Soundness,
2j Doi�teriaus substances:
a) Ciay fumps and friable particies content.
b) Ma#�rials finer than 2p0 sieve (p�rcentage).
c) Shale and chert content.
dj Coal a�d lignite content.
�) Alkaii r�activity,
4) Delete�iaus substences:
af C�ay rumps and fr�able particfes cor�tent.
Cast-in-Place Conerete
43 30 00-6 1a3127
p�r�RCarG�all)ocumenls�lX�fbrtSNarlhr2ddd52-O�OODO�UA Des�gRlU� SpecsrCC�rolla�p3_3U_CO (Gririiurait�lj �Uly 6, �p2;� - COiVFORMED
b) Chert and shal� content.
c) Coal a�d lignite content.
d) Mater9als finer than 1�0. 200 sieve.
5) Aikali reactivity.
d. Aggregat€�s - FinQ:
1 } Physical prapsrties:
a} Sieve a�alysis and fineness modulus.
b) Saundness.
2) �eleterious substances:
aj Clay lumps and friaE�le particles �percentage).
b) Materials finer than No. 20� sieve (p�rcentage).
cj Coal anci lig�ite (percenkagej.
d) Shale and chert.
e) Organic impuri#ies ("Calor" as determined by ASTM C40).
3) Alkafi reactiuity.
e, Aggregates - Combined:
�! ) Tc�st combined gradatior� for #he following sie�e sizes; 1.5 inches,
1 inch, 3!4 inch, �l2 inch, 31� inch, hlumber 4, Number 8, Number 16,
Number 30, Number '! 00, �Jumber 200.
2) �u�k density in accardance with AST�VI C29.
3} VQid content in accordance wiih ASTM C29.
4) Submit at:
aj Initial m9xture des9gn Submittal.
b) Intervals of not mare than 4 weeks_
c) Any time there is a change In c�aracter or grading af canstltuent
materiais.
d) When requested by the Engineer.
3. Cement:
a. IUriA tests, including alkali content measured as equivalent aikaliEs, for
each shipment of cement included in the Wortc.
1) During eonstruetion, submit mEll certificates far eement being used at
intervals af not more than 9d days, any tim� thsre is a change In
s�pplier ar a si�nificant change in the ch�racter of the materials, and
when requested by the Engineer.
4. Supplemental cementitious materiaf:
a. Fly ash: Identiiy saurce and provide testing results to d�manstrate
ctimpliance with requirements af ASTM Cfi18 and tF�is Sectfon.
1) Include supplier's report certifying the #atal alkaA content of khe
mat�rial, expressed as equivalent percentage of sodium vx�de
{NazOe).
F, Cer�ificates:
1. Curte�t NRMCA certification for all plants and frucks t�at witl be usecf to
supply concrete.
G. Source quality contral Submittals:
1. Truc�t batch tickets for each load of concre#e de9ivered to the site, whether
acceptec� or re�ected.
2. Concrete suppli�r's quality controi plan. Include the foll�wing elements, ak a
minimum:
a. Names and quafifcatfans of key quality cantroi personnel:
Cast-in-Plsce Coner�te
03e30�UD-7 1 d3127 July 6, 2023 - C�i�iF�RM�D
p����l+CarWto+DocurnentsrTl(rFor11'Vo��tv200d52-OpOQ40104 Oeslgn�0a SpecStCaiol4a�_34_00 (Cantormedj
�) Quality control manager.
2) 7esting and insp�ctian persc3nnel,
b. Names and quali#icatians of testing laboratories:
1) �ach laboratory s�all hold current accredi#ation from the AASHTQ
Accreditation Program, or other aecreditation pragram acceptable ta
the Engineer, tor each test performed.
c. Exampie forms f�r: Inspection re�orts, certifi�ates of compliance, and tes#
results.
d. Qualify control pracedures: Method and frequency of periorming each
proceclure, including inspections and materials t�sking. At a minimum, the
plan shall incfude:
1) Daily testing af aggregafe grada#ion.
2) Monthly #esting of cem�nt qualiiy.
3) Manthly testing af ffy ash quafity.
e. �roc�dures to cantral quality characterisfics, ir�cluding standard
procedures to addr�ss properiies outside the specified operating limits,
and examplQ repa�fs to dbcumant non-canformances and carrective
actior�s tak�n. Include procedure far notifying Contracfor and Er�gfnear of
non-ca�farmances,
f, Procedures for verifying that:
1) Materials are properly st4red during c�oncrete batching operations.
�) E3atch plants have the ability fo maintain co�tcreie consist�ncy during
periods of extreme heat and of low temperatures.
3) Admixtures are dispensed in the correct dosages within the accuracy
requirements specified.
4} D�iivery trucks have a valid NRMCA ce�tification card,
g. Procedures for verifying that weighmaster certificate for each load o�
car�crete shows;
�) Cement and supplemontary materials are frarn sources desigr�ated i�
tho approved Submiitais.
2) Concrete as-b�tcl�ed complies with the constituent weights
designat�d in th� approved Suhmittals.
3) Correctians for aggregate moisture are being correctly applied.
4) Any mix water withheEd fram th� batch.
h. Procedures far visually inspecting concrete during discharge.
H. Field quality control Submittals:
1. Contractar's notifications of readiness for concrete placemer�t.
2. Cantractor's reports of field quality cor�trol testing,
a. Include with each report the concrete batch ticket number and
identificaiion numbers for associated cylinders used far compressive
strength testing,
b. T�sting resulis fvr slump, temp�rakwre, unit weight, and air entrainman#,
c. Testing results for com�ressi�e strength at 7 and 28 days, and for any
compressive strength kests after 28 days,
d. Note on batch ticket the arriount of water ff�at was withhefd and the
maximum amount that can be added on site as "Max add water." Record
on the batch ticket the volume of waker actually added at site.
�. Note on the batch ticket the concreie mix classi�ca3io� as dafined in
Table 3 of t�is Section.
Casi-in-Place Concrete
�� �� �Q � �o3�Z� July6, 2023-CqNFORMEQ
p�rYrCerdlo�aoCumen�yf7XiFortYJorIh120QA52�p000p0l04 ��slgnlOA SpeC�+Carolla�63_30 60[C9nionned)
I. Speeial procedure Submittais:
� . Sequence of concrete placing:
a. Submit proposed sequence of placing concrete shavuing proposed
beginning and ending of indi�idual placements. Submittal shall include
plans soctEons and details ta address all paurs.
2. Cold weathe� concreting pian.
3. Hot weather concreting plan.
4. Repafr of defective concrete: Submit mix design far repair materials to be used.
iA6 C�IJAbliY A��URf�N��
A. Pre-installation meetings:
1. Schedule and conduct pre-Installatian meeking at least 10 days prior to
baiching and placing of concrete.
a. Provi�e additional meetings if necessary, to discuss specific can�rete
Submittals, mixes, or placing and cur+ng canditions.
b. Nofify Engineer of lacativn and time vf each canference.
2. Required atkerrdees:
a. Contractor including Contractor's superintendent and ke�y �orsonnQl.
b. Goncrete suppfier.
c. Technical representa#iva(s) of supplier(s) of concret� admixtur�s,
�. Subco�tractor(s) }�roviding pumping, placing, finishing, ar�d curin�.
e. Subcontractnr(sj providing embec�ded items (struciural emhedded plates,
electrical conduit).
f. Samp��ng and testir�g personnel.
g. Engineer.
h. On-site ins{�ectors representing Engineer.
i. Other persons deerned by the �ngineer and the Contrac#or to be critical to
the quality and eff'iciency of the Wark.
3. Agenda:
a. Re�i�w af requirements af Qrawings and Spacifications.
b. Prajeci and product safety requir�mQnts.
c, Qiscu�sian of poir�ts of inter�ace and coordination between variaus trades
or products to be used in the Work.
d. Contrackflr's schedule for cast�in-place concrete work.
e. (u4ix designs, mix tests, and Submitta}s.
f. Acimixture types, dosing, performance, requirements for monitoring, and
limits on dasing or re-dosing at th� site.
g. Placement and consofidation meth�ods, techniques, and �quipment and
the effects of those methods on form pressures.
h. 5fump and limits or� placing time or conditians to maintain �faceabiiity.
^,) Field adjustment of slump and air cantent.
i. I'rocedures for �nishing, curing, and retentian of mo�sture during these
operations.
j. Procedures and protection f�r hot and colci weather canditians.
k. Requirements and caardinatior� for insp�ctians.
1} Responsibility for iest specimen curing and skotage.
2) Distribution of test reports.
I. Other Specification requirements requiring coordination hetw�en parkies
10 the work.
Cast-In-Place ConcreEe
Oa �p p�-g 103127 Jufy 6, 2023 - G4E�FOFiP+IIED
p�t^NCardbf[)ocumenl�IT�(+Fosl t'�ndr�'L04452-0D�000104 Desi�n�44 SpeCsiCaraila'03_a0_� (Canform�clJ
1.�� D�L.IV��Y, �i�R�,��, �,A�p H����.INCs
A. Pa�king and shipping:
1. Qeiiver, store, and hartdls concrete materials in manner that pre��nts damage
and inclusion of foreign su�stances,
2. Deli�er and store packaged materials in original containers unki! ready for use,
3. Deliver aggregaie to mixing site ar�d handle in such manner that variativns in
moisture content wiN not irtterfere with st�ady productian of concrete of
speci�ed degree of unifarmity and slump.
S. Acceptance at site:
1. i�eJact material containers or rr�aterials showing evidence af wa#er or ather
damage.
2. Concrete mixes: Do rtot �ccept ar incorporate �nto the WorEf concrete mixes
that do �at comply with tMe specified requirements for water cpntent, slump,
t�mperature, and air cantent.
9.@� ��BJ��� �QP��I�IC�IVS
A. Cold weather concreting: during periods of cold w�a#her as defined in this Section,
irr�plemEnt cnid wQathvr con�r�#ing procvduros in this Section.
B. Hot weather concreting: During periods of hot w�ather as de�ir�ed in this Sec#ion,
�mplement hot weather concreting procedures in trhis Section.
`iA9 ��QU�PI�IR�C A[�� ��H��4lLlB��
A. Scheclufe placing of concrete in a martner that completes a1! placing operations from
one construction, contraction, or expansion joint to another construction,
contractibn, or expansion joint.
B. Joints at each end of the placement shall be as indicated on the Drawings, �r as `
ider�ti�ed and accepted in advanee �y the Engineer.
P�E��" 2, �RC��U���
7.�� ���lfa�.' �W[� P�R�'BRiV9AP1C� CRII°�Ir�lA
A. It is the intent of ihis Section to secure, for every part of the Work, concrete with a
homogeneous mixture, that, when hardened, wiil have requirod strength,
water#ightness, and durability.
B. It is the intent of this Section to procure a workable, low-shrinkage concrete mix that
maximizes aggregate cantent and minimizes paste content.
C. PerFormance requir�menis:
1. General:
a. �xcept as otherwise specified, pravide concrete composed of Portland
cement suppiemental cemen#itious materials, aggregate, admixtures and
water, proporti�ned and mixed fo produce a plastic, work�ble mixture in
Cast-in-Pl�ce Cnncreie
03 30 DO-10 iQ3127 July 6, 2023 - CONFORMEQ
�ullCa�pfla7Docurnenls�Tl(+Farl Sb,��UV20qd52-40000Qf04 Gey�gn+04 Spec�Carolla�03_94_p� {Conto�medJ
accardance with requirements of tl�is 5ection, and suitable to specific
canditions af placement.
b. Proportian 2�9gregates to produce an optimiz�d gradation of aggregate
that cambines fine and coarse aggregaie in wellWgraded proportions that
maximizes the aggregate� contQnt and mi�imizes th� paste content of the
mix. The gradation should maximize long-terrn durability and strength af
the concrete mixture,
c. Durablifty requirements will be deemed ko be satisfied when:
1) �The mlxture is proportioned with a well-graded combined aggregate.
2) The specified water-cement ratia is satisfled.
31 The concrete contains the specified range of air c4ntent.
4) The maximum specifisd paske cnntent is satisfied.
d, Proport;an materials in a manner that wif[ secure the lowest cement
content, water-cementious materials ratio, and paste valume that is
cansistent with gaod ti►�►a�'kability that pravides a Ql�stic and cahesi�e
mixture, a�d that pro�ides a s1�mp tl�at is wikhin the specified range.
e, Construction and expansion joinis hava been positioned in structures as
indicated on the Drawings, a�d curing m+�thads have been specifieci, for
purpas� of io rec4uce the number and size of cracks, �esulting fram normal
expansion and contraction expect�d from the concrete mixes speciff�d.
f, �emove and replace, or repair as specified in this Section, non-Gonforming
wo�k and surfaces with cr�cks, voids and honeycombs, ar surface wetness.
�. Workmanship and methods: Prov'tde concrete work, including detailing of
reinforoing, canforming wiih best standarc� praciiaes and as set fflrth in
�ACI CODE-318, and ACI CaDE�350.
�.02 l4�ATC�RI��S � G�Rl���E�
A. Water and ice:
1. Water far cancrete mixes, for washing ag9re9ate� and f�r curing cancrete:
Cfean and froe fram oil and cieleterious amounts of alkali, acid, o�ganic matter,
or ather substances from a municipal potablo wator source.
2, L7o noi use waker fram con�rete production operat�ons, or cvmbi�ed water
from concrete production operations as defined In ASiNi C1642,
2.03 i4�l4i��lAL� � ������T� {WIIX Gbi��T'{Yl��I�Y�
p. Water and ice:
�{. As specified ir� the preceding paragrapl�s.
�. Cementitiaus materials:
1. Portland cement;
a, In accordance with ASTM C150.
� ) iype i I.
b, Single source: To provide unifiorm9ty of appea�ance, for each structure use
only one source, type, and brand ofi Portland cement for walls and slabs
that wiil be exposEd in ihe finished wv�k.
1) Confirm adequate supply of cement over duratian of project before
making trial batches or beginning concr�t� placements.
c. Cement for finishing: Pro�ide cement frdm same source and c�f same type
as concrete ta be finished ar re�aired.
Cast in-Place Concrate �03� x.� July 6, 2023 - CO�VFORM�D
D3_30_OQ-11
p���f�Carc��O+CActiments�TX+Fort Wo+Irti+20p452-0OOQSI�NA Ussign�04 SpecStCa�olla�p3_30_04 (CoMum'ecV1
C, Supplementery cementitious rnateriaJs:
�. �ly ash:
a• Class C ar Class F fly ash ir� accordance with the requirements vf ASTM
C618, except as modified in this Section.
�) Clsss C may be used in concr�t€ rrrade with Type I! pqrtland cement.
2} Class F requirad if used in cvncrete rnixes containing aggrogates
classi�ed as potantially reactive bas�d on ASfi'M C'I293 or
ASTM C9260_
a) Ca0 cantent: L�ss ihan 18 percent.
b• �oss on ignition: Not exceec�fng 3 percent.
c• Replace Por�land cement at ratio of 1.� pound �ly ash far each pound of
cement, up to minlrr3um and maximum replac�ment as specified in
"Requirements far Mix Prpportior�ing,"
�. Admixtures:
1. General:
a• da not includ� admixtures, other than those specified, unless wrftten
accoptance has baQn obtainad fram tho Engin�er dtaring Submittal of rr�ix
designs.
b, Admixiuras shall be compatibls with concret� constituents and with akher
admlxturss,
'� ) Ali admixtures in a given mix shalf be products of the same
manu.f�cturer #o ensut-e compatibility_
2) Admix;ure manufacturers: One of the following, or equal.
a) Master Builders Solutions.
b} �uciid Chemical.
c) GCP Applied Technofagies (formerfy W.R, Grace}.
d) Sika Corp.
c, Do nat �se admixtures cantaining chlorides, ealculated as chloride ion, in
excQss of 0.5 p�rcenf by weight af cement.
d. Use in accordance with manufac#urer's recommendations. Add each
admixture to co�crete mix separately.
e. Admixtures us�d s�all be fh€ same products used in concrete trial
batches, or t�e same products used in concrete re�resented by s�bmitted
Field fest records.
2. Air entraining admixture (A�A):
a. In accordance with ASTM C26p and dosed to pravide entrained air
percentages specified in this Section.
b. Provides entrained air as bubbles, evenly dispersed at the time of
placement araci during curing,
3. Water reducing admixture(WRA}:
a. May be used �t the Confractar's optian.
b. Conforming to AS1"M C494, Type A�water-reducing),
'i) ASTM C494, Type D(water-reducing and r�tarding) may be used
during periads of hat weather with priar acceptance by the �ngineer.
c. Not containing air-entrain€ng agenis,
d. Liquid form before adding to #he c�ncrete mix.
4. High-range, water-r�ducing admixture ("superplastic�zer") (HRWRj:
a• In accordanne wlth ASTM C494, Type F thigh�range, water-reducing).
Cast-in-Place Concrete
03 30 00-� 2 103 f 27
�nr:iicerawrrwcurne�,tsrrxrF�„i �vofiE�zapQ�a-�00000roa oes�gn+aa s�ecs�ca�auaro�_ao_oo iconramc�� July 6, 2023 - CO�fFqRMED
�) ASTM C494, Type G thi9h-�ange, water-reducing and retarding) may
be used during Qeriads �f hot weather with priar ac�epiance by the
�ngineer.
b. Producing non-segrega#ing, plasticized concrete with little bleeding and
the physicai characteristics of 1ow waterlcement ratio concrote.
c. Admixture shaU maintain treated concra#e in a plasticized state for not less
than 1 hour.
5. Shrinkage red�cing admixture (SF�A):
a. May he used at Contractor's option.
1) Provide sh�inkage reducing adrnixture in sufficient dosage so as to
produce shrinkage within the limits specifted.
b. Not containing expansive agents• �� S��i�iG ���ormance).
c, In accordance with AS7M C494, Typ ( p
d. One of t4�e foHowing, or equal:
1) Master �uilders Solutiorts: SRA Series.
2) Euclid Chemical: �Ucon SRA Ser+es,
3) GGp App{ied Technologies: Eclipse S�ri�s.
8, Set-cantraliing admixtures:
a. Shall not be used without �rior acc�ptance from Engineer,
b. Retarders, when permitked: e B� p ar �
'� } kn accardanee with AS7M C494, iyp
c. Accelerating admixtures: Not p�rrniited.
E. Colaring adrnixtures:
1. Conduit encasement coloring agent.
a. Red color concrete used for encasemenf �f electrical ducts, cond�its, and
similar type items.
b. Nianufacturers: One of t�e follewing or equ2�l:
1) Davis Go., #100 Utiiiiy Red.
2) (. R�iss Co., Inc., oquivalent product. �
3} �uclid Ch�mical Co., Incroto Division, "ColorcrQte Bric�c Red".
c. Conduit encasement cae�crete: ti�ix info each cubic yard af concrete
'f0 pounds of coloring ag�nt.
�. Aggregate_
� . Gerteral:
a. Provide conerete aggregates that are sound, graded as specified, and
free of deieterioUs material in excess of allawable amounts specifsed.
b. Pr�vide aggregates to produc� in pE�ce concrete with unit weight �s
follows:
1) Narmal weigfi�t concrete: Not less than 140 paunds per cubic #oot.
c. Do not use aggregate made from recycled maierial� such as crushed and
screened hydraulic-ceme�t conerete, brick, and ather construction
materials.
d. Do na# use aggregate recycled fram fresh concrete returnEd to the
batching facility.
2. AYka1i-s9lica reactiviky:
a. Provide aggr�gate classified as aggregate-reactivity class of RO in
accordance with ASTM C1778 wikh expansian ndt greater than
0.10 per�ent at 1�d days when tesied in accordance with A57M C1260,
Cast-in-Place Concrete ,�Q�,�Z f July 6, i023 -��NFARMED
D3_3f1_OD-'I 3
p�vItCardb�Qocurne�+ls�Tx+Fod 1No�sh+20D452-0OOPD0+04 O�signrp4 S�ecs+Ca�allu'03_34_OC� �Cos��a�m�1
and nat gre�ater than p,04 percent at 1 year when tested in accordance
with ASTM C'! 293.
3. Fine aggregate:
a. Material graded suc� thaf 9� to �00 percent of material passes the No, 4
(4.i� mm) sieve, wh�n sampfed in accordance with ASTM D75 and
Q3665, and t$sted in accordance with ASTM C136,
b. �ravide fine aggregate consisting vf clea�, natural sand, or sand prepared
from crushed stone or crushed gravel.
c. In accordance with ASTM C33 req�irerrrents for grading, deleteriaus
sut�stances, soundness, and alkaii reacti�ity, except as modified in the
rtaRowing paragraphs:
'�} Grading: Fpr sieve sizes listed in ASTM C33 for fine aggrega#e, n4t
more than 45 percent passpng any sie�e and retained on the next
consecutive sieve.
�) neleterious substance�: Not in excess of the perc�ntages by weight
s ecified in Table 9 of trtiis Sec:ti�,�
°�able 1: �ir�e
Item
Materials �ner #han Na 20p sieve�2�
and friable pariicles
Lightwsight particles (SG � 2.40)
� Chert or shaleti�
Coal and iignite
�imits an �eleteri�u� ��t�star�ces
Test �+1�#hpd
AS7M C117
ASTM C�42
ASTM C�23
�STM C2.95
ASTM C123
��r6�r�� (m�ximurYa)
3.00{2�
1.00
�.00
1.Oqt1�
a.sa
(1) ASTM C123 tQsfs fnr particlos in tho sampla ha�ing a specific gra�ify less than 2.40. ASTM C2g5 ps
used ta identifjr wh�ch af those IPghtweight particles are chert, sh�le, or coal and lignite. If testing
under AS7M C�2� pndioates a ca�bined p�rcentage of lightweight particles �sum of shale, ehert, eaal
and IigniteJ not greater thar� �i .p0, testing under AST'M C295 will not be required,
(2} For manufactured sand, if material finer than th� No. 200 sieve consists of crusher dust and the
aggregato is essenfially free of clay or shale, maximum perc�ntage rray ba increasad to 5.0 percent
3) 4rganic impu�ities• Free of' '
� in�ur�ous amounts of organic matter and
produc'rng a supernatant liquid with color not dar{cer than "standard
cofor" When tested in accardance with ASTM C40.
4j So�ndness: In accordance vylth requirements of ASTM C33 when
tested in accordance with AS�'M C88 using sodium sulfite solutian.
4. Coarse aggregafe:
a• Materials graded such that nok more than 1p percent nf materia! passes
the 318�inch sieve, when sampled in accardance with ASTM �75 and
�3865, and tested in accordance with l�STM C136.
b. Consisting of gr�vel, cr�shed gravel, crush�d Stone� or a combir�ation of
these materials having clean, hartl, durable p�rticles free from calcareaus
coafiings, organic matter, or ather deleterious subs#ances.
C• Conforming to the requirernents of ASTM C33, Class 4S for physfca�
praperties, deleterious suhstancss, and alkali reactivlty, except as
madified in tl�e foNowing paragraphs:
'� j Grading:
Cast-in-Place Concrete
03 30 pp-�q 1Q3127
p�v:l1CardiorL�qcumenlslTXlFart W�r�r�40452-p0A000f0A aesign�fl4 Specs�Carollqfq3_90_0� (Coritonn�i}
JUIy 6, 2023 - CbNFpRMED
a) Size number as specified in ASTM C33, and as indicated in
Tabie 3 of this Section, except as atYie►�n+ise specified or
accepted by #he Engir�eer.
b) Weights of flat or elor�gated particles (pa�kicles having a lertgih
greater than 3 tim�s a�a�age width ar thickness) not exceeding
15 percent when tested in accordance with ��TM D�791.
2j �eleterious substances: Not in excess of the percentages by weight
speci�ied in "T'able 2 of this Section and having total af aN delet�riaus
c� ihctanr.a�S P.xCA�(ilflq � i78rC�llt.
Tata{� 2: C��rse Aggregafie, �irr�'its an �mpuri�i�s
Item
Clay lumps ar�d friable particles
Lightweight particles �SG � 2.��}
� Chert or shal�(1 }
Materials finer than No, �04 sieve
Coal and lignit�
�e�i {4��thad
ASTM C142
ASTM C9 23
ASTM C295
AS7M C'f 1 i
ASTM C123
�ercen� (maximum)
D.50
1.25
1.0��'�
0.50{2�
0.25
Nates:
(1) ASTM C123 tesis for particles in the sample having a specific gravity less than 2.A0, ASTM C295
is used to ide�tlfy which of those lightweight particles are chert, shaEe, or coal and lignite, If tesking
under ASTM C'123 indicates a combined percenta�e (sum of shale, chert, coal and lignite} nat
greater than 9.25, testing under ASTM C295 will not be required.
(2} When rrtateri�l finer than IVo, 200 sieve consists of crusher d�st, maxirnum percentage may be
increased to i_Q� Percent. When mix ciesign complies wit� provisions ai ASTt1+1 C33, Table 4,
foatnote C, the maximum percentage may be increased in accordance with the equation in
fnotnote C, up to a maximum of 1.� �ercent, ��� olutions
3} Abrasion loss; Loss not greater than �45 percEnk a�t�r 6 r�v
when tested irt accordanc� with ASTM C131.
4) Soundness: Loss not greater than 10 parcent when test�d in
aecordance with ASTM C88 using sodium suifate solution-
2.�4 i�AY��I�L� ��R �L�CII�G, �4�RIPI� AR�� �IR�ISHIfvG
q. General:
�. Materials si�aH be compatib�e +h►ith concrete ar�d with other materials.
�!. Cement grout:
1, Use; For spreading over surface of c�nstruction and cald joints in concrete
bef�re placi�g additianal concrete above thos� joint�.
2. As specified in Section 03s60_00 - Grouting.
C. ConcretQ seai�r:
1. As specified in Section D3 35�29 - Tooled Goncrete Finishing.
2. Not for use in water-conkainment struetures.
p. E�aporatian retardant:
1. Use: For mikigating surface moistur� evapnration from freshly placed cancrete
during �apid drying conditions. Placed after screeding.
Cast-In-Place Concrete 103127 Jufy 6, 2023 - CONFORiJIED
03 30 Of]-'15
p�v:ffCair�'a�ibcumenlsR7CIFu�� 1h�o�ltv"LOOA52�00906Uf04 Des+gn`�n Specs�Carollol03_30_00 (Coniorme�lj
2• Waterborne, moriomolecuiar, spray-applied campotand, vvith fugitive dye to
indica#e coverage.
3. Manufacturers: One of the fcallowing ar equal:
a� Master E3uilders 5olutions, MasierKure ER 50.
b. Euclid Chemical Co., Eucobar.
E. Nonslip abrasive:
1, APuminum oxide abrasive siz� $/1B, having str�cture of hard aggregate Shat is,
homa�enous, nonglazing, rustproof, and unafFected by fr�ezing, moisture, or
cleaning compounds.
2. Manufacturers: One of the follow(t�g or equal:
a. Exalon Co.
b. Abrasive Mat�rials, Inc.
�• "Nan-Slip Aggregate", �uclid Chemical Go.
F'. Piastic membrane for curing:
�. Polyethylene film; In accardance with ASTM C17�.
�, Properties;
a. Color: White.
b• Thickn@ss: Nominal thickness of polyetl�ylene f�lm shall not b� lass than
O.Q04Q inch�s when measured in aceordance with ASTM D2103,
�'hicEcness ofi poly�thyl�ne fifm at a�y polnt shall not be less than
0.0030 inches,
c• Loss of moisture: Not exc�ed �.D56 grams per sq�are centim�ter nf
surta�e when tested in accordance with ASTM C�56.
G. 5prayed membrane curing corripound:
1. Combination curing and seaiing products {"cure and seal") will noi be
permitted,
�. Prope�ties:
a• Clear type with fugiti�e dye canforming witl� ASTM C3a9, Type 1�] and
containing no wax, paraffin, ar oiis.
b. For concrete placed or cured during hot weather, curing campaund shaN
be as specified, except that:
9j lt shall include a white, reffectfv� fugftive dye.
2) Mofsture loss during a 72-hour perlod shal! not exceed 9 pounds per
eubic yard whsn tested in aecordanee with AS'T�M C156,
y- Surface-applied seafing system:
1• Manufacturers: Qne of the tollowing ar equal:
a. E�clid Chemical Co., Varrdex Super.
b, Krykvrr Internati�nal, Inc,, Krystol i1.
c. Xypex Chemical Corp,, Xyp�x C����ntrate.
2. Where surface-applied seafing system is placed over concrete containing
permeability reducir�g admixture for concrete exposed ta hydrostafic cor�ditions
(�'RAH), provide products af same manufacturer providing the admixture.
Cast-in-Plac� Concrete .
03 30 Oq-16 103127
p�v:rTcarorwrpacumen�+rxrForFt�rpsuv24o452�0oGaaa�on oesign�aa Specs+ca�a��aro3_3p_C� iConrom,etl� July 5� 2023 - CqfVFORM�D
a.a� ��u������
P.. General:
1. Pravide adequ�te equipment and facilities for accurate measuremenf and
contral afi materials and far readiky changing proportioRs of materoal into rnixers.
B. Batching �quipmont, or batch plant:
1. Capable of controlling deliw�ry ofi sll mater9ai to mixer within 1 percent by
weight of individual material.
C. Mixing equipmenk:
'i. Mixers may be af stafionary plant, paver, or truck mixer iype, as a�propriate to
the Worlc.
2. Gapable of combining aggregates, water, and cementitious materials, and
admixiures within sp�cifie� time into a thoroughly mix�d and unifiorm mass,
and �f discharging the mixture withaut segregation.
a. AAaintain c4ncrete mixing equipment in good working order, and operate at
loads, speeds, and timing rec�mmended by manufacturer or as specified
b. Proportiar� cementitious materials and aggregate by vueight,
3. If bulk comentitiaus matorials arQ used, weigh them on soparate visiblQ scale
which will accurately r�gister scale load at any stage of weighing aperation
from zera to full capacity.
4. Pr��ent c�mentitious materials #ram coming into cnntact with aggregate or
with water unt+l materials are in mixer reac�y for complete mixing with all mixing
�nrater.
5. Procedure af mixing cementiiious materials with sand or with �and and coarse
aggregate for cielivery ta project site, for final mixing and addition of mixing
v+rater wilf nat be permiited.
6, Reternpering of cancrete wilf not be permitted.
7. �is�harge entire batch before recharging.
8, Vofume of mixed materia� per bateh: Not exceed manufacturer's fated capacity
of mixar.
9. Equi� each mlx�r with d�vice fo� accurately measurir�g and indicating quantity
af water entering concrete, and operating mechanism such that leakage wi11
not occur when valves are closed.
10. �quip each mlxer with device fnr aulomatically measuring, ir�dicating, and
cantraUing time r�quired for �nixing:
a. lnterlac� device to prevent discharge af concret� from mixer before
expiration of mixing period.
11. 7ransit-mixed concre#e:
a. A�ix and deliver in accardan�e with RSTM C94.
b. Total eiapsed time between addition of water at bafch plant and
discharging comple#ed mix•
c. Not to �:xceed 90 minutes,
d. Elapsed time at projoct sitE shall not exceed 30 minutes.
e. Under conditia�s contributing to quick setting, Yotal elapsed time permitted
may be reduced by khe �ngineer.
f, �quip each truc4t mixer with device interlocF�ed to prevent discl�arge af
concrete from drum before regUired numt�er af turns and furnish device
thak is c�pab�ie af counting number of revnlutions of drum.
Cast-in-Place Cancrete � 03127 JUfy 6, 2023 - CONFOFttbiED
03 3a_00-17
�v:IlCerd�+Docurne�+lst7XlFur1 ti�o�l�u2�Od§2-40400Dfdn Des�gNpa �ecs+Ca�olla�03 30_� I�oAfom�etl)
12. Continuously revalve drum after it is once start�d u�til ft has comple#ely
discharged its batch:
a. Do np# add water �rntil drum has st�rted revolving.
b. Right is reserwed to increase required minimum number of revolutions or
to d�croas� designafed maximum numbor of rovolutions allowed, if
necessary, to abtain satisfactmry mixing. Contractor vvill nat ba entitled #a
additional compensativn becausQ of such incr�ase or decrease,
D. Other types of mixers: F'or other types of mixers, mixing shall be as foliows:
'I. Mix cor�crete untfl there is unifarm distribution af makerials, and discharge
mixer compietely befare rechargir�g.
2• Neither speed nor voluma loading of mixer shall exceed manufacturer's
recammendations.
3• Cantinue mixing for minimum of 1��112 minutes after all materials ar� in drum,
and far batches larger than 1 cubic yard inoreas� minimum mixing time
15 seconds for each additional cubic yard or fraction tf�ereof.
�.os ������r� �ix��
A. Genoral:
1. Develop and pro�ide mix design for each Concrete Class listed in Table 3 of
this Section.
2. Select and praportian mix�s and document properties using 1 of th� 2 m�thads
that follow. Procedures and requirements for use of each alterhative are
specified in subsequent paragraphs of this Secfion.
a• Fleld experlence method.
b, Trial batch method.
3. Organ2ze and subrnit mix designs with dafa on aif nonstituertt maYerials and
products for that mix for �ngineer's review.
�. �a not place concrete �ntil the mix design for that Concrete Class has been
accepted by EnginEer.
5. AftQr accaptanc�, dQ r��t modify acc�ptQd mixes or pTovido naw mixas wP#hout
E�gin��r's prior raviow ancf acceptar�co of tl�� proposed alternative.
a• �xception: At all times, adjust batching of water to compensate for free
moisture confent of the �ne aggregate 4sed,
b. �or any change to appra�ed mixes, �ngineer may require new trial
batching and testir�g program as specified in ihfs 5ection befare
acceptance and use.
c. For any change to approvec� mixes, make modiFications witt�in limits set
forth in this Section.
d. If there is change in source or quality qf �ny constituent of khe cancrete
class or mix, khe revised mix wiil be c�nsidered a new class of concrete
and shall require ful! re-subm�ttal of all data describing mix constituents,
desigr�, and testing,
6. Material sampling, mix designs, trial batch prQparation and testing,
modi�cations to mix designs, and any re-tssting requ�red ko sakisfy� ihe
requirements of this Sectior� or to obtain satisfactory performar�ce shall be at
Contractor's expense and shail nat be considered cause for delay.
Cast-in-Place Conereie
a3 30 DO-'i8 i03127
p,wr+cara�or�ocume���srrx+�arc wonhvzoa��2,00000�roa oesi���roa specs+ca�aiiao3_�o c� (conro-med) JuIY 6� 2023 - CONFaRMED
B. Measurerstients of materials:
�{, Measufe materials by weighing, except as atherwise specified or where other
rnethods are specificafly authorized in writing by the �nginesr.
2, Furnish apparat�s for weighEng aggregates and cementikious materiais that is
suitably designed and constructed for this purpose.
3. Accuracy of weighing devices: Furnish da�ices that �ave capability of
providing successive c��antities of individual material that can be measured to
within 1 percent �f desired amou�t of that material.
q., Nieasuring ar we9ghing devices: Su�ject ta review by the Enginear. Shall bear
valid seal of the Sealer af Weights and Measures having jurisdiction.
�, Weighing cementitiaus materials:
�. Weigh cementitious materials separately.
�, Cement in ���r°entti us mar e�a1s and frackior�af packagesb� ��ighed.
o, INeigh bulk cem
g. fvie�sure mixing wa#er by valume or by weight.
C. Requiremertts fot' mix proportio�ing;
�, peve{op �nd provide m9xes that:
a. Can bQ r�adily woric�d into corners and angles of forms and around
reinforcement, without excessive �ibrativn, and �n+ithoui permikking
materials ta segregate or free water ta callect on surfac�.
b, Pre�ent unn�cessary or haphazard changes in the consiskency of the
concrete supplied.
�. Const�tuent materials:
a. Provi�e ct�ncrete mlxss composed of Ptirtland cement , blended
aggregates, admixtures and water.
1� Admixtures required for each concrete cfass are indicated in Table 3
of this Section. Adrnixtur�s �ot specifically required by that table for a
specific � Qf ��� Cont actar based on Contractv�'s platlned means
discretio
and methods af const�uctiari.
b, In no case shaA ret�� for the Work�r�te ar its consiituents be incorporatsd
into concrete batch
3. Minimum specified campressive strength:
unless
a. {Ihinimum specified compressive skrength fs designated at 28 days,
atherw�se indicated in Table 3 af this Section.
b. For lacations where the placed concrete is adequateiy protected and is
not subjected to loar�s far an extended period during constructian, the
Gontractor may request that the period for ac4�ieving the minimum
specified cnmpressive strength be extended to 56 daYs• �f ac�epted by the
Engineer, provide mixes that achieve at ieast 75 percent af their �ninimurr�
apecified compressive strength aiter 28 daYs•
4, P�opa�tions and consiste�cy:
a. Ratio of watsr io cern�ntitious materials, and cement�tious materials
content:
�) Conform to maximum and minimurn c�mentftious material conient
requirements specified in Table 3 of ihis Section.
2) Cem�ntitious makerials content: Consusi sg �fi�em rit 1� eme t tious
indicated in Y�b�E ate t sti g i dica es �otenkially reactive
materials if agg �
ag�regates;
Cast-in-Place Concrete �a31z7 duky 6, 2023 - C�NFORIVIE[�
03_3�_00-19
p�v:flCaia`.1n+Docume�ls��Fas tiNurVv'24fl45�-094(1Dfl�04 DesigNa� Spe�s�a�otla'D3_a4_0{� (CCr�niormeci)
�
e.
a) Fly ash c�ntent:
{fi) Minim+am: 75 percent of the total weight a�F ceme�rtiiiaus
makerials.
(2) Maximum: 25 percent of the tatal weigf�t of cemenfitious
materials.
b• Aggrsgate siz� and canient:
�) �I�nd aggregates to produce an optfmized gradation that combines
wall-graded coarse, interrriediate, and �ne aggr8gates i� proportior�s
th�t maximize the aggregate content of the mix, and that minimize
the c�ment paste content of the mix.
a) Percentage af individual fractions of the c�mbined aggregate
gradation r�tained on i�dividual sieve sizes: Within the rang�
shawn in �ttachment C- Combined Aggregate Gradation Chart
i`°ra�a�,tUra cur,�����.
�) Sum of th� percentages af individual fractinns retained on the
No. 8, Nq, 1g, a�d No. 3� sieves; Greater than 2Q percent.
c) Surn of the pereentages ot individual fractions retain�d on the
Na. 30, No. 50, No. 100, and No. 200 s�eves: Witt�ir� tl�e rar�g� Qf
25 percent ta 40 percent.
c. Determine bulk density and void content of the combined gradatlon of
aggregates in accord�nce with AS'i"M C29, Fiesults for combined
aggrega#es shall nof be the summation of results of testing of the
individual gradations.
�) Sample the combined aggregate from a fiowing aggregate stream or
conveyor in accordance with ASTM D75. Take care to ensure that
the sample is represeritatpve af the propork9ons of the combined
aggregate �f the proposed mix.
�) Reduce sample of combined aggregate to test sample size in
accordance wiih ASTI�/� C7p2, Mathod A- mechanica! splitter or
Method B - quartering.
'J) Perform bulk densi#y test of combinsd aggregate fn accordance with
AS�M C29, f�rocedure A- rodding,
4) Determine void cont8nt of the combined �ggreg�te �n aecordanee
with ASTM C2g, pro����re A- rodding. Specific graviiy of #he
combined aggregate shall be determined in accordance with
ASTNI C13g,
Paste cont�nt: Lirnited ko the fallowing:
9} Class � mixes without air entrainment: flrlaxirnum 28 percent
measured by vaiume.
2) C1ass A mixes wikh air entrainment: Maximum 28 percent meas�red
by volume plus fhe target air content. '�_
�� Paste content shali bo limited tn 175 p�arcent af th� void content of
the combined aggregate gradativn determin�d by ASTM C2g,
'Tatal wat�r conkent:
�� Not exceeding the w�f�r ta cementitic��rs material ratio specified in
Tabie 3 ai this Seckion.
z) Not exce�ding 245 pounds of water per cubic yard of concrete for
Class A mix.
Cast-in-Place Concrete
o� sa oo.zo
�nti��ric�rd�oraaaume��s,rxrFa�i 4vnnrvzoaa3a-oouoouro� o�s�gn�oa spec,s�ca�oiiaro3 � oo�conror�n�� July 6, 2023 - CONFc�RMED
f, Coars�nesslw�rkability (Shilstane Method7:
1} Propartion mixes to fall intQ the "Opfiim�l" zone (Zane II) when plotted
on the Coarseness Factor Chart ("Coarseness Factor" versus
"Workability Factor"} incEuded as Attachment B- Coarseness Facto�
Chark to this Soctior�. Provide ptat for each Class A mix to be us�d in
the Wvrk.
2) Coarseness factor (C�) for each mix shal{ �e caleulated as the
percent of the cambined aggregate gradatfon retained on the 31� inch
siBve, dlvided by the perc�nt af the combined aggregake gradation
retained on th� Number 8 sieve, multiplied by 100, nr:
�% retained an 318 in sieve x 1 QO
�� - (% retained on Na. � sieve)
3) Wor4tabilEty factor (WF} for each mix shall t�e the percent of the
combined aggregate gradation retained on ihe N�+mber 8 sieve,
adjusted for c�ment content in the mix.
�) Det�rmine volume of total cementitious material in tfi�e mix.
b} For each 94 �aur+ds of cement content above 5�4 pound$ per
cubic yard, increase warkability factor by 2,5 units.
c} For each 94 pounds af cement below 56�4 pounds por cubic
pard, decrease warkability #actor by 2.5 units.
dj Proportion adjustment factor by lir�ear interpolation for each
fracfian of 94 pounds abova or b�faw the 56h pound basis.
e� Example:
650 pounds per cubic yard � 5�4 paunds -� 86 pounds.
Adjustment �(86 Ib 19�4 Ib) x 2.5 =+ 2.28.
p, Concrete Glasses for use in the Work:
�, Pra�ide cancrete classes iisted in 7�ble 3 of this Section.
z. ,Pravide �ormal wreight cancrete, having minimum weight af 140 pounds per
cubic foot, unless otherwise nated.
3, Pumped concrete,
� p���q�� pumped cancret� #hat compli�s with a1l r�quirements of tfi�is
5ectian.
b, Niixes placed by pumping shall b� considered a sub-ciass af �ach
co�crete cla5s listed in Table 3 of this 5�ction• Prepare and submit a
separate mix design for each mix to be placed by pumping.
4. Class PM cancrete: Ir► addition to the requirements of Table 3 of this Section,
conform to the fal�owing:
a. Minimum 28 day flexural strength: 650 psi when tested in accordance with
ASTT+� C293.
b. Gementitious materials cantent: 75 �ercent Partland cement plus
25 percent Class F fly ash (by weight}.
c. Aggregate:
1) Minimum 55 percent coarse aggregate cQnforming to ASTM C33 size
number 357 or size nurnber 467.
2) Substitute ASTM C33 sEze number 57 or size number S7 if
mechanical paving equipme�t is not used.
Casl-in-Place Concr�le ��3,iZ7 �u�y g, 2023 -CdNFORMED
D3_30_O(1-21
p��"l1G2FC� AI�4CUtt18fi19ffX�FOf1 YJD�IiJ200452-OOOOOONA 029�gn+0a Specs�Caro�ia�o3_30_00 (Confo�mu�i)
Table 3: C�ncr�4e Classes
�
�
ca
:r
�
c�
O
A
�
a
.�
�
�
�N �
� u �
�� �
� ��
�� �
�� �
���
�
�� �
a
� � �
.6 � �
� � �.
4,500
�
�
�
� �
t°�a �
� '�s
�� E
���
'� �
� � e
� � �
0.4�
0.42
� �
�
�
� �
�
m �
.� � �
���
� � 'a�
� � 3
� °� �
� �
�
e�+'��
�
���s
�
���
�35~
�
w
�
e
a�
�
�
AST�
Type ff{MH)
�
� �
�
i+�� �
� �
� o
��
.t �r
o �►
��
� �,
E�
a *"
� �
� �
��
0.30
�
��
��
��
o�
��
��
E�
� �
� �
�� �
�@
#57
�
�
�
��
�
� ��
��
'� �
� �
� �
6�1 5
�
�
,�
�
�
�
�
'�
d
AEA
Wf�A
�
�
� �
�. d
��
cs
� ��
2io4
Notes:
(1) Sub classes within major concrete classes are designaked as follows;
iVA: Without air e�trainment.
(2) At locafions where cancrete will not ba subjected to load fror� other efements nf the structure or from
Contractar's placing and/or backfilfing operakions, max�mum tlme period for acl�ievement of speci{ied
compressive strength may be extended 10 �8 days when accepted by the Engineer.
(�) WIC RatiQ = F�atio of water ta cementitious materials by weight. Include weight of admixture� in the water
conEent of t1�e mix when the quantity oi the admixlures exceeds i0 ounces per 100 pounds af cement.
(4) Adrnlxtures are designated as faBows:
A�A: Air entraining admixture.
HRWR: High-range water-reducing admixture.
PRAH: Permeability-rsducing admixture for concrete exposed tn hydrostatic conditions.
5F'R: Synkf�etic fiber rsinforcemvnt.
SRA: Shrinkage-reducing admixture.
WRA: Weter-reducin admixture.
(5) At Cnntractar's opt�on, eacn cancr�te class may include a high-range water reducing admixture (HRW�ft).
Designate such mixes as t�e °class" spacified follov,�ed py ��gp�� �� �,, A�SP, A-IVA-$p, p_�p, �tc.), Subrrrit as
separate mix�s for review. Slump range after addltinn af HRWR: 4 to 6 inches.
E• InstaN Cancrete Cfasses ir� accordance with the following requirements unless
otherwise indicated an the Drawirags.
�. Class A cancrete; Structural concreie.
a. L1se Class A concrete at all locations unless other Classes are specified
or indicated on the Drawings.
F. Cancrete mix design docum�nted by field experience:
7. Mix design;
a. Prepare preliminary mix desig� for each Cancrete Class. Su�mit mix
cfesign with product and testing data for materials to be used in the mix for
Engineer's revi�w,
2. Historica! records far similar mix,
a. Deierminations of slrnilarity of materials and proportions between h�s#orical
and praposed mixes shall be by the Engineer, and that shall be final.
Cask-in-Plaee Concrete
03 30 00-22 f 03127
p�v:NCarot�o�pocumenl�rTXfFor1 Wor�+2�pOd52�000pDp,'pA Oesign104 SpecsrCaiflllqN3_30_Op (�anfurmecl)
July r, 2023 - CpNFORMED
t�. Historicai record - Materials;
1) Submit with e�ch mix design the fiollowing ciata �or a p�eviously-
supplied concrete mix similar ta ihat proposed for tf�is Work.
2} Records demanstrating that the previousfy supplied mix included
simila ocume tat on that�the same conc�etefsupplie prnrill provido both
a) D
m+xes.
4�) Documentation that the materia�s used was from the same
suppliers ar+d had essentially the same properties,
demonstrated by kest data, as those prapased.
c) Documentation that praportions of materials in ihe record mix
are essentially the same as those proposed and that the
specified compressive strength of the recard mix is within
�,pp0 pounds per square inch of that required by this Section.
d) Concrete �upplier's statement describing any changes made ta
productian of the record mix during the time period rep�rted.
e) Concrete supplie�'s st�tement tk�at prQparation and quality
control pracedures for the record mix were essentially the sarr�e
as those ta b� employed far this Wark.
c. Historical record - `iesting:
�) Submit with each record mix, corresponding kest data fior siump,
compress�ve strength (with relationships fnr rate of strength gain
between iesting ag�s), and drying shrinkage.
�) Qnfy re �eS $��refc�n�tucted �within� a pe I+ d Qf 1 y��r pre eding he
a} A,II
date of the Submittal.
b) Afi test� were conduct2d �ver a period including not less than
45 d�ys.
c� The record of compressive strength tes#ing inciud�s at least
30 tvsts far slump and 28-daY compresai�e str�ngth.
dy The record of compressive str�ngth tests is eonsecutive. ln
ath�r words, it includes a!l tests cc�nduct�d on the subjoct rrtix
within the 'i-year time perlod describ�d above (r►ot just �elected
tests dur#ng that periad}.
�) Submit concrete supplier's swarr� staternent confirming that all
tests for the recard mix hawe been reporked.
f) Tests for drying shrinkage ara described in s►�bsequent
paragraphs of this Secti�n for nconcrete mix design ducumented
by trial batch preparatian a�d tes#ing"
g) provide supplementary testir�g if requesied by �ngineer.
d, For mixes determined t� be similar ar►d to have an accePtable test history,
acceptance criteria snall be as fvllows:
1) Acceptance c�iteria:
ay Slump: AI1 tesks within limits specified for record mix.
b} �s determined by ACI CODE 350 aPlessl han�m �mum tests,
a
required average strength.
c� ��his 5ectiongor '1concrete �mix des g,n documented byrtr�al ��s
af t
ba#ch preparatian anci testEng"•
Casi-in-Place Concrete �p��Z.� Juiy 6, 2023 - CONFORMED
03 30 DO-�3
p�4 r�Ca�dfo+L�ocurnenls�l(tFortl�otlh�200d5�-0OOOOOfDA 4esignl04 SpecSJCarollaJ43_� 04 (Conlormedj
G. Concrete mix design documented by trial �atch preparatian and t�sting;
'1. Mix desig� and trial batches:
a. Prep�re prelimi�n�ry mix design far each Gpnereke Class. Submit mix
design with �roduct and testir�g data for each cambinatiQn of materiais
and propor�i��S to bv used far Er�g�Re�r's review.
�) Determine water conteht of th� mix based on curv�s shawing ihe
r�l�tion b�tween water-cementitious mat�rials r�tio and the 7- and
28-day campressive str�ngth of #he co�crete.
2) Determin� each curve using 4 or more points, each representing the
average compressP�e strer�gth vaiue of at 6east 3 speclmens tested at
each age.
b. After rr�aterials ar�d propos�d mix designs have bee� accepted by
Engir��er, ha�e tria! batches for each cancrete mix design prepared by
Contractor's testing laboratory,
'I ) Prepar� triai batches uspng the cementitious rr�aterials, agg�eg�tes,
and admixtures proposed to be used for the Vl/or{c,
2) P�r-ovide batch�s af sufficient quarttity ta dotermine slump, wori�ability,
consistency, sotting time, and f�nishing eharacteristics, and to provide
sufficient specimens for testir�g.
c. For each trial batch, make and test specimens to determine and report
slump, compr�ssive strangth (with relationshlps for rate of strength galn
between testing ages}, and dryirtg shrinkage,
1) If trial batches do not produce conerete confiorming ta t�e specified
reqt�irements for slump, strength, workabllity, consistency, drying
shrinkage, restrained shrinkage, and �nishing, change mix
proportians and, if necessary, sources of mat�rials.
2) Make additional trial batches and perForrn a�ditiona! t�s#s until a
batch that conforms to requiremen#s of this Section is produced,
2. Testing - Slum�:
a. Determine slurnp in accQ��a��� with AS7M C143.
�. Acceptance critaeion: 51ump within ra�tge �pecifi�d.
3• �BS�+ng - Compressiv� strength;
�• F'repare 4 inch diameter by 8 irrch long cylinders in accordance with
ASTM C31 for tests specified in this Section.
b• Determine average compressive strength:
�) Test at ieasi 12 cylind�rs from each trial batch fr�r enmpressive
strer�gth in accordance with ASTM C39.
2) iest 4 cylinders at 7 days, anQther 4 at 28 days, and anather 4 at 56
days.
3) Calculate average compression strength for 7 day tests, for 28 ciay
tests, and for 56 day t�sts.
4) Calculate ratios for;
a} Average 7 day strength to average 28 day strengkh.
b) Average 2$ day strength ta average 56 day �trengfih.
�• C�et�rmine the required av�rage compressive strength for each rrrix, f cr,
as described fn the follawing paragraphs:
�) Cafculate required �verage compressive streng#h �f'cr) based on the
minimum specified 2&day compressive strength, f'c, plus a standard
dev�ation cleterminet! fram the test history �vail�ble for that mix.
�) Determine f cr �s specified in ACI CODE-35p, �xcep# as modified in
ti�e following paragraphs;
Cast-in-Pl$es Concrete
03 30 DO-2q
p�s°NCarWlo�[Mcumen�lTXrFor1 tivvll�v'ZOpd62-pOpppp�OA Deslgn�DA Specs�CafaRa� 30 zGpntonnedj JUIy 6, �QZ� -������M��
a) Where 15 ar more �8-daY compressive strength tests are
available, caiculate standard deviatian as described in the
preced�ng paragraphs for "concrete mix design dflcumented by
ffeld experience". Add this standard deviation to the specified
minimum cvmprassiva strer�gth ko det�rmine the required
average cornpressive strength �f cr� for the mix.
�y W a lable, determine5m n mum required compressive st englh r�
av
(f`cr} from 7able 4 of this Section.
ia51e �: �e�uir�d Ar�er�ge �ompr�s�i�e Si�rer�gth, F�wer than �� �ests �r��ilable
�equiPed A�+�r�age
I�ilinimum �peci�ed ��mpYessi�+e �ireng�h, �'c�
Gampre��ive �trength, �� �pounds per �qu�re inchy
ipnund� per �qu�re inch)
Less than 3,000
�"c + 1,Q00
3,000 ka 5,Q00 fc + 1'20a
Over 5,000 f c T� 1,4�a
�, F� c c e p# a n e e criterian: �verage compressive strength af the 4 cyVinders
tested at 28 days, or of the � cylind�rs tes te d a t 5 8 d a y s w h e n A E�� tt��
by the �.ngineer, sha11 equal or exceed the required average compression
stre�gth, �'cr for that concrete mix design.
4. T�sting - Chiaride content:
a, SuUmit test rssults showing that the concrete mix contains water-soluble
chloride ion content contributed from tF�e constituEnts �ncl�ding water,
aggregat�s, cementitious matsrials, and admixtures is less than th€ limit
specified in 7able 3 of this Seciion. Test shall be Qerform�d in accordance
with AS�T'M C1218 at age between 28 and 42 day�.
z.07 �O�1RCE Q�I��ITY G�IVTRQ�
A. Sample and test materials �n accordance with the following requirements:
1. 5ampling, testing, an� reporting frequency:
a, In preparation for m9x design submit�als and trial batch tes#s.
b, Whenever there is a change in source af the m�terial, ar a significar�t
Gh��rge in the cl�aracteristics or quality of materials from the same source.
c, For each 'I �,000 cubic yards of concreie mix produc�d.
d. Ai intQrvals not exceeding 9D eal�ndar days, unless otl�arwise spQcified ir�
the foliowing paragraphs•
2. Supplemental cemeniitious materials.
a, Samp�e and t�5t flY ash in accordance wifh ASTM C311.
3. Aggregate:
s. Sample combined aggregate in accord�nce with AS'T4� U75 and �73�65,
and tesi fbr gradatian in accordance w+th ASTM C136•
b. At least once every 30 days, and when reque�ted by the Engineer.
c, Submit test results.
4. Cementitiaus materials:
�. Sample and #est cerrientitious materials and provide miil certificates
demQnstrating compliance with ASTM C150 and additional requirements
of this Section.
Casl-in-Pkace Concrete 103127 Jufy 6, 2a23 - CC?N��R���
03 3D_00-25
p,4:IlGaxr o+t}otumenlslTX�Fa�IS'Josth�100A52-OG4000�64 Oes�gn�0a Spec�,�Carolla{03_�0_00 ICun�ormed�
7? Determine alkali content by method set f�rth in ASiM C114,
b. At least vnce every 90 d�ys, an� wF�en �-equested by the Engineer.
c• Submit test results.
s� 8atch materials in accorda�ce ►,yi#� the following requireme�ts:
�. Concret� batch weights: Control and adjust so as to secur� rnaximum yieid,
and a� all times maintain proportions of cor�er�te mix within specified limits.
2• Aggreg�tes;
a. Obtain aggregate fram a source capable of providing uniform quality,
moist�r� conter�t, and grading during any sPngle day�S �p�ratiar�.
b• Nurnish satisfac#ory means �t batching pl�nk far checking mo(siure
co�ten# of fine aggregate for eaeh E����h.
3- �dmixtures:
a. k3atch solutians usEng mecnanical batcl�er �apable of accurate
measursmer�t.
b. Air entrainir�g �d�ixture: Add to batcf� in partion of the mixing water,
ur�less othervyise recomme�ded by the admlxture man�facturer.
P�AR� 3 �X���1�'l��E
3.@� �Ft��'�eRATI�RC
�
C.
0
A, Prepare and submit mix dssigns for each Concrete Class indicated in Table 3 of this
Section,
Submit propased sequence of concrete placemer�ts. After acceptance, adhere fo
�rapased sequ�nce of placing cohcrete, except when specific changes are
requested by the Contractar and accepted by the �ngineer,
�• Use canstruction methads and sequence wark to allaw �oncrete placement tfl
reach adequate strength and to be constructed with r�quited suppnrt to
prevent overstress of tf�e cor�crete structure du�png cons��uetion.
Make provisians for monitoring weat�er conditioris:
1. Insiall an outdoor weather station c�pable of ineasuring and recarding arnbfent
temperatura, wind spoed, and humidity, �urnish irtstruments accurat� ta wi#hin
2 degrc�vs Fahrenheit, 5 Aercent relative humidity, and 1 rnile por hour wind
speed.
2• A+fonitar the weather forecast beginning at least 48 hours prior to any concrete
placement a�d make provisions for cold weather concreting or hot weather
concrefing if tho�e conditio�s exist or are forecast to exist during the p�riod of
placement, flnishing, and c�ring.
a• Record temperature, relative humidity, and wind Sp��d� �dr eanh placement
beginning at least 24 hours before schedu�ed delivery af concrete.
Place no concrete without Eng�neer's priar aeceptar�ce of cand�tions.
E. Nvtify the Engineer in writing that preparations are complet� and r�ady for
pfacement of concrete. Such r�otification shall indicate readiness - �c�t j�st intention -
to place concrete for the designated portian of the Work,
Cast-in-place Cor�cr�te
03 30 On-Z6
�,v:ricarwwrnaeume�+tsrrxrForrti�o�o-,�zaoa�2-0noaodron oes+ nro� 703127 July &, 2023 - CONFORM�IJ
9 SRecslCarollWp3,30_p3 (ContormeUj
1, Submit notificat�o+� to Enginee� on forms provided by or acceptable to the
Engineer and bearing the signature af Contractor's superintendent.
a, Sample form is included at the end of this Section, see At�aci�ment B-
Goarseness Factor Chart.
2. Submittal of notificatian will b� Contractar's ce�rtification that preparations are
camplete and in accordance witr the Coniract Drawings and Specificativns.
3, F�rovide noti� �m��t °na less than 24 hou s befo e commencing placement t�f
concrete piac
cancrete.
3.�� ��N���i� J�IElY�
q. Lacations of joints are indicated on the Drawings.
1. In order to presarve strengtY� and watertightness vf structures, make no other
joints, except as �uthorizad by the �ngineer.
2. Canstruct joints where indicated, and as indicated on the Draw+r�gs.
3, Where joint lacations are not indicated on the Drawings, submit Contractor's
prvposed bcations for �ngineer's review and acceptance. Provide
c�nstruction joints in slabs and walis at ini�rvals not gr�atar than 35 fe�t.
B. Time betweer� placements of adjacent concrete separated by joints.
1. F'rovide rtot less than 3 days (72 hours) between placement of adjacen#
sections far t�� foNawing:
a. Slabs.
b. Walls.
2. Provide not less than 7 days (968 hours} between placement of the fawer and
upper pours far the foAowing:
a. Wails over slabs.
b. Slabs over walls.
c. �G�,�� �ceyed inta the sides af walls.
C. Edges of joints:
1. Provid�►}oints hav� odges deta9lad as indicated on the ❑rawings.
2. P�otect wa11 and slab sur�aces at edges from concrote splatt�r. ThoroUghiy
e�gan adjacent surfaces after compl€tion of each placement,
D. Joink constructian:
�{. F'reparation of forms:
a. Provide cleanout holes at base af each wall and calumn fior inspectian and
cleaning.
b, Wash forms and adjacent joint surfaces of sawdust, chips, and other debris
efter forms are built, and immediately befare concrete or grout placement.
c, Should formwor�t canfine sawdust, chips, or other laose matter i� such
manner that it is impossible to remave them by flushing with water, use a
vacuum cleaner for their removal, and t�en flUsh cVeaned surfaces with
water.
2. �efore placing concretv against pr��iously placed concrete, thoroughly clean
the priar placement af laitance, grease, oil, mud, dirt, curing compounds, mortar
droppings, or other objectionab�e matter by means of pressure washing.
3. F'rovide and ins1a11 waterstops, ex�ansion joint maierial, and other simflar
materials as indicated on the Drawings and as specified.
Casf-in-�lace Gancrete ��31 �7 ���y C�, 2Q23 - CONFORMED
03 3� a0-27
p�v�NCarotbdDoournentsfFK�urt YJarU�1200452-Ob0000�08 Des+gn164 Specs�Ca�allu�3_30_4� (Cuniom�eu]
a. Tak� sp�ciaf care to ensure that waterstops are secured in proper pasition,
b. Take special care to ensure ttrat concrete is well consolid�ked arQund and
against waterstops during p��c����t.
4, Harizontal joints;
a, As initial placemeni ovQr cold joints, thoroughiy spread bed af cement
grout as specified in Section Q3 60 00 - Groutcng,
�) ihickness: Not Vess tha� 1J2 inch or mare thar� 1 inch.
b. For walf placements above pla�ned cold joints, place+�nent of c�rnent grout
will not be requlred for locafions where the wall mix inciudes high-rar�ge
water-r�ducing admixtiure ("superpl�sticizers"}, and the Contractor can
dernonstraie dense concrete joints without voids or honeycQmb after the
forms are remaved,
3.Q3 �dI�ASURIRl�S �,1V9 BRT�HIi+D� i'�P�f�T�Rl���
�. Measurements of materiais:
1, Prapgrt9on and m�as�re cementitious materials and aggregates by w�;g�t.
�� �N��9h �ementitfous materials separatefy.
b. If bulk cementitious materials are used, wefgh thern or� separate visible
scale #hat will accurately register scale load at any stage of weighPng
operation fram zoro to tull c�pacity,
c• �ernent in unbroEten standard packag�s (sac�Cs) need not be weighed,
�� iti!►ixing water: N4easure by vofurrte or by weight,
�. 4ther mix constituents: Measure by weight, except as otherwise specified or
accepted by fhe Engineer.
4. Weighing and measuring devices:
a. lJse equipment designed and constructed specifiCa�ly far that purpose.
b, �urnish devices capable of weighing successive quantities of fndivsdi,a!
material measured to within 1 percent of desired weight of that material,
c, Bearing valid s�al of the department pf weignts and �neasures for t�e
authority having jurisdiction a�ar tha Work,
5• Measurements and measurir�g devices;
a. Subject to review by tl�e Engineer.
g. �atching.
�• Admixtures shall be added af tne �anc��te batch plani.
�- Adclition of admixtures in #he field is permiffed anfy with prior acceptance by
the Engineer, and only when the following conditions are satisfed:
a. The dosage and mixing is personally a�erseen by concrete supplier's
trained kechnologisk.
b, Adequate mixing is provided after additian.
c. The maximum time to plaeernent of concrete remains 90 minutes after
water added to mix - not 94 minuiss after any field additiansladjustments.
d. Slurnp at discharge a�ter addikions/r�radificatia�s canfarms to #he
r�quirernenfs of �able 3 of this Soctian.
Cast-in-Place Concrete
q3 30 00-�8 103'�27
p�r:rrcaraio�o�+cume�Nsrr�;r�ouiva�ir�2ooa3z-on0000ma o�sign�aaspecsrca�ai�aro3_�o_oo(canra�,ed� J�ly 6, 20�3 - CONF�RMED
�.o� �ix�w� �►�� �������a�i��
A. A1�achine mixing: re ate or
1, prevent cementitiaus materiais from coming into cvntac# with agg J
with w�ter urttil materia�s are in m�xer and ready for camplete mixing witl� all
rnixing water.
�. Procedure ofi mixing cemeniitious materiais with sand, or with sand and coarse
aggregate, for delivery to project site �or final mixing and additian af mixing
water is nat permitted.
3. Remixing of concrete th�t has started ta take its initial set ("r�tempering")1s not
permitked.
4. Discharge entire batch befQre r�charging.
5. Volume of mixed material per batch: Nat exceeding manufacturer's rated
capacity a# mixer.
B, Transit�mixed concrete:
1. Mix and deli�rer in accordance with ASTM C94, exce�t as modified in this
Sectinn.
2. Total elapsed tlmo betwsen addit9an of wator at batch plant and discharging
campleted mix:
a, I�ot ta exceed 90 m9nuies or 34d revolutions af the mixing drum.
b. LJnder conditions contributing ta rapid setting, tokal elapsed time permitted
may bs reduced by the En9ineer.
3. Temperature - minimum and maximum aAowable during mixing and
transp�rting:
a. IVfinimum: �0 degrees Fahrenheit.
b, Alaaximum: 90 degrees �ahrenhelt.
�4. Car►tinuc�usly revolve drum after it is started until it has completely discY�arge�
its bafch.
a, Do not add water until drum has siarted re�olving.
b, Engin�er reserves th� right tv increase r�quired minimum number of
ro�ofutions or to d�creas� desi9nated maximum number af revnlutions
allawed, if ��e� ti�� ���mp tn ationl because o}f s c h� increase or ldecr�ase.
entitied to a
C, Concrete deGvery:
1. F'urnish to the Engineer a deVivery ticket for each batch of ready rnixed
cor�crete within 24 ho�rs after delivery. include the fallawing inforrnation on
each ticket:
a. Time of day cancrete was baiched, and time of day that discharge fram
the truck is complete.
t�, Printed record of the ind'+vidual weight of each of the foVlowing car�stituents
in the batch: Fine aggregate, caarse aggregate, cement, pozzolan, and
water.
c. Concrete Class as defined in ?able 3 of this 5ection.
d. Type, brar�d, and quantity of each admixture in the batch.
e. 7ota1 volume ofi water allowed in 1he mix, volume �f mixing waier added at
khe batch plant, volume of mixing water vWithheid frorn the mix during
batching, and total valume of any wat�r added to khe m9x after leaving khe
patch plant.
Cast-in-Plac� Concrete 10�,i27 Ju1y 6, 2023 - CONFOf2MED
03_30_Oa-29
�nv:r+Ca�dbtDocumenls�T1(IFoit 1VorUJ244452-QOR060r0A DesigND+� Spsc�+Carollol03_a0_UO (Cunrormed)
'�] Jn na case shail volume of mixing water withh�ld resulf �n a
water/cementitious materials ratia less than the minimurra vafues
specifed in Tabfe 3 of #his Section.
f, hurnber of revolutians of transit truck at arrival on site, and taiai number af
I'E3VtiIUtlp�13 WIl@il {IISCIi�f�� 15 C4170�77IDt0.
9• �o�ume af cancrete delivQred in the taatch.
h. Numerical sequ�nce of the bakch delivered for that placemeni,
2• Additional water may on�y be added ta the mix when the following conditians
are fulfy satisfied:
a• �atch ticket shawing tokal volume of water already added and maximum
volume of water that rnay be added is availa�ile far En�ineer's observation
before any adrli��Qn�� W�ter is added.
b, Totaf valume of water in the mix after the addition wil! pe less than the
maxim�m allowable volume of water indica#�d on the tic�et.
c, The #ull concrete load is still within the �ruck's mixing drum, and truck has
not begun to discharge ihe load, Under r�o condptions sf�af! water be
added in th� fi�ld ta a partial truekload of concrete.
d. Volum� of water added, and tirne of adclition are clearly marked for record
on the batch tic�t�t dsli�erod ta the Engineer.
3. Addi#inn af admixttares in the field is permitted anly with priar approval by the
Engineer, and when #he following conditions are satisfied:
a. Uosa�e �rtd mixing is person�[ly overseen f�y cancrete s�pplier's kr�ined
technalogist and admixtures supplier's representative.
b� Adequate mixing time is pravided after addltian af admfxtures.
c. The maximum time to placement of concrete remains 9Q minutes after
wat�r is added to the mix - not 90 minutes after any field
additions/adjustmer�ts.
d. Slurnp at discharge after add�tions/modificafions confarms to the
requirements of Ta�IQ 3 of this Section,
i]. Conveying concrete:
1. Cpr�vey canerete from mixer to focation af fina! deposi# by mst���s that
pr�vent separation or loss af ma#erials,
2. Use equipmer�t for cl�utes, pumps, and convQying of concrete of such size and
design as to �nsure practically continuaus flow of concrete, from delivery to
the point af placernent, Wit�out separation of materials.
3• Design and use chutes and de�ices tor conveying and depositing concrete that
direct concrete verticaNy downward when discharged from chute or cpnveying
device.
4. Keep equipment far conveying concrete thoroughly clean by washi�g and
scraping upon campletion of any day'S plaeement,
3.U5 f��ACI�fC AN9 CAF���LIA,�iI��
A, Preparation:
'� � 4btain �ngineer's acceptance of completed preparations laefore placing
coneret�.
�. Notify Engineer in writing that all preparations are complete ar�d ready for
placement of concrete. Such indication shalf .�r�dicate readiness, rtot just
intention, to place coricrete for fh� designated portion of tt�e Wor�,
Cast-in-Place Concrete
03 30 00-30
�nv;�rC�rc�io+aoaumen�sl-�x+Fartlroa��+x+2oo452�0o00o�ro4 Designlba Specs�Cafallotp3_� c� fcon�armeu) July 6. 2023 - CfJNF014MED
b. 5ubmit completed Aitachmer�t Q- Contractor's Concrete Placement
Checklist Form.
�. Confirm cc�mpleteness of #he �ollowing before notificatian of readiness is given
ta �ng9neer:
a. Place forms, reinforcement, screods, anchors, ties, and inserts in final
position.
b. R�infQrcemeni is s�cure and properly fastened in its correct position.
c. Loose fnrm kies at construction jaints have been retightened.
d, powe{s, bucks, sleeves, hangers, pipes, condults, anchor �olts, and any
other fExkures required to be embedded in concrete have been placed an�#
adequately ar�chared.
e. Forms have been cleaned of debris and form release agents are applied
as specified.
3. F'reparation fior placement of �ontings and slabs on gr�tte:
a. Do nvt place concrete on ground ar compacted fi11 untii subgrade is in
moist conditian acceptable to the �ngineer.
b. If necessary, sprin�tl� s�abgra�o with water not less #han 6 or mare than
20 hours in adUance qf placir�g eancrete.
c. If subgrade surface becomps dry pr+or to actual placing of concrete,
sprin�tle again, without forming pools of water.
d. Do not place concrete ifi subgrade is muddy or soft.
4, Keep sufficient protective coverings an hand at all times #or protection of
c�ncr�te during and after placement
a. Pratect concrete ptieced before rain to pre�ent water fram coming in
contaci with sUch concrete.
b. Protect concrete pfaced be#are winds to prevent excessive drying ar
embedment of debris in the finisned surfaces.
B, Concrete placement:
� , Do nat place concr�te:
a, With slump outside ih� limits specified ir� Tabie 3 of this Soction.
b. In which initial set �as occurred, or that has been retempered.
c. During rainstorms or h�gh vefocity winds.
2. Deposit cancrete at or near its finaV position to avad segragafion caused by
rehandling or flowing.
a. Do noi depasEt cancrete in 3arge quantities in one place, and then worl�
material along forrns with vibrator or by other methods.
3. Do nat drop cancrete freely into place from height greaier than 5 feet. Use
trem�es for placing concrete where dro� is over 5 f�et.
4, ppace cancrete on slopes starCing from bottom af sfope and working upward.
5. Place canerete in horizo�tal lifts not exceeding 24 inches in depth and bring up
eveniy in all parts of forms,
6. Aftor concrete pl�cement bagins, cantinuQ in a continuous aperatian without
significant interruption until the end o� the placement. Plan and implement
precautians to prevent any delay, between layers or adjacent �alumes, fram
exceeding �4 �inutes.
7. if concrete is ta be �taced aver previously place� cancrete and more than
20 minutes has eiapsed, spread fayer of cement graut over surface before
plaoing additional concrete. Pr�vide graut layer thickness of not less ihan
112 inch or mare than 1 inch.
Casl-in-Plece Concrete 1a31Z7 ,iufy F. 2423 - CQIVFORMED
D3_30_00-31
pw•,��Card�afpocumQnlsl7XiFt�it 1NorIsv20�452-09QtK3�704 DesEgn�04 Specs�Caro�la�03_30_OC1 lConl�meUj
8. Pfacement af concreke for slabs, beart�s, or walkways:
a. If cast monolithicafly over wal�s or columns, dv nat cammence until
cancrete in walfs ar columns has been allowed tQ set and shrink,
b, Allow set kime of not less than � hour for �hrinkage.
1) During waiting t�me, Ec�ep top surfaca of concrete moist, but not w�t.
2) Do not permit wate� to pond or starad ori the surface.
3) Do nat cna# surfac� with evaparation r�tarders ar curi�g agents.
c. Stari placement above wall or column with layer of cement grout as
desc�ibed in t�e preceding paragraph.
C. Consolidating concrete:
1- Consalidate corocrete with aid o� accept�ble mechan�cal vibrators.
2. Tl�or�ughly consolidate concrete arnund refnfarcement, pipes, or other shapes
��ift into th� Vllork,
3. P,rovide sufficiently intense vibration to cause cor�crete to flow and settle readily
�nto .�lace and to visibly affect conerete over radius of at least � 8 inches.
4. Vibrators:
a. KoQp suffieient vibrators on hand at ail timt�s tt� vibrat� cancrete as placed,
b• In addition to vibratars in actua� us� yUhile cancrate is being placed, have
vn hand a minimum of 1 spare �i�ratar in operable condition.
�• do not place concre#e until it has b��n confirmed that all vibrating
equipmenk, including spares, are in operable conditi�on,
5• Place concr�te solldly against forms and concr�te sur�aces, leaving na voids
or haneycomb.
B• Make concret� solid, compa�k, and smooth_ If for any reason s�rfaces or
interiors have voids or are In any way def�ct(ue, repair such concrete in
manner accep#able to the �ngineer.
7• Da not over-vibrate so as to produce segreg�tion.
3.06 �'INi��l�t�C ��W�R��'!�
A, Provide concr€�te �nish�s in accordanca wpth Soction 03 35�2g - Tool�d Concretv
Finishing unlQss o#herwise indicat�d on ths Drawir�gs, ^
B. Liquid evapor�fion retardant:
�. Under condition� that result in r�pid evaporation of moisture from the surface
of the concrete, coat the surface ot the concrete with a liquid evaporation
retardant immediateiy after screeding.
2. Conditions that resuft in rapid evaporakion o� moisture are defined as any
combinatian of ambienf temperature, concrete temperature, relative humidity,
wind speed, anr! 5olar radiation intertsity that creates condifiorts thaf wiil
evaporate water from a free cancrete surface at a ra#e equal to or greater than
0.1 pounds per square foot per f��ur as deterrnined by the Menzel Formula
and namograph published i� ACI PRC-305 and i�cluded as Attachrnent A-
Menzel Fnrmufa and Nnmograph to this Section.
�� Apply evaporatian retardanf again aftor each finishing operation as necessary
to preven# drying shr�nkage crac�s.
4• l�o not wor� evaporation retardant into the surface of the concrete.
�. Do r�ot use evaporatian retardant as finishit�g aid (to rehydrate surface a
creamy state for finishing).
Cast-in-Piace Conerete
03 30 00-32 143127
pw ricaraiar�ocumen�srrxr�Ur� ��ao,i�trzaoa�z-�o�000rQa �es�9n�oa spec�r�a�aiw�_�o_� �canrwmecll Jufy 6, za2s - CON�oRM�a
C. Goncrete sealer:
1, Flvors ar�d slabs to receive concrete sealer: See Room Finish Scheduie an the
Drawings, and Section 03_35_29 - Toaled Concrete �inishing.
3A7 CURI��
A. Cure concrete by methods specifiiod ir� this Section.
�. Ke�p concrete canfinuously maist and at an averag� daily ternperature af at I�ast
50 degrees �ahrenheit far a minir��am of � days after placem�nt.
�. Pravide at Ieas135Q degree days of curirtg (35Q degrees times � days of
24 hours each).
2. If hnurly temperaiures at any surface of a cflncrete placemeni drop �elow
50 degrees Fahrenheit during the curing period, caunt 1he periad below
50 degrees �ahrenheit as zero degrees, and extend the curing time to
compensate.
C. Schedule of curing methods:
1, Cure the following concrete surfaces using w�ter curing, or plastic membrane
curing,
a. Fl�or sur�a�es af water containment skructures.
b. Surfaces where additional concrete wiil be p�aceck over or againsi the
surface, including concrete joints.
c, Su�fac�s wh�re grout ar other toppings will be placed over the surface.
d. Siabs scheduled ta receive concrete se�Ver, or ather bonded or adhered
architecturaE finishes.
e. Formed surfaces scheduled to receiwe coatings, paint, adhered rnasonry,
cementitious materials, ar ather similar finishes, and where farrnwork is
remove� within 7 days afker concrete placement.
f. Horizontal concrete surfaces at tops of walls.
2. Cure the following concrete surfaces by wat�r curing, plastic membrane
curing, or sprayed curing membrane, Selection of inethads sha11 be at the
Contractor's option.
a. Surfaces not listed in the preceding paragraph.
p. Wat�r curing:
1, Keep s�rfaces af concreie constantly a�d visibly wet, day and nighf, for p�riod
of not less than 7 days.
a, Eac� day farms remain in place will be caur�ted as 1 day of water curing.
b. Do not loasen form fies during period when concrete is cured by leaving
forr�s in place. No iurther curing credit will be allowed for forms remaining
in place after contaci has b�en broken beiween concrete surFace and
forms.
2, Begin water curing as so�an as concrete attains initiat set.
3. Maintain a wet surface by ponding, cantinuous sprinkling, coverir�g with
saturated burlap, or othennrise saturati�g the surface by means acceptable to
�ngineer.
a. Flo�d top of walls with water at least 3 times per day and keep surfaces
moist at all tirrEes during the 7-day curing periad.
Cast-in-Piace Cancrete 103127 Jufy 6, 2023 - CON�ORMED
D3 30 Op-33
�nv1tCaiC`otD4Curnenls+TXtFUi� Worird2D0452-00004Q74� Desigh�D4 SyBc�+Carpllc�+U3_30_� (Conformetl�
b. Pravide piastic sheet material aver surfaces if required ta maintain a wet
surface during arid ar w�ndy conditians. See plastic membrar�e curing
requirements for addition�l det�ils.
4. Use water having a temperature wi#f�in 2Q degrees Fahrer�heit of the
t�mperature of concr�te, and nat lower #han the minimum temp�rature allowad
fior the concrete surface during curing.
�. �las#ic mernbran� curing;
1. Instal! �lastic merrtbrane as soon as concrete is finished and can support
Nmited ped�strfan traffic without damage.
2. Cover en#ire surFace of finisi�ed cancrete with membrane.
�_ Anch�r membrane to prevent uplift frorn wind or air trapped �e�ow xhe sheet.
4- �ully seal joints and edges fo provide full seal around perimeter.
5. Keep concrete under plastic membrane moist, regufarly monitoring sur�aces
and adding supplemental moisture if necessary, Add water as specified for
water curing.
F, Sprayed membrane curing c�mpound;
i. Apply c�ring cnmpound to cancr�te surfaca aft�r ropairing and patching, and
within 1 hour after forrr�s are ramov�d.
a, ff more than 'f hour �lapses aft�r remaval of farms, do not use membrane
�urirrg compaund, lnstead, provide waier curing for not less than % days.
b. Do net rernov� sprayed membrane curing compound from cancrete ir�
less than 7 days a�ter ir�itial applicatior�.
c. When application of curing campound at concrete joints is acce{ated by
Engineer, taEce care tti apply curing �ompound to all surtaces along fiul!
peofile of joints.
?.. Rpply curing compound by mechanical, power aperated sprayer with
mechanical ag9tator that will u�iformly mix ali pigment and cotnpound.
a. Apply curing compour�d in at least 2 coafs.
b� �pPIY each caat in diroction turn�d 9Q degrees fram application diroction
of the preceding coat,
+c• Apply curing compound in su�cient quantity so khat concrete has uniform
appearanc� and i#s natural color is effectively and completely concealed
immediately after s�raying.
d. Continue to coa# and r�coaf surfaces until speci�ed coverage is achiev�d
and untif coating film remafns on concrete sc�r�aces,
3. Thickness and coverage of curing compound:
a. Provide curing c�rnpound ha�irtg fiirn thickness that can be scraped fram
surfaces at any and afl points after drying for �t least 24 ho+�rs.
b. Contrac#or is cautioned that rrrethod of app�ying curing compound
speeitied in this Section may require more curing compound than nvrmally
suggesfed by manufacturer of curing compound and is more than is
customary in the trade, Apply amounts specifi@d in #his Seet'ror�,
regardlsss af manufacturer's recornmendatians or customary practice.
4. If Contractor d$sires to use a curi�g compound other than specified produci,
coat sample areas af concrete wall with propased curing compaund, and also
coat similar adjacent area with the specif9ed compaund in the manner
s}�ecified, for comparison:
a. If proposed sam�le is not equal ar better, in opinion of the �ngineer, the
proposed substitution will not be allowed,
Cast-in-Pl�ce Canereie
03 30 Op.34 103'E27
U�+�,RCero�b+DotiimenlslTXlFortYuor�pp4S2-9A004a�pA Design1049peasrCaro�lU�03_aD_Cd (Conrarmeti) JUiy 6, zoz� - CpN�p�n��a
5. Removai of curing compound.
a, After curing per9od is complete, remove curing compound placed on
surfaces that wilf receive additior�al concrete, includ'+ng aN concrete �oint
surfaees, by heavy sandblasting or by otherr o�{o �lacir�g any' n�w
Engineor. Camplat� removal and claanup p p
concrete against the surface.
b. Where additivnal finishes wiil be applied nver concrete surfaces, unless
atherwise recommended by khe manufactursr of the f�hish to be applied,
remove curing compaund by sandblasting. Provide �iastlr�g as necessary
to fuAy remove curing compaund. sandblastin or b other
6, Prior to final acceptance of the Work, remove, by � �
rnethad acceptable ko the Engineer, a�y curing cnmpound on surfaces
exposed to process water or exposed ta view, so that anly natural calar of
fn;shed concrete is visible an� uniform over the entire surface.
3.�� ����E�CiI�Fi
A. General:
1. KeQp forms in place, as spaci��d in Soction 43_11�07 -�ar�creto Formwork,
to pro�ide euring and to grotect concrete su�aces and edges from damage.
2. lrrrmediataly after forrr►s are remaved, carefuily axamine concrete surfaces,
and repair any irregulariiies in surFaces and finish�s as specif'ted.
E3. Loading of concreke members:
1. Placement of loads an o� against green concrete is nat permitted.
2. Do not place soil against walks, or fiil aver the tdp of eoncr�te until condi#ions
designated in the follawing paragraphs are satisfied:
a. Walls have been cast to thefr full height in the structure and have
achieved their minimum specified 78-day compressive strength.
b, G�nnecting slabs and beams thai brace the walls are in pface, are
comPlete, and (in the case of concrete) Y�a�e achie�ed their minimum
spocified 28-day compressive strongth.
3.09 G06P �+l��►ii��R �CaP�����IhiG
A, Implsment cold weather concreting pracedures during periads af cold weather as
d��ned in this Section,
1. Cornply with fhe recammendations of ACI PRC-306 and this Sectian.
B. Prepare a cold weather cor�creting p1an. Maintain at feast '! copy of the plan on site.
Pra�ide plan for rev9ew if requesied by the Engineer-
1. Include po�in andSrEco d ng �the� tempe ature a he concre e a d the�0n, and
for monit g
surraunding environment.
2. Describe pracedure to be irnplemented in the event of ahrupt changes in
weather conditi�ns or af equipm�n# failure.
3. Review colto address any c�n emis expr s�sed by Engin e�r b for�e�beginnir�g
�FOVISIOI'15
concrete placemer�ts.
Cast-in-Place Goncrete �0�127 July 6, 2023 - COtdFdRMED
03 30 DD-�5
pwllCa�dlo+Docun��nls[TX�Fout�'orUtii00452-404040+D4 OesEgn+04 Speea+CarollUro3_�0_0,1(Corr�ormed)
C. Prep�ration:
�� �o �ot �alace concrete over irvzen subgrad� materials. Provide insulating
materia� and s�pplerr�entary he�t if required to maintain a ihawed s�rtace,
2• �o nat ��ace concrete around mefallic elements whose temperature is less
than 40 degr��s Fahronheit. If heati�g �s requirod, usa processes that do �r�at
alter #he mstallurgical prop�rties af th� �lemen�s.
3. Remave snow, ice, and frost fram r@inforcemer�t, emboclments and forrns,
Schedul� such remaval imm�diately before concrete placem�nt so that
surfaces do not r�freeze,
�- Batching, deiivery, pfacement and finishfng;
'I • Acceleratir�g admlxtures will not be permitted.
2• Based on temperature of the en�ironment and the surfaces where cancrefe
wilf be plac$d, se��Gt �nd maintain mix temperature as recommended in ACI
PRC-3Q�.
a• Make pravisions for temperature Poss during ��fp��,y and placing,
b. Place concrete at or slightly abave the mir�imum recommer�ded batch
temperatures. Do nnt exceed these minimum �aluos by mare than
20 degrc�es Fahrsnheit.
3• F�Qating: If tempera#ur@ of wat�r or aggPegates is b�low 35 degrees
�ahrenheit, heat the materials,
a• Mixing water. C?a not heat abave �40 degrees ��ahrenheit.
b. Aggregates:
'P) Heat unitormly to eliminate ice, snow, ar�d troaen lumps of material,
2) Avoid overheating_
3) ❑d nat exceed a�erage temperature of 140 degrees Fahrenheif ar
spot temperature qf 200 degreeS Fahr�nheit.
�, Protection and curing:
1. Pro#ec# concrete to provide continuaus warm moist curing immedia#ely after
piacement and during protection period.
2• Minimu�n protection periad: 7 days,
3. During and imm�diately after tF�e protection period, mairttair� temperature in
accordance wi#h Table 5 of this Section, �'rovid� record af kemperafure durir�g
�lacement and curing as speci�ed ir� the foElowin� �Oaragraphs.
a. i=urnish and locate maximiamlminimum ternperature recnrding
thermometers in sufficPeni numbers to confirm cqncrete.
Table 5: Concrete "femp�ratures - Normal Weight Concrete
Sectian i'hick�ess (Inches� �.��
12 to �36 36 to c'�2
During Prot�ction Period�
As malntained (minimurrrj �5°F �p°� ��°�
After protectton Period:
Gradual drop during �rst 24 hours (maximum) �a�F 40°� 35°�
4. Provide piastic sheeting, polyskyrer�e foam sheets, insu(ating blanRtets, and
supplemental heating if required ta maint�ir� rrfoist�r� a�r! #he sp�C�fied
temperatures during prptection.
a• Protect insulating bianEcets From moisture in the Concrete ar�d from rain or
snow using imperrneable sheeting.
b, Supplem�ntal heating units:
Casi-in-Place concreie
03 3Q 00-36 103'fZ7
p�vrrCa,o��ar�ocumen�s�7xrFur� Worv��Zo0A52-oa040ar04 oes�ynroa Syecr,�ca�al�cv03_a9_Do(conrameci) Juiy B, 2p23 - CbNFORNIED
�) Vent units to outsi�e atmasphere. l�o n�t exhaust heater flue gasses
into the enclvsed and protected area.
2) Make provisivns tv heat the fiow freely wi#hin protacted area, and ta
maintain a uniform temperature througl�out the space.
3) Locate ur�its to avoid local drying ar une�en heating of concrete
surfaces.
c, Pay particular attention to maintaining required temperature and rnoisture
at edges and corners.
5. At the end Qf the protection period, allow concrete to caol gradualfy to khe
ambient temperature.
�. Maximum temperatur� drop over tt�e first 24-ho�r period shall be as
specified above.
b. Where temperature of concrete exceeds ambi�nt by 20 degrees
�ahrenheit or �r+ore, loasen forms and leave in place far at least �4 haurs
bafore remaval.
c, Vf water curing has been used, maintain concrete temperature as speeified
in the following paragraphs for at 4east 2Q hours after water curing is
terminat�d. AI1�w water-cured concrete to air dry for at least 3 days before
exposure to freBzing temperatur�s.
g, iemperat�re records:
�. �or each area o� concrete placed or cured during cold weather, record the
temperature af concrete and tha arribienk enviranment.
a. Maintain temperature records on site and make records availabfe far
review by �he Engineer upan request.
b. DeAv�4 ca1 n�da pdays afte the date onc`rete was prlacedfiles not more
th��+
2. Concrete delivered for pl�cement.
a, Measure and record temperature at th� po9nt of discharge ir� accordance
with ASTM C1�64.
b. Note temperature on the batch ticket.
3, Cot�crete during #he protection period:
a. Furnish and locate self-recording thermometers (maximumlminimum)
araund each placement. Number and location of thermometers shaH be
su�clent to r�Prm ters to ecord h� emperature a�treach edge ar co ner t.
b. Pos�t�an ther
and at the middie af the placement area.
4. lnclude in the temperature record of each placement the �o1lo►n+ing informatinn,
recorded legibty an a single sheet.
5, In the event that eva�uations of the efficacY of concrete protectian and curing
are required, t�e lowest temperature recorded ir� any placement durjng eacn
24-f�aur period will be assumed to be the temperature at whict� the entire
plac�msnt was maintain�d. Protection periods with any temp�rature r�cards
wi11 be assumed en� �� r� �ay for each day w'thout protection, protection
period wlll be exi Y
3.'10 F6C7T ��14'�F4�� C�P�C��i1W�
A. Implemenk hot weather concrete p.racedures during �eriods af hat weather as
defined in this Se�tion.
�. Comply with the recommendations of ACl PRG-305 and this Section.
Cast-in-P{ace Concrete 143127 Juiy 6, 2023 - COIVFORM��
03�,3D_0�-37
p�u;f�Card�n�l7ocumenlsiTlUFud 1�lor�h+240d52-09D0�79lOd Design104 SpecsiCa<a14a�03_34_90 (Cark�o�Re�1i
F�. If placements during hot weather are expected, and when requested by the
Fngineer, prepare a hot weather cancreting plan,
T• Maintain at least 1 copy or� site,
2. Provida plan for review ifi requested by the �ng�ri��r.
a. Include proco�urQs for batehing, delivory, pfac�mvnt, curin
and manitaring and recording #ha temperature of the cancre e�a d the�
surroundi�g �nvironment.
�- Descrfbe procedures #o be implemented !n the event of a�rupt changes In
weather condltfons, �r in #he event oi equfpment faifure.
c, Re�iew hot weather concreting plan during pre-construction meeting.
Mak� provisions to address any concerns expre�s�d �y �ny�neer before
beginning concrete pl�cem�nts.
C. Pr�p�r�tinn:
1. Do r�at �lace concre#e against farrns, reinforcerrient, or embedrnents with a
surface temperature gre�ter than t2.0 degrees �ahrenheit.
a• If necessary, to maintain maximum concrete temperat�re during �lacPng,
cool forms and re�inforcement to tomperature below 9p d�graes
Fahrenheit using wa#�r or shades.
b. Do not allow water to puddle in fnrms or plac�ment areas.
2• Moisten forms or subgrade to maintain a saturated surFace without standing
water or saft spots.
3• F'rovide wiRdbrea�cs, shades, fog spray, sprinkling, wet cover, or other mear�s
required fo protec# concrete frarn premature loss of maisture and rapid
temperature gain.
D. B�Eching and dell�ery:
�• Retarding admixtures wii! noi be p��mitisd.
2• Temp�rature of concrete delivered for piacem��t ����� not exceed g0 degreeS
Fahrenheit.
a, MaPntain unifarm fomperature in the m,x b��oW this l�vol durirrg batching,
deNv�ry, placing, ar�d consolidation.
b. Temperature of mix, even if below the maximum aflowable temperature
speciff�d, shalf be mafntained at a lev�{ ta avaid loss af slump, flash
setting, or cold joinis in placements.
3. If necessary:
�• Mix water may be chilled or repiaced with ice to maintain mix temperature.
Where mix water is repfaced with ice, provide replacement at a 1-ta-1
ratio by weight.
b• Shade transit mixed concrete trucks, or cooi mixing autside of con#ainer
with water to control femperature af concrete.
�. Placing and finishing:
�. Piace and finish conc�ete promptly, Plac� so that �ertical lift lines will not be
v9sibls in expos�d concre#e surfaces.
2. Provide plasi�c sheetir�g, fag r�ozzfes, shades Qr other means to reduce
concret� terr�peratur� and protecf fram moisture loss,
Casi-in-Pla�e C�ncrete
Q3 30 OQ-38
�n�"11Csrc�lorL�ocui�enlslTX�Fat4N�rUY2Q045P-0OUGOL�704 a�signlQ4 SAsts'�aroIIW43_�0 OQ(Canfomietij JUIy 6, 2023 - CpfVFOFiM�R
�, Protectian and c�ring:
1. Furnish and locar� o coI �irmf concrete t mperat res a er�#ul1�a earand edgesn
sufficisnt numbe s
of concrete.
2. Fla�rn+ark: F'ro#�et and cure using wator euring methods as specified in t�s
Sectian.
a, 1Nater curing:
1) Keep concrete continuously wei and make provisions fo� runoff.
2) For sprinkling or soaker hoses, maintain temperature of water as
close as possible to the t�mperature of the concrete to minimizE
effects o# thermal shack.
3. Farmed surfaces: Protect and cure using forms left ir� place or mernbrane
curing methads as specified in this Section.
a, Caver farms and keep continuausly moist for at least 24 hours after
piacement.
b, Loc�sen form� as soon as ihis can be accomplished without damaging the
concreto. with water, or
c, Maintain cantinuousiy mast surfaces by fogging or s�raying
hy application of curing eampound as specifed.
3.� � �I��D �U�eLI�`i GUNiFt�L �Y ���i��YO�
A, F'rovidB qua�t� c�0 tr��a� �y �����` k of t�is 5ectian as required by
Sec#ion 01_ _
g. �9eld kests: �tivide testing ta determine whether the
1. During progress of constructior�, p
concrete, as being produced, camplies with requirements speci�ed.
Z.. Sampling and testir�g shall be perforrned bY Cantractar's testing faboratory.
See Building eode requ9rements for the Special Tests and Insp�ctions for
requiremenis.
�, Coaperat� in testing by allowing freo access to the Work for tes#ing
laboratary to sample and t�st materials.
b. Provide full acces� for Engineer to observe concrete sampling and t�sking
at any time,
c. Contractor is respar►sible for prov9ding care af and c�ring conditions for
test specimens in accardar�ce with AST�+I C31 until specimens are
coliected by testing laboraiary.
d, Pravide 4�irmly braced, insulated, heatecl, closed wooden c�aring boxes,
each sixed to hold 10 �pe�cimens. Include ca�d weati�er temperature and
hot weather iemperature control thermosiak for initia1 curing and storag�
frv� time af fabricativn through shipment to C�wner's testing laboratory.
3, Testing shall include:
a gamp��r�g of conerete in accardance witi� AST[Vi C172.
�, 7empera#ure of concrete at delivery in accordance with th�r requiremenis
o# ASTM C1064 and as specified in th9s SEction.
�, S�urnp af concreke using slump cone in accordance with requiremer�ts of
ASTM C143. Test slump at the following intervals:
�) At the beginning of each pl�cement.
2) As often as necessary ta kteep slump within tF�e spe�+f�ed �'�nge, but
not less than every 61h truck.
Cast-in-Place Goncrete �03127 July 6, 20Z3 - COEVFORMED
03,�3D_DO-39
p�s�:llCaic•�ol0acu�nenl�IYXIFat 1Nu�UW200452-0fl0004l04 Des�gn�b4 S�recs�Casa14a�03 30_04 (Cnntameil)
3) When requested tn do so by khe Engineer,
�) Observe concret� during slur�p tes# for signs af segregation.
a) Observe concrefe to see if mortar ar moi�ture flows from
slurnped cancrete,
�) Reject con�reto if mortar or maisture flaws out ot rnix.
d. Unit weight of cancrete in accordar��e with ASTA+I C13�,
e� Air entrainment in accordance witfi� AST'{�/l C1�'3, �est air content at the
follawir�g intervals:
� ) At beginning of �ach �lacement.
2) As often as r�ecessary to keep entrained air within specifFed range,
hut not iess than every 6ti� truck.
�} Wi�en requested to do so by the Engineer.
4j Test air entrainment in concrete in accordance wifh AST�vI C173. If
air entraining admixtures used for the {Nork require alternate testing
procedures, adwise the independent testing laboratory well in
advar�ce of the dakes of testing, and confirm that appropriate
equiprnent and personne! are prov�ded for fh� test.
5) Maks air test at point of deliv�ry (discharge fram mixer), For pumped
cancrete, ma�e air tests at point of deliv�ry and at AQint where
expelled after pumping for placemer�t.
f. Compressive strength in aceordance with AS7'M C39, Required number of
cylinders is as foliows:
1) iVot less than 6 cylinder speoimer�s, 4 �n���S �� diameter by 8 inches
�on9, will be t�sted for each 1 g0 c�b)c yar�� of ��ch �lass of
concre#e, with minimum of 6 specimens for each clas� of cancrete
placed; nc�t less ihan 6 specimens fvr each haff day's piacement; and
not less tFran 2 sets of 6 specim�ns for each s#ructure.
�? 1 cylinder wiN be broicen at 7 days, 1 at 44 days, and 3 at 28 days.
The 6tF� cylinder may bfl used ta �valuata strengt�t after 28 days if
requested by the Engir�oer.
3) Rvtain and stare "6th eylinders" (tested and untested) at tesfing
labarato,y until �� days. �realc "�th cylinc#�r" whQn directed by the
�ngir�eer.
9. F'rovide ful! access %r �r�g�n��r to obserye concrete sampling and festPng
at any time.
3.�� �1��-� QUALIiY �gNTa��, BY p�/��R
a• Provide an-slte inspection an�] {ield qua�fty assurance for the WorEc of th�s Section as
specified in Sectian 41_4�_�p - Q�aality Cantrol.
Q� �ield inspectians: � _`
"� • Required inspectians;
�• Observe constr�ction for confarmance to the Contract Docume�ts ar�d the
accap#ed submittals,
2• Records of inspectior�s:
a. Provide record af each irtspection,
b• Submit copies to Contractor upan request.
Cast-in-Place Concreie
03 30 fl0-4fl
p�,�:rrcara�or�ocume�+[srrxrFnri Svorir�2ooa52•o�uooa��oa �es��n�oa svecsrca�uuaro�l�p�ca�canrurn,�d� July 6, 2023 - CONFOFiMED
C, Field tests:
1. Engineer m�y reques kaced conl orm o�ti�e requ��aments af the Contr ct eria s
being deii�ered and g
pocuments.
a. If such additianal testing shows that tl�� mate�h$ ��St of theser ests1h�
specified raquirements, Cantractor shall pay
b, if such additional tesking shows khat the matsrials da conform ta the
specified requirements, Uwner wi11 pay tre cast of these kests.
3.13 f��idpGOW�B1�l�iN{3 �V�I�Ft
A. Remowe and replace or repair nan-conforming and defecfive wark.
1. Provide repairs having strengtr equal to or greater than speci�ied cancrete for
areas in�afved.
�. Pravide replacement or�rtl� tionaf rAst to Owner�. w�rk by means acceptable to
tt�e Engineer and at na
3, Pro�ect schedule wiVl nat be exter�ded based o� wor4� to address
nvn-conforming concrete.
B. Concrato not confafming te ��!�� �nd replace w'th onfarmin� mat I�a�sfa ��°t�c
concrete. Remove frnm th
additional cost to �wner.
�. �'emperature: Do nat use concrets having a temperakure abave or b�lvw the
limits spec9fie� in thi5 Section.
�. gqump: Da noi place concrete thak does not conform to requirements for
slursip.
3. Air entrainment: Do not use concrete that does not conform to requirements
for percentage af entrained air-
�. Cancrete not conforming to t�h �s�c� ��cp���e��ive�st ength Equ�l tn�ar greatsr than
1, Cvncrete is expected t
the minimum specified compressive strength f c in Table 3 of this Section.
2, S t r a r � g t h o� e o n c r�te will bQ cor�s9der�d accoptablv if followi�g cor�dikions aro
satis�ied.
a. Averages of �1�� ecified compr ss ve st eng �tp�� results is greater t an
or eq�a1 to the p
b, No individual sirength tesf (averag� of 3 cylinders} faNs below the strangth
specified in 7ab�e 6�f triis Section.
c. Where refationships between 7-day and 28-daY compressive strength, nr
�etween 2��day and 56-day compressive strength, have been provided as
part af th� mix design suf�mittals:
�) 7-day strength may be c�r�sidered as an indicatian �f ZS-day strength
pro�ided effec�s af temperature and humid'+ty between 7 days and
28 days are taken into account.
2) 28-day sireng t� � t me e a#uree nd t�um'dEtytbetween 28 days a9d
provided efifec P
5B days are taken into accour�t.
Cast-in-Place Gancrete �Q3��� �uEy 6, 2p�3 -CONFORMED
03 30_00-41
p,�;{i��iplb�Dacumen4sr�XiFort Worlti+20Qd52-00004�lOA Oes�gn+fla SpeosSCa�aNa'03_30_GO (Con�o'"�e�i
Tal�fe 6: ��rengkH �ompli�nc� Requirerr�ents
IVRinirr�um Sp�cifii�d ��wer Baund o� an lndiWidu��
�ompr�assi►ae S4rer�gtP�, �c Compressi�+e ��reng�h TesQ
�pounds per squar� 9nch)
ipaunds p�r square inch)
�.ess than S,OOa
fc-500
Jver 5,000
�- Non-compliant strength tests. �C ' i�• 10 x fc)
a. Mark rtan-compliant strength test reports to highlight #ne r�oh_��mplyir�g
res�its, and immedjatefy forward copies to all parties on the test report
distribution lis#.
b• Initial treatment may consist of additional curing ot affecfied portion(s)
followed by r�ot Isss than 3 cares at each affected area, taken in
accordance with ASTh/r C4� and ACI CO�C-318, Obtain Engineer's
a��ptance of praposed coring Eocations before peQC��ding with tha# work.
c. Submit r�port af compressive stra�gth testing for Engina�r's ravivw.
d. If r�quest�d by the Enginear, provide additional cores, ar�d obtain
pekrographlc testing i� accordance with AST'M C856, Submit results far
Engineer's review.
e. If additionai curing does not bring the average strength of 3 cores taken in
affected area to af �east s�eci�ied campressive strength Fc, desfgnate
such concrete (n affected area will be can�idered defective.
rt• Enginear may require the Contractnr to st►�engthen defective concrete hy
means of additionaf cancrete, additianal reinforcing steel, or replacement
°f defective cancrete, al! at the Contractar's expense.
D. Goncrete seetians or surfaces with ho�eycvmbing and vaids:
7� Pravide repairs havir�g surface appe�rance and finish consistent with thaf of
the surrounding work ar�d accaptablo to the Enginoer,
2. Do not patch, repair, or covar dofoctive Work without prior inspection by the
Engine�r,
3• �'r�para#ian af cancrete for repair;
�• Make no repair until Engineer has accepfed rr3ethads for preparing
surFac�s and far rnaking and curing repairs.
b• Chip aut and key-in imper�ections in the Work to make them ready for
repair.
�• Co�t bondPng surfaces and edg�s of repair area with one of the following
bo�ding agents as accepted by the �r�gineer.
"� ) �paxy bonding agent as listed befow:
a. Daytor� Superiar, Unitex Pro-Poxy 10p,
�� $��a �p�Aoration, Sikadur 35 Hi-Mod LV.
4- Methods af repair:
a. Dry pack mortar mefhod;
�} Use for hales having depth nearly equal to or greater than least
sur�ace dimension of hole, for cot�e-bolk hales, and for narraw slots
cut far repair,
�) Smookh Hofes: Clean and roughen dy h��Wy 5andblasting befor�
repair.
3j Install dry-pack morkar as specified in Section p3_60_pp _ Gro�ting.
Cast-in-Place Concrete
Q3 30_OQ-42
p+v,riCard�a+Aacumencs+TlcrForl Worlh2ppq52-40q00DrOd peslgn104 Spec�Cs,aI1W03 30_CD?ConformedJ JUly fj, 2pZ3 - CaIVFOf�I�ED
b, Cement rnartar method: ��� �n� toQ shallow for concrete
�{ j Use for h�les tao wide to dry p
replacement; and for camparatively shallow depresSEons, large or
smalf, that extend no dEeper tnan nearest surface reinforcement.
2) Install cem�nt mortar as specified �n Seclion a3 60_00 -�routing.
c. Concrete r�placement;
'f } Use when holes extend entirely through the concrete section ar ►+vhen
holes are more khan 1 square faat 4n area and exfend halfway or
mo�-e through the section.
2) Form, place, consolidate, and cure concreie of same mix as the
surrounding work.
END Of SECTI�N
Cast-in-PVace Concrete 1 D3127 July 6, 2023 - CONFQRM�D
03_3� 0(3-43
p,n•i+Cete�b�DocurneMs�x+FartSNo+l�+�0462-0DflOd0108 DQs�pnl44 SpecslCarolla+03_�—� [��f�"��y
�TiA�bfN�IVT A � �i��Z�� F���flIJLA �►WD �IOf�1�G���H
Cast-In-Piace Concrelp ��3�27 Ju1y 6, 2Q23 - CONFU�iMEp
p3_30_�0-Attachment A
�nr:IrCeic�'��OncumenlsiTxrFu�l Yao}�+20oa52�00nODolO� Des�gn�Da SpecsJCa�nIIN03_�0_00 iC,�nturmed�
�Ef���L F�R�f U� �fi�� f�0i�fi�CaRi4��4
5ource: ACI PRC-35f1
deq C
2 �OV� t1� 10 CC�EfEl4
fe�eralu:e
4 !�qv€ leff;read aq�rox
rale o��o�a�ratir+�
30
E
�
�
E
�
20�
I.,,, l. l..� !i1)rrr u�� r�,r�� n rr �end rrir r�vnpi•rrmu.•s, rrL+frr�� hru��ielin'. rufrl rrhu! .�r.r.r!
wi rhr� +•frrr� uf e�rufr�nu!lrrn rrf' ur��`r:�r mwsr�ur In�nr r�u+iri�rE�. 7T�i.� rJri+r� 1�rri��irl.s u
.gt'nrr„h• r+rr�ilrnr! r�f e�.sfi�ili�tin�; Iht• lr��.� � f si�r.irrrr inui�rrrre• frir 1•urirrn� n•�•rrrfar�r rurimlf•
rr�,��.,. 7'r, u�r rl�;.� �lr�ur. rn�dm�• r�r�-l��,rr xrrt,� unrli+�rr! ��b�,r,�. !j r1n�� r•urr rrl r��u�mrrrfrr�oi
ripTr�rr:rrlrv�. f11 dh/!�'/h f 1 kgArr/J�i. r,+���rri�trnr�� riy;�+in.cf 1,lrisflr slrrrr�kuAr rrrrrki�i� �+rc�
,r�-r�r.,.���+y I�.�•�+ 1+ i4i7i. Il'iu�! a'�rr'rJ is !!er• uea•rn.�;, lu+rl,ai�lri! rtir' r�r �pind slte'r'y1 irr r�q,lr
f h�r✓1� � curc! sliur�frl l,e rn ru.t,�� �•�f «r u lr r� r�rp��l, �.�,�r�«erls ��� +rr. r S Hr �r„a l lri s;l�r, N+ier�
Nle• �'t'rr}�ur�rfiJl�,'r��rfrri r. .4rr le��ir1�F•iulrur erurl +�•�alii�,� Jrnm�alirs' ihnu�d hr u�r«s�irrd rrt rr
!r•ti�e•! i+pf3rer�ira�alrir 1 �n h Jt (1.? r„ !.5 u�! hir e� r��upur�irri�e �min��r r:,r ir,
��,�57 .
�riitrlir�riY! xirli' sfIJ��LIP�i f+'enrl llle' �Silf �s r�lt'a I i'= 1
Castan-Place Cnncret� ,�Q��Z� ,luiy 6, 2028 - C�NFORMED
03_34_00-Aitachment A-1
�a:f�Gerd�o�lloCumenlSITX+Fo�l1'�Di11t�2DD452-AD�004'04 O�s�gNp4 5pecs+Carolluro�. 30_00 IConiorniedj
A7�'�GI�[��R1'� � � GO��S�F1E�S �A,CTQ� ����T'
Cast-in-Place Concrele
03 30�00-Attachmenl B 103127 July 6, 2Q23 - CONFORME�
p�v�frGerd��Documenls�fX+FoillNartfv'�00452-00000010A p�s��nI04 Spec�+Caro€IaN3_a0_C� {Canfprmeci)
C�AR�EN����A�i�� CHA�T
Source, ACI PRC-3a�,1-15, Figure 8.9.2.2.
�
�
�
�
� `i�
��
� �
�° �
::� �
��
�
�
� i�
�.,
�
,�
��
��
�A
�
3�
�a
��
3�
2�
��.
2�
� ��
�
,�1�-. g.q.,�. �-�--Coarsen�ss f�c�ar- chc�r�t. fo� �vnlrrati�g pot�a��
�ra1 �er�for�na�ce af �mixtr��'e.
Cast-In-Place Concrete 103127 Ju1y 6, 2023 - CONFORMEq
03 3Q_00-Atkachment B-1
p,v;ilGa�o��o+sl�curne�+�s�Tx+Forllvn�th�100d52-00000fll04 OeSign�04 SpacsSCarotic�03_�p_UO (ConsonneUf
900 �i� �0 id 8� �Q •40 34 �@ 1(�
�o��r����� �'���d�
(�/a piu� �9 ��.3� �mr�] r�tain��i �� �!�" ��.� rrrrr�� �i�ee�)
/�ii�►�F6nA�i�i C m G��d4�lP��� ��C���Ai� GR14�A�IOP� ChiARi
C�st-in-Plaee Concrete 1a�127 July 6, 2023 - CONF�RM�D
03�30_b4-Attachment C
pw'f+Carc o7pocumenlslTX+Fo�I ti'Po�lh�28Qd52-0OOODOl4� Deslg��04 5pacs+Cataliu+43_30_DO IConlnrEr�etSj
r r9r���w��1] AGCsi��Calaa�E �i�d�dil�1V �i���i
25
20
� 15
�
CC
�
�
�
Q if
�
Gast-in-I'laee Concrete �����7 Ju1y 6, 2Q23-CONFORMED
03_3D �D-Attachment C-1
pnv:ACaio6�O+Documenl:JTX+Fo�l1'Po�1h746452A04kE�plOA DsSign�04 Specs{Catu0.a�3_30_C4 (ConiflrmecYj
Y � '#19 7i?� 318' kq an ��,. �
1
$IBV9 SIZ6
��'i�CHfiII�1�T � � Cf�N��E�� PL�C�ItflEP�T CI�EGWL.1Si
Cast-in-Plac� Concrete �Q�127 ���y g, �p23 - �q�FbRME�
03_30_a0-Attachmenl D
p�v�lTCardlolDoCumenlsfT3f�FoillNoilh�20Qd52�004QaQfDd UesiynlOA gpecs�Cas�llaro3_34_66 (Coriiormed)
���iCR�iE �L,����A�i�T �b��i�Ll��
I�roject: � � � . � _ _ _ C1ass of Concrete: ,� —
Pro�ect No,; Test Cylinders Taken? Yes; Nd�
preparation Slab
Coniractar � 1�11A
prep Wall Concrete I Contractorl iVlA
Compaclion Subgrade
Filter Fabriclbrain Rocte
pBC�Separatar Fabric
Drain Rock, Pea Gra�el &
Void Farm
Starter Wall Forrns
Relnforcing Steel
Screeds _
fmbedded ltems
A. Anchor Bolts
B. Water Stop
��
C. Rebar
D. �.lectrical
E. Plumbing Rough-in
F. Mechanical
G.HVAC
Concrete Placement Ec�uf�.
Contractar � N!A
Cantractor j IvfA
Access To Work
Ladders Secured
Glean up and Washed Out
Reinfnrcing Sl�e! J
Farms � Contractor ` WIA
A. Alignment & Grade
�. ScaFfolding
C. Sl��ves & Wall Castings
D. �mbedded Items
E, �lectricai
�. Plumhing Rough-in
G. Piping
A. Crana
B. 6uckets
C. �lappers
D. Vibrators
�, �lephant irunks
F. Floodlighls
G. Putnp Truck
�ullding Departrnent Notification
DatQ: Time:
Location of F'lacement
The Contractor esrtifies the ab�ve-Rroposed cpncrete placement is prepared as indicated and is in
accard with the �antract �ravv9ngs and Specifications. %he Contractor requeSThe e5 imat d number
placement af concrete on the daie of �
o# ya�ds is . The estimated duration of the placemenk is
By� Cantractor
Released #or placement by: ���;�B9r
Casl-in-Place Concr�te ,�Q31Z7 July 6. 2Q23 - CON��RM�D
Q3_30_OD-Attachment D-1
pw�rlGarGlolpoCurnenlslTX+Fad ti1'o�1h+204452-0O400Ut4A Des�{�ND� Spee�+Ca�ollu'�3_34_Q4 (Goriiprmeci)
S��'�l�i� 03_3�_2�
TBBL�D C�h4CR�i�. �f�l�bl{VC
�p{$� � ��f�EFt►4L
't .0 "i �aIJ �111�91��tY
A. Sectian includes: Tooled cancrete finist�es.
'i.0� �IJA�i�'Y A��IJRAWC�
A. Moc�t-ups:
1. 7�est panels for cancrete f+nishes:
a. i'repar� test panels for F4 and F� finishes and tie-hole repairs for raview
by Engineer.
b. Accepted tesk panels serve as skandard of quality and workmanship for
project.
2. Prepare iest panef shawing horizontal and vert9caf jainks praposed for project
#ar review by the �ngineer, Refer ta finishes speci�ied in this Section.
3. Test panels indicating methads #ar making concrete repairs: Prepare test
panels for propased repairs at beg�nning �f project for re�iew by �ngineer:
a. Accepted tQst panels serve as standard for repairs during th� project.
1.03 ��LI1���tY, �T��C��, AP�b Ii�OP�DLt{V4�
A. F'acking and shipping:
1. Deiivsr and store packaged materials in origin�l containers until ready for use.
pA�,7 � p��dllGT�
2.01 t�Nl��a
A. iu�ortar mix for F4 finish: Consist of 1 part cement and 1-112 parts af fine sand
passing Number 'f00 screen. Mix with enough water and emu[sified banding agent
to have consistency oi thick cream.
B. Martar mix f4r F5 finish: Consist of 1 p2�rt cem�ni to 1-112 parts of sand which
passes Rlumber 16 screen.
a.02 C�N���i� S�/�LE�
A. Mar�ufacturers: One of the fvllowing ar equal:
1. �uciid Chemical Company: aiamond Hard.
2, L&M Construc#ion Chemicals; SealHard.
Tooled Cancrete Finishing ,�a�,�27 July 6, 2D23 - GONFORMED
03_35_29-'I
p�Y:I�CerWWIDoCumenlS�TwFort kNo�11i+20045Z-40004C�Od Oesi�nr04 $peCs�Catalla�03_35_29 (Confa meJj
P�1�T 3 EX�Cl1iIBh1
3.01 ��P�CR�T'� �It�1�W� a
A• Cement for finishes:
�. Addition of white cement may be required to produce finish which ma#ches
color af cancrete to b� finished,
B. Finish vertical concrete surFaces with on� af the falbwing finishes as indicatod in
the Ffnish Schedule:
1- F1 �inish: No special treatment other than a-epair defec#ive work and fiil
depressions 1 inch or deeper and tie holes with mor�ar after remaval of curing
campound.
2• F2 finisi�: No special treakment other than �epa�r defective wark, remove fns,
fill depressions 912 ineh �r deep�r and t€e holes with mortar �iter removal of
curing compound.
3, �3 finish: Repair defective work, rernove fins, offsets, and grind projec#ior�s
smaoth. Fill depressians 114 i�ch or larger in de�th or width and tie hales with
mortar after removal af curing com�ound.
�4. F4 firtish: Rec�ive same finish as specified for �3 finish, and, in additiar� fill
depressions and hales i116 inc� ar larger in width with mortar.
a• '�B+'usf�-Off" sandblas# surfaces priar to �Iling holes to �xpose ail. hol�s
near surface of the cancrete.
�. 'fF�oroughly wet surfa�ss and commence filling of pits, hales, and
depressivns whife surtaces are still damp.
c. Perform filling by rubt�ing morkar over entire area with clean burlap,
sponge rubber fltrats, or troweis.
d. Do not Eek any material remain on surfaees, except that wit�{n pits and
depressir�ns.
e• Wipe surtaces clean and moist c�re.
5. F5 finisl�: Receive same �nish as specified for F3 finish, and, in addition,
r�cei�a special stoned iinish, in accQrdanco wilh fioliawing requiremants:
a. Rvmove forms and perform required repairs, patching, and ,�ointing as
specified irt this Section.
b. Wet surfaces tharoughly with brush �nd rub wlth hard woad float dipped in
water containing 2 pounds pf po�tland cement per galfon.
c. �ub surFaces until form marks and prajections have been removed,
d. Spread grindings �rom rubbing operakions uniforrnfy over surface with
brush in such manner as to fill pits and small voids.
e. Maist cure brushed surfaces ar�d afbw ta harden far 3 days:
1) A�ter curing, abtain �inaf finish by rubbing w�th carborundum stnne af
approximately Number 5Q grit until er�tire surfa�es have smooth
texture and are uniform In color.
2} Continue curing for remainder of specified time,
f, If any concrete surface is allovtired io become toa hard to �nish in abo�e
specified rnanner, sandblast and wash related surfaces exposed ko view,
whether finished or not.
�) While still damp, rub av�r surface, plastic mortar, as specified for
brushed surfaces and handstoned with Nur+�ber BO grit carbor�ndum
stone, using addition�l mortar for brushed surfaces until surFace is
evenly filled witt�out an excess af mortar.
Tooled Concrele F'inishing
03 35 29-2 103927 July 6, 2023 - COIVFORMED
fny.rrCar6lb�aDCunienlsl��iFoi� Wor1��+200+152-00000410A De�igqrpq SpBCs+Garoilc��03_35_2� (Cnnfprmetl)
2) Conlinue staning until surface is hard.
3) After moist curing for 3 days, ma�te 5urface smooth i� #exture and
uniform in color by use of Number 50 ar Number 60 grit carborundum
stone.
4} After stoning, eontinuo curing until 7 day curing perir�d is completed.
C. Finish horiz�ntal concrete surfaces with one of the fo1lowing fiinishes as indicated in
the �'inish Schedule after proper and adequate vibration and tamping:
1. 51 finish: Screeded to grade and lea�e without spec�al fi�ish.
2. S2 finlsh: Smao#h steel trowel finlsh.
3. S3 finish: Steel trowef finish free from trawel mar�s. F'rovide smoo#h f9nish iree
of ali irregufarities.
4. 54 Fnish: Steei trawel finish, without lacai depressians or high points, #allow�d
by light hairbroom finish. Do rtot use stif� bristle braoms ar brushes. Perform
broomir�g parallel to slab-drainage. Provide resulting finish that is rough
enaugh to pravide nQnskid finish. Finish is subject to revi�w ar�d acceptance
hy the Engineer.
�. 5� finish: Nonslip abrasivo: After concrete h�s been screedsd iovel and
hardened enough ta suppork man standing or� a boarci, sprinkie abrasiv� from
shake screen Into surface at unifarm rate of �5 pounds for each 904 square
f�ot of sur�ace ar�a, w�od float into finisF►, then trowel abrasive into surface
with steel trowel properly exposing abrasive in surface as required to provide
nonslip surface.
6. S6 finish: Roughene� �inish: After concrete has been screeded to grade, apply
a roughened finish by use of a jifterbug roller or similar device.
D. Finish car�crete fldor surfaces to which surfacing ma#erial is ap�lied: F�nish smooih
with tolerance within 118 inch in 10 feet in any directian fram lines indicated on the
Dr�wings,
3.01 �Bi�CF��iE FIP�I�H ��b��L���
A. Finish concret� surfaces as foNows:
1. �4 finish for faHowing verticaf surfaces:
a. Concrete surfac�s specified flr indicated to be painted.
b. Concrete suriaces, �nteriar ar exterior, exposed to view.
2. S�urfiaces in open channels, baslns, and similar structures:
a. F'3 �nish for vertical surfac�s which are normally below water su�face.
b. F4 finish for vertical surfaces lacated aqave normal water s��Face and
exposed to voew.
c, Remove fns and fifl tie holes from concrete surfaces lacated in closed
boxes ar c#�ar�nels where there is normaily na access ar passageway.
3. S1 �nish for follvwing surfaces:
a. Projecting footings which are to be covered with dirt.
b. Slab surfaces wY�ieh are to be covered with cancrete fill.
4. S2 finish for fiollvwing surfaces:
a. Tops af corbels.
b. Tops af waNs and beams not covered abave in this Secti�n.
c. Tops of slabs not covered above in this Section.
d, Afi other surFac�s not specified to be finished otherwis�.
Tanied Concrele Finishing �Q3i27 July 6, 2023 - CONFOfiMED
03 35 29-3
�nv'RCerc+�a+�ocumenls�TX�F�n 1'Jori1y+200452-0GUODO�O�t Oesign�pa gpec�+CaroIIW63._35_20 (Contormedj
5. S3 finish f�r following surfac�s:
a. 8uilding an� machine room flo�rs which are not covered with surfacing
material; F'rovide floars that are free from trawel marks.
6. S4 finish far foliawing surFaces:
a. Exteriar walkways.
b. Tvps of ex#erior walls ar beams which are ta serve as walkways.
c. Tops of oxteriar walls or beams w,�ich are to support gratings.
d. 'rop surface of slabs far basins, channels, dlgesters, and similar
structures.
7. S� finish for faflowing surfaces:
a. Basin bottoms, or other similar slab surfaces, over which layer of basin
bottam grout will be applied.
�n�n oF s�cT�ati
Tooled Concrefe Finishing
03 35 25-4 103127 Jufy 5, 2D23 - C4NFORM�D
prv:NCardlo�doeumen�SrTKfFo�t Wo�Ut+2DOf152-00000UiQA p��g��pa Spets+CarollGd03_35_2g (Cflnfametl)
��c���w as_�a o0
�,�ouri��
P/4�'T 1 �ER���AL.
1.0`i SUMf§�ARY
A. Section includos:
1. Cemont grout.
2, Cement +�o�tar.
3, �ry-pack mortar.
4. Epaxy grout.
5. Grout.
6. Non-shrink epoxy grout.
7. Non-shrink grout.
'9.�2 ����R�R��ES
A, /�ST�II Intarnatiana! (ASi�VI):
1. C109 - Standard Test Methad far Compressive Strength of Hydraulic Cement
Markars (using 2-inch cube spec�mens).
2, C23U - Standard 5pecification far Flaw Table for Us� in T�sts of Hyc�raulic
Cament.
3. G531 - Standard Test Methad for �iner Shrinkage and Coefficient of Thermal
Lxpansian of Chernical-Resistant Mortars, Grouts, Manaiikhic Surfacings, and
F�olymer Concretes.
4. C579 - Standard Test Method Far Campressive Strengkh of Chernica!-Resistant
A�ortars, Grouks, and Monqlithie SurFacin�s and Pa[ymer Goncretes.
5. C939 - Standard T�st Metho� for F�ow af �rout for Preplaced-l�ggregate
Concrete (Flow Cone Method).
6. C942 - Standard Test Methad for Compressive Strength af �routs for
Preplaced-Aggregate Concrete in the Laboratory.
7. C1107 - Standard Speci�cation for Pac�ta�ed Dry, 1-�ydraulic-Cement Grout
{Non-s4�rink).
8. C'I 181 - Standard Test M�thods for CornprQssi�e Creep of Chernical-Resistant
Polymer Machinery Grouts.
B. Internafional Cancrete Repair Instit�ate �ICRI):
1. 3'i0.2R - Seleciing and specifying Co�crete Surface Preparations for S�eafers,
�oatings, Palymer Overiays, and Concreke Repair.
�i.�� �U��ITT'ALS
A. Cement grout:
1. Mix design.
2, M�terial Su6mif#als.
Grouting 1�3127 July 6, �023 - CON�OF2MED
03 fi�_00-1
�n+eflCeid�o+�ocumenls�lLrFar! V�o+U+�200A52-000400fQd Des�gnl04 Spar,s.�Caralla�63_60_DO (ContormetlJ
B. Cement martai:
1. Mix design.
2• Makerial Su�mi#tals.
C. hon-sh�rink e�axy graut;
1. Manufacturer's (iterature.
D. Non-shrink grout:
'f. Manufactur$r's literature.
'�.Q� b�L�lV�RY, S7�RA��, AR��i HA�1D�Ih��
A. Qeliver rr�aterials ko j�bsite in thelr original, unopened packages or containers,
cleariy labeled with manufacturer's producf identiflcation and printed instructions.
B. Store materials in coal dry plaae and in accordance with manufacturer's
recorr�men�at�ons.
C. Har�dle materials in accordanc� wi#h the manufacturer's instructions.
�AiiT � PR��U��'S
�.0'i �r9AP�U���iUR�� URlIiS
A. Nor�-shrin� epoxy grout:
'I. Allanufacturars; QnQ of the following or equ�l:
a. Five 5tar Products, f�c,, Five Sfar Dp Ep�xy Grout,
b• Il�ast�r Builder 5olutions, MasterFlow 648.
c. L$�M Construction Chemicals, Inc., �POGRDU�.
2. Non-shrink epoxy grou# shall be 'I00 percent solid, premeasured, prepackaged
system containing 2-corrrponent kh�rmoseftirag epoxy resin ar�d inert aggregate.
3. Maintain flowable cansistency for at feast 45 rninutes at 7Q degrees Fahrenheit.
4. Shrinkage or expansion: Less than 0.0006 inches per ihch when test�d in
accordance wi#h �IST'M C�31.
5, Minimum cornpresaiue strength: 10,OQ0 pourids per square ir�ch at 24 hours
and 14,000 pounds per square inch ak 7 days when tes#ed in accordance with
ASTM C579, Method 8,
6. Campressi�e creep; Not axceed Q,003i incheslpor i�ch whan tasted under
400 pounds per square inch constant load at 140 degrees Fahrenheit in
accardance with ASiM C7181.
7. Coefficient of thermal �xpansior�: Not exceed 0,000018 inches per inch per
degr�e Fahrenheit when tesied in accordance with ASTM C�31, M�thod B.
B. Non-shrinEt grout:
i. Mantafacturers: One of the faqowing ar equal:
a. Five Star Products, Inc., Five Star Grqut.
b, Masfier Builder Salutions, MasterFlaw 9�8.
c. L&M Cqnstruction ChemicaEs, Inc., CRYST�X.
2. In aecordance with ASTM C9 9 p7.
3. Preportianed and prepackaged cement-based mixture,
�rouling
oa sn oa-z 403127 July f, 2023 - CDNFORMED
�n+':frC6IdW1f7oCumertisfTX+F�r11NorUti+204t152-40000QrQA Deslyn348 Spec&fCBrpIIa�03_60_00 (('qtitprmedj
q�. Gontain no metaH�c particles such as aluminum pawder and no metallic
aggregate such as iron filings.
5. Require anly addition vf pfltable water.
6. Water for pre-saaking, mixing, and curing; Potable water.
7. Fre� fram orn�rg�nca of mixing water from within ar presence af wator on its
surface.
8. Remai� at minimum flowable cansist�ncy far at least 45 minuies after mixing
at �45 degrees Fahrenheit ta 90 degrees �ahrenheit when tested in accordance
with ASTM C230.
a. If at fluid consistency, verify consistency in accordance with AS7M C939.
9. Dimensional stability (heigY+t change):
a. in accordance with ASTM C1107, �alume�adjusting Grade B or C ak
45 de�rees �ahrenheit tn 94 degrees Fahrenheit.
b. Ha�e 90 perc�nt or greater bearing area under bases.
10. Have minimum campressive strengths at 45 degrees Fahrenheit to 90 degrees
Fahrenf�eit in accor�ance with ASTM C1107 for various periods from time af
placement, inc!uding 5,000 �ounds pnr square inch at 28 days whan tests�d in
accordance with ASTM C1 �9 as rnodifed by ASTM C1107.
�.Q2 f�IIX�S
A. Cement grQut:
1. Use same sand-to-cementitious �naterials rati� for cern�nt grout mix ihat is
used for concrete mix.
2. Use same materials for cement gruut that are used for cancrele.
3. Use water to�cementi#ious materials ratio that is no more than that specified
for concrete.
4. For spreading aver surfaces of construction �r cold joints.
R. Cem�nt m�rtar:
1, Use same sand-to-cementitiaus materiais ratio far cemenk mortar mix that is
us�d for cancrote mix.
2. Use same materials for esment mortar that are used for cancrete,
3. Llse water-ta-cementitious rnateriais rakia that is no rnare than that specified
for concrete being repaired.
4. Ak exposed concrefie surfaces not to be pairtked ❑r subrnerged in water: Use
suf#icient white cement to make color o# �nished patch match that of
surrounding concreke.
C. Dry-pack mnrtar:
1. Praportions by weight: 1 part Por�land cement to �, parts concrete sand.
a. Partland cement: As specified �n Sac#ion 03_ 30 0� - Cast-in-Place
Concrete.
b, Concrete sar�d: As specified in Ssctiort 03_3Q_00 - Cast-in-Place
Concrete.
D. Epoxy grout:
1, Cansist of mixture of �poxy or epoxy gel and sand.
a, Egaxy: ASi'M C881:Type I,II, and fV Grade 1, Class C:
Manufacturers:
Dayton Superior, Uniiex Pro-Poxy 1 D0.
Grouting 103i27 July 6, 2023 - COEVFORMEa
03_FQ_�CI-3
p��erlCaiabiQocumenls+ix+Foil W�+�1h�20G752-0OOOOQ+04 Des�gn�Oh'Spee�+Carollpfp3_� a4 (C4niprmedJ
5ika Corporatian, Sikadur 35 Hi-f�lad LV.
b. Fpflxy gel: Non--sagging praduct un accordance with ABTM C881, Types I
2�nd fV, Grade 3, Class C.
c, Manufacturers:
1) Daytan 5uporior, Sure Anchor J50.
2) �ika Corp., Sikadur 31, Hi-Mod Gel,
d. Sand; Clean, bagg�d, graded, arod kiln-dried silica sand.
2. Proportioning;
a, For horizontal wark: Gonsist of mixture of 1 p�rt epoxy with not mor� than
2 par#s sand.
b. For vertical or overhead work: Consist of 1 part epoxy geI witi� nat more
than 2 parts sand.
E. Graut;
1. Mix in proport�ons by weight: 1 part Porfland cement to 4 parts cancrete sand,
a, Partland cement: As speeified in Section 03 30 OQ � Cast�in-Place
Concrete. `� �
b, Cancrote sand: As specifiad in Section 03 30 pp - Cast-ir�-Place
Cortcrete. -' `�
F. Nor�-shrink epoxy grout:
'I. Mix in accordance wlth rrranufacEurer's installation instructions.
G. Non-shrink grout:
"f. Mix in accordance with manufacturer's insta�lation instructions 5uch tl�at
resulting mix has flowabie �onsistency and is suitable for placing by pauring.
P��iT 3 ���CiJ�l�P�
3.01 E�4,f+�IP1�iI�R�
A. Inspect con�rete surfaces to receive graut or m�rtar and verify that they are free of
ice, frast, dirt, grease, o�l, curing compounds, paints, impregnations, and laose
material ar foreigr� ma#�er ii{cely to reduce band or perfarrnance of graut ar mor#ar.
3.0� PF��pA��aYf�RE
A. Surface preparatian for groutin� atl�er baseplates:
1. Remo�e grease, oil, dirt, dust, curing compounds, laitance, and other
deleterious matarials that may a�fect bond to concrete and battoms of
baseplates.
2. Ro�ghen concrete surfaces in contack with grout to IGRI CSP-6 surfac� profile
or rougher.
a. Rernove lonse or broken concrete.
3. Metal surfaces in contact with grout: Grit blast ta white metal surface.
3•D3 IP�STALL�il�iV
A. Mixing:
1. Cement grout:
Grauting
03 $b 00-4 103127 Juiy 6, 2023 - C(7NFOF2M�D
4n�';lfCero�ta�aPCum9n�srfKlFoit 1'�prUJ2041152-0ilOfi(1QlDA Des�yrti�A SpBe�,iCBrplla�03_64 DO (CanformeU)
a llse mortar rnixer with maving paddles.
b, Pre-wet mixer and empty out excess water before beginnin� mixing.
2. Cement mortar:
a, Use morkar �nixer witl� moving paddles,
b. Prv-wet mixer and empty out axcess waier before beginning mixing.
3. Dry-patch mvrkar.
a. Use Qnly enough waker so that resultittg mortar will crumble ta touch after
being formed into ball by hand.
�4. Non-shrink epoxy grout:
a. F�eep temp�rature of nan-shrin�c epoxy grout from exceeding
manufacturer's recommendations.
5. I�on-shrink grout:
a. May be drypacked, flowed, ar p�mped into piace. Da not overwork grout.
b. Do not retemper by adding more water after grout stiffans.
B, Pl�c�ment:
'i, Cement graut:
�. Exorcise care in placing cem�nt grout bec�use it is requir�d ta furnish
structural sir�ngth, imperrneable wak�r seal, or both.
b, �o not use cern�nt grout that has not been placed wiihin 30 minutes after
mixing.
2. Cement m�rtar:
a. Use mortar mixer with moving paddles.
b. Rre-wek mixer and empky out excess water before beginning mixing.
3. �poxy grouts;
a. VIIet surfaces with epoxy far horizontal work or eRoxy ge! for verticaf ar
overhead worlc prio�' ta placing epoxy grout.
4. Non-shrink epoxy grvut:
a. Mix in camplete units. Do not vary ratio of components or add solvent to
change consiskency nf mix.
b. Pour hardener into res9� and mix for at least � minute and until mixture is
unifarm in calor. Pour epoxy into mortar mixer wheelbarrow and add
aggregate. Mix until aggregate is uniformly wetted. Over m+xing wilf cause
air entrapmer�t in mix.
5. Nan-si�rink grout:
a. Add non-shrink cement graut to �remeasur�d amount af waker that cloes
nnt exceed the manufacturer's maximum re�ommended waier conteni.
b, Mix in accordance with manufacturer's instructians to uniform consisteracy.
C. Guring.
1. Cement based grouts and mortars:
a, Keep continuously wet for minimum of 7 days. Use wei burlap, saaEcar
i�ase, sun shading, ponding, and in extreme canditians, combinatian of
methods.
b. Maintain above 40 degrees Fal�renheit until it ha� attained compressive
strsngth of 3,400 po�nds per square inch, ar abave �0 degrees Fahrenheii
far minimum of 24 hours to avoid damage fram subsequent freezing.
2. Epoxy based grauts:
a. Cure grouts In accordance with manufacturers' recommendations.
9) Do not watef cure epoxy grouts.
Grouting 10312i July 6, 2q23 - C�NF�RM�p
03 60_00-5
p�v;NCardb�Documenls+7X+Fnrl �oiR��2pG752-0U0000lU4 Des�gn�p� Speca�Ca�a11u+Q3_6q_� (Conturmedj
b. Da not aflow any su�face in contact with epoxy grnut to fail befow
50 degrees Fahrenheit �ar minimum of 48 hours �fter piacemenk.
D. Groufing equipment i�ases, baseplates, soleplates, and 5kids: As specified �n
Sec#ion 46 05�10 � Comman Work Results for Mechanical �quipment.
E. Grou#ing othor bas�platos:
3. General:
a. Use non-shrink grou# as speciired in this Secfion,
b. gaseplate grouting shall ta�Ce place from 1 side of baseplate ta other in
cantinuous fdow of grout to avoid trapping air in grout.
e. Maintain hydrostatic head pressure by �ceeping level of grout �n headbax
abave bottom of baseplate. Fill Y�eadbox to rnaximum leve! and work grout
down.
d. Vibrat�, rod, ar chain non�shrink grout to facilitate grout �low, cans�lidate
grout, and remo�e trapped air.
2. Farms and h�adboxes:
a, �uild forms usfng material with adequate strer�gth ta withstand placoment
of grot�t�.
b. LJse farms that are rigid and liquidtight. Caulk cracks and jaints with
�lastomeric sealant.
c. Line forms wifh polyethylene for easy grout reieas�. Coating forms with
2 coats of heavy-duty paske wax is also acceptable.
d. Headbox shall be 4 to 6 inch�s hjgher #han baseplate and shall be located
or� 1 side of basep{ate.
e. After grout sets, remove forms and trirn back grout at 45 degree angle
from bottom edges of hasepfate.
3.p4 �'I��,D QU�,�IiY C�fVi��L
A• hon-shrir�k epoxy grout:
1, Test for 2�-hour compressi�e strength in accordance with ASTM C�79,
Methvd B.
8. Non-sl�rink grout:
1. T'est for 24-haur compressive strength in accordance with ASTM C942.
CND OF S�CTf�N
Grouting
ns_so no-e i03127 July 6, 2p23 - Cp�iFORMED
p�v:NCerclb117�cumenlslTX+Furt SWorUd2AGA52-4UOOn0lOq pes�gnrA4 SpecSt�a�ollaN3_60_U� {ConfarmedJ
��c� i�n� a�_�a o0
����� ����i��Y����
����� �������
1.0� SUf�Ii�A�Y
A. Section i�clude�:
1. Alumin�m grating stair tread.
2. Aluminum stair nosing.
3. Cast iron stap plank graoves.
4. Concrete inserts.
5. Handraiis and guardraiks.
�. Ladders.
7, Manhole frames an� covers.
8. Meta1 gratir�gs.
9. Metal iread plate.
10. Preformed chan�el pipe supports.
11. Stairs.
12. MiscQltaneous metals.
13. Associaked accessories ta the above items.
1.Qa R���R�hf���
A. Aluminum Assaciation (AA):
�. DA�-45: Dasignatians from Start ko Finish.
a. A+Q12-C22-A41.
B, Amerlcan Association af State Hlghway and Transportation Officials (AASHTO)�
1. 5kandarci Specifications f�t Highway Bridges.
G. ASTfVI InternatVonal (�STM):
1. F�38 - Standard Speeifica#ian far Carbon Structural Steei.
�. A�8 - Standard Specificatian for Gray Iron Castings.
3. A53 - Standard Speciflcatian fo� Pipe, StEel, Biack and Hat-Dipped, Zinc-
Goated, Welded, and Soamloss.
q�. A'! 23 - Standard Specifieaiion for Zinc {Hat Dip Gal�anized) Cflati�gs vn lron
and Steel i'roducts.
5. A240 - Standard Speci�ication for Chrorrsium and Ch�omium-Nickel Stainless
Ste�1 Plate, Sheet, and Strip far F'ressur� Vessefs for General Applications.
6, A276 - Skandard Specificatiar� for 5tainless Skeel Bars and 5hapes.
7. A307 - Standard Specification for Carbon Steel BaVts and Studs, 60,000 P51
Tensile Strength.
g. A380 - Standard Praciice for Clea�in�, Descaling, and Passivatinn af Stainless
Steel Parts, Equipment, and Sys#ems.
9, A489 - Standard Specific�taon for Carbon Steel Lifting Eyes.
q�, p��p - 5tandard Speci�eatian for Cold�Formed Welded and Seamless Car�on
Stee1 Struckural Tubing in Rounds and �hapes.
Metaf Fahrieations 103127 July fi, 2023 - CONF�RM�D
05 50 4Q-1
�rn",��Ca[C9blpoCumsnlsfflUFoit SNor1h�120U4"a2-p0U0401p4 Des�gn�04 SpecsiCarafIW05_50_(�D lCanfprmed�
91.
12.
13,
14.
15.
18.
17.
�8.
19.
20.
9 .03
�.��
A5�1 - 5tandard Specifrcation f�r Hot-Forrned V�/����� ��� g��mless Carbon
Steel Structuraf Tubing.
A635 - Standard Specifrcat6an for Steel, Sheet and Strip, Heavy-Thickness
Coil�, Hat�Rolfed, Alloy, Carbon, St�uctural, High�Strength Law-Alloy, and
High-Strength �aw-Alloy with Impro�od Formability, Coneral Requirements #or.
A653 - St�ndard Specificatian for Steel Sheet, zino-CoatEd (Galvanized) or
�inc-Iron Alloy-Coated (Galvannealed) by the Hot-pip �rocess.
A992 - Standard Specification for StrUcfuraf Steel Shapes.
8209 - Standard Specification for Aluminum and Alurr�inum-Allny Sheet and
Plate.
8221 - Standard Specification fa�' Aluminum �nd qluminum-Afloy 1Extruded
Bars, Rods, Wire, Profiles, and Tubes.
Q�fl$ - Standard �p�cifrcation far Aluminum-Ailoy 8061-TB 5tandard Structural
Prafiies.
8429 - Standard 5pecifica4ian for Aluminum-Ailvy Extr¢�ded S#ruct�ral Pipe
ar�d 7ube.
F593 - Standard Specification for Stainless Ste�l Bolts, Hex Cap Scrows and
Studs.
F3125 - Standard Sp�cific�tio�n far High Strength Structural IBolts, Steef and
AIloy Skeel, Hea# Tr€at�d, 120 ksi and 45� ksi Minimum �"ensiie Stren�th,
a. American Weldin� Society (AWSj:
1• A2.�4 - Standard Symbols for Welding, �razing, and Nondestructi�e
�xaminatian,
E
F'.
National Asspciation of /�rchitectural Metaf Manufacturers (NA{,IVIlIri);
'�• Metai Fonishes Mant�al.
Occupational Safety and HealtF� Administration (OSHAj.
��FIIViiIQNS
A• Passivation: R�moval of exogenous iron or iron campounds from the surface of a
stainless steQE by rneans of chemical dissolutian r�sulting from treatmont with an
acid salution that r�moves the surFac� contamination but do�s not significantly
aff�ct #he stainless steei itself.
�LJ��AIYiAI��
A. Product Da4a:
'!, Aluminum grating stair tread.
2• A�uminum stair r�osing.
3. Cast iron stap plahEi groaves.
4. Handrails and guardrails.
5. Manhole frames and cc��ers.
6. Metal grating.
B, Sho{� drawings;
1. Handraifs and guard�ails;
a. Including details on connection attachments, gates, kick plates, ladders,
and angles.
Metal Fabrieations
05 5C1 00-2 103127
�nv,frCarolblpoalmenlslTXlFoit 1N4rlFl�20D452-p09DD�'p4 Deslgn104 SpacS�Carollaro5_�_04 (ConiDrm�)
July 6, 2023 - CONFORM�q
b. Indicate profi�es, siz.es, connectian attachments, reinforcing, anchorage,
size and kype of fasteners, an� acce�sories.
c. Include erection dr2�wings, elevations, and d�tails where ap�licable.
d. indicate wetded connectians using standard AWS A2.4 welding symbols.
Indicatv net weld lengths.
2. Ladders,
3. Metal grating,
4. Metal tread plate.
5. Stairs.
6. �iiscellaneaus metals.
G. Samples:
1. Guardrails with specified finishes.
D. Quality cvntrol submittals:
1. C]esigrr data.
2. Test reports:
a. �uar�rails; 3 copies of certified tesis performed by an independent testing
laboratory ce�tifying that guardrails meat cur�ent State and �SHA strength
requirements.
b. Gratings:
1) Grating manufacturers' calculations shvwing that gratings wili meet
sp�cifie� design load, stress, and deflectior� requiremeni5 for eac�
size grating for each span.
2} Reports of tests performed.
P�►R�' � �R��UGT5
2.0� ��►i�R1ALS
A. GeneraL Unless othennrise specified or indicated on the Drawings, structural and
miscellaneous me#als in aecordar�ce with #he standards of the ASTE1n, including the
fnHnwinn�
Metal Fabricatians ,�03��� ,���y g, 2��3 - Cpi+1FOF�M�D
05_50_00-3
�v,NCarc;•o�6ncuments�TKrFnrt YVnsth+�00452-004600FOa Des�gn�04 5pec��Ca�ul4a+05_50_OQ (Cnnfomze.dj
Item
Fyebalts
T'ubing, cald-formed
Tubing, hot-form�d
Stee! bine
Plate, sheet, and strip
�ars and shapes
�olts (Type 304}
Bolfs (Type 316)
Flashing sh�et aluminum
Structural sheet aluminu�n-
Struc#ural aluminum
��i�
5tandard Ria.
A4$9
A5Q0
A501
A53
�tainless �#eel
�z�a
A276
F593
F'�93
Aluminum
8209
8209
5209
�3308
�lass, C�ade
�pe ar Altoy i�o.
Type 1
m
Grade B
TYp� 304� or 316'�"
Type 3C14� or 376**
Group 9 Conditian CV4/
Group 2 Condition CW
Allay 50p5�H14,
0.032 inches minimum
thickness
Alloy 8061-`f'6
Allay 8067-T6
Extrudod aluminum 8221 Alloy 60fi3-T42
" Use Type 304L if material wilf be welded,
'* Use Type 316L if matorial will b� wolded,
'f , Sfainless steels are designated by #y�e or series defined by ASTM,
2• Where stainless steel is welded, use low-earbon stainless steel.
2.(�� NV�MI��'AGT9��t�D UPiiT'S
A. Al�minum gra#ing stair tread:
'�. Manufactt�rer's: One of the following or equal:
a. Har�co Industrial lKG, Aluminum Grating Stair Tread with MebacO
nasing.
b. McNichols CQ., Type A-Standard with Corrugated Angle Nosing.
2. Material; Welded aluminum grating tread with non-slip nosing and integral end
platos for bolt on attachment to stair string�rs,
�. Size:
a. Tread width; To equal #read spacing p�us 1 inch minimum.
b. 'T'read length; Leng#h to suit stringer-to-stringer dimenslan on the
Drawings.
c. Depth: 1-314 6nches,
4. Bolts: Type 316 stainless steel.
B. Alumi�um stair nosing:
1. Manufacturers: One of the follnwing or equal:
a. Waoster Products, fnc., Type 1D1 N�sing.
b, American S�fety Tre�d Co., Inc., Style 801 Nasing.
M�ta! Fabricatlons
0� 50 QO-4 ����2�,
p�ti^f�Gaid�all]ocument�rTK+Fnrl WorUtir2t1p452-OpU0001pA �eslgnrp4 Spec�+Ca�pl�a�p5_50_pp (Cpniprmedj
Jufy 6, 2D�3 - COt�IFOFiMED
2. Material: Cast afuminum abrasive nasings with aluminum oxide granules
integr�lly c�st inta me#a1, farming permanent, nonslip, long-wearing surfa�e.
3. For installation in cas#-in-place stairs.
�4. Configuration; 4 inches wide, fabricated with integrally cast stainless steel
anchors at approximately 12-inch centers. Length to extend within 3 inches vfi
stair �dge on each sids.
C, Gast iron stop plank graoves:
1. Manufacturers: One of the following ar equal:
a. Neenaf� F�a�ndry Co., R-Y500 Series, 'Type A.
b. McKinley lron Worlcs, Type L.
2. Size: 2-inch wide groove opening by 1-112 inch de�p, uniess otherwise
inciicated on th� Drawings.
3, Recess gr��ve witY� the cast irpn surFace o� the groove set flush with the
concrete surfaee.
D. Concrete inserts.
'i , Concrete inserts for supporting pipe and other applicatioris are specifiied in
Section 40 05 47.41 - Pipe Supports.
E. Handrails and guardraiis:
1. General:
a. Qesign and fabricate assemblies to canform to current local, State, and
OSHA standards ar�d requirements.
b, Co�arciinate layout of assemblies and ,post spacings to avoict cQnflicts with
equiprr�ent and equipment operators:
1) lndicate on the shap drawings �acations of such equipment.
2) Nighlight lo�ations where railings canr�ot be made c�ntinuous, and
obtain �ngineer s directians on how to proceed before fabricating or
ins#alling railings.
2. Aiuminum hanclrails and guardrails (nonwelded pipe):
a. Rail�, posts, and �itting-assembEy spacers:
1) in accordancQ with ASTM B�29, fi0p5, 6463 ar 6105, mir�imurn
Schedule 40, exkruded aluminum pipe of minirnum 1.�9-inch outside
diameter and 0.14-inch waH thlckness,
�. �tick plates: 6061 or 6105 al�minum alloy.
c. Fastenings and fasteners: As recammend�d or fumished by the
manufacturer.
d. �kher parts: 6063 extruded aluminum, or F214 or F514.0 aluminum
castings:
�) Fat�rications: In �ccordance with ASTM �2.�9 �r ASiM �2.21
extruded bars.
a) �ases: 606� or 6D63 extruded aluminum allay.
2} Plug screws or bGnd r��ets: Type 3A5 stainless steel,
a) �the� parts: Type 300 series stainl�ss steel.
e. Finish of aluminum companents:
1) Anodized finish, 0.7 mil thick, applied to expased surfaces after
cutting. Aluminum Associatian Specificati�n M12-C22-A41,
rnechanical finish non specular as fabricated, chemical finish-meciium
matte, anodic coatjng-olear Cfass I Architectural.
Metal Fabticalians j43�27 �u�y 6, 2023 - CONFORM�D
45 50 00-5
p�v.11Caiol�o�qocuro�enlslTlUFou 1Nutt�v240452-OD4�Or0� 4esign7d4 5pers+Ca�o11�05_50_CO (Cnnlormc�l3
�
5
2) Pretreat aluminum for cfeaning and removing markings before
anodizlr�g.
f. Fabrication and assembly:
'!) �abricate posts in singae, unspliced �ipe length.
2} F'erForm without welding,
3) Do not epoxy bond the parts,
4) Maximum clear opening be#ween assembled railing components as
indicated on the I�rawings.
g. Manufacturers: One of the follow�ng or equal:
a) fillloultrie Ulanufacturing Co., Wesrail.
2) Gnlden �Raifings, Riveted Sysfem,
3) C�aneveyor Corp. �nerco Metals, C-V Rail.
3. Stainiess steei pipe handrails and guardrails:
a. Manufact�ar�rs: One of the folbwfng or equal:
1) R& a Wagner, Inc.
2) Julius Qlum and C�.
b. General: Prefabricat�d shop-assembied type, field welded #ypo, vr
mechanically joined type.
c. Materials; Typ� 304 stainless st�el posts, rails, brackets, and acc�ssory
parts:
1j Railings and posts: Nominal 1-1J2 inch, Schedule 5 pipe with
minimum 1.9Q-inch outer diameter and Q.Q65-inch wall thicl�ness.
2) Past insert reinfarcing for ali posts: �,75D inch autside diameter pipe,
of p.083�inch wall thickness, and 25 inches Iong.
3) �asteners, cannection plates, sp�ine bars, and �ttings: Type 304
stainless steel.
4) Stainless ste�l frnish: Number 4 satin finish in accardance with►
NAAMM f�9ekal Finishes Manual.
d. Fabrication:
1) Fabrica#e guardrails and posts ta be in same plane.
2) rabricate posts in aingle, �nsplicgc� pipe IQngth.
3) Mak� handrail �nd guardrail sactions wi#h 20 f�e# maximum between
splices.
4j Form bends in plpe without use af fittings where practical. Form with
internal mandrels an power benders.
5) Where handrai! and guardr�il are welded, make intersectians and
joints with conilnuous 36�-degree welcts and grind welds smooth.
6) Where handrail and guardrail are mechanically joined, make joints
with mechanicat connectians utilizing stainless steel machin� screws
with lock washers and threaded tUbular rivets,
Gc�ardrail g�#es:
a. Supplied by guardra�l manufacturer:
1) Of same mate�ial, quality, and workrrtanship as sp�cifred for guardrail
system in which they will be instalfed.
2) Of design similar t� that of handrail or ra�llr�g sys#em in which they
wilE be instalfed.
b. Compon�nts: Gate frame, stainless steel self-closing devic�, hing�s, gat�
stops, and durable self-locking type latch. Fa�rlcate camponents in
conformance with OSHA minimum strength requirements.
Fastenings anci fasteners; As recommended nr furnished by guardrail
rnanufacturer fvr use with this system.
Meial Fabricatians
Q5 60 00-fi 103127 July 6, 2023 - C�NFORMED
p�v NCatUI�IQn��umen��(IFait YJorpv'240457-0ORU��104 Designlpa Specs�C:arqIIN05_�0_Cp (Conionnetlj
F. Ladders:
1. General:
a. Type: Safefy type conforming to loc�l, State, and OSNA s�andards as
minimum. Furnish guards for Vadder wells.
b, SizQ: 18 inches wide beiwe�n side rails of length, size, shape, detail, and
location indicated an the Drawtr�gs,
2, A{uminum ladders;
a. Materials: 6Q63-i5 aluminum alloy.
b, Rungs:
1) 1-inch minimum solld square bar with 118-inch grooves in top �nd
deeply serrated on all sides.
2) Capal�le of withstanding 1,000 pound load withnut failure.
c, Side rails: Minimurr� 4-inch by �12-�inch flat bars.
d, Finish of aluminum camponents: lied ta expQsed surfaces a�#er
1) Anodized finis�, �.7 mil thick, ap{� '
cutiing. Aluminum Association Specificat�an M12-C22-A41,
mechanical finish nan spocular as fabricatod, chemical finish-medium
matte, anodic coating-ckear Class 1 Archiiectural.
2) Pretreat aluminum for cleaning �nd remaving markir�gs before
anodizing.
e. �abrication:
�) Welded canstruction, of size, shape, lacatinn, and details indicated
on the Drawings.
2) �or ladders over 20 feet high, furnish stas�dard ladder cages or fall
pre�ention system design�d in accordance wi#h State and OSHA
requirem�nts.
f. Fap preventitin system: include but not limit to railing, brackets, ciamps,
2 sleeves, and 2 b�lfs, satisfying �SHA safe climbing requirements:
�} Manufac#urers: Ona of thQ following ar e�ua1:
a) Nort� Consumgr Products, Safi i-Climb.
b) Swager CammUr�ications, Climbers Bud�y System.
3. 5tainless st�el ladders:
a. N4aterials anck fabricaiion: lu weldsd
1) Steel wifh solid rUngs fitted into hoies drilled in siderails, p g
bath s�des. Brac�cet supparts at tap, botkam, and intermediate paints,
maximum 6� inches on center. Spaca rungs B inches from wall
surface unless otherwise indicated on the Drawings, prime paini
finish.
b, Rungs: Capable of withstanding 1,fl00-pound load withaut failure.
c. 5ide rails: I�llinimum 3-inch by 318-inch flat bars.
d. Fabrication;
�) Welded c�nst�uct�on, of s�z�, shape, ksacation, and details as
indicated on the �rawings.
2) �or ladders over 20 feet high, fumish standard ladder cages or fia11
preventian system design�ed '+n accordance wikh State and OSHA
requirements.
3) Fall prevention system: lnclude but not 1imi1 io railing, brackets,
clamps, 2 sleeves, and 2 beits, satisfying DSHA safe climbing
requiremehts. Manu#acturers: One of the following or equaf:
a) N�rth Cansumer Products, 5af-T�Clir�'ib.
b) Swage� Cammunications, Climbers Buddy �ystEm.
Melal F�bricalions ��3� 27 July 6, 2023 - CONFORMED
05T50_00-7
p�+:f+eero11o7qocunlenlslTXfFod 1WOrlhF200452-OU96UOr04 �esi�ND4 SqeCSJCarolluN5_54_00 (Conio�ed)
G. Manl�ole frames and covers:
'�. Material: Gray iro� ca�tings, irr accordance with ASTM A48, Class 30-8,
?• TYpe: Hea�y-d�ty tra�c type, with eambined rninimum set weight af
265 pounds.
�• Machin� horizon#al and ver#ical bearing surfac�s to fik r�eatly, witl� easily
removable caver boarin� �rmly in frame without rocking.
4. �rame:
a, Battam flange type.
b. Appraximately 4-1/2 inches frame heigh�t.
c, Dimer�sions as indicated on the Urawings.
'�) Mlnimum inside clear dlmension may not be smaller than n�minal
diameter minus 2 �nches.
5. Ca��r:
a• Skid�resistant grid pattem des�gn stamped with name of utility service
provided I�y manhole, such as "�LECTRICAL.," "SCW�R,"
'�T�L�PH�R�E,�� o� ��INA7�R."
b. Sofid type without vontilation holos.
6. Finish: Unpainted.
�. Metaf graiir�gs;
1• Generai:
a. F'abricate grating to cover areas Indicated on fl�e Drawings.
b. Unless okherwise indicated an the Urawings, grating over an opening shaN
cover e�tire opening,
c. Make cutauts in grating where required for equipment access �r
protrusian, including valve operators or stems, and gate fr�mes,
d• l�and ends of grating and edges af cutouts in grating:
'f ) End banding: 11� inch less than height of grating, with top of grating
and top edge of banding flush.
2} Cutoui banding: Full-�eight af gra#ing.
3j Uss bandir�g of sama mat�rial as grating.
4) F'anal layaut: Enable installation and subsQquen� ,remo�al of grating
around pratrusions or piping.
5) Openings 6 inches ar�d larger; Lay out grating panels with edges of
2 adjacent panels located on c�n#erline af ope�ing.
6) Openings smafler than 6 inches: �ocate opening at edge ofi S�ng�e
panel,
7) Where an area requires more than 1 grating sectior� to cover area,
clamp adjacent grating s�ctions together at 714��points with fasteners
accaptable ta Engineer.
8) Fabricate aluminum grating seetions in units �f weighing nat more
than 50 pounds each,
9) Gaps between adjacent grating sectians shall not be mo�-e than the
cfear spacing betweerr bearing bars.
e, When requested by �ngin�er, fest 1 section of each size grating tor each
span length invoived on the job under fuN laad;
�) Furnish a suitable dia� gauge for measuring deflections.
f• Gra#ing shall he alumirium, unl�ss oth�rwise speci��d or indicated on the
Drawings.
MeEal Fabrications
05 50 OQ-S 'f 03127
�,4rTc�rawrtaocume��rrxrFo«wo�uu�2onas2-aoaooaroa aes+ynra� July 6, 2023 - C�NFC7ftMED
Spec��CarollE�p5_�p_Q;} ��qiifonn�}
2. Aluminum grating;
a, Materiai for gratings, shel� angles, and rebates: 60fi1-T6 or
6063-T6 aluminum alloy, except crossbars may be 6063-75 aluminum
allay.
b. Shelf angl� co�►c�ete anchors: Type 304 or Type 316 stair�less steel.
c, Grating rebatQ rod anchars: 6061-T6 or 6p�3-Tfi aluminurn alloy.
d. Bar size and spacing: As determined by manufacturer to snable grating to
support design load.
e. Deslgn li�e load: A minimum of 100 pounds p�r square faot uniform Ave
load on entire grating area, buk not less than the live load indicated on the
Drawings for the area wher� graiing is located.
�. Maxir�um fiber stress for design load: 12,000 pounds per square inch.
g. Maximum deflection due to design load: 11�40 of grating clear span.
�, lu�axirrium 5pacing af main grating bars: 1-1f8 fnches clear between bars.
i. Minimum gratEng height: 1-1l2 inches.
j. M►anuiacturers: The following or equal:
1) Harscc� industrial iKG, Swaged Aluminum I-Bar with striated finish.
3. Afumirt�m grating planks:
a. Materials: Meet requirements previously sp�cified for alumin�am grating,
q. Fabrication:
1} Mest requirements previously specif{ed f�r aluminum grating.
c. Have unp�na��� S�rface with cross hatched anti-skic# 5urface_
�. IV�inimum weight of 3-114 pounds per square foot.
e. Provide 1 inch diameter hole with smooth edges at each end for each
plank.
f. Furnish planks in 2 faot widths.
g, Manufacturers: The faHowing �r equal.
1) Harsco Industriaf I�CG, Hea�y Duty Aluminum Pl�nk �rating H�dP.
h. Plan4cs shall not locl� with adjacent plan�cs allawing the �omovaf of
fndividual planks withaut disturbing the adjacEnt planks.
4. 5tainless stEei gratings:
a. Bar 5iza and spacing: As detvrrnined by the manufiacfurer to support
design load.
b. L7esign iive load: A rninimum af 100 po�nds per square foot uniform 4ive
foad on the entire area of tl�� grating area, but nak less khan the iive load
indicated on the Drawings for the area where the grating is located.
c. fV�aximum �ber stress #or design load: 18,OOQ pounds per square inch.
d. Maximum deflection �nder design load: 1!?_4a o# grating clear span,
e, gar spacing: Maximum of 1-118 incMes clear bekw►een bars.
f, {vlanufacturers; �he falVowing or equaL-
1) Harsca ir�dustrial IKG, IKG Weldforged.
MEtal kraad plate:
1. Plate �aving a raised figured pattern on 1 surface to provide improved tractian.
J. Prefor�neci channel pipe supports:
1, prefarmed channel pipe supports for pipe supports and okher applicatians are
specified in Seciion 40_05_07.03 - Preformed �hannel Pipe Support System.
K. 5tairs:
1. Aluminum stairs:
Msta1 F�hricatians �Q3127 July 6, 2Q23 - GONFURMED
05_50_�0-9
�v:NC81c�-OrDAC�rrlenl9rTXIFo�1 YJO�If�+2fl0d52-O�OQD0�04 Ues�9�+94 SPE��Caroila�05_50_00 (Con4ormeJ)
a. S#ringers; 6067-�6 aluminum alloy,
b. 5tair treads:
'1) Al�minum of same type speci�ed under Aluminum Graiing.
�} �f sizes indicated on the Drawings, and 1-314 inch rriinimum depth
with cast ahrasivQ typs safaty nosings.
�. Mandrails and guardrails: Aluminum pipe s�ecifi�d under Aluminum
Handrails and Guardraifs {NnnwQld�d P�pa).
d• Faste;�ers: T'ype 3p4 or Type 376 stalnless ste�l.
2. Stainless steel stairs:
a• Ships ladders shall confarrr3 ta local, State, and OSHA as rninimum.
b. Stringers: Structur�l steel channels or piates,
c. Treads: Qpen type attached to string�rs with support angles and cf�ps.
Manufacturers; Qne of the foflowing or equal:
1y Harsco Indus#riaf IKG, "Welded Tread" wifh F�Igrip� nosing.
d. Railings: Stainless steel pipe, sized as indicafed an #he Drawings,
e, Anchors; UVelded or bolfed brackets designed for support and anchorage
at tap and bottom.
f. Stainles� stee! finish: Number �l satin �nish in accardance with NAAMM
Metal Finisf�as Marrual,
�-. Miscellaneous aluminum;
'I. Fabricate alumir�um praducts, not covered separately in this Section, in
accordance wlth the best practices of the trade and fieid assemble by riweting
or �alting.
2. Do not weld or fiame cut.
M. Miseellaneous cast iron:
1. Gener2�l:
�. Taugh, gray iron, free fram cr��i�$, �,���5� swells, and cofd shuts.
�• Quality such #hat nammer blaw will �rod�ce indentation on rectangular
edg� of casting wi#hout flaking m�tal.
c. ��fare leaving thQ foundry, cl�an castings and apply 4G-mil dry film
thickness coating of coal-tar �poxy, un�ess otherwise specified or
indicated on th� Drawings.
N. Miscellaneous stainless steel:
'1. Provide miscellaneous stainless steel items naf specified in this Sectfon as
indicated on the Drawings or sp�Gified els�where.
a. Fabricate and install in accardance with the best practices of the trade.
2• Cleaning and passiv�tian:
a. F�Ilawing shop f�brication of st�inless steel members, cfean and
passivate fabricatians.
b. Finish requiremen#s; Rerr�ove free iron, heat tint oxides, weld scale and
other impurities, and vbtain a passive finished surface.
c• Provide qual�fy control testing to verify effectiveness of cleaning agents
and pracedures and to contirrn tha# finish�d surfaces are clean ar�d
passivated.
�) Gonduct sampfe runs using test specimens with proposed cleaning
agents and proGedures as required to avoid adverse eff�cts on
surface finishes and base materiais.
Metal Fabrications
os 5a ao-�a ��3i27
�„�,iicardw�Qoe��me�i�rrxrFo« �vo,ir;rzboa�z-onAoaorod oes��n+oa specS�caro�iaro�_�o_co (canra,,,�a July 6, 2023 - CCINFORiVI�R
d. Pre-elean, chemicaVly descale (pickle), and finai clean fabricatians in
accordance with the requirement� of ASTM A380 to remove de�osited
cantaminants before shi�ping.
1) Passi�ation by ciiric acid treatment is not al{owed.
a) If degreasing is required before cloaning to r�mo�� scale or irvn
axide, cleaning (pickling� t�eatments with citric acid are
permissible; hawever, these treait�nents shaA be followed k�y
inorgankc cleaners sucfi� as nitric-fi�ydrofluoric acid.
2) Provid� acid descaling {pickling) in accordanc� with Table Ati.1 of
Annex A1 of ASTM A38Q.
3) Aiter pickling, final cl�aning of stainless steel 5hal! canform to Part II
of T�b1e A2,1 0� Annex �2 of ASTM A380.
e. /�fter cieaning, inspect using meth��s specified for "gross inspection" in
ASTM A380.
f, Improp�rly or poorly cleaned and passivated materials shall nat be
shipped and will not be accepked at the }ob site.
O. Miscallaneous strueturaf ste�i:
1. F'ro�ide miscellaneous steel items not specified in this S�ctian as indicated on
th� Drawings or specified elsewhere.
a. �abricate and install in accordance wit� the b�st practices of the trade.
P�I�T 3 ���C�UT10P�
3.Q1 ��of4�4fWAilA�,l'
A, Verification of conditions:
1. Examine work in place to verify that it is satisfactory to receive the wark of this
5ection.
2.. 1f unsatisfactary canditions exist, do not begin thi� war�t until such conditians
have been corrected.
3.4� I�IS'�ALL,AeYI�iV
A. Gene�al:
1. install products as indicated on th� Drawings, and in accordance with shop
drawings and manufacturer's printed instructions, as applicable except where
specified otherwise�
2. Interfac� between materials:
a. Dissirnilar metals: Where sieel comes in contact wikh dissimilar metals
(aluminum, stainless steel, etc.), separate or isolate the dissimilar metals.
1) Make application so thai the isolating flr protective barrier is noi
�isikale in the completed construction.
b. Aluminum in contact with concrete or rnasQnry: C�at alumin�m surfaces
as specified in Section Q9_96_Q1 - High Performar�ce Coatings.
c. Aluminum in cantac# with cancre#e or masonry.
B, Aluminurn stair nosing:
1. Install stair nosings vr� treads of concrete stairs, ineluding top tread on upper
concrete slab.
�e��� ���ricat�or�s 1a�127 �uEy s, 2023 - CONFORM�D
05_5Q�OD-11
p�r�llCardbrpo�umer+IsnK{Fpa WoiUt+2DQ452-06dD00f6� 4esigN04 Specs�Caiallq+05_50_00 (Caniarmed)
�. Omit sta�r nosi�gs where concrete is s�bmerged.
3. Cast s#�ir nosings in fresh cor�crete, ffus�t with tr�ad �nd riser fa�es. Ins#�II
nosing 6n center af step.
C. Cas# iron stop plank grooves:
1. Re�oss stop plank groo��s with cast iron surfaces of groave sat flush with
concret� sur�ace.
C7. Handrails and guardrails:
1. General:
a. F'astera pipe rails to fittings with Series 300 stainless steel �op rivefs or
flush set screws.
b. Make �ipe cuts clean and straig�t, fr�e of burrs and nicks, and square and
accurake f�r minimum joint•�gap.
c. �riN and countersink hales to proper size, as requir�d for a tight flush Ft ofi
screws and other component parts.
d. Space attachment brackets a� indicated fn the manufacturer's
instructians.
2. A�uminum pipe handrails and g�ardrails:
a, I7uring construction, kaep ext$�ior 5urtac�s of handrails and guardrails
covered with minimum 0,4 millimet�rs of h�at shrink palyethyl�ne flm.
b. Da not remov� protective film befor� handrails and guardrails have been
accepted by �ngineer nor before other wor�C in prax�mity of handrails �nd
guardrails has been completed.
c. Disconfinue handrails and guardrails at lighting fixtures.
d. Provide 118w�nch dfameter wee� F�oie at base of each post.
e. Space posts as ind+cated on the Drawings.
f. �nchor po5ts fnto cancrete by grouting posks inta formed haies in
concrete, into stainless steel sleeves cast in concrete; at brack�t mount to
face of concrete surFaces as specified and indicated on #he �rawings.
g. Spaca rails as indicatQd on the Drawings.
h. MakQ adequato provision for expansion and contraction of k�ck platvs and
rails.
�) Make provisions for removable sections where indlcated on th�
Drawings,
i. Make lower rails a single, uns}�liced length between posts, or continuous.
J. Make top rai�s cantinuaus whenever possible, and attach singls, unspliced
lengths ta 3 posts minimum.
k. Draw up fast�ners tight with hand wnench or screw dri�er.
�� �Ra�� ��achment braGkets as indicated on shop drawings or in
manufacturer's installation ins#ructions,
m. Completed instaliation shaf! have �randrails and railings rigid and free of
play at joints and attachments.
n, Protect handrail and guardrail finish frarr� scratches, gouges, dents, stafns,
and other damage.
o. Replace damag�d or dis�gured handralls and guardrails with new.
p. Shortly before final a�ceptance af the work, artd after removal of
prokective polyethyl�ne film, cl�ar� handrails and gwardraiis with mild
detergen# or with soap and water.
1) After cleaning, thoraughly rinse handrails and guardraiis and wlpe
with sofk cloth.
Metal �abricatians
05 5[J_00-12 ?Q3127 July 6, 2023 - CONF�RMED
p�V�NCardk�+�cu+nenlsfTX�F4rt 1'�orlhr20p452-OOp04Df0A De3iqnrpd S�eCS+Carolla�05_� p0 (C9nformedj
�. �rect guardrail straight, fevel, plumb, and true to the positions as indicated
on the Drawings. Gorrect �e�iations fram true line ofi grade, which are
visible to the eye.
3. Stainless steel pipe handrails ar�d guardrails;
a. During construction, keep exterior surfac�s of handrails and guardrails
co�ered with mir�imum Q.� millimeters af heat shrin4c polyethylene film.
b. �]o not remove protective film before handrails and guardrails have been
accepted by �nginee� nor befiore ather work ln proximity of handrails and
guardraiis has be�n completed.
c. []iscontinue handraHs and guardrails at lighting ffxtures_
d. Provide 1l8-inch diameker weep hafe at base af eacF� post.
e. Space posts as indicaked on the Drawings.
f. Anchar posts by bracke# mount ta f�ce of �onerete surfaces as specified
and indicated on the Drawings.
g. Space rails as indicated an the Drawings.
h. Make s�equate pravision for expansion and contraction of {�ick plates and
rails.
1} EV1aka provisions fqr removable sections where indEcated on the
Drawings.
i, fllra�e lower rails a singl�, unsplicec� length between posts, or conkinuous.
�. Niake top rails continu�us whenever possible, and attach single, unspliced
lengths to 3 pasts minimurn.
k. Draw up fast�ner� tight v►rith hand wrench ar screw driver.
L Space attachment hrackets as indicated on shap drawings ar in
manufscturer's lnstahation instructions.
m. Campieted installa#ion shaN have handra9ls and railings rigid ar+d free af
play at joints and attachments.
n, Protect handr�il and guartdrail finish from scratches, gouges, dents, s#ains,
and othvr damag�. Raplace damaged or disfigured handrails and
guardrails with n�w.
o. Shortly before final acceptance of the work, and after remaval of ratective
poiyethylene film, clBan handrails ar�d guardrails with mild det�rgent or
with soap and water.
1) After cleaning, thorau�hly rinse handrails and guardrails and wipe
with soft clath.
p. Erect guardra�l straight, level, plumb, an� true ta fhe positions as indicated
bn the Drawings.
1 j Carrect deuiatians #rom tr�e line of grade that are visible to the eye.
�4. Guardraii g�tes:
a, Install gate to be a ve�ical plane with the guardrail when �n the closed
positian.
b, Instail hinges so that each gate can swing 180 de9�ees from the closed
position to the fully open pasition.
c. Install so khat the gates swing to the walkway side of ihe guardrail nnly.
1) Inskall gate stops on ihe stationary raiiing posts ta prohibit gates frvm
swinging in the wrang direction.
d. Install gate frames, hinges, sfops, and latches in canformance wit� 4SHA
minimum strengt� requirements.
Metal Fabrications �0��27 �u�� �, 2��� - �oNFoRM�n
05_6tJ_4q-13
�,�:flCarei o�QoaumenlslT�fort �'�orU��2D0452-00006Q�OA �esignlad Speca�Ca�alla�p5 50_00 (Contorme�l)
E, L.adde�s:
�• Secure #o supporting surface with bent plate clips providing minimur� S inches
between supporting surface and center af rungs.
2• WherE exit fram ladder is farward over top rung, extend side rails 3 feet
3 inch�s minimum abovE landing, �nd return fho rails with a radius bend to the
landing.
3• Where exit from fadder is to side, extend ladder 5 feet 6 inches minimum
above landing and rigfdly secure at top.
4, Erect rai! straigh#, level, plurnb, and true to pas�tian indicated on fhe Drawings:
a. Correcf deviations from tr�ue line or grade which are visible to the eye.
F. Manhole frames and covers:
1. Installa#6an: �1s recammended by Manufacturer.
G. Metal gratings:
1. General;
a. Allaw 118--inch maximurn clearance between ends of grating and inside
face af vertical leg of she�f angfes,
b. Horizantal b�aring leg of sholf angl�s shall be 2 inches minimum.
c. InstaH aluminum plate ar angl�s whare necessary to fill oper�ings at
changes in eie�atian and at opanings befween �quipment and grating.
d. Install angle stops at ends of grating,
e. Ir�stall�d grating shatl not slide out of rebate or off support.
f, Weld stops in place, unfess otherwise specifred or indicated on khe
Drawir�gs.
g. Top surfaces of grating sections adJacent to each other shafi lie in same
plane.
2• Aluminum grat6ng:
a, Aluminum grating; Suppprt on aluminum shelf angles or rebates.
3, Aiuminum grating planks:
a. Support and install planks as spocified for aiuminum grating.
4. Stainl�ss steel gr�#ing;
a. Support on struc#ural stainless steei shelf anglas or rebates.
H. Stairs:
1. Generai;
a. Install guard railings around stair wells as indicated on the Drawings ar
specified.
I. Stainless S#eel:
T- Welding:
a. Passivate field-weldecf surfaces;
1) Provide cleaning, pickling �nd passivating as speeified in this
Section.
2) Clear� using Derustlt Stainless Steel Cleaner, or equai.
END QF SECTiON
Met�l Fabrications
(15 50 00-1 A f 43127
pu°I�CarcSip�ppcumenls�7X+ForllNoflh+20Q452�00000INOd DeslgnrQa SpecslCaralla�05_� p0 (Contormed) July 6, 2023 - CONFORMEp
��e���� o�_��_�o
�af�r ����w-r�
PpoRi � ��P,1�RAL
1.Q� �Ui��IVARY
A. S�ctio� incVudes:
1. Acrylio-Latex sealant.
2. Precast cancrete �aint sealank.
3. 5¢licane seal�nt.
4. 5ynthetic rubber �ealing campound.
5. 5ynth�tic sponge rubber �Iler.
�, Related materials.
�.a2 ����������
A. American Rss�ciation of S#ate Highway and Transpartation Officials (AASHi�j:
1. M198 - Standard Specification for Joints far Concrete Pip�, Manholes, and
�recast Box Sections l9sing Prefarmed �lexibte Jaint Sealants.
t3. ASTM Int�rnatianal {ASTM):
1. �920 - Standard Specification for �lastnmeric Joint S��lants.
2. C99p - Standard Sp�cification for Joints for Concrete Pipe, Manholes, and
precast Box 5ections Usin� �'reformed Flexibl� Joint Sealanis.
3. C1330 - Standard Specificatian far Cylindrlcal Sealant Backing for Use wEth
Cold Liquid-Appffed Sealants.
�4. C152'I - Standard Practice #or Evaluatin� Adhesiort of knstalfed
Weakherpro�fing Sealant Joints.
5. D412 - Standard Test Methods for Vuicanized Rubber and Thermaplastic
�lastamers - Tension.
6. p824 - Standard Tesi Method far 7ear Strength art Convent�onai Vulcani�ed
Rubber and Thermoplas#ic �.lastvmer.
9.i�3 SU�F+NtTiA��
A. Product data.
B. Samples, indUde calor selections.
C. Manufacturer's Installatian Instructions.
D. Warranty.
1.0� QU��6�Y A��U�u4T���
A. Man�facturer quaf�ficafians: Manufacturer of proposed product for minimum 5 years
with satisfactory performance recard.
Joint Sea�ants � a�� 27 July 6, 2423 - CONFDFtMED
07 9Z_OQ-1
p�V;(�Cdrel �of�cumenlSfT?(�Fo�l Wo�1��200R52�14Q0001U4 UeS�yn�44 SpecsrCarolla+67_92_0� (Confamed)
g. Installer quafificatians: Manufacturer approved installer of praduct5 simila� to
specified products an minimum 5 projects of similar scape as Praject with
satisfactafy pertormance recard.
1A.� PRf�J��i1�ll� ���lDlilf�IVS
A. Environmental requirerrt�n#s: Qo noi apply sealant Qn wet ar frasty surfaces or when
surfaee temperatur� is higF��r than 100 degr�es Fa�hrenheit ar lawer than
�recommended by the man�Facturer.
9.06 D�I�lV��tY, SYbRA��, �R1� H�4PdD�IP��
A. Deliv�r, stor�, ar�d handle praducts in accordance with man�afacturer's
�ecommendations,
�B. Code date packages. Do not use material alder than manufacturer's published shelf
life. Stare materials at temperatures lnwer than 84 degrees Fahrenheit. Condiflon
mat�rials in accordance with manufacturer"s instructions priar to installation.
9.0�' S��UI�P�CIF�� i4RlD SCbC�UL.If�G
A• Caulk joints prior t� �ainting,
1 A� VV�F�RQid�'Y
A. Warrani ta correct defective products far mir�imurrt 1 y�ar ir� accordanca with
manufacturer's standard warranty.
�,��� a �����ci�
a.a� ��A���Y�
A. General:
1. P�ovide colors rnatching materials bein� seal�d.
2. Where compaund is �ot exposed to view in frnished work, provide
manufacturer's color which has best performance.
3. I�onsagging seala�t for vertical and overhead horizontal jain#s.
4. Seafants for horizontal j�ints: 5eff-levefing pedestrianftraffic grade.
5. Joink cleaner, primer, bond breaker: As reeommended by sealarrt
manufacturer,
6. Sealant bacRter rod andlor campressible filler rnade from closed cell
poiye#hyfene, palyethylene jacketed palyurethane foam, or other flexible,
nonabsarbent, non-bituminous mat�riai r�carrirraended by sealant
ma�ufacturer ta:
a. Control joint depth.
b, Break bond of sealant at bottom oF joint.
c. Provide proper shape of sealant bead.
d. Serve as expansian joint filler.
Jnin! Sealants
a� sz an-z 103127 July 6, ZQ23 - CONFOR�Ul�C]
pw'1lC2eCflor[?nCUmsnl8lT?CtFnrt tih�oiUt�20R452-Oe�OQQ��OA O�gnIDG S{7eC5+C3rDfIq�07_92_Op {Cohtorm�t)
2.02 l�►�RY�IC��AiE% �E��AN�
A. Permanently fiexible, nonstaining, and nonbleeding latex modified acrylic sealant
compound, colors as selected by Fngineer fram manufacturer's standard �ptions:
1. {Vlanufacturers: One of the fvllowing or equal:
a. Tremco, Tremflex 834.
b. Pecora Carp., Number AC-2Q.
c. Sonneborn, Sonolac.
2A3 �RI��A�T G04�CR�T� JC�Ih�Y ���,l�Ni
A. Preformed, cold-applied, ready-ta-use, flexible joint s�alank in accordance with
RS7M C990 and AASH'�O M 198:
�[. �+ianufacturers: One of the foilawing or equal.
a. H�nry Corp., Ram-Nek.
b. Goncrete Seafants Dir+is+on, C�nSeal.
�.D4 51L.l�QN� ��1�1�ARiT
A. ASTM C9�0, Type S, Crade �lS, Clas� ��, single campvnent silic�ne sealan#:
1, Manufacturers; One of the faAawing or equai,
a, Tremco, Proglazo.
b, pecora Carp., Nurnber 864.
c. Dow Corning, Number 755.
d. G�nerai �iectric, f�umber 'i200 Series.
�.05 S1�NTHf�YIC RU�B�� ��A�INC GC�N�I��URf�
A. Manufackurer: ane of the #ollowing or equaf:
1. SiEca Carporafiion, Sikaflex 2c NS ar SL
2. 5ika Corporation, Sikaflex 2c N5 EZ Mix.
3. Pacific Poly�ners, Elastothan� 227R.
�#. Mat�rial:.ln accardance with ASTM C920 Type M, Grade P(pourable}, Class 25
and Type �A, Grade NS (non-sagy, Class 25; multi-pari p�lyurethane; abte to c�re at
room tempe�ature ko fErm, highly resilient polymer; able to perform satisfactory when
cantinuously submerged in water or sswage and exposed to direct sunlight in dry
condition; with th� fallavwing properties determir�ed at 75 degrees Fahrenheit and
50 perc�nt relative h►�midity:
1. Base: Polyurethane rubber.
2. Applieation time: Minimum 2 hours.
3. Cure time: Maximum 3 days.
4. Tack free time: Maximum 24 hours.
5. Ultimate hardness: Non-sag 25, PourablelSL 40, withir� 5 Shore A.
6. 7ensile strength: Non-sag 95 paunds per square inch minimum and self-
leveling minimum 170 pounds per square inch wh�n tested in accardance with
ASTM D�412.
7. Ultimate elongation: Minimum �40 percent when tested in accordance with
ASTM fl412.
Joinl Sealants 1�3127 July 6, 2023 - CON�O�MED
D7 92 DO-3
pw:l7CatWWipoCume�ls+TX+Fo�t 1Nn��h�2DRti52-0a4pG0+0+1 �es�9nt44 SpeCa�Carolla�07_92_00 {Confwme8}
8. Tear resistancc: Nondsag 45 pounds per inch minimum and se�f-leveling
minimum 85 pounds per inch when #ested in a�cordance with ASTM D624,
Die C.
9, Service temperature range; Minus 25 degreas tra 958 degrees Fahrenheft.
C. Color: Gray ta match concr�t�, unless indicated on the Drawings,
�.�6 �YF�YH�iI� S��R1<s� �U���� �I�l���
A. Ciosed-cell expanded sponge rubb�r manufactured frc�m synt�etic polymer
neaprene base, or resilient polyethylene foam backer rod, ln accordance with
ASTM C 1330, Type C:
1. Mahufacturers: The follow�ng or equ�l:
a. Presstfte, Na. 750,3 Ropax Rod Stack.
�. Characteristics:
1. Suitable for applicatian inkended.
2. Sirength: As necessary far supportirrg sealir�g campound during application.
3• Resiliency: Resistanc� to envirvnmen�al conditions of installation.
4. F3onding: No bonding to the sealing compound.
5• Structure: Cellu�ar, prevants absorption of water,
G. Compa�ibflity witf� ofher materiais in joint and acceptance by mar�ufacturer of
sealing compound.
7'. Size: Minimum 25 percent greater than nominal �oink width.
2.0�' ��LA�'�� 14��7�F��ALS
A. Primer: Nanstaining type, recommended by sealant rnanufacturer to suit ap�lication.
B. Jomt cleaner; �loncorrosive, nonstait�ing, compati�l� wifl� joint farrning materials and
as recommended by se��ant manufacturer.
C. �ond breaker tape: Pressure-sensitive tape recammended by sealant manufactur�r
ta suit applicatiort,
��1�� 3 ��t��EJ�'I�fV
3.0� �XAP.�iP�I�TIi�N
A. Verify accepkability of join# dimensions, phys�cal, and er�vironmental ccmditions.
B. Verify tha# surfaces are dry, clean, and free af dir#, grease, curing compound, and
ather residue whicf� might �nterfere with adheslon of sealanEs.
�.a2 �Ft�P�4V�AT'f8N
A. Alfow concrete t� cur� thoroughly k�efore caulEcing.
B. Synthe�ic sponge rubber filler:
�. Prepar� surtaces designated to receiue filfer in accordance with
manufac#�rer's instaAation instructions.
Joint 5ealants
Q7 92 OQ-4 103i27
�+�,irce�c�b+�acum�nisrrxrFori wo,u,r2oon�s-0aoonnro4 oes��nl�a s�e�rcarouqror_s2_oo tconrn�me�j July 6, 2�23 - C�fVFORMED
?_, Do no# stretch filler beyond its narmal iength during 9nstalkation.
C. Caufking:
1. Verify that surfaces are dry, ckean, and free of dirt, grease, �uring campounds,
and other residue tha# might interFere with adhesion af sealant.
2. Concrote, masanry, wood, and st�el su�faces: C(ean and prime in accordance
with manufacturer`s instructians prior to caulking.
�. Synthetic rubber sealing c�mpound:
1. �nsure surfaces to which synth�tic rubber must bond are dry and free of dust,
dirt, and okher foreign residue.
2. Heavy sandblasted caulking groave io saund surFace, and prime with
manufacturer's recammet�d�d primer for particular s►�rf�ce.
�. For sidewalks, pavements, and simi��r �aints sealed with elastomeric sealants and
subject to traffic and ather abrasion and inden#atian exp�sures, fill joints to depth
equal to 75 percent af joint width, but neither more t�an 5I8 inches d�ep n�r fess
ihar� 318 inches deep.
F. For normal moving building j�ints seaied witE� elastomeric sealants not subject ta
traffic, fill joints fo tiepth equal to �0 percent of jaint width, but neither rr�ore than
112 inch deep nnr less than 114 inch deep.
G. �or joints sealed with acrylic-latex ssalants, fill joinis to depth in range of 7� percent
to 125 p�rcent of joint width.
H. Us� joint ffller 1a achieve required joint dept�s, ko allow sealants t� perform properly.
Prepare surFaces and install synthetic sponge rubber filier in accordance wlth
manufacturer's recommendatbns.
�o not stretch filler beyond normal length during instaUation.
I�, �ppiy �ond breaker when recammended by jojnt sealer manufacturer.
3.Q3 IN�'Cd��el"I�P+�
A. Synthetic sp�nge rubber �Iler: instaA fiiller in accordance with manufacturer's
installation instructions.
B. Caulking, joints, and sealing:
1. Construct expansia�, contractton, ar�d consfruct9on }vints as indicated on the
Drawings.
2. Install pipe and cond�it in structures as indicated on the Drawings.
3. Caufk doors, windows, lou�ers, and other items instalfed in or over concrete
openings inside and out.
�4. Use synihetic rubber sea�ing oompound for caulking where indicated an the
Drawings or as specified, except for masanry constructlon and where specified
otherwise.
5. Complete oaulking prior to painting.
f, Verify that cancrete is thoroughly cured prior to ca�lking.
,lolnt 5ealants
07 92_00-5 103127 July 6, 2023 - CONFORMEEJ
p�V;IIGBioElofE]oCumenlslil;lFprt WorPt+240�152-0090D�lpd pe�ign+04 SpeCs+Carollpro7_92_09 [C4ntarmed)
7. When filler compressibie rnaterial is used, use untreated ty�e.
8. Apply caulking with pneumatic caulEcing gun.
9• Use no�zles af proper shape and si�e far application intended.
i0. Maintain continuous bnnd between r,�ulking and sides of joint #o eliminate
gaps, bubblvs, or voids and fN joint in continuotas operation with�ut layering of
compound.
11. �mpby experienced applicators to caulk jnin#s and seams in neat workmanliEce
manner.
'!2. 7a has#en curing of com�ound when us�d on wlde jaints subject to rnov�ment,
�pply heat with infrared lamps or other cartvenient mear�s.
13. Apply synthetic rubber sealing cornpound with pneurnafic caufking tool or other
accepfa�ble method.
3.a4 ����i�1P�C
A. Clean surtaces adjacent to sealan# as wark progresses.
B. Rernove excess uncured sea�ant by svaking and scrubbing with seaiant cleaning
sofvent,
C. Romo�e excess cur�d soalant by sanding with Number 80 grit sandpapvr,
D. Leave �nlshed wor� in r�eat, clean condition.
3.05 ��H�,�Ul��
A. Acrylic iatex:
�. Use where indicated on the Drawings.
2. Interior joints with rnovement less than 7.� percent and no# subject to wet
COhdltlpl'T5.
B. 5111CO1i�:
1. Use +rvhere indicated on the Drawings.
2,. Joints and recesses farmed wi�ere windaw, d�or, louver and vent frames, and
sill adjoin masonry, concrete, stucca, oe metal surfaces.
3. Door thresh�fd bedding.
�4. Moist or wet locations, including joints araund plumbing tixtures.
�. Stainlsss stepi daors and frames, including joints behrveen applied stops and
frames, and around anchor bolts.
�. Ple�um jaints.
C. Synthetic rubber seafing com�aund, non-sag Type II:
1. Use where indicated on the Drawings.
2. Water-bearing ar�d earth-bear�ng concrete struciures.
3. Jofnts in masonry, concrete verticaf surFaces, and metal-faced panels in
vertical sur�aces,
4. Jaints between sheet metal flashing and trim.
5. Joints betweer� sheet metal tlashing and t,�im, and vertical wall surfaces.
6. SmaH voids between mat�rials requiring filling for weathertigh# pertarmance Rn
vertica! surfaces.
.loint Sealants
�7 92 00-5 103?27 Jufy 5, 2U23 - CqNFpRMED
p�+';f�Carclb�bocun�entsrTxrFort S'VorUU200452-ODOOt�QIDA D��ynf04 Specs�Carollq�07_g2_C3 {Coniprmecl)
7. Perimetecs af frames of doars, w9ndows, foUvers, and other apenings where
bonding is critica! to airtight performance.
a, �xpansion and cantrol joints in masonry vertical surfaces.
D. Syr�the#ic rubber seating compour�d, self-feveling 7ype I:
1. Use where indicated on the Drawings.
2, Expansian and control joints in masonry, concrete horizontal sur�aces, a�►d
rneta{ panels �n horizankal surfaces.
3. Small voids between materials requfring filling fior weathertight performance in
horizontal surfaces.
4. Pavement joints.
5. Perimeters of frames af cloors, windows, louvers, and other openings in
horizontal s�urFaces where bonc�ing is critical ta airtight p�rfarmance.
END �� S�C710N
Joinl Seafanls 143�27 �uEy 6, 2�23 - CDNFORMED
07_J�_00-7
�e:l�Caio��Rocumen�,�7x{Fal Y1odh�26�15�-0400G��04 Oeskgn+Od 9pecs+Ca�alla�07_92_00 I�nSormedj
S���I�R1 A9_96 4'i
HICb-PEFt���N9�Pl�� ���S�iP�CsS
PA�i 1 �ER����L
1.�� ���AAfVARIf
A. S�Ct101� iRCIUdAS: Coatings, including caating systems, surface preparation,
applicatian requirements, and quality control requirements.
1.0� a�F ���N���
A. ASTM Inlernation�l (AST{Vi)�
1. �1� - Standard Terminology for Paint, �elated Coatings, Materials, and
Applicaiions.
2. D2�OD - Standard Practice for Use af F'iciorial SurFace Pr�paration 5tandards
artd Guides for Painking Ste�l Surfac�s.
3. D3359 - Standard Test Methods for Rating Adhesian by Tape Test.
4. D3960 - Standard Practice fnr Determining Valatife Organic Compound �V�G)
Content of Paints and Related Caatings.
5, D4262 � Standard Test Methad for pH of Chemicakly Cleaned or �tched
Concreto Surfaces,
5. D4263 - Standard Test Method for In�iicating Moisture in Cancrete by the
Plastic Sheet Method.
7. C�428� - Startdard 7es# Method far Indicating Oil or Water in Compressed Air.
8. U4414 - Standard Practic� far Measurement of Wet Film Thic�mess by Natch
Gages.
9. D4417 - Standard Test Methads For Field N4easurement of SurFace Profile oF
Blas�-Cleaned 5keel.
1U. D4541 � Stan�ard 7est Methods for Pull�Off Str�ngth of C�atir�gs Using
Portable Adnes9Qn Testers.
11. D4i�7 - Standard Practice for Continuity Verifieation af L.iquid or Sheet I,.inings
Applied to Concrete Substrates.
12. D5162 - Standard Practice for Discontinuity (I�oliday� 7esting of
Nonconductive F'rotective Coating on Metailic Substrates.
13. Di234 - Standard Tesk Method for Pull-Off Adfi��sion Sirengkh of Coatings on
Cancrefe Using Portable F'ulf-Off Adhasion T�sters.
14. �337 - Standard Test Method for �'�leasuring Humidity with a Psychromeker
(the Measurement of Wet- and !�ry-Bulb iemperatures).
15. F1869 - Standard Test Method for N�easuring Mo3sture Vapor Emission Rate
of Cor�crete Subfloor Using Anhydrous Calcium Chloride.
16, F2170 - Sta�dard TeSt Method for Determ�ning Relative Humidity i� Cancrete
Flaar Slabs Using in-situ Probes.
B. Internationa� Concrete Repair Institute (1CRE):
1, 310.2 - Guideline for Selecting and Specifying Cancrete Surface Preparation
for Seai�rs, Coatings, P�lymer Overl�ys, and Cancrets Ropair.
High-PerFormance Coalings
C19 96_01-1 1q31Z7 July 6, 2�23 - CON�ORMEp
�nv:l�Caidb+Docume;�tsET1ClFort t'durli�+2U4M52-000049�0� Desl�n�UA Speca+Ca�alta�_96_01 (Cuntorme�i!
C, NACE Internatianal {NAGE}:
1. SPO'f 78 - Des�grt, Fabrication, and Surface �=inish Practices for Tanks and
Vessels ta E3e Lined for Immersion Service.
�. SP0188 - t�iscontinuity (Holiday} Tes#ing of fVew Pra#ective Coatings on
Conductiuo Substrates.
D. Nationa! As�aciation of Pipe Fabricators �NAPF);
1• 500-03 - Surface preparation Standard for duct�le Iron �ipe and �ittings in
�xpased �ocations Receiving Special �xternal Coatings and/or Speclal
Internal Linings.
E. N5� International (�lSF'}:
1• 6'f - DrinEcing Water System Companents - Health Effects.
F. Occupatianal Safety and Health /ldministration (OSHA).
G. Society of Pr�tective Coa�ings (SSPC}:
1• Glossary - SSPC Protective Coatings Glassary.
�. Guide 6 � Guide far Cvntaining Surface �repara#ian nebris Generated during
Paint Removal Operations.
3. Guide '! 5- Field Mefhods for Retrieval a�d Anafysis of Svluble Salts on Steef
and Other Nonporous 5vbsirates.
4. PA 1- Shop, Field, and Ma�ntenance Painting of Steel.
5• F'A 2- Procedure for Uetermining Conformance ta ury Coating �i"hickness
�tequirements.
�. F�A 9- Measurement of I}ry Coating 7hickness Using Ultrasonic Gages.
7'• C�P 1- Standard Procedure far Evaluating the Qualifications oF
lndustriallMarine Painting Contractors.
8. SP 9- Solvent Gleaning,
9. SP 3 � Power Tool Cleaning.
10. SP 5- White Metal Blast Cleaning,
1?. SP 90 - Near-White i�9etal Blast Cleaning.
12. SP 11 — Power Tools Cleaning to Bare Metal.
13, SP 13 - Surface Preparation af Cancr�te.
14. SF� 16 - Brush-4ff Biasi Cleaning of Coated and Ur�coated Galvanized S#eel,
Stainless Steels, and Non-Ferrfl�s Metals.
15. SP COtV� - Surface Preparatlon Commenfary,
16. Sp VIS 1- Guide and Reference Photographs for Steel Suffaces Pr�pared by
Dry Abrasive �last Cl�aning.
17- SP WJ-� - Vllaterjet Cl�aning of Metals �� Ciean to Bare Substrate.
18. SP WJ-2 - INaterjet Cleaning of Metals -- Very Thorough Cleaning.
� 9. 5P WJ�3 - Waterjet Cleaning of Metals -- Thoro�gh Cleaning.
20. SP WJ-4 - WaterJet Gleaning of Metals -- Light Cleaning.
1.03 b��IN�TI�P�l�
A. Definitians used in this 5ection are in accordance with definitions referenced in
/•4S7M D16, ASTM D396�}, and SSpC Glossary of Oefinitians.
8. Speciffc de�nitions:
1. Abrasive: Materiai used for blast cleaning, such as sand, gri#, or shot.
Nigh-pertormance Co��ings
D9 96 01-2 �p3727 Juiy 6, 2023 - Cf�NFOFtMED
p�v:Il�aidb+D�cumen�fT7fl�pr�YJorUi+iDiM52-0dAppONA Dfs�yn@hSpeCs+Carollq�_9�_p1 (�ppformetlJ
2. �brasive Blast Cleariing: Cieaninglsurface preparation �y abrasi�e propelled
at hi�h speed.
3. Anchor Pattern: Profile or #exture of prepared surface(s).
�, Biogenic Sulfide Corrosion: Corrosivn caused by sulfuric acid formed when
7hrobacillus bact�zria metaboiiz�s hydrogen sulfidv.
5, Bug Holes, SmaA cavities resulting whert air bubbles are entrapped in the
SurFace af farmed cancrete during placement and consoiidation.
�. System: Proteciive film wikh 1 or rnore coats applied in a predetermined order,
including surface prsparation an� quality cantrnl requirements.
7. CoatinglPaint/Lining 7hickness: 7otal thickne�s of primer, intermediate, andlor
finish coats aiter drying or curing.
$. Dew point: Temperatt�re a g+ven airJwater vapor mixture starts ta condense.
g, �?rying Time: iime interval between appficatio� and material curing.
1 q, pry ta Recaat: iime interval between material application and its ability to
receive the next coat,
'i 1. Dry to Tauc1�: Time interva� betw�en material applicativn and its ability to
tolarate a light ouch without coaking damage.
'{2. Expased Surface: Any indoor or ouidoor surface not buri�d ar encased.
13. �aather Edging: Re�ucing coating thickness at its edge to biend with exi�ting
surrounding coating.
14. �eathering: '�apering oi� a wet edge with a comparatively dry brush.
15. Ferrous: Cast iran, ductile iron, wraught iran, and all steel alloys except
st�inless steeL
16. Field Goat: Appkica#ion af a surface c�ating system at #he work s9te.
17. Finish Coat: Finaf coat in a paint system, in�luding texture, color, smaathness
af surface, and other properties affecting appearance.
1g, F�40ICi Pblf1�: A defined p�int, specified in this 5ectian, at whlch war� shali be
halted for inspectior�.
19. f�oliday: A discontinuity, s�cip, �oid, of pinhole in caating or coating system+ film
that exposes the substratE.
20. Hflneycnmb: Segregated and porou5 surface of hard�ned eoncrete due ta
insuf�cient consolidation.
21. Hydrnblast: High ar ultra-high-pressure waker jet surface preparation.
�2. Incampatibility: One coating's �nability to overlay another coatin� ar surFace as
evidenced by bleeding, poar banding, or lifting of old cnating; inability of a
caatir�g to banc� io a substrate.
23, Immersedlfmmersian: A service canditian in which substrate is submerged, is
immediately above liquids, or is subjc�et ta freq�ent wett9ng, splashing, or
washdawn,
2�. Laitance: A thin, weak, brittle layer vf cement and aggregate fines or� a
concrete surface.
25, N4i1: OA41 incl�.
2B, Dv�rspray: Dry spray, particularly paint bonded to an u�intended surface.
2�. Pinhole: A small diameter discvnt9nuity in a caating or coating system fi1m,
created by offgassing from a �aid in a cancrete ar masonry subsirate causing
a void �etween coais or exposing the substrafe. Usually caused by coating
application while kemperature is rising.
28, Pot Life: Time interval after components ar� mixed and coating can be
satisfactorily applied.
29. Prime Coat: First full paint caat applied to a surFace when using a multicoat
sysiem. Prirners adhere to a new substrate, protect the substrate, and prvrriote
Hlgh-Per(ormanee Coalings �a�127 �u�y g, 2023 - CONFQRMED
09_96_01-3
prv:rrCard o�bocumenls+TX+Fo�t wo�R��20U752-�OOO4Q+04 �es�gntDa Spec�Carolla+09_96_OS (Coniarmed}
30.
39.
32.
33.
34.
35,
3�.
3T.
38.
adhesion ofi subsequent coats of paink. Th� prime coat an metal surfaces is
th� �rst fiuH coat and does not include solvent wash, gre�se emuls�fi�rs, vr
ather pretreatment applications.
ResurfaeerlResurfacing Material: A layer of cementitious and/or resi�-based
matariai used to �II ar otherwiso rmstore surface eontinuity to worn or d�magod
concreke surfaces.
S1�elf Life: Maxirnum storage tim� a material may be stored w�tFtau# losing its
usefulness.
Shop Coat: � or mor� coats applied in an nff-site shop or plant before
shipmen# #o work site where fi�ld or finishing coat(s) are applied.
5preading Rate: Area covered by a unit volume af paint a# a specif3c thicicness.
5tripe Coat: A separate brush coat of paint applied to all weld seams, pits,
nuts/boltslwas�ers, and edges. This coat shal( na# be applied until previous
coats have cured. Once applied, #he coat shall be �Ilovued ta cure befiore
subseqc�ent caaks are applied,
Tie Caat: An intermediate coak tha# bonds different iypes of paint materiaf,
impraving succa�ding coat adhesion.
TFrick Fiim Coating System: q coating system applied with a minimum dry film
thickness af 2� mils.
Touch-Up Pain#ing: Application of paint on previously palnted surfaces to
repair marks, scratches, and deteriorated or damaged areas to restore the
appearance and performar�ce o� the coating.
Water Blast: An alternative ta air abrasi�e blast cleaning that can be used with
or without abrasi�e inj�c#ion. Wat�r cleaning at pr�ssures up ta 5,000 pounds
per square inch is called low�pressure watet cleani�g or p,�wer washing. High-
pressure water cleaning uses waf�r pressures between 5,Qo0 and 90,000
pounds per square �nch. Water jefting is water blasting with added abrasive at
pressures between �0,0�0 and 25,UOQ pour�ds per square inch. Ultra-high-
pressure wafer jetting is wafer b�asting at pressures above 25,000 pounds per
square inch.
Weld Splatter: Beads of non-structural w�ld meta� tha# adhere to �he
surrpunding surface, removed as part �f surface preparation.
39
7.Q� AB�f��1dIA710iV5
A.
g.
CSM - Caating System Manufacturer.
CMU - Concrete Masdnry Units.
C. CSA - Coating System Applicatar. Specialty subconfractor retain�d by the
Cantractor to inst�ll the caating sys#ems specified in this Secfian,
�3. CTR - Caating System Manufacturer's Technical Representati�e.
�. n�T - Dry-Film Thicicr�ess. ThicLcness of cured fifm, ustaaNy expressed in mils
(0.001 inch).
F, SSD - Surfac� Saturated Dry, Refers to cor�crefe surface conditi�n where the
surtace is saturated (damp) without tl�e presenc� of standing water.
G, 1'PC - Technical Pr�ctice Commit#ee.
High-PerFormance Coatings
(?8 9E 09-4 '103i27
p�v:(1Carolbrpocumen�rrx7Fort 1�+orUV2�0A52-011a4pQl0d Oa5c9iIt04 SpacatC;erpliq�Q� gfi_Ot (Cpniotmetlj
July 6, 2023 - CONFQRiV1�Q
H. VOC - Valatile Organic Compound. portion ofi the coating that is a compound of
carbon, is �hot�chemically reactive, and evaporates during drying or curing;
expressed in g�ams per liter {gll) ar paunds per gailon (Iblgal). VC7� is determined
by EPA Methad ��.
WFT - Wet Fiim Thickness, Goating thickr�ess as measured immediatQly after
applicati�n, Usually expressed in miis (OA01 inch}.
1.0� �U��IT'Y�a��
A. As specified in Section 01_33_00 - Submittal Procedures, submit the following:
1. Schedule of proposed caating materials.
2. Schedule of surfaces to be coated with each caaking material.
3. De�umtdificatian and heating plan.
4. Product data:
a, Pnysical properties of coatings, including the following:
1) Splids cantent.
�) Ingredient analysis.
3) V�C content,
4} Temparaturo �esistaneQ.
5) Typicai exposures and iimitations.
6) Nianufacture�'s standard color chips.
b. Cornpliance with regulatory requirements:
1 j VOC limitatians.
2) Lead compounds ar�d polychlarinated �iphenyls.
3) Abrasives and abrasive blast cleaning techniques and dispasaf.
4) Methods fior tenting blasting areas and methads to protect existing
equipmen# from dust and debris.
5) NSF certification �f coatings for potable water supply systems.
c. CSM's current printed recammendatians and Qraduct data sheets for
coating systems, ind�c#ing:
9) Sur�ace preparation recommendations.
2) F'rimer ty,�e,
3} Maximum dry and wet-mil thic�cness per coat and number of coats,
a} Coating Caverage Worksheets.
�4) Nliinimum and maximum curing time betweer� coats, incfuding
afmospheric conditions for each. �
5) Curing time before submerg�nce in liquid.
6) Thinner ta t�2 used for each caating.
7) Ventilation requirements.
8j Minimum and rr3aximum atmaspheric cvnditions during which the
paint shal) b� applied.
9) Allawabl€� ap�lication rr�ethods.
1�) hllaximum allowable s�tbstrate moisture content.
11) Maximum shelf life.
12} Rec�uirements for transportation and starage.
13) Mixing instructions.
14) Shelf life.
15} Material Pot life.
16) I�recautians for applications free af ciefects.
17) M�thad of applicatiort.
High-Pertormance Coatings
09_96_Q1-5 'E03127 J�ly 6. 2D23 - COIVFdRMED
p�v:11C&iu+��L�ocumen�s+TK�FprttNor�h+2flUA52-0040t�01dA Ues�gn+04 Speas+Ca{alka�(ii9_96_41 (Coniurmedj
�8) Drying time of each coat, inciuding prime c�at.
r 9) Compa�ible prim,e co�ts.
20) �.imit� of ambient conditions during and after applieation.
21 } Required protectian from sun, wind, and at�er cor�ditions.
22) Touch-up requirements and limitatiar�s.
23) Mi�imum adhesion of each system subrnittsd in accardance with
ASTM b4541 ar�d ASTM �7234.
d. Sam�les: Include 8-inch squar� drawdawns or brushouts of topcoat �nisf�
when requested. Ider�tify each sample as fo flnish, #armula, calor name
and nurnber, sheen name, and gloss units.
e. A�davits sigr�ed by an affic�r of the CSM's corporation attesting to full
compliance of each coatin� sys#em cornponent with current federal, stat�,
and iocai air ,�olfutian con#rol re�ulations and requirem�nts.
f. List of cleaning and thinner solutions allaw�d by the CSMs.
g. Storage requirements, including temperature, �umidity, and ventilation ior
Coating Sys#em Materials as recammended by the CSMs,
h. Thick film coating systems �gr�ater than 25 mils):
9) CSM's detailed wrif#�n instructians for coatir�g system #reatment and
graphic cletails far coating system tQrminations in coated struct�rres,
including pipe pene;rations, metal embedments, gate frames, and
other terminations encoun#ered.
2} Include d�tail treatment for coating sys#em at concrete jaints.
3) Manufacfurer's Representative's (C7R) Field Reparts.
5, C�uality assur�nce submit#als:
a. Quality assurance pfan.
b• C�ualifications of GSA, including;
1) List vf Similar Projects.
a) Name and address of project.
b) Year of installation.
c� Year placed in operatian.
d) Point of contact: Name and phone number.
2) F�rovide a minimum af 5 project references, each including contact
name, address, and tel�phone number where similar coating work
has been performed by their company in the pask 5 years.
c. CSA Reports:
1) Written daily quaiity control inspection reports.
d, Cii� Reports:
1) R�ports on visits to praject site to view and approve surface
preparatian o# str�ctures to be eoated.
2) Reports on visits to proJect site ta observe and approve coating
applica#ion proceduras.
3) Reports on �isits to caating plants to observe and apprave surface
preparation and coa#ing app�ication an shop-coated items.
1.06 QUA61iY I�eSSld�idPd��
A. CSA q�alification�;
1. Minimum of 5 years of experience applying specified type or types of coatir�gs
under conditions slmilar tc� those of the Work;
a. Provide qualiflcatinns of appllcator and references listing 5 similar projects
campleted in the past 5 years.
High-Performance Coatings
09 96 01-6 1a3127 July fi, �023 - CQNFOi��lilEn
fnv'riCaiNiolDocumenlsn%rFart Worth+2L10+152-0QOUOG�A Deslyn�04 �p.ec��Carolla�9 96_01 (Contormetl)
2, SSPC-QP � certified.
3. Manufacturer-approved applicator when manufacturer has appraved appkicator
program or when required in these sp�ciftcations.
B, CTR qualificatians:
�. CErtifica#io�, one vfth� faflowing:
a. NACE Level 2 or 3 Certified Coat9ng Inspector.
b. SSf'C Le�ei 3�'rotectfve C�aCings Inspeckor.
2. rMinimum of 5 years of experience evaluating applkcation o# manufacturer's
coatings under conditions similar ta those af th� Work:
a. �rovide C�T'kt quali#icatlons and references fisking 5 similar prtijects
complsted in tre past 5 years.
C. Regulatory requirements: Comply with go�reming agencies' regulations by using
coatings conforming ta their VOC limits�
1, Lead-bas�d coatings are not p�rmikked.
2. Do not use coal-tar epoxy in coniact with drinking water or expos�d to
ultraviolet radlakion.
D. Pre-installation conference: Gonduct as sp�ci�ed in Socfion 01_31_19 - Project
IlReet�ngs.
1. Coordinate Hold I'aint scheciule.
E. Field samples:
1, Prepare and coat a minimum 1 DO-square-foot area of each system between
corrters or limiis sucfi� as control ar canstruction joints.
2. Approved fiefd sample may t�e part af the Wark,
F, Obt�in appra�al hefore coaiing other surfaces. lJse praducts by same manufacturer
for prime coa#s, intermediate coats, and fnish cvats on same suriace, unless
specified Qtfi�erwise.
G. CSM services:
1. CSA shall arrange for CTR ta attend Qre-installation confere�ces.
2. Visit the project site periadically to cansult on and inspoct spe�ified surface
preparation and appiication F�old Points.
3. Visit coating plants to observe and approve surface preparation procedures
and coating applicataon of items ko be sMap pr�med and coated.
4. CTR shall provide written inspection reports.
H. Quality control requiremenis:
1. Contractor shali be responslble for the waricmanship and qualiiy oi the coatir�g
system installation.
a. (nspections by Owner, Engineer, CSA, or CTR will not relieve ar limit
Contractor's responsibilities.
2, Conform to this specification's requirements and the standards referenced in
this Section. Changes in the coating syste�n application requirements will be
aNawed 4nly with the Engineer's written acceptance.
3. Specially trained crews with experience applying the specified cnating system
coating are required far:
I-Eigh-Performance Coalings 103127 Juty 6, 2023 - CONFOFiiIAED
09_96_q 1-7
p�u;kCa�a�A�Dacumer�ls� X�FurllVorU�+2DkA52-0OOOD9I04 O�Ign�04 Specs�Casalfa�09_96_41(Conformedj
4.
5.
6.
7.
8.
9.
a. Coating application using p[ura! c�mponent soray equipment or other
specialty equipment.
b. Co�ting with sp��i�Vty linir�gs for severe service conditior�s, including floor
eoatings, and wikh linings for corrosive �eadspaces ar se�or�dary
containment areas,
C7'R shall spa�cially frain personnel for coating systems as specified in
Attachment � - Coating Detail Sheets.
a• CSM si�all approve personnel in writing a�Oplying the coating syskern.
Do not �se contaminated, outdated, dilufed materials, andlor materiafs from
previousiy ope!�ed containers.
Identify inspection acc�ss points used by Dwner's or Engineer's personn�l.
Pra�ide �entifation, 9ngress, egress, or other means as necessary for Owner's
or Er�gineer's personne! to safely access the work ar�as.
Conduct and continually inspect work sa the caatir�g systern is installed as
specified. The CSM shalf provide written directions ta carrect caating work not
confo�ming to the specifications or is otherwise ur�acceptabfe,
�'ravido written claily ro�orts summarizing tost data, work progress, surfaces
co�ered, ambient conditions, quality control inspection fost findings, and ather
infarmation pertinsnt to the caa#ing sysk�rri application,
a. Determine reia#i�e humidity in accordance with AS�M E337. Conirrm
ather cortditions, such as praper pratective measures for surfaces not to
be coated and safety requirements for personnel.
�) Measure daily at shift's beginning and end and at intervals nat to
exceed 4 hours dUring the shift.
2) Determine the acceptability of weather andlar enviranmer�tal
conditians within the structure in accordanc� witl� tl�e CSI��s
requirements.
b, Monitoring surtace preparation: Spot checEc cl�anliness, surface prafile,
and surFace pH testing at least 3 times daily. C}�eck each surface at least
once, In accordance with:
� ) ASTM DA�262.
2) ASTM D42�3.
3} AST'M U4417.
4) ICRI 310.2 requirements.
5) SSPC Surface preparation Standards.
c, Coniirm thai campressed air used for surface preparation or k�low-dawn
cleaning is free af oif and maisture,
d, Monitor surface preparation daily at shift's beginning and end and at
intervais not ta exceed 4 houeS during the shift.
e• Do nat apply coatings when enviranmental conditians are outside of the
CSM's published limi#s.
f. Monitaring coating� application: Continuausly �nspect, measure, and
record the wet film thicicness and general film quality (visual inspecti4n)
for runs, sags, pinholes, halidays, etc. d�aring coating.
'! ) P�rform WF�' measurements in accordance with AST-M D4414.
g. Post cure eval�ation: Measure and inspect the overall dry film thickness
on al� surfaces. Conduct a DF1' survey and per�nrm adhesion testing,
i�oliday de#ection, or cure testing as required in this Secti�n andlor the
CSM's written ins#ructians. Perform ail applica�ie tests in accordance with
ASTM D4541, ASTNI D4787, qSTM D�962, ASTM D7234, SSpC-flA q,
Higi�-Performanc� Coatings
09 96 09-$ 103127 Jufy 6. 2023 - C.ONFORMEQ
p�����iCardlplQocumen�rTlClFar111�w1hf2Q0452-0OOODOlnA Deslgnlq4 Spe�s�Carollq+pg_g�_07 (Conformed)
SSPC-PA 2, SSPC-PA 9, and �ther pertinent standards and
recommended �ractices.
I. Inspectian at Hald Pair�ts:
'�. Ca�duct inspectians at Hald Point� during the coating syskem application and
record the results.
2. Coordinate Hald Points with ths Er�gineer so fhe �ngineer can observe
Contractor's inspeckions an a scheduled basis.
3. Provide the �ngineer a minimum af 24 hours of natice before conducting Hold
Point inspectlons.
�k. Hald Pa�nts shafl be as faliows:
a. Coatings applicatiorr: At ihe beginning of coatir�g system appiicakion,
measure, record, and confirm acc�ptability of sur�ace and ambient air
temperat�are and humidity. Inspect applicator's equipment far serviceability
and suitabil�ty far coatings application.
1) Observe conditions during the Pre-applicatian A�eeting.
'�.07 �R��U�� ���{���Y, ���RAC�E, AR1D W�4N�1�1P��
q, QQIivQr, store, and har�dlo produets as spoci�i�d in Section 01�64 DD - Qroduct
Requirements.
B. Imm�diately remo�e unspecified and unappraved coating� from Pro�ect site.
C. �eliver new labeled, unopened cantalners:
1, tlo not deliver materials after manufacturer's �xpiration dake or over 12 months
from manufacturing dats, whfchever is more stringent. 5tore matertals in w�ll-
ver�tHated en�losed struatures and pratect from weather and �xcessEve heat or
cc�ld in accordance with the CSM's recommenda#i�ns.
a. Store flammabfe materials in accordance with federal, state, and lacal
requirements.
b. Store rag� and cleanup materiais appropriately to pre�ent fire and
spontaneous combusti�n.
2. Store and dispas� of hazar�ous waste in �ccord�ne�`�wst�� ast� SDIVflT1fS � d
lvcai r�quir�mvnts. This rea,uirem�nt sp�cifically app '
coatings.
3. Contai�rer labels sha11 show the falfowing:
a. Brand name or product titie.
b. CSM's batch num�er.
c. CSM's manufacture date.
d. CSM's name.
e, Generic materi�l type.
f, AppiiGation and mixing instructions.
g. �iazardaus materia! i�entification labe�.
h, Shelf life expir�tion cfate.
I. Color.
j. Mixing and reducing instructions.
q. Clearly mark containers ta indicate safety hazards associated wikh the use af
or ex�osure to materials.
Hlgh-Performance Coatings 1 a312i Juty S, 2023 - GONFORMED
08_96_01-9
��v:rtGara:U+Oocumen4s�Y(iforl �'o�U�F2DQ452-OU40pDfQ4 4e51gn�G4 SpecS�CaroIfW09_96_61 (Ganiormedj
'�.�� �R�J�GT �pRl�IT�lC�N�
A. Appiy coatings to dry surtaces.
�. Surface mopsture: Cpmply with manufacfur�r's requirements ar as specitied in
this Sectfon.
a. Concrete structures: N�gativv resufts from Piastic 5heet Tast in
�ccordancQ with ASTM D42$3, and maximurn of 80 percent relative
humidity in aecordance with AS�'{y �2170.
6. Do not apply coatings when the fallowing conditions exist. If such conditPons ex�st,
provide containment, cavers, enviranmental controls, and other necessary
rneasure�.
9. During rainy, misty, or damp weatl�er, or t� surfaces with frc�st or
candensation.
�• When the sur�ace temperature is below 1p degrees Fahrenh�it above th� dew
poin#.
3• When ambient or surFace temperature:
a. Is less t�an 55 degrees Fahrenheit unless manufacturer allaws a lower
temperature.
b. fs I�ss than 65 degrQ$s Fahrenh�ft for clear finishes, unless manufacturer
allows a lo�+ver tamperature.
�- �xceeds 90 degrees Fahrenheit, unless manufacturer allows a higher
temperature.
d. Exceeds manufacturer's recommendation.
4. When re�ati�e humidi#y is higher than 8� percent.
5• Under dusty or adverse environrnental canditians,
�. When Ilght on sur�aces measures less than 15 foot-candles.
7. When wind speed exceeds 'I5 rniles per haur.
C. Appiy caating only ur�der evaparation conditions rather than conder�sation.
1. Use dehumidification equipmer�t, fans, ar�dlar heaters inside enclo5ed areas to
main#ain required atmosphQric and surface t�rr�pe�ature requiremsn#s for
proper caating applicatian and cure.
2� Measure and record rsl�tive humidity and air and surface #emperatures at the
start and end of each shift ta cor�firm praper humidity and temperature levels
lnside the work �rea.
a. 5ubmit test results.
�. Continuously ventNate, dehumidify, and t�eat enclosed spaces with high humidity
during surface preparatifln, coating application, and curing.
'�• Maintain minim�m air temperature of 55 degrees Fahrenheit and 1p degr�es
Fahrenheit above the dew point.
2. Maintain dew point of at least 10 degrees Fahrenheit Pess khan tt�e
ternperature of the cold�sf part of the structure whare work is �aerformod.
�• Reduce dew point temperatt�re in conditioned space by at least 10 dagrees
Fahrenheit within 20 minutes.
4• Seal work ar�as and maintain pos�tive pressure per dehumidification
equipment supplier's recommendatians.
5. Maintain these condiflons before, d�ring, and after application fo �nsure
proper adhesion and cure of coa#ings for no less than:
a. Er�tire curing period.
High-perfarmance Cnatings
09 9B 01-10 ��3127
rnvRcarawroacumen�s��x�fortworvir2o0452-0004D01o4 Oesiqn�pa s�sec�rcaro��W49_96_or (Gocirnrme�lj July 6, 2023 - C�N�ORl1lIEp
b. S hours after caating.
E. Systems:
1. 5ite electrical power a�ailabikity as specified in S�ction 01_50_00 - Temporary
Faciliti�s and Controls.
2, lnternal cambustion angin� generators rnay b� use�.
a. Qbtain required p�rmits and p�ovide air pollution and noisa control
devices o� equipment as required by permftting agencies require.
b. Comply with state, federal, and local fi�e and explosian protectfon
me�sures when locating and operating generator.
c. Locake engine generat4r outside hazarcious classified areas per
NFPA 820.
d. Pro�ide daily fuel service for generator for duratian of use.
3. DehumE�i�'ication:
a. Provide d�siccant or refrigeration drying.
b. Use on4y desicGant types with a ro#ary desiccant wheel capable af
continuous operation.
c. Liquid, granular, or loose lithium chloridE drying systems ar� nat
accepfable.
4. Heating:
a. Use electric, indirect cambustion, or steam coil.
b. birect-fired combustion heaters are not acce�table heat sources during
abraslve biasting, coating application, or coating cure.
5. Filters:
a. Use a fil#ration system for dust remava[ desEgned to not interfere with
dehumidification equipmenYs ability to contrai dew point and relative
humidity inside th� reservoEr.
b. Do nat allaw air #rom the warking area ar dust filtratian equi�ment tv
recirculate through thein dehumidifier during coating application or when
solvent vapars are preser�t.
6. aesign and submittaVs:
a. Prepare and submit dehumidificatian arrd heaiing plan, including a1l
equipment and operating procedures.
b. Suppliers of services and equipment sh�ll have at least 3 years af
experience in similar applications.
F. Pro�ide containmenk and ventilation system c��nponents in accordance wiih
SSPC�Guide 6t Level 3 and as reqvired For hazardous materials.
'i.03 �AAI�V�'�NAR���
A, Prv�ide table o# products applied organized by suriace type. L ist cvating
manufacturer, calor, cofa� formulativn, dis#ributar name, telephvne number, and
address.
9.1� GT'� ��SP�N�I�l�lil��
A. General:
1. Attend pr�-instaiVation conference.
2, f'erfnrm onsite application training.
3. Periadically insp�ct caating system application.
High-Perfarmance Coatings
D9�86_01-1'f 'i0312T JUIy 6, 2023 - C�NFOF2MED
p�y,flCardh±RocumenlsrT7(rFoit tiWar�i+200452-0OOQOa+�4 Dessgnl44 Speos�Ca�ollu+Q4_96_0� (Canformc�lE
�, Coating system installation training:
1. Provide a minimum of 8 hours of ciassroom and ofF site trainirag far application
personnel and supervisory �ersannel in one of the fol�awing ways;
a. Train a rriinimum of 2 supervisary personnel and � appiicatian personnel.
b. Submit a le#k�r from the CSA/i stating that CSM approves the supervisory
and application person�e�, listed by name and r�spor�sibility, and na
additional training �s required.
2. G7�R can train up to 14 app�ication persannel and 3 supervisory persanne! at a
time.
3. Minirnum training requiremer�ts:
a. Explain in detail the mixing, appiication, curing, and fermination
requirements.
b. Prvvide hands-on demonstration of coating system mixing.
c. �xplain in detail the ambient conditian requiremen#s far temperature and
humidity.
d. Explain in detail the surface preparatron requPrements.
e. Explain in d�tail tho re-coat times, cure tim�s, and related ambient
conditeon requirements.
f, UUritE a fet#�r statir�g that training was satisfactorily comple#ed by th�
persannel, listed by name and responsibility.
�4. F�ro�ide special training as specifed ih the Coating Detail 5heets.
C. Coating system inspectiorr:
7, CTR ins�ection is in addition to the CSA's inspection as specified in this
Section,
2. Be on�sit� to overs�e;
a. Coa#ing app��catian at ie�st once a week.
b. �nd of surtace prepara#ion.
c. During coa#ir�g application,
d. Posf-cur� inspection.
3. Routinsiy inspect and �erify in writing that application persannel hava
successfully performed suriace prepara#lon, fillerlsurfacer applfcation, coating
system applicatian, and Quality Gontrol Inspection in accordance with thls
5ectiqn and to warrantable qualify.
4. F'erform the follawing activitles to confirm canform�nc� with the speci�cations:
a Inspect arrrbien# canditiflns during coating system installation at Hold
Points for cor�formance with tY�� specified requir�ments.
b. Inspect each caated surface type and eoating system appl�ed ta verify #he
folfowing:
�) Cieanliness.
2) Surface pF� far concrete subsirates.
3) Canfirm surtac� preparation of substrates where coating system will
termina#e or will be applied for canforma�ce to the specified
application criteria.
c. Verify surface prafiEe of subskrates by comp�eting t�e following:
1) Inspeci preparatinn and application of coating defai! tr$atment at
t�rminatlons, transitions, metal emBedments in cancrete, and Joints
and cracks in substrates.
2) Inspect appfication of fiiler/surface�r mat�rials for cancrete and
masonry substrates.
3) Verify }�roper mixing of coating materials.
High-Performar�ce Coatings
09 96 i)1-12 1031Z7 Juiy 6, 20�3 - C(7NFdRMED
p�v;RCarcdb�Rocumen�+TK+Forl Wortlr+2D�t52-0QQOUO�OA Desfgpf0a SpeesrCarplla+0�3,g6_p� �Cc�ntqrm�J
4) lnspect application of primers and finish caats, including wet and dry
film #hickn�ss.
5j Inspect cvating systEms far prope� cure times and conditians.
d. Review adhesion tesking of cured coating sysiems,
e. Ra�iew eoating system continu9ty testing.
f. Inspect and record representative-localized repairs.
g, Conduct final review af completed coating system installation.
h. f�repare and submit sike visit reports after each sike visit to document thaf
the coating work is in accardance wit� the CSM`s �tecommandations.
D. F'inaf rep��t:
1. Prepare a fina! report, after caating woric ends, sumrnarizfng each day's test
data, observations, drawings, and photographs. lnclude substrate conditions,
ambient conditians, and applicatian procedures observed during the CTR's site
visits. Include a stakement that eompleted wor�C was performed in accordance
with the requirements of the CSM's recammendations.
P��t� 2 Pf���UCi�
2.01 ���lCPI QeF�D P���rOR1�AN�� C�i`���I�
A. Coating materials shall be farmulated for enviranments encountered in water and
wastewater treatmsnt pracesses.
B_ Coating materials that came in contact with water distributed as pokable water shall
be certified in accordance with NS� 61.
�.0� �/9oiERlf�►L.S
R_ General:
1. Praduct requir�ments as specified i� Section 01_6Q 00 - Praduct
Requirements.
�.43 GC�AYIN� SY��'�flAS I��f��IFIC��IOR�
A. Naming Car�ventions: Cvating Systems Identificatians contain the elements defined
in Tab�e 1.
iable � Cda�i� S s��m lden�iff��iion �l�r�enis
�irs�C �lemen� o Second 4 �"�i�d �lem�n� � ��ur�h �Eemen4
�lement o fional
3 or 4 alpha 1-3 alpha 1 number 3 ar 4 alpha characters
characters characters
Coating Type Substrafe Sys#e�'n Number ,4dditional Substrate or
S ecial Condition
Exam�le:
EPX - C - 6 ���
��_ r_��� ..4,4,� ..Iir.r.n�
1) FIrSt k:l��'1EI�t laentirias ln� ��au��y �yNG ua���y .� �� �.,��..vr���y u..��..,,,,.,.,,....
a) ACR: Acrylic.
b) Cj�: Goal tar epoxy.
c} ��.A; �lastomeric acrylic.
Hlgh-Performar�ce Caatings
09_96_01-13 1�312"7' ,fuly 6, 2023 - CONFORM�D
ptiv�llCa[ci"o�QoCumenlsrTfL+Forl Worlh�2001152-QOOODOIOA Design�p4 Speca+Caralla�09_� 01 (C4ninrmerfj
d) EPU: Epoxy-palyurethane.
e) �PX: Epoxy.
fj PQL.; Palyurethane.
g) S1�:5ilicone.
h) SILX: Silox�na or silane.
i) VE: Vinyl ester.
2) Second element identifies the strbstrate using tha following abbreviatians:
a} C: Concrete ar masQnry.
b) �: Concrete flaoring.
�) �l�p; Fiber-reinforced �plastic.
d) GM: Galvanized on�tal.
e) M: Metal.
f� �VC: Polyvinyl chbride, chiorinate� polyvinyl chloride.
3) ihird element identifies the sequential system number.
a) For example, EF'X-C-2 is the second standard epaxy coa#ing system for
concrste substrates.
4} Fourth el�mant is optional and identifies tho additional substrato or spociaf
condition with the foliowing abbreviatians:
a) PWS: Patable water service applications (NSF-61 approved),
b} BSC: Biogenic sulfide cvrrnsion-resistant applicatians in wastewater.
c} BG: Below grade or buried.
d) Oz: Qrganic zinc primer, e{�oxy poly�rethane system.
e) SC: Secondary avntainment.
�.04� fr'F2���I�T'� �'�f� (;Qo4Tli�� SYS f �I�S
A. Products; As specified i� Attachmen# B�� Coating Detail Sheets,
B. Cleanir�g sol�ents:
�. Requiremenfs f�r solvent wash, sof�ent wipe, or cleaner used, irrcluding, but
nat limited ta, those used for surfiace preparation in accvrdanee with
SSF'C�SP 1:
a. Emulsifying fype.
b. Con#aining no phospl�ates,
c, �iodegradable.
d. Dfles not damage zinc.
e. Compatible wfth the specified primer.
f. Complying with applicable air-quality cankrol baard req�irements.
2. Use clean white cloths and clean fluids in solvent cleanEng.
���Y 3 �X�CUYI�W
3.0°9 C��fV�R�L ���T�CTI�iV ��QUER�I9�I�f�iS
A. Pratect adjacent coated surFaces frorrz coatings and damage associated with
GO�tlilg WOf�(, Repair damage resulting from inadaquate or unsuitable protection.
B, Use drop cloths and ather coverings to proteet adjacent surfaces not ta be coated
against spatter and drappings.
Hlgh-Performance Coafings
49�96 01-14 103127 July Fi, 2023 - CqhIFORMED
p�v:NCardi�lDacumenlsrTK�Fort YdoruY204�i52-04007010A a�siqnlDn Specs�Carbllar09_96_07 (Gonfamed}
C. Mask off surfaces of items n+ot to be caated or rem�ve iterns from area.
D. F'umish a�d �eplay sufficient drop cloths, shields, and protective equipment t�
prevent spray ar droppings from fouling surfaces not being coated and, i�r particular,
surfaces within storage and preparation areas.
E. Place coating waste, cloths, and maierial that may pos� a fire hazard in closed
metal containers and remove daily from site.
F. Remove electrical plat�s, surface hardware, fitkings, and fasteners Vaefore coating
app�ication. CarefuHy stare, clean, and r�place items after completing coating in
each area. Uo not u�e solvent or degreasers to clean hardware that may remove
�ermanent lacquer finishes.
G. Erect and maintain protective enclosures in accor�ance with SSPG-Guide �.
H. Pratect ihe follnwing surfiaces from a�rasive blasting by masking or by other means:
�{. Threaded �ortians of valve and gate stems, grease fittings, and identification
plates.
2. Machined surfaces far siiding contact.
3. SurFaces to be assembled against gaskets.
4. Surfaces of shafting wl�ere sproc4cets will be fit.
,. SurFaces af shafting where bearings will be �t.
6. A+�achined bronze s�rFaces, i�cluding slide 9ates•
7. Cadmium-plated items, except cadmium-plated, zinc-plated, or sherardized
f�steners used ko assemble equipment requiring abrasive blasting.
8. GalUanized items, unless scheduled to �e coated.
1. Protect installed equipment, mechanical drives, and ad}'acent caated equipment
from abrasive blasting ta prevent damage caused by spent abrasive blask media,
dust, or dirt entering such equipment.
J. Schedule cleanir►g and coating fo keep dust and spray from the cleaning pracess
from falling an wet, newly coated surfaces.
1. Wh�never p�ssible, coordinate with other trades and compie#e surface
preparatian anci caating work before installing hardwars, hardware
accessories, namepfates, data #ags, electrical fixtures, and similar uncaated
it�ms that will be in cantaci wit4� coat�d surfaces. Mask machined surfaces,
sprinkler heads, and other small ikems that will not be caated.
2. After completing caating, reinstail remaved items.
3. Disconnect and maue equiprnent ad�acent ta walEs to clean and coat
equipment and walls. Replac� and reconnect equfpmeni after caating.
3.02 {3�N�F�� SURf�AC� �R��Af�14'�I�W I���IUI���A�{���
A. Pfepare surfaces in acc�rdance with CSI1A`s inskructions unless more stringent
requirements are specified in this Section.
B. Coating detail sheets in Atta�hment B- Gvating Detail Sheets include add'+tiona)
surface preparation requirement5.
High-Performanae Goelings 143127 July B, 2D23 - CONFQR'MED
Q9_96_01-15
p�v:f+Cardbi�cuments�'X+FcsrlWortli+2�UA52-040f�[sQ10A aeslgNaa Specs�Caroilmro9_8b_0� IContormerfj
C. Follow more stringent requirement if information confficts.
�. Where required by the awr�er's repr�sentatiue, a NACE In#ernational eertified
coatings inspectvr, pravided by the Qwner, wPll inspect and approve si�rfaces to be
eoated before applying a coaking.
�- CSA shal! coordinade coating inapactions,
a. Identify coating inspectian Hold Points during the pre-instalEation
conference.
b. Provide at least 2 days' notice before inspec#ian.
2. Contractar shaN correct st�rface defects identifled by ihe inspector at no
additional cost to Owner.
3.Q3 f�9ECbANIC�oL dP+l[3 �L,EC f RICA�, �;G�UlPfWY�f�1� pR��AF�d1"T'IAR1
1�. Id�ntify equipment, ducting, piping, ant� conduit as specified in Sectinn 4fi p5 'f0 -
Common UVork Results for Mechanical �quipment, and Section 4Q�05`Op.03 - Pipe
Ident�fication,
�. Remave grilies, cavers, and access panels fvr mechanical and electrical syst�m
and coat separately.
C. Prepare and finish coat equipment primed by the manufactursr using speci�ad
lntermediate and top coats, as appficable, and color selected by the Owner.
D. Prepare, pr�rng, ar�� �Qat both lns�lated and bare pipQs, conduits, boxes, insulated
and bare ducts, hangers, brac�cets, cofiars, at�d supports, except where items are
covered with material nat requiring coating, or with a prefinished coating.
E. Replace identification markcings on mechanical ar eleetrica! equipment wt�en coated
aver ar spa#iered.
F• Prepare and coat interior surFaces nf air ducts and convector and baseboard
heating cabinets visible through griiles and louvers with 1 coat af flat black pain# to
�imit of sight iine.
C. Pr�pare and coat dampers exposed immediately b�hind louvers, grilles, and
canvector and baseboard heating cabinets to makc� face panels.
H. Prepare and coat exposed conduit and appurtenances occurring in �nishe� areas
with color and texture to match adjacenf surfaces.
I. Prapar� and coat sides' front, back, ar�d edges of plywood backboards for efectrical
equipment b�Fare installing backboards and mounting equipment on them.
.�. Colar code equipment, piping, conduit, and exposed cfuctwork and apply color
�anding and identification, such as flow arrows, naming, a�d numbering, in
accordance with the Caniract Docurri�nts.
High-Pel�form�nce Coatings
09 96 01-18 103'!27
p�vllCsrWio�Uoewmenls+TK�Fort�l�orih�20P�52-OUGODU�04 Design�On S,peas+Carolls+09_96_D1 (Caniormed) JUIy 6, 2�23 - CONFdR�VIEp
�.a� e����i�� �� w�row ��� r���vt���t�� ����r�� �� ��� su���c�.�
A. Utilize cleaning agent to remo�e s�luble salts, such as chlarides, from concrete and
metal surfaces:
9, Gleaning agent: Biadegradable non�flammable and containing nQ VOC.
2. Manufacturers; The following ar equal:
a. CHLOR*RlD Ir�ternational, lnc.
1) Compl�te soiuble salt remaval wikh stearrt or warm waker cleaning.
3. Test cleaned surfaces to ensure removal of saluble safts. Carry out additional
cleaning as needed.
4. Complete final surface preparakion before applying new caatin� system in
strict accordance with CSfUi's printed instructions.
3A5 �LAS� CL��,i�li�C
A. Surface preparatian req►�irements:
1, po na# reuse spenf bkast abrasive.
2. Ensure that filter cvmpressed air used fvr blast cleaning is free af condensed
water an� oil. Clean masture traps at feast once e�ery 4 hours or more
frequ�ntly, as roquir�d, #o pre�ent maistura from �ntering thQ abrasivQ blasting
equipment air s�pply. Checic blasf air far moisture and ofl after �acfi� cleaning
in accordance with ASTM D4285.
3. lnstaN oil separators just dawnstream of cc�mpressor discharge valves arrd a#
the discharge point of blast ¢at discharges. Chec{c separators on the same
frequency as the moistt�re traps.
4. Keep regulators, gauges, filters, and separators on compressor air fines to
blasting nozzles operational at all times.
5. install an air dryer or desiccant fiiter drying unit to dry the compressed air
before blast pot connections. Use and maintain the dryer throughout surface
preparation wark.
6, Use a venturi-type, or otl�er high velociiy-type, abrasive blast nozzles suppiied
w�th at fsast 10� pounds per square inch gauge air pressu�e at the nozzle and
enaugh volurne to abtain appropriate blast c�eaning production rates and
surface cleanliness.
7. �'ro�lde airborne particulake evacuation and filiering that meets OSHA saieiy
siandards. Maintain aptimai visibilfty k�oth to clean and provide the specifked
surfac� prnfi4e and to allaw inspection af the substrate during surface
preparation worlc.
8, lf prepar�:d and cleaned metallic substrates become contaminat�d between
final surFace preparation work and coating system application, or if the
prepared substrate dar�cens or changes calor, re-cle�n by water blasting, or
abrasive blast clear�ing as appropriate until the specified degree af cleanliness
is restored.
�, Watsr jetting or wafer blasting:
1. Use water j�tting or water blasting far recoating or relining where an adequate
surface prafile exisfs.
2, Perform water jekting or water blasting in accordance with SSPC-SP 13 and
SSPC-WJ-1, WJ-2, WJ-3, WJ-4.
Hlgh-Performance C�atings 103127 July 6, �D23 - GONF'ORM�D
0�_96,�01-17
p�v kGeidb+i�acumen�s+T%�Fortivor�h+200452-0400GOfq4 qes�gn+4a Specs+Carulla�s_S6 0� (Conformed)
3.�6 ��t�Pl�R�iYI�N ���IJIR�M�AIi� ���t C��lC��TI� �UR�'�C�S
A. Cure for at least 28 days befc�re co2�ting,
B. Remove degraded concrete using abras�ue blast cleaning or high or
uEkra-high-press�re waterjettir�g, chipping, or other abrading tools until achieving a
sound, cl�an substrato, Remov� aN bruis�d ar cracked concrete.
C. Prepare substrate cracks and areas requiring resu�facing; perform detaii trea#ment,
including, but n�t limited to, terminating edges per the CSf�I's r�cornmendations and
as indicated on the Urawings.
1. F'�epare �oncrete surfaces in accordance with SSPC-SP 13.
D. F�repare concrete surFaces in accordance with SSpC-SP �3.
1_ Inspect concrete surfaces to select appropriate surtace preparation method to
provide a suitable substrate for the speci�ed caating system.
Z• Use blast cleaning or other aneans to expose the complete perimeter af air
vaids ar bug haies. Do nat leave shelled over, ltRdden �ir voids beneath the
exposed concrete surface.
3, Repair concre#e defects and physical damage,
4. Clfl�li COf1CfRtB 5Urf�C6S Of C�USt, rnortar, formwork, fins, I�ose concrete
particles, form release materials, oil, and grease.
5. Fill voids to provid� surface as specified in S�ction 03 35 29 - Toof�d
Concrete �inishing, �— �-
E. Pro�ide clean substrate vi5ually free of calcium sul�ate, loose, coarse, or fine
ag�regate, laitance, loose hyclraf�d cement past�, ar�d otherwise harmful
substances,
�• Confirm concrete surface minimum pH af 9.0 wifh s�rFace pH tesking.
2. If after surface pre�aratian the surface pH re�ains be�ow g,Q, p����-m
additionaf water blasting, cleaning, or abrasive blast cleanir�g un#il addrtional
pF� testing indicates an acceptable p�I level.
F. Prepare concrete surFace for caating in accordance with SSPC-SP 13,
1. ProvidQ 1CRI 3'P0.2 minimum No. 3 cortcrete surfacs pra�il� �CSP} or as
specified on Coating Detail Shests.
2. Evaluat� prafile af the preparsd concrete using ICRI 31�.2 surFace profife
replicas,
G. Blast cl�an �ementiiious repair mortars or grouts to the sarne proflla and degree of
cleaniiness requirements required for conerete substrates.
Fi• 6last clear� polyrr�er-based surfacers or waterborne �nodified cementitious surfaces
only if they hav� exceeded the CSM's recommended recoat tirrxe.
I. Vacuum �p concrete surfaces before coating applic�tion, lea�ing a dust free, aound
cancrete substrate.
1- ihoraughly clean concrete surtaees t� be cvated to remo�e loase dirt and
s�ent abrasiwe.
2. Remave debris prodc�cod by blast cleaning from the structures to be coated,
and legally dispose of it off-site.
High-PerFormance Coatings
Q9 96 01-'I8 10312i
p,��:ucaro��araocume��tsrrxrFo�tworv�+2ooa5z�ooaoaQroa oes�yn�oa speca+caroaa�os_96_�� �conror�ed� July 6, 2023 - C(7NFDRMED
Test maisture cantent of concrete ta be coated:
1. Conduct ASTM D4?_�3 plastfc sheet test at least once for every 500 square
feet of surface area #o be caated.
a, Any moisture on plastic sheet after test period canstiiutes a
non-acceptable #�st, and the c�ncretQ must be drie� further.
2. Canduct AST�I 1�1869 tsst at least once for every 1,040 square feet af
cancrete flQor surface area to be coated.
3. Canduct ASTAr1 F2170 one relative humldity maisture test at least once for
each 500 square feet of non-floar concrete surface area where the oppnsite
side is expased to soil or water.
a. Waterpro�f surFaces axposed to soil ar water.
A�. Comply with specified minimum maisture content and CSM's written
recommendatians for mojskure vapar transmission rates ar refative humidity
values.
K. Masonry surFaces:
1. Cure for at least 28 days before coating,
2. Preparo mas4nry surfac�s ta remove ch�4k, laitanc4, loose dirt, dried mortar
splatter, dust, pe€ling, ar loose @xisting caatin�s, �r oiherwise deleterious
substances to I�ave a clsan, sound substrate,
3. Wash and scrub masonry sur�aces w+th clear water. Da not use muriatfc acid.
4. Seal or fili masonry surfaces with a seaier or black filler com�atible with the
specified primer after cleaning.
5. Cor�firm thai rnasonry surFaces are dry before coating application.
a. If using press�,�e washing or law-press�re water blask cleaning for
greparation, allow the masonry to dr�y for at least 5 days under dry
weather conditions or urstil the minimum ambi�nt temperature is
70 degrees Fahrenheit before coating.
3.07 ��A����L ���P►�R��'I�l� R��UIR�flfV�i��S ��R AA��ALLIC �URFAC�� (w�`f
US��)
3.0� ���I��4�14TI�N ��QllI��M�P�TS BY �UR�1��� iY��
A. PVC and FRf� surfaces:
1. Lightly sand �urfaces ta be coated.
a. Sand ta rema�e gloss and estabiish uniform s�rFace praflle.
2. Vacuum to re�nove laose dust. dirt, and other materials.
3. Solvenf clean with clean white rags and allow solvent ta evaporate completely
before applying coating materiais.
3.d9 �.P��ICATI��' R�i]lUIFt��9��1TS
A. A�ply ct►atings in accordance with manufacturer's instructions.
g, �mpty abov�grvund piping to be cva#ed of contents when applying caatings�
�. Mechanicai equipment shop primed by the manufiactsarer,
1. Pumps and valves: Shop coat with manufacturer's highest quality coating
syskem meeting the project specifications.
a. Gontractor shall pravide CTR shop coaiing reports.
High-PerFormance Coatings i03127 July Ei, 2023 - COI�FORMED
09 96 01-19
�+^I�Catdb+�cumenis+TX�FoillNo�U��2DQ�152-0Q0040rOd pesi4nr0A Specs�CatolSa�9_96_Os {CaniameJE
2. Nan-immersed equipment: Touch up shop primer, and caat in the field with
specified coating system aft�r instafla#ion.
a. If project rec�uires equipment rernoval and reinstaAation, camplete
touch�up coatir�g after �nal installatior�.
3. Immorsed equipment not sh�p coated: Remvve shop primer befvre surface
preparation and field appfy caating.
�. Verify surface preparakion immediately 6efore applying coaking in accordance with
SSPC-SF' COM and the S�pC visuai sfandard for tf�e specified �urFace preparatEon
method.
E• A1low surfaces tio dry, except where coating m�nufacturer requires surface wetting
before caating,
F. Wash co2�t and prime sherardizecl, alurninum, capper, and branze surtaces, nr
prime with manu�acturers recommended s.�ecfal primer.
G. Da not apply coatings to a surface untal it has been prepared as sp�cified.
H. Use equipment designed ta appiy materials sp�cified.
1. Use compressors with mois#ure traps and filters that remove water and oils
from the air,
a• Perform a paper blatter test at the Engineer's request to verify air is
sufficiently fre� of oil and moistura. Do not alfow khe amount of oil and
moisture to exceed CSM-recammendecf amount.
2. �quip spray equipment wi#h praperly sized m�chani�al agitators, pressure
gauges, pressure regulators, and spray raozzies.
Vllhere 2 or more coats are required, iinf prime c.oat ir�termedfate caaks as
r�ecessary to distinguish eaeh coating and to heip indicate coverage.
1. [7o na# use color additives with chromi�m, lead or lead compounds that
h�+dro�an suifide, other corrosive gases, rnigMt destroy or alker. �pply the
speeified number o# caats.
J. Apply coating by �rush, roHer, trowel, or spray unless a specific a�plication rnethad
is required by coating manufactur�r's instructians or thesQ Spe�cifications.
�• AppIY primer or ��st coat by brush to pow€�r tool cleaned f�rrous surfaces.
2• Brush or spray-appfy coa#s for blast-cleaned ferrous surfaces and subsec�uent
coaks for non-blast cleaned ferrous surfaces.
3- After prime caat dries, mark, repair, �nd refest pirrholas and holidays before
intermediake or top coats are applied.
K. 5pray application:
7. With a brush, stripe coat edges, we�ds, corners, nuts, balts, and
difficulf-to-reach areas, as necessary, bafare spray application to ensure
specified coating thickness alang edg�s.
2• When using spray applicatian, apply each caat to thickness no greater than
recammended in coating mar�ufi�cturer's insfructions.
3• Use airless spray method unfess air spray method is required by CSM's
instruetion ar these Specifications.
High-Performanee Goatings
09 9� Oi-20 103127 July 6, 2023 - CONFQRMED
p�v:kCaid�orppcu��n��7��uit 1'VorU�20PA52-0040U0fuA DesigNo� Specs+CarrrUa�09_96_0� (Coniprmetl)
4. Gvnduct spray coating under controlled cvnditions. Protect adjacent
construction and property from coatEng mis#, fumes, or avers}�ray.
L. Lightly sand and thoraughly clean surfaces to rece�ve high-gioss finishes unless
CSM instructs otherwise.
M. Remove all dust on coatings betwean coats.
N. Shop and �eld coats:
1. F�r'tme coat: Shop-apply ar field-apply prime coats as specified. Use shop-
applied primer compatible with the specified field coating system and apply at
the minimum dry film thickness recommended by the �nish coat CS4VI.
a, �'rovide data sheeks identifying the sl�ap primer ko on-site cnating
applicaiion personnel.
b, perform adhesion iests on the shop primer.
c. Remove and recoat damaged, deteriorated, and paor�y applied shap
coatings.
d. lf shop primer coat meets this Sectivn's requirements, spot p�ime ex�osed
metal of shop-primed surfaces before spray applying primer over ihe
�ntire surface.
2. Field coats: Apply fieid coats with '� or more prim� caats and finish coats to
build up coating to dry film thic�ness specified for the coating syskem.
a. Do not apply finish coats until other work in the area is compleke and
previau� c�ats are inspected.
3. Adhesion conflrmation: Per�orm adhesion tests after proper eoakirtg cure in
accordance with ASTM D3359. Demanstraie tl�at:
a. Prime coa# adheres to the substrate.
b. Caatings adhere ta the prime and intermeciiate coats,
1� Coating 5 mils or more i]FT: Achieve adhesion test result of 51� an
immersed surfaces and 4A vr better on ather surfaces.
2) Coatir�g iess than 5 miis QFT: Achieve adhesi�n test results of 5g an
immersad surfacEs and 4� or better on oiher surfac�s.
O. Brush, roH, trnwel, or spray and back roll caats for concr�te and masonry.
P. �'lural component coating applicatian:
�i. F�remix contents of component drums if required by the CSM each day.
2. Before starting application:
a. Verify gauges are worl�ing properly.
b. Complete ratio checks.
c. Sampfe the mix on plastic sheeting 4a ensure set time is ap�rapriate and
campiete.
d. �.abel and retain all spray sampies. Submit ta En�ineer when requested.
Q. ❑rying and recoating:
1. Pro�ide fans, heating d�vices, or other means to pre�ent condensate ar dew
on substrate surface or between coats and during curing aft�r ap�lying the last
caat.
2. A11ow each coat to c�are or dry thoroughly, in �ccordane� with if required in
CSM's prinked instructians, before racoating.
Hi�h-Per(ormanee Coakings j03127 July 6, 2023 - CONFORMED
n5 96 01-21
p�v:llCardb+aocumenls+TfUFod 4hlalE�+20U�152-0QOOD4rOd OeS�ynIA4 Specs�Casop9�+D9 96_01(Coniprm2tl�
3. Use CSF��s printed instructions and the requirements speciFed in this Seetian
to determine minimum required drying time,
a. Do not allvw excessive drying time or exposure, which may impair bond
between caats,
b. Recoat all eoatings within time limits recornmaneled by GSM.
c. If time limits are excesd�d, abrasiv� blast cfean and de-gloss ciean befor�
applying another coat,
4. If limitations ar� time between abraslve blastir�g and coating are not met before
attachir�g companents ta surFaces tha# cannof �e abrasfve blasted, cpat
components hefore attachment.
5. Ensur� prirner and iniermedPate coats of coatir.g are unscarred and compfetely
integral when applying each succeeding coat.
6. T�uch up suctian spots betweeri coat� and appiy additianal coats where
required t� produce finished surface af solid, even color, ffee of defects.
7. Leave na halidays. Repair all holidays in accardance with the requirements on
pertinent Coating Detail Sheets or as recomrnended �y the CSM,
8, Sand and feath�T in tv a smaath transitian and recoat seratched,
cantamirtated, ar othetwise damaged coating surfaces so r�pairs are invisibie
to #he r�aked sye.
R. Warl�manship:
1. Lnsure ti�at caat�d surFaces are free firom runs, drips, ridges, +nraves, iaps, and
brush marks. Coats shall be applied ta produce a smoath, even film of unifarm
thickness comple#ely coating comers and crevPces.
2. CQat s�ortaces without drops, overspray, dry spray, excessive runs, ridges,
waves, hfllidays, laps, or brush marks.
a• Remove splatter and drop�ings after coating work is campleted.
�. Evenly apply each coat of material and sharply cut to a line created with
maskir�g tap� or ather suitable materials.
5. Avoid over spraying or sp�ttering paint on surfaces not ta be caa#ed. �'rotBct
glass, I�ardware, floors, roofs, vehicles, and oth�r adjacent areas and
Inskallations by taping, drop cloths, ar ather s�itable meas�tres.
6• When coating co�nplex steei shapes, stripe coat welds, edges of structural
steel shapes, metal cut-auts, pits in steel surfaces, or rough surFaces wit� the
primer before overall coating sys#em application.
a. Brush apply stripe coat to ensure proper caverage.
b, Da not stripe coat with spray or roller.
7. �nsure ihat finish coat, including repairs, has a uniform co�or and gloss.
S. �oating properties, mixing, and thinning:
�. Thin prime coat and apply as recommended by the CSM. Thinned coating
must comply with prevailing air pollutian control r�gulatians.
2. If maxiinum rec�at time is Qxceeded, prepare surface with soivent washing,
light abrasive blasting, ar other procedures per �SM's instruc#ions.
3. All�w adequ�te drying time between coats as ir�structed by the CSM, adjusted
as necessary for the site conditions,
4. Ensure that caatings, when appliecl, provide a satisfactory film and a smooth
even surface_ Lightly sand glossy und�rcoats to provide a surFace suit�ble for
prop�r applic�tion and adhesian af subsequeni coats_ Thoraughly stir and
strain coating rrrakerials durin� application and maintain uniform cpnsistency.
High-'�erFormance CQatings
�9—�� �1-z� 103i27 July 6, 2023 - CO�VFORA9ER
�nv:NGardlo�Qacun�en�rTXrFarl YJo�Ih�LUQA52-0006D0lpd pesignro4 9pec�Ca�o11��0D_96_0� {Corifarmetl)
5. Mix caatings wikh 2. or more components in aceordance with CSM`s
in�tructions.
g, Where necessary to suit conditions of the surface, temperature, weather, and
method of application, thin the coating per CSM's recvmmendakions.
a, Ensure that valatils vrganic c�ntent (VOG} of th@ thinned coating compfies
with pr€�vailing air pollutian controi reguiations,
b. Yhin coatings to only wha# is necessary to obtair� proper application
characteristics.
c. Use a thinner r�commended by the CSN4.
1. �ilm thickness and cantinuity:
1. Apply coating to the specified thicknesses.
a. Apply adc�it+onal coats when necessary to achieve specified thicknesses,
especially at edges and carners.
�. Verify W�T af khe coat9ng sys#em first coat and after applying each
subsequent coat.
3, Do not allow the minimum thic�ness at any paint to deviate more than
2a percent fram the required avQrage.
4. Do nat allow the surface area covered per gaAon af coating fnr variaus types of
surfaces to exceed those recammended �y the CSM.
a. Provide coating coverage worksheets list9ng the maximum and minimur�
coverage fior each unit volume of coating for concrete surfaces.
5. App1y additional coats to achieve the specified dry f�im inickness if brush or
rdller application rnethods cannot achieve the specified film thic4�nesses per
coat.
U. Protecting caa#ed surfaces:
�. Do not handle, work ont or otherwise disturb coated items �ntii the c�ating is
completefy dry and hard.
2, After insiallatian, recaat shop-coated surfaces with speci�ed coating sys#em as
nec�ssary to match surrQunding �urfaces, �nd ta coordinate with the spacified
colar identification requirements.
V. Special requirements:
�. �efore erectian, applY al! but the ffna� �anh� � p�ping�4n cont ct w th h ngers,
platas, roof rafters and supports, p9p 9
and contact surfaces inaccessible afker assembly. Apply final coak after
erection.
2. Caat structural slip-oritical connections and high strength bolts and nuts afker
erection.
3. Areas damaged during erectian:
a. Prepare surface far spot repairs as specified �or the coating system.
b, Recaat with prime coat befiore applying subsequent coa#s.
c. Tvuch up sur�aces after instaAation.
d. Cle�n and dry surfac�s to b� coated at time of application.
�4, Coat underside of equipmeni hases and suppdrts not galvanized with at least
2 caats of primer specified before setting the equipment in place.
5. Coat aluminum {n contact with concrete.
High-Per(ormance Cootings ,�0�127 July 6, 2023 - CaNFOFtM�D
09_96_01-23
p,n•,NCarc"'oll}4Cunaersls�T%IFort I+�orUtF20�452-0DODOOf�A D�B�gnIOA Specs�Carolla+69_96_61 (CunSamed�
3.10 �PPI�iC��idF� �@@UIR���R�i� �'8� �OAI�R�iE ���"ili�� SY�Y�i��
A� Apply fille�'/sttrfacer as r�commended by C�p,� to fill bug holes �nd air voids in
concrete or block texture in CMU, leavir�g a unito�miy filled surtace that does not
�roduce blowholes or outgassing causing f�e coating system to pinl�vle,
"� • Allow frilerlsurfacers to curo sufficientiy bofare apply�ng prime coat as required
by the CSM. Use th� CgIUI_r�cammended drying tirne between coats.
B. Apply surfacer or fi!!er and let dry before coat�ng application.
�. Use the drying time between filler/surfacer and coaking system specified by the
C5M for the site conditior�s,
a• Let concrete substrate dry before apply�ng filler/surfacers or caating
system materials.
2. If the maximum recoat time is exceeded, prepare s�rfaces by sofuent washing,
light abrasive blasting, and other procedures per CSM's instructions.
3• ��ply a carnplete parge coat of the spec�fied filf�r/surtaeer material aver the
entire substrate before applying ths cva#ing system.
a. Scn,ib fillerlsurfacer ir�to the substrate to cvmpletely till open air voids and
�ug holes,
b• Completefy cover the substrate, unless otherwise specified, abo�e sucl�
filled voids by 118 inch af thickn�ss.
c• F'rovide refatively iiat, uNformly even surface hefore coaking applicatinn.
4. Secondary containment: �lace surfacer or �Iler 1I16 Ench ihick above concrete
plane ta create a manolithic surface free of pinholes.
a. Floar surfaces: Broadeast with aggreg�te to create a non-siip surface
texture.
b, Remove excess aggrega#es and apply base coat to encapsulate
embedded nan-slip aggregate.
C. Concrete s�bstrate temperatures:
'f. Apply filler/surfacers and the coa#ing sys#em when temperatures are falling,
typically late afternoon or evening.
a. ❑o not coat cvncrete with rising cancrete substrate surface temperatures
or substrates in direck sunlight, to minimiz� outgassing fram the su�strate
and formakion of pinholes, andlor blistering.
2• Should bubbles, pinholes, or oth�r discontinuities form in the applled caating
systEm material, they shall i�e repaired.
a. Should discontinuit6es develap in the ffiferlsurfacer materia! or in the first
coat af the coating material, repair them befiore tne next coat,
b• When discontinuiti�s occur, open the air void behind or beneath the
discontinuities and c�mpletely fill with specified coating material, Then,
abrade the coated area around tF�e discoritinuities repair reappfy coating
ovar that area.
�� �'erform applicatior� detail wark in accordance with tl�ese Specifications, the CSivl's
current written r�commendatians, and drawings, whichever is stricter,
E. Concrete caating systems applicakian req�irem�nts:
1. Concret� caating minimum dry fiim thickness excludes parge caat, block filE�r,
and sealer.
High-P�rformance Coalfngs
OH 96 07-24 703�27
p�v:ricerc�wraocume��rrx�Fa��wo�u�r2oon52-�aooctoro� oes�gnraa sReaafcafoua�_ss_o� �canro�me�� July 6, 2a23 - CqNFORMED
3.i'9 (:OAi3�6� SY�i�� �Gb�D�iLE
A. Attachment A- Schedule af Surfaces to be �ield Coated specifies surfaces to be
caated in the field with the coating systems requlr�d.
3.'92 SUFa�r�,��a P��i R�CII#IRIN� ��AYIh��
A, Stainless steal piping, valv�s, pipe supports, instrurnent sunshades.
B. Sliding surFaces on expansion joints, motor and pump shafis, machined surfaces at
�earings and seals, grease �ttings, stc�
G, Galvanized structural steel framing, galvanized raof decking, galvar�ized pip�
supparts-
D. Copper and brass pipe, fitfings, valves, e1c.
E. Bronze valves, bearings, bushirigs, and fasterters.
F�, Carrdsion resistant �peci�l aAoys: I�oonel, A1ioy 20, Fias#e11oy, etc.
G. Exterior Concrete.
H. Plastic surfaces axcept coat PVC, CPVC, and other plastic piping system exposed
ta sunlight.
Buried Piping that is eneased in concrete or cement morkar,
3.13 QUALlT'Y ��Fdi��L
p, Owner-p�avided inspection �r insp�ctior� by others do�s not limit the Contractor's or
GSA's responsib+lities for quality wor�manship or qualiiy control as specified or as
required by the CSM's instructior�s. Owrrer inspection is in addition to any inspection
requ�red of the Co�fractar.
�. Owner may perform, or contract with an Inspection agency ta perform, quaf9ty
control inspectiar� and testing af the coaking work cavered by this Section. These
inspeotfons may include the fallowing:
1. Vnspect materiafs upan receipt to ensure that the CSM supp4ied them.
2.. Verify that speci�ied starage canditians for the coating sYstem m�terials,
sol�ents, and abrasives are provided.
3. lnspect and recflrd findings for substrate cleanliness,
4. Inspect and record pH af cancreke and metal substrate5.
5, lnspec# and recvrd substrate profile {anchor pattern).
6. Measure and record ambienf air and substrate temperature.
7, Measure and record relative humidity_
S. Check far substrate mofsture in conorete.
g. Verify that mixing af coaking system materials is in accordance wit� CSM's
instructions.
High-�erfarmance Coatings j 03127 Ju1y $, 20Z3 - CONFORMED
n9 96_01-Z5
�nv:NCarctA�Qocuments+rKFFoiI wo�U��204�152-0OAOOOtdd 9eslgn�0u Speca+Ca�alla�09_96 4i (Caniwmedj
90. inspe�f, canfirm, and rec�rd that coating system materials' °pot f�fe" is not
exceeded durir�g installation. Inspect to verify that recoat limitations far coating
materials ar�e noi exceeded.
11. Perform adhesion testing.
�2• ii+leasur� and record tho coating system's thickness.
13. V�rifiy proper curing of the coating system in accordanc� with the CSIV�'s
ins#ructians.
��, Holiday or continuify testing in accardance with NAC� SF'0188 tor coa#ings
that wfll be immersed or exposed to aggressive�y corrosiue conditions.
C. Cantracfar shal! p�rform halid�y testing in accordance with NACE SP0188 to
identify holidays or �ainhoies n�eding repair for coating ov�r 1 QO percent of surfaces:
1. Coatad steel tha# wil! be immersed or exposed to aggressiv�fy cor�osive
conditions.
�. Coated concrete.
3. Perforrr� hoiiday tests after proper application and coating syst�m cure.
3.'94 ��R�t��iIVL� RA���UR��
A• R�pair pinholQs or holidays identifiQd by Noliday Tasting as follows:
1• Remove the coating systern wfth a grinder or other suitable pawer t�ol.
2. Remove caating systam at ap pinholes and hralidays at I�as# 2 inches diamet�r
around the defect back to expose substrr�te.
3. Cancrete �oids: chi� back to expose entire cavity in all directions.
a• Cornpletely fifl vaid with a�pra�ed frllerlsurFacer materia! using a putty
knife or other suitable tool and strike off. Cure per CSM's
recommendations.
4, Aggressively abrade or sand th� intact coating system surface at least
3 inches �eyond the remaval area in all directions to praduce a uniforrn 8- to
8-rr�il pra�le in the int�ct coating systern.
5. Vacuum the prepared area to rernove alf dust, dirt, etc,, leavirrog clean, sound
surfac@s.
6• TaPe to mask the periphery of the prepar�d intact coating area to prevent
coating repair applicatian onto the prepared area,
7. Apply the coating system wlth enough coats to achieve the speci�ed finish
cnat thicitn�ss over the detect and coating removal area Feather the coating
onto the abraded coated surFaces around the remova! area to avoid a lip and
to achieve a neat rebair ou#iihe.
8• Follow curing time b�tween �oats as specified by CSM for the site canditiarrs,
Solvent wash and abrasiv� blast per CSM's instructions, if the maximum
recaat time is exceeded,
9. Apply caating at specpfied dry �Im thickness,
3.'�� ����►AlUP
A. Remove surpfus materials, protective coverings, and accumulated rubbish a�#er
compl�ting coating. Thoroughly clean surFaces ar�d repair overspray or other
coating-related damage.
Nigh-Perform�nce Coatings
09 96 01-26 1U31Z7
p�a�Tcsros�r�cumen�srrxrForiwo�u,+zaa�5sr�oaooa+o4 o��9nina ��cyrc�ro+iaroe_ss_o� ��nnro��,ea) July B, 20�3 - CQNFQRMED
�,�s ���r�� r������r�w
A. Conduct final inspectian of caating system work to determine whether it meets
specificatians requirements.
B. Conduct subsaquent final inspection with �ngineer to ensure wark confiorms to
contract doeuments requirements.
C. A+4ark any rework required.
1. Re-clean and repair, as speci�+ed, at no additional cost to the Dwner.
END OF SECTf4N
}�Igh-Perforrnance Coalings ��3��7 July 6, 2023 - GO�FqRMED
09 96_01-27
p�v:flCaro�b��4cunienks�f %+Forl �'p1lh+2QQ�152-0OOODOlQA Deslgn� D4 Sper,srCa�nlla�3_9S_0� ��nfotmedj
ATTpa�H�19�NT � � �CF9��UL� �� ��1���C�� �� B� CQ�7��
Nigh-Per(ormance Coatings 143127 Juky B, 2a23 - C4iVFORMEp
09_96qp 1-29
�v�(�CardblQocumenlSlTXfF�rtYJorlh+240452-000(10��1d aesignrDB SpeCSrCa�flNa�-96_Ot (ConlamsUj
ATTACHMENT A
Schedul� of SurFaces to be Coated
A
09 96 01-1
Trie �ollowing schedufe is incamplete. Caat unlisted 5urfaces with same coatin9 5Ystem as similar
listed surfaces. Contact Engineer for ciarification.
Aii,�C�i�14�R8i E� = GBI�TIN� DI��"AIL� �H��i
.
t
High-�erformance Coatings �03���, �u�y �, Zpz3 - CpNFbRM�D
Ci9_96_01-3a
�nv;Nt.arc�b�Q�ocuntenls�T%EFort Wr�rAt+2Q0+152�09000470� �estqr�l6a Specs,+Ca�oIIWG9_96_Oi {CaniormeclJ
232.
Sherwin
5�rvice Gondition
Concrete
Existing Coated Concreta
C'arga coal
Intermediate Goat
FinlsH Caat
General
�d, non-immersed, very corrosive env�ronmenl, color rtoE requlred, naw ar existmg cc
or seaandary conlsir�mert Indoflrs or exterlor_
Iloxinlo base coat and fiborglass reinforcing lo bridgo concrote �racks tap to 50 mi�s.
pre re surfaces as s eci�r� in ihis Secllon �nd as follows.
Appfy IIe�bEe onmpfele parge coat over all cirncr�te surf�ces efler sur[aca preparation is ecceplsd.
Compleiely fill ail bugholas with the same materiak Brush blast clean, if par�e coat is non-polymer modifiad,
eRer adequele cure per CSM's Inslruc�ions to praduce a uni[t�rm anchnr paltern.
Lel canareEe substrake cure undar warm apnditions (minimurn af 'i5 degrees F) for at least 5 days before
coating applicalion iT using wet abrasive or+reater jet surfa�e preparataon,
Sawcut 1!4" minimum deep graove and provide coating terminal�on and lrensl�idn deiails as ahown on 1he
drawinga and in accordance with CSM`s standarcF details including terminetions� transitians at carners,
cracks, plpe penetratfons. lerrninakions a4 melnl embedmenls, end other detalls.
Vacuum all su�lacas to be wated a(teT surfaca preqaralion and curing to remove all loase dirt, dust, ar other
lopse materials,
Prepare as for new o4ncrete. Apply a skim coat of a surfacer vr fitler rr�aterial la restore the subs�trate to a
eaat�ble condiilan.
cover
parge coat
fillecl voids by 1f8 inch (125 mils) of tniak
nd roll flat wit� e wel ribbed roller. Sand
m oxlde into the wek finish coat ta salure
n��� Wnrk surFacerlfilla� inla 811 v01dS t0
[o �1e pSr¢E CC1Bt.
25 l0 39 mils wllh 1.5 az nt�erglass alo[n. S�Eurais nne
seams 11�1 �nd remove prokruding fiberglass slrands,
25 to 3a mits. 6roadcasi 20 to 40 mesh sillca sand or
Remove excess wlth siHf brisila braom after curing,
Trowel-apply surtacers or nue
dispEaee alr and fill bagholes,
099601-2
09 96 Q 1-3
��C?'f�N �6_4� C�D
���Gil�l��L � ��IV�RA� PR�VI�M�P��
�►4�fi' '9 (�E�VE�aL
'4.0'9 ���P� Cl� 1�l�RI4
A. Furnish all labor, materials and �quipment required to install, tcst, and provide an
aperat�onal, electrical system as specified and as shawn on ths Drawings.
B. Subrnit and furnish all equipment described herein as an integral part oi equipment
specifi�d elsewhere in these Speci�cations.
C. Full compliance with the requiremehts of Division 26 is mandatary far all electrical
worEz provided �nder any division.
D. Electrical work incluc�es furnishi�g, instaklir�g, and festing the equipment and
ma#erials detailed in each Sect�on r�f C?ivision 26.
�. Elec#rical woric incl�ties furnishing and installing the follawing:
1. A complete and operational system that includes a# a minimum the follawing:
a. Cornplete r�aceway system, cQndt�ctors and field conne�tions and testing
for all medium and low voltage power distribution equipment specified
and/or shovan on the drawings.
b. Set#ing and testing all circuit protective de�ices including all relays
whether built into a circuit breaker or separately maunted.
2. A complete and ope�ational system for motvrs and conkrols that incfudes at a
minimum the following:
a. Compiete raceway systern, conductnrs and fieid conr�ections for all
motors, motor cantrollsrs, controf devices, cnntro! panels and electrical
equipmen# furnished under other Di�isions.
b. Coardirtate construc#ion schedule and electrical interface with the supplier
of electrical e�#uipment specified under ather Divisions as required by the
Contract 17ocuments.
3. A complete and operational system for pracess instauration that includes at a
minirnum iho following:
a. C�mplete raceway system, conductors and fisld cannections for all
field-mounted instrumQnts furnished and mounted under other Divisiot�s,
includin� prQcess instrumentation primary �lements, transmitters, local
indicators, and cantrol paneEs including:
1) Ltghtning and surge proteckion equipment.
2) Wiring at process instrumentation transmitters.
3) Installation af vendor furnished cables specified under� other Divisions
as required by the Contract Documenis.
Electricel - General Provisions
26 00 00-1 1�3i27 ,fuly 5, 2Q23 - CONFOF�MED
p�v�llC,a�Wb�pocurnen[�tTKrFurt tiNorlhr20pd52-p000DQf04 p.esign+D4 SpecaFGuplaf2�_00_00 {Conformed)
�4. A compl�t� and operational syst�m for process d�ta corr�munications that
includes at a minimum the folbwing:
a. Complete racew�y syst�m, cond�actors and field connectians for al! for the
Data Cables and specia�ty cable systems, including those f�Urnished under
other Divisions.
b. Inskall tho Data Ca�l�s ar�c! other specialty cable systems, in accordance
with the system manufact�rers" installatiort inst�uctions,
c. �teview the raceway fayout, prior ta installatian, with the Process Contral
System su��lier and the cable manufacturer ta ensure raceway
compatibility with khe systems and mate�ials being furnished.
d. lnstall reduradant cables in sep�rate raceways as required by the Conkract
Dacuments.
5. Furnish �nd install precast elecirical a�nd instrumentatioR manholes, hand
hakes and light pole fou�dations as required by the Cor�trac# Document�.
6. Provide pole foundatians designed and installed in accordance with the
skructural Divisions of these Specifications.
7. Pr�v�de thraugh and camplo#e �eld in��sstigatian to verify the oxt�n# of the
work, prior to submitting a bid ta aecomplish, at a minimum, the following
which are appiicable to the conkract requirements:
a, Resalve any question relaiing to existing equipment, conditions, or
consiruction.
b. �ailure ta perform a fie�d investigation sufficieni ta include all the workc in
the bid wilf not be aause far a change in the Gontrac# Price or Schedule to
be allowed.
8. Coordinate the sequence of demolftian with the sequence of construction to
maintain plant operation in each area. Remo�e and demolish equipment and
materials in such a sequence that the exis#ing and proposed plant will function
properiy with r�a disruption of treaiment.
9, Make modifications to existing motor cantraE centers, switchboard�,
pan�lbvards, and motar controllors including Installatian of circuit brQakers,
etc., or disconnection of circuits as required to prouide the power supplies to
new and existing equipment to maintain the plant in operation.
10. New work includes but ls not limited to tF�e following: complefe electrical
sys#em which include low voltage power dis#ribution switchgear, low voltage
transformers, law valkage motor control equipment, low valtage motors, low
voltage transformers, low voltage panelboards, iightning protection system,
security system, and power sys#em shart circuit and pratective device
coordination studie�,
F. Maintain the Owner's proc�ss aperations during all eonstructian including any
required electrical or control system outages.
1. Priar #o bidding, abtain all needed process operational requirements and
restrictions from ti�o �wner's staff during the site visiks to determine the effect
the flperational restrictions may have on the canstruckion schedule andlor bid
pric�.
2. Verify any process related information which may be shnwn ar specified. If khe
obtained information conflicts with Infarmation in the Contract Documents,
notify the Englneer in writing prior to bidding.
3. As a mirtimurr�, include in the Contract Schedule and Bid I�rice the fallowing
items required to corrzply with operaiiorial requirements:
a. Additional Time andlar Expense,
�lectrical- General Provisions
26�,tlp,�Op-2 1C13i27 July B, 2Q23 - GONFpFiMED
p�v:lrGardbrDacumenlslTK+Forl SNorlid2-0b452;4bp40010d Designr0� Speca+Guplal76_00_OQ {Conforme�t)
b. Addiiionaf Fxpense for after-hours warf�,
c. AdditiQnal equipment, materials, and personnel.
G. Provide all toofs, e�uipment, supplies, and shait perfarm afl labar required to install
the equiprnent specified in Che Contract Rocuments to install, kest, and �lace into
satis#actary operation in the time sp�cifiad for compl�tion in the Contract
Do�uments. �ailure of any of the par�icipants in execuking the raquirem�nis of this
Contract to perfarm the wor�t as specified shall not conskitute art acceptabVe reason
for the Owner ta grant any change in the Contract Pric� or addlkians #o tne Contract
TEme.
FE_ The worEt includes demolitior� of existing electrical equipment, assocfated
conductors, and raceway.
1. Remove wiring from abandoned conduit.
�. Materials an� equipment specified ar shown as dernolished became the
praparty af the Gankractor, except iterns specifically listed to be relocated or
deli�ered to the �wner.
a, Immediately remave demoiished materials ar�d equipment from the job
51tE3.
b. Immediately deliver to the Owner designated equipment ar materia4s.
c. R�loc�te designated equipment or materials as soon as possible in
aceordanc� with khe Constructian Schedule.
3. �lectrical serwices and conkrols ko items being removed must be disconnected
and removed as a requirement af this section.
4. Remo�al of any equipmenk must not interfere with existing operatians.
5. F�emove unused raceways to the extent necessary to accommndate new work
and where raceways are visible above the flaor line. tJnused raceways, which
are concealed, ar exposed raceways which do noi interfere wi#h the work, may
remai� in �lace unless noted nr required to be rema�ed. Seaf abandaned
conduit ti�at remain in place behind walls or in floor slabs. Rerno�e wiring from
a�andoned conduii.
6, Electrical sorvices which includQ raceways and cvnductors that are a paet of
the power and controls to items being removed shall be disconnect�ed and
removed.
i. Ti�e Owner reserves First Right of Salvage.
1.02 R�fdUfR�D ��.�C7R1C�►�, I��RFS
A. References rnade to other sections which may cantain related work does not negate
ather related sec#ions which may nat be mentioned. ihe Contract Dacuments, is
defined ia inc�ude both the Drawings ar�d the Specifications, shall be taken wiit�
every section �'elated to every other sectian as required ko rneet the requirements
specified.
1. The c�rganization of the Contract Da�umenis inta specificatian divisions and
sectians is for organization of ths documents khemselves and does not relate
to khe divisian of suppli�rs or labor which may be employed in ti�e execution of
the Contract.
Elecirical - General Provisions ,�0�127 ,�u�y g� 7p23 _�Oi�FOFtMED
26�,Qa_0�-3
�nv�f�CarC� vrpocumenl�fTX�Fur1 Wo�I�d200d52-0090DO�O.d Oesignr6h S�eaS�Guplal'16_00_OO;Confomie�l�
2. Where r�ferences are made to other S�ctians and oth�r Divisians of the
Specifications, provide such info�mation or additional work as may be reqtaired
in tht�se r�ferences, and include sucf� inform2�tian or work as may be specified,
3. �xamine all Sections of the Specificati�ns and Drawings and determine �he
pawe� and wiring requirom�nts and provide external wiring and raceways, as
requir�d to provide a fully functioning pawer, controf and process can#rvl
systems. lfi the equipment requires �nore eonduetors andl�r wirfng, due t�
differenk equ�pment bepng supplied, prov�de the additional conductors,
rac�ways andlor vviring, and include in the Contract �'rice and Scheduf�,
g. f'rocsss Divisions:
1. Examine all Process �quipment 5pecifications and ❑rawings, ��#erminir�g
pnwer and wiring requireme�tts. Provide external wiring and raceways, as
required to provide a fully functioning Process Gontrol Sys#em, If the
equipment requires more cond�ctars and/or wiring, due to different equipment
being supplied, fumish the acfditianal conductors, raceways andl�r wiring, with
no change in Contract Price or Schedule.
C. Mechanical Divisions:
1, Examine all Mechanicai Eqt�ipment Specifications artd Drawings, determining
pawer and wiring rQquirorrrents. V�rovide ext�rnal wiring and raceways, as
req�ired to provide fully tunctianing Mechanical Equiprnent Controf Systems, If
the equipment requires more conductors and/or wiring, due ta diff�rent
equipment being supplied, furnish fhe additional canductors, raceways andlar
wiring with no ahange in Contract Priae or Schedule.
D. Electric Valve Operatar t]ivisions:
1. Examine all Electric Valve Operator Equipment Specifications and Drawings,
determining power �nd wiring requirements. Pra�ide extemal wiring and
r�ceways, as required ta provide a fully functianing Electric Valve Qperator
Control System. If the equi�ment requires mo�e conductors andlar wiring due
to different oquipmQnt being supplied, fumish the additionaf conductars,
raceways andlor wir�ng with no changv in �on#raet Pnce or Schadulo.
'4.03 �U�F�iI�!"�LS
A. Submit 8hop Drawings, in accordan�e wi#h Uivision 1 requirements, for equipment,
materials and all oiher items furnished under each Seetion of Uivision 26, except
where specificafly stated otherwise.
�. An individually packaged submittal shall be made for each Sectian and shall
contain all the informa#ion required by the Section.
2. Partial submittals wif! r�ot be accepted and will be r�turned without review.
B• Submittals will not be accepted for 5eetian 26 00 Op.
C. E�ch 5ection submittal shaN be complete, contain all the item5 listed in the
Specification 5ection, and shall be clearfy marked to indicate which items aTe
applicable on e�ch c�t sh�et page. The Submittal shail list any exc�ptians to the
Specifcations and �rawif�gs, and the reasan for such de�ia#ion. ShoR drawings, not
so checked and rtQted, will be Teturnec! without review.
Electric�l - General Provisions
26_oa ad-4 ��s�z7
rn���r�cardio��pocumen�rr�Fa�rwonnnaoas2�oouaoo�on o�s��n+oo spac��cupiarzs_aa_oo{conrormaa� July 6, zoz3 - co�FORM�n
�. All items listed in the Specification Section may not be provided by the supplier,
manufacturer or vendor of the equipmenf specified.
1. ihe additio�al items kisted shall b� a��ed to the submittal regardless of who
supplies them.
2. Excusing the vmission by claiming th� sup�lier, manufactur�r or �endor doos
nat manufacture or provide such iterns is not an acceptable Qxcuse far the
omission.
3. Submittals not containing al1 listed items wili be r�turned for revislon and
resubmission.
E, Check shop draw�ngs for aacuracy and contract requirements prior to submittal to
the Owr�erl�ngineer.
'�. Errors and omissions on ap�raved shop dr�wings shall no# �rovide relief fro�n
the respansibility of pro�iding materials and workmanship required by the
Specifications and Drawings.
2. Shop drawings shall be stamped with the date chec�ed and � statement
indicafing t�at khe shap drawings confarm to Speci�cations and Qrawings.
3. Only one Sp�ci�rcation 5ac#ion may be mad� per tr�nsmittai.
F. Material shalk not b€ ordered or shipped until tFte shop drawings �ave been
appra�ad. hlo material shall be o�dered, or shop work star�ed if the related shop
drawings are marked "A�'�'ROV��3 AS NOY�� COI��IRI'v1", "AP�ROVED AS
NOT�� RESU�iMIT`°, "I��VISE AND �tESLfBMfY", "REJ�GTE�", or "NOT
APPROVED".
G. All appro�ed shop drswings shalf be ma9ntained on site for the Owner's Inspector
and for the Owner's Engineer to verifiy at the tEme of delivery af equipment to ihe job
site.
N. Up-to-date Recard Drawir�gs shall be pramptly furnished when the equipment
instalfat9on is compl�#e. Payment will be withheld until Record Drawings have been
furnished and approved.
AA shop drawing submittais and all O&M submitt�ls s�all bo submitted in hard copy
format and in Eloctronic format u�sing PDF �IQs including a Table of Contents w�ich
�s indexed and hyperlinkad to the varivus s�ctions suiamitted on flash driv�s.
�lectronic submittals are mandatory and those which are received not indexed as
specified will bs r�turned withaut review, Hard �opy submittals may not he requir�d
If stlpulated In th� Contract Uocum�nts. l�do change in Corttract �rice or Contracl
Time will be alfowed for delays due to unacceptaf�le submittals.
9A4 R���RFRlC� COCiES AfV� STAC�D/�RDS
A. Electric �quipmer�t, materials and installation sha11 comply wikh the National
Electrical Code (N�C) and with the latesi edition �f the following codes and
standards:
1. National �lectrical Safety Code (NESC).
�, Qcc�pationai 5afety and Health Administration (OSHA).
3. National Fire F'roteetion Association (NFPA).
4. National Electricak Manufacturers Association (NEMA}.
5. American Natiot�al Standards Insiitute (ANSI).
ElectriGai - General Pravis9ons
2fi_Qp�Oa-� jQ3�27 Ju{y 6, 2023 - CC7NFORMED
�nv,flCarcaW�poGumenlsfTXlFoq Ydotthr2�00a52-OOOOOQ��4 d2shgni6A SpecsrGuplaf2$_00_d0 SConformad�
6. Insulated Cable Engineers Associ�tion (IGEA}.
7, f nternational 5ociety of �lutomation (I SA}.
8. Underwriters L.aborataries (UI..}.
9. Factory Mukual (FM),
9Q. City a� Fort 1North Eleetricaf Code.
B. Where referenc� is made to one af th� above standards, the revision in effact at the
time af bid opening shall apply.
C. All material and equipment, for which a UL standard exists, shall bear a UL label.
No such material or equipment shall be brougl�t nnslfe without the UL fabel af�xed.
D. If the issue of priority is due ta a conflict or discrepancy between �he provksions of
the Con#racf Documents and any referenced star�dard, or c�de of any te�hnical
society, organization or association, the provisiQns of the Cor�tr�ct Doeuments will
taEc� precedence if they are more strin�ent, If tttere is any con�iict ar discrepancy
�et,nreer� standard specificatians, or codes of any tecnnical socisty, organization, or
association, or between Laws and Regulations, th� higher perform�nce requireme+�t
shafl be binding, uniess Qtherwise dire�ted by the QwnerlEngine�r,
E, In accordance with the intent of #hv Contract Documents, complianca with tho
�riarity order spQcified shall r�ot justify an increass in Contract Price �r an extension
in Contract Time nor limit in any way, full compliance with a!I Laws and Regulatians
is always required.
°�.Q� ��D�S� IR��P�GTI�JW AP�� k���S
A. Equipment, materials, and instalfation shaH comply with th� requirements of the
Incal suthority havirig jurisdickion.
B• Obtain a[I necessary permits and pay all fees required far permits and inspecfions.
�.06 SIZE �� �QUI�lI��iVi
A. Investigate eacM space in fhe structure througi� which equipment must pass to
fQ�CII ft5 ff1c�I IDC�tI0f1. Coardina#e shipping splits with the manufacturer ta permit
safe handling and passage throwgh restricted areas in the structure.
B. Tho equipmer�t shall be always Ic�pt upright during storaga and handling.lNhe�
equipment must be tilted far passags through restricted areas, brace the equipment
to ensure that the tilting does not impair tho functional integrity afi the equipf�ent.
�.l?7 ��CQ�� �I�AENIWG�
A. As the work progresses, I�gibly r�cord afl fiefd changes on a set of Project Cont,ract
Drawings, h�reina�fer called the "Record �rawings". The Record Drawings and
Specifications shall be 4cept up to date throughout the project.
B. The Recard Drawings shall be revi�wed in a meeting with the OwnerfEngirreer
monthly,
Elaclrical - General Provisions
2s oa oo-� �a31z7 Jufy 6, zaz3 - CaniFpaM�o
Ina:RCerolb�0�euiqenls�TXtFort YJor�2pqq5�-0OU400f04 4esgn+fl4 5pecsJGuplai2&_00_fH1(Cpnformedj
C. Record Drawings shall accurately show the instaAed condition af the foliowing
items:
1. One-iine Qiagram(s}.
2. Raceways and pull boxes.
3. Conductar sizes and conduit siz�s.
4, Panel Schedufe(s).
5. Control Wiring Uiagram(s),
6. Lighting F'ixture Schedule(s).
i, L.ighting fixture, receptacle, and switch outlet lacakions.
8. Underground raceway and d�tct bank routir�g. The drawings sY�ali inciud� the
following:
a. The measureti width and height of the duct �aank,
b, Survey tF�e centerii�e of the duct ban� ai intervals not ta exceed 50 feet
al�ng the entire length af the duet ban� with the coardinates tied to the
project coordinates shown on the Givil �rawings.
c. Survey the elevation af the tap of the duct bank at i�tervals not to exce��
50 feet along thv eniire I�ngth with the coordinatas ti�ci #o the prajoct
cnordinates shown on the Ciail Drawings.
d. Changes in direction between termination pnints shall be surveyed and
recorded on the recard drawings. Changes in direction shall tnclud� ihe
start af the racifus, c�nter of the radius and terminatEon of ihe radius in
addition to the 50�t lnterval requirem�nts specified.
9. Plan�iew, measured dimans�ons and locations of switchgear, distribution
transformers, substations, motor cor�trol centers and paneiboards. Provide
actual coordinates af each corner af the equipment pad ta shnw #he locatian of
khe pad and provide the actual equipment mounting base measurements ta
the corner� of the equipment pad.
10, iNodificatians to controks systems or any �iece of electrical equipment
including �iald-verified existing cantrols and all cha�nges clearly identif�d.
11. AN prot�cti�e device and electrical systam monitoring devic� sattings. I�rovide
a hard copy of the settings and an elect�'onic copy ofi tfie settings or� an Exeel
sp�ead she€t.
Q. Subrnit a typical example of a schedule of control wiring raceways and wire
numbers, including the following information:
1. Circuit origin, destinaiian, and wire r�umbers.
2. Field wiring terminal strip names and numbers.
E. As an alterr�ate, submit a typical example af point-to-paint cannectian diagrams in
�lace o##he scheduEe of control wiring raceways and wire numbet's. The informatic�n
shall include the following:
1. Circuit origin, destination, and wire numbers.
2. Field wiring termina� strip names and numbers.
F. Submit as a part of khe record drawings and the schadule af contral wiring racew�ys
and wire numbers (or the �oint-to-poini connection diagram) to the �wnerlEngineer,
�lectrical - General Provisions
zs_oa_on-� �ns�z� �uFy s, zaz3 - coN�a�MEo
�nr:NCarulEorpocume�+Is�T1UFa�t ttionr�+'t0UA52-66440UfpC oesign+Uu SlreesrGuplal26_00_00 {C�nfarmetlj
G. The point-to-poin# connection diagrams are a required line item on the pay estirnate
will not be considered eomplete until ali #he docurner�tation has been Submitt�d to
and apprvved by 3he Owner�Engineer.
H. R�view snop �rawir�gs of e�uipmenf furnished under other relat�d Divisions and
��repare coordinat�d wirin� iflterconnectian diagrams or wiring tables. Submit co�ies
of wiring diagrams or tabl�s with Record Drawings,
�.ti� ��UI�No��� IPdi��t��iVW��iI�N�
A. R�view shop drawings af equi�ment furnished under other reEaked C?ivislons and
prepare coardinat�d wiring interconnecfion diagrams or wiring tabfes. Submit copies
af wiri�g diagrams or tables with Ftecorc! DrawRngs,
B. F�rnish and install ali equlpment interconnectiohs.
1.09 �flAl°@�IALS A�If] EQUI�{��fVi
�. Mat�rials and equi�ment shal� be new, except where speei�cafly identified on the
Dr�wings to �e re-used.
R. Material ae �quipment frorr� a rnanufacture�, rrat submitted and appra�ed far this
project shall na# be braug�t on site. Use of any such material or equipment, will be
. rajected, and shall be ramoved and rQpiaced, with ths approvod mai€�rial and
equipment, with no change afbwed in the Cantract Pfice or Schedule.
C. MateriaM and equipmQnt shall be UL listed, wh�re such listing exists.
D. All material, praducts, equipmenf, and workmansf�ip being furnished for the project
shall be replaced if it does npi meet the requirem��ts of Cor�tract Documents e�en
�f instalied, with no ch�ng� In Contract price or Schedule.
1.'i0 JOBSITE D�LI4.�€RY, STOR�,GE APEfl b�R1�LINC
A. Prinr fo Jobsite delivery, successfully camplete afl submittaf requirements, and
present to #he QwnerlEngineer upor� de�ivery of the equipme�t, an approved capy of
a!I such submittals. Delivery af innomplete construcied equipment, or equipment
which failed any faetary tests, wil! be rejected, and shalf be removed and replaced
with no change in Cont�act Price ar Seh�dule.
B, �quipm$nt and materials shall be handled and stvre�i in accardance with the
manufacturer's instructions, and as specified in the indirridua! Specification
Sections.
'i.19 11�ARRAi��'I�S
A, Manufacturer's warran#ies shal� be provid�d as specified in each of the Spacification
Sectians.
Eleetrical - General Provisions
26 QQ DO-$ 1031�7 July 6, 20Z3 - CANF�RMED
p�+"RCaraliorQOCclme�+lsfl XlFot! YJorIkU2Q0452-090�ppI0A`UesignfDA upeCs�Guplat2�6_04_pp {Conformedj
�.�a �au���n�w� i����i��e��E��
A. Identify all equipment (disconnect switches, separately mounted matar starters,
contral skatians, etc.) furnisf�ed under Division 26 with #he name of the equipment it
serves. Motor control ceniers, cantrol panels, panelbaards, switchboards,
switchgear, j�nction or terminal boxos, iransfer switches, etc., shakl hav� nameplate
desigr�atians as shawn on the Drawings.
1��R'� 2 P�9�U�T� (I�QY 11��D)
���t'i 3 �X�Gk�YIdR�
3.0'9 1f�Y���'��iA�IOPI BF L��A1dIdIN��
A. 'f�he Drawings da not shQw exact locafions af c�nduit runs. Coordinafe the conduik
�nstalfation with other trades and the actua! suppfied equipment.
B, instafl each khre�-phase circuit in a s�parate conduit unless otherwise shown on the
C3r�wings.
C. Unkess otherwise approv�d by the Ownerl�ngineer, c�nduit shown exposed shall
be installed exposed; conduit shown cancealed shalf be instalfed concealed. Su�m�t
a Request far information for any cond�ait route which is nat clearly identified as
concealed or Qxp�sed in thE Contract Documenis prior to its installation.
D, Circuits are shown as "home-runs" shall be field routed. The raceway system
pro�icied sfi�all include all necessary fittings, supports and boxes for a complete
code-compiiant raceway installation. Fleld routed raceway shall avoid blocking
access to equipmen# eikher existing or spaces planned for #uture equipment and
shall avoid blocking personnei egress thraugh doars or access h�tches.
E. Verify the exact locatians and mounting heights of lighting fixtures, switches, and
receptacles priar to installation.
�. Except where dimensions are sY�own, the iocaii�ns of equipment, fixiures, �utlets,
an� similar devices shawn on the Drawings are approximate only.
1. l�etermine exact (ocatians and obtain apprarr�l fram the Ownerl�ngineer
during constructiar�.
2, abkain information relevant to ti�e placing of electrical work and in ease of any
interference with other work, proeead as directed by the OwnQrlEngineer and
fumish aA labor and materials necessary to compleie the wark in an app�'aved
rnanner.
G. Circuit layouts are nat intended to show the number of fittings, or other installatior�
detaiks. Furnish aN fabor and materials necessary to install and place in satisfactory
operataon all power, lighting and other electrical systems shown.
Elactrical - General Pravisions
26_Oa_Op 9 1 Q3127 July B, 2Q23 - CONFOFi�JIED
p�e:1+CaKdw�qacurnanls�TXrFoit �'orlsv20�A52-OOQ6DU�id Oesigntpa Speea+buptai�6_00_00 {Gonformetl)
H. Redesign of electricai or mechanicai woric, which is required due #o the use of a pre-
approved alternate item shall include the arrangement of equipment andlor layout
otf�er than that which is speeifed or showr� herein.
1, A'�I additional work and materials required shafl b� pravided with no change in
the contract price ar schedule.
2. Radesign and detailed pfans shail be submitted to the OwnerlEngine�r for
appraval,
I. Raceways and cor�ductors for lighting, switches, receptacles and other
�miscellaneaus low voltage power and signal systerns as specifi�d are not shown on
the Drawings.
1. Raceways and condu�tors shall be provided as required for a cornplete and
operating system. Refer to riser diagrams for signal system wiring.
2.. Homeruns, as shown an th� C�rawings, identify raceways #a be run exposed
and raceways to be run concealed.
3, Raceways installed exposed shall be near the ceiling ar along walis af �he
areas thraugh which they pass and shalf be ro�rted to avoid conflicts with
WVAC ducts, cran�s hoists, ananoraifs, equipmont hatchas, dooTs, windaws,
e#a
4. Raceways install�d concealed shall be run in the cen#er of concrete floor
slabs, above suspended ceilings, or in partitions as rer{uired.
J. �rovide a!I canduft and conduc#ors or data highway c�bles to RTU andlor pLC
terrr�ination cabinets, where designated on the f]rawiregs or otherwise required by
the Specifications, the manufacture of the eq�ipmen#, or submitted and apprQved
systems. �"he conduit and conductors or data highway cables es shown on the
l�ter�face drawings may not necessarily �e shown an the fl�or plan.
K. Instalf c��ductars ca�rying low valtage signals (typically twistsd shielded pair
cables) in raceways totally separate firom ali other raceways containing }�ower or
120-Volt control canduc#ors.
1. Do nof cambine conductors c�rryir�g low voltagQ signals in wiroways without
barriers or NEC code-cam�liant separation for their entiro leng#h in the wire
way, andlor prvvide separate wireways to pravide separation of the
conductors.
2. Law voltage slgnal conductors routed through manholes or hand holes shall be
bundled artd separa#ed from other conductors,
L. f�aceways and conductors for thermastats car�troliing HVAC uni# Yreaters, exhaust
fans and similar equipmeni are not shown on the Drawings.
9. Provide racewrays ar�d conductors between the thermnstats, the HVAC
equipment, and the motor starters far a complete and operating system,
�• Ail raceways and power conductors shall be in accordance wit� Division 26,
3. Raceways shal! be �nstalled concealed in aN finished s�ace and rnay be
installed concealed or exposed in pracess spac�s.
�. Refor to the �IVAC dr�wings for the iocations of the fh�rmostats and can#rofs,
M. Raceways and conductor� for the fire alarm, sound and page par#y systems are not
shawn on the Drawings.
1. Provide raceways and canductars as required by tf�e system manufacturer for
a complete and operaiing sys#em.
Electrical - General Provisions
26 00 Op-10 1D3127 July 6. 2423 - Ci�NFORMED
�nv�NCardb�i�ournenlslTx�Foit 1Northd2DRd52-t10RppQ104 Des�gN04 5pecs�Gupf2726_b0_00 [Cpnfoimed}
2. All raceways and power conductors shall b� in accardance with Division 26.
3. Raceways shall be installed cancealed in all #inish�d spaces and may be
installed exposed or conceaied in process spaces.
3.02 �f��IlY�f��NT ���� AW� SU�P�R�'�
A. Eleetrical equipment pads and suPparts, af concretQ or ste�l including structural
�einforci�g and lighiing pole foundatians, are shown on the Structural Drawings.
B. Electrical equipm�nt or �aceways shall not be attached to or support�d from, she�t
metai walls.
C. Eleckrical e�uipment pads shall be pravided for all free-standing equipment.
1. Dimens�ons shall b� 33/� -inches high.
2. Pra�ide a 3-inch extension from front of equipment for eq�ipment mounted
against the wall and 3�inch extension on frant and rear sectians when
equipment is rear accessible.
3. Include a'/-inch chamfered edge on a!l exposed sides.
3.03 �l���V�� AeN[� F���9� ��R ���PIIRlC��
A. Provide and place all sleeves for conduits penetrating flvors, walls, partitions, �tc.
Install slseves p�rpandicular to the fiinished s�rface.
1. Locate all necessary s4ots for electri�al work and form be#ore conc�ete is
paured.
2. Coordinate the locaiion af sleeves to match the iocation af ths slots so
conduciors enter without having to bend ihem.
B. Unless m�asurements are shown on the drawings, the iocations for stubbing u� and
terminating concealed conc�uits which are shown on the drawings are approximate.
�f , Exact locatians are required far stubbing-up and te�minating eoncealed
cor►duit.
2. Obtain shap drawings and templates and locate the concealed conduit before
the flaor slab is �oured.
C. Seal all o�enings, slee�es, penetratian, and sloks as s�ecified in Section 26_D5_33.
�.oa �u��i�� ��� ��������
A. Coardinake with ❑ivisions 2 and 3 for cutting and patching.
B. Core drill holes in cancrete floors ar►d walls as req�i�ed. Obtain writien permission
from t�e Ownerl�ngineer baf�re core drilling any holes la�ger than two inches.
C. Schedule the installation of work to provide the minimum amaunt of cukting �nd
�atching.
Eleclrical - General Provisions 1Q3,��� July 6, 2023 - C�NFORM�D
26 (l0 00-11
p,a;f7Caro!brpocunienls�XrFo�l tNo�lyd2�4d52-0U0099!04 Designr0u 5pecsrGupla!'26_U4_00 (Canfoimed}
D, C�tting or drilling holes for the installatior� of raceway through joists, beams, girders,
coiumns, or �ny other stru�t�ral members is strictly prohibited_
1. If a s#ructur�i member is cut or drill�d, restore the steuctura! member to its
pre�ious conditian i� complete accardance with ihe instructions of the
Structura! Engin�er
2. No change in contract price ar schedule regardless of the extent of #he r�pairs
required to restore th� member #o its prevfous c�ndition.
E. Cut oper�ing only large enough to allow easy instafla#ion of the conduit.
�. Patching shall be of the same kind a�d qu�lity af material as was remaved.
G. �[-he campl�ted patching wark shafl restore the surface to its originai appearance ar
better.
H. Patching of waterproafed surfaces shafl render the area of the patching completely
waterpr00%d.
Remave rubble and excess patching matarials from the pr�mises,
Fil! existing conduits cut at the floar line of a wall with a suitable patching materiai
approved py the 5tructurai �ngineer.
3.0� IPtlST�L1.AT'I�W
A. Any worlr not installed according to the prawings and this Sectian shall be subj�ct
to cha�ge as directed by the Ownerl�ngin�e�. No change in Cantract Price or
Schedule wiil be allnwed for making these changes,
B. 1=�ield v�rify all dimensians shall be feld vsrifiecf at the jc�b sit� and coordlr�ate wi#h
the worEc af ali other trades.
C. Always protect electric�l equipment against mechanical or water damage.
1. 5taring electrical equipment outdoars is prohibited,
2. Slare electrical equipment in dry permanent shelters as required by each
Specification Section.
3. Da not instai! electrical equipmenf in its permanent location until structuees are
weather-tighf.
4. If any appa�atus has been subject to possible injury by watar, it shall be
thoroughly dried out and tested as directed by tha OwnerlEngineor or shall be
replaced with no change in Cantract Price or Schedule, at the
Ownerl�ngin�er's discretlon.
D, Equipment that has been damag�d shall b� replaced or repaired by the equipmenk
ananufacturer, aE the Qwner/�ngineer's discretion.
E. Repaint any damage ta khe factary applied paint finish using touch-up palnt
furnished by the equi{�ment manufacturer. If the metallic porkion af the panel or
section is datrtaged, the en#ire panel or section shall be replaced, at no additiana!
cast to the Owner.
Elec#rical - Gencral Provisions
Z6 00 00-12 103127 July 6, 2023 - COfVFORMED
psa:/lCerdlo��pcllmenlslTS(rFort 14orUV240452-Qp0040204 Oesign7flG Spec�+Guplaf28_QO_00 {Cpnf4rmedj
F. N�MA 3R, 4 or 4X enclas�res shall not have raceways ente�ing fram the top if the
enclosure is inst2�iled in � damp ar wet area.
1. Should raceways be installed enfering the top, the �nclosure shaH be replaced,
and raceways re-rauted ta enter the side or bottom.
2. Canductors, if installed, shall be removed, and roplac�d.
3. Carrectior� af raceways ent�ring the top and conductar replacement shall b�
pro�ided with no change in Contract �'rice or Schedule.
G. Conduits exiting tray in airconditioned indoor electrical rooms are permitted to enter
the top of electricaV enclosures.
1. 7he locatian af these conduits shali be coordinated with the HVAC duct vents
such t�at cold air vvill r�ot blow an the concluits causing condensation which will
enter the electrical enclosures.
2. After installation, insp�ct the canduits while the HVAC system is running #o
ensure no condensation is forming and entering any electrical enclasure.
Ra-direck the air flow if p�ssibls ar re-route the candu�its to avaid eondensation.
3, Conduetors in re-routed conduits shalf be rep�aced, re-terminated. retested
and tho oporation of tha eq�iprnent rotested with no change in thQ Contract
F�ric� or �chedule.
3.46 PHA�E B1A�ANCIi��
A. Th� �rawings do not attempt to balance fihe electrical laad5 across the phases.
Circuits nn motor control cent�rs and panelboard� shall be field connected to resul#
�n evenly k�alanced loads across all phas�s.
B. Field balaneing nf circuits shall not alter the conduckor color coding requiremenks as
specifieci in Sectiott 28_05_19.
3,�i l4d�P►PEU�1���U��Ft'� ��RVt��
A, Provi�e manufacturer's service� for testi�g and start-up of the equiprnent as listed in
each individ�al Specifc�tion Sectian, AA settings, including those settings required
by the Power System Study, shall be made to the e�uipment, and approve� by the
�wnerlEnginaor prior to energi�ing of ths aquipmant.
B. Provide arc flash labals with the s�ttings from tho powEr systvm st�dy ora electrical
equipm�nt as specified.
C. Test�ng and startup shall not be combined with kraining. �esting and start-up time
shaH not be used for manufacturer`s warranty repairs.
3.0� 7�Si� I�N� S�TiIV�(��
A. Test systems and equipment fiurnished under Division 26 and repair ar replace a{I
defecti�e worlc. Adjust ti�e systems as specified andlor required.
B. All tests required by the individual specifcation Seat+ons shall be completed priar to
energizing electricai equipment. Submit a sarnple test form or procedure. and
submit the required test reports and data to the �wnerlEngineer for �pproval at
Elecirical - Generaf F�rovisians 103127 Juiy 6, 2�23 - C�NFORMED
26_0(}_�0-13
p++�I�CarW�oa�ocumenlsfTK�Fait �No�irV'ZOD452A004�0lOd Oesign�0+l Specs�Gup1af26_OQ_OO;Conturmed)
feast two weeks pr�or ta the startup of the tested equipmen#. Incl�de names af all
#est personnel and initial each t�st.
C. Check motor �ameplates far carrect phase and voltage. ChecEc bearings for pro�er
�ubrication,
D, Check wire and ea�l� terminations far tightnass.
�. Check rotation of motors prior to ener�izatian. Disconnect dri�en equipment if
damage could occur dt�e to wrong ratation. If fhe mofor rotates in th� wrong
clirectaon, the rotation shafl be immediately corrected, or tagged and locked out until
rotatian is corrected.
F. V�rify a!I terminations at transformers, all power diskribution and motor control
equipment, capacltor ear�neetions, panels, and eontral enelosures by praducing a 1
2 3 ratakion on a phase sequehced m�ter when cor�nected to °A", "B" and "C"
phases,
G, Provide mechanical inspection, testing and setting of circuit breakers, disconnect
switches, motor starters, contro) equipment, etc. for proper vperation.
H, Ch�ck interlocking, control, and instrument wiring for each system andlor par� af a
systom to provo that th� syst�m will li.rnctfon properly as indicated by schematic and
wiri�g diagrams,
I. ChecEc the ampere ra#ing of therrnaf o�erloads far motors and submit a ty}�ed record
fo the 4wnerl�ngineer af same, including MCC cubicle lacation and load
designation, mator service factor, horsepower, full ioad current, terrtperature rise
rating at�c! s#ariing code lekter. ff fnconsistencies are founcl, new thermal elements
shal� be suppNed and instaPled.
J. Verify mator power factor capa�ltar ratings.
K. iesting shall be scheduled and coordir��ted with the OwnerlEngineer at least #wo
weeks in advance. Provide qualified #est personnel, instrumen#s, ar�d test
equipmenk.
�. Refer to the individual equipment sections for additional specific testing
roquiremen#s,
M. Adjust the systems and instruct tha Owner's personnel In tt�e proper operation af the
systems.
3.49 7�IIVIP��
A. Provide manufactur�r's training as specifi�d in each ir�divlduaf secfian of fhe
Specifications.
END OF SECTIOfV
Electrica] - Ceneral Provision5
26 40 Op-'fq 103127 Juiy B, 2023 - CONFORMEC7
�,�� r+ea�e:wrqo�uIT�en�srrx+Fors wo�irvzoQa52�oouc�oraa oa,��„roa s�ecs�cupiar�s_oo_Qo �conrflnne��
s�cY��r� 2s_a�_� �
�Qti�VoVOL�'T�C� 1�4�I�tES APdC� �A����
��4�i '4 ��f�E�aL
�.a� sc��� a� r���c�
A. Furnish, install, and test all wire, cable and appurtenances as shown an the
Drawings and as specified h�rein.
1.0� R��Aa��Cf +1��R�
A. Refer to Division 26_00_00 and the Contract Drawings, for rekated work and
electrical coardina#ion requirements.
'f.03 SL�E�F�17T�a��
A. Submiitals shall be made in accordance with the requirements of Division 1,
Sectian 26 00_00, the Contract Docutnents and as specified herein submit the
fallawing:
1. 7he manufacturers' names and product designatian or catalflg number's for th�
types of ma#erials specified or shown on the Drawings.
2, Cut sheets for each individual item shaii be submitted.
3. All cut sheets shall bo clearly marked to indicate which products are being
submittsd for use on ihis pra�ect.
4. Unmarked cut sheets will ca�se fhe submittal tv be rejectad and retuined for
revis9on.
B. AVI shop drawing submittals and all D&M submittals sha11 be subrr�itted in
accardance with the requirements lisked in Divisinn 1. Na change in Contract Price
or Schedule wili be allowed for defays due to unacceptable submiYtals.
C. Submit to the OwnerlEngineer, shap drawings and product data, for the foilowing:
1. Submitfals shall also contain infarmation on related equipment ta be furnished
under this Specifiication. Incomplete subrniitals not epntaining the required
informatian on the related equ9pment wi11 also be returned withvut re�iew.
2, Submit catalag data of all wire artd cab�e, connectors, lugs, and accessories,
speci�iQd under this Saction with all selections, options and exceptions clearly
indicated. All cut sheets shall be clsariy marked to indicate w�ich praducts are
bei�g subrnitted for use on this prflject. Catafog data shatl show carnpliance
wikh the referenced codes and standards.
3. F'rovide a written descripkion of the rriegger tesiing procedure that will be used
#or testing and the model and type of inegger iester that will %e used. include
this description in t�e wire and cable submittal.
D. Certifieti Tests:
1. Submit a report of pulling tensions for �II wire and cable Instalfed with
mechanical means monitored by pull+ng tension equipmen�.
Low-Voltage Wires and Cak�les �03127 July 6, 2023 � CONFORMED
26 05_19-1
Snv'ffCarr:lb+LbCUmenlsfTXiFo�l Udpi Utif200d 52-600000l04 DesignrD� Speca�Gupla+xfs_05_19 (Contarme4}
2. Submit a test report of all instalied wire insulation tests.
1.@4 ����R�[V��, C0��5 dN� ST�.N�dR��
A. The equipment in this specification shall be designed and manufactured according
to la#est revision of the #ailawing standard� (unless otherwise noted};
9, IVF€'A 70 — Natinnal Electrical Code (NEC),
2. NEMA WC-5 — Thermoplastic-Insufated Wire and Cabfe far t;�e Transmission
and Distribution of �lectric�l Energy.
3. ANSII'i"IAlElA 606A — 5tandar�l for telecommunica#iar�s Infrastructure.
'9.05 QUAl�B�'`P A�SIJRAAIC�
A. 7he gensra) construction af the wire, cables and the insulation materi�l used shall
�e IiEte that used for cabfe of the same slze and rating in continuous production for
ai f�ast �5 years and successfully operating in the field in subs#antial qua�tities.
R. Wire and cabie with a ra�anufacture date of gr�ater than 9?_ manths prev�ous will not
be acceptable.
C. Wire and cable shall be in new conditior�, with the manufacturer's �ackaging intact,
stored fnddors since manufacture, and shall r�ot have been subjected ta th�
wflather, Date of manufiacfure sh�ll b� cl�arly visible on aach r�nl.
D. The manufacturer of these materiafs shall have produced similar electrical materials
for a minirri�m period af fivo years. Wher� req�ested by the OwnerlEngineer, an
acceptable list of lnstallations with simllar equlpment shall be provided
demonstrafing campliance with tl�is requirement.
1.06 J�I�SI7'� ��LI'l��RY, ST��3ACL� df�b H�PEC�LIRI�
A. Prior ip jobsite clelivery, complete all submittal re�quiremen#s, and present to the
Owner/�ngineer priar to delivery of the equipment, an approved cnpy of afl such
submiftafs. Delivery vf i�complete canstr�cted equipment, or equipment which failed
any factory tests, w611 not b� perrr�itted,
k�. Check far reels not campietely r�strained, reels with interlocicing flanges or broken
flanges, damaged reel covering ar any ather ir�dication of damage. Da not drap
roels from any h�ight.
C. Unload reels usir�g a sling and spread�r bar. Roll reels in the direction of the arrows
shown on the ree! and on surfac�:s free of obstructions that coufd darr�age the wire
and cable.
D. Skore cable an a solid, well drainecf loca#ion. Cover cable reels with plastic she�ting
or tarpaulin. Do not lay r�els flat,
1,07 1ii�+�4RRANTY
A. Provide wa�ran#ies, including khe rnanutacturer's warranty, fpr the equipment
spe�ified and ihe proper inst�llaiion thereof, to be free from defects in material and
Low-Vo11�g� 1Nirea and Cables
26 05 �9-2 iQ3127 July 5, Z023 - CONFORMED
p�r:RCardlolQocumenlsrTl(�Fqit 1N4r�h,+'�pq5�-ppflppQlpq pQs��nPU4 SpBcsrGupla��6_45_I9 {Cpnformedj
warkmanshi� for tvuo years from date of fi�a! acceptance of the equipmenk and iks
�nstallatian. Within such perlod of warrar�ty, ail materiak and labor necessary to
return the equipmEnt to new operating candition shall be provided. Any warranty
wnrk requiring shipping ar transporting of the �quipmer�t shall be provided ak no
expenso to the Owner.
PAR'� � �RO��I���
�.0� ��l���t�►!�
A. The term wire and canductors are used interc�angeably in khis specifiication. The
ierm cable is used to indicate twa or more conductors enclosed in a common jacket.
E3. Wires �nd cables shall be annealed, 98% conductivity, soft drawn tinned copper.
C. All conductors shafl be Class F3 stranded.
D. Excepi for control, signai, and instrurrientation circuiks, wire smaller than #12 AWG
shali nat be used.
�.02 �OW�R � �Ut�.�I1+�G 1�4lIR�
A. AH building w9re shall be stranded tinned copper con�uctors, Type XHHW-2..
�.03 CFt�Uf��fN� �L�C'T��p� ����UCi�F�
A. Grounding elc�ctrod� conductor shail be strandod tinn�d copper conductor,
Type XHHW-2 with green insulatifln.
�.04 �@P��IF�� JUf�PE�
A, �3nnding Jumper shali be bare tinned stranded copper conductor.
Z.�� �AidYRC�� �idlR� �aP117 �d��E
A. Control wire shaN be N�C 7ype XHHW-�.
B. Multi-conductor control cable, shall he siranded tinned copper, #14 AWG fi00-volt,
XHHW-2, insulated.
C. PVC outer jaoket overalL
D. �ype TC.
E. UL. rated for undergraund wet location.
Low-Voltag� Wires and Cak�les
26_05_19-3
�a3�27 ,luiy 6, 2023 - CONFORMED
p�v�f�Caruw�DacumenlsfCXlFait 1No�t�'200A52-000UDOr04 Des+gn7D4 Spec�+Guplafi8_Ob_19 {ConfomiedJ
z.a� ������a�v���r��i�w �����
A• Cables for 4�20 mA, RTD, pvtentiameter and similar signals shaN �� PL.TC rated
and shall be;
'i. Single pair cable:
a. Canductors: Two #16 A1NG strandod, tinnod and twisted on two-inch lay,
b. lnsulatuon: 6�VC with fi0Q-volt, 90°C rating.
c, Shield: �00°/fl Myiar t�pe uvith drain wire.
d. Jacket: F'V� with manufaefur�r's identification.
e. 1JL1685 listed for undergr4und w�# location use.
2. T�hree conductor (triad) cable:
a. Canductors: Three #76 AWG stranded, tinned and twisted on two-inch
lay.
b, insulatian: �VC wittt 60Q-vaft, 90�C rating.
c. Shield: 100% Mylar tap� with drain wire.
d. Jaeket: PVC with manuf�cturer's identification.
e. 11�.1685 list�d for underground wet location us�.
3. Multiple pair cables (where shown on tho Dravuin�s):
a. Conductor: Multipfe pairs, #1fi AWG stranded, tinned and twisted on a
two-inch lay.
b. Insulation; PVC with BOQ-volt, 94°C rating.
c. Shield: individual pairs shielded wfth 14U% Mylar tape and drain wire.
d. Jackek: PVC with manufacturer's identification.
e. UL1685 listed for underground w�t locafion use.
2.07 �ONaN'IURlICA'Ti��1 CA��E5
A. CableS far Ethernet and RS485 shall be rated and shall be:
1. Category 5e abave Grade shiefded Cable:
a. Conductors: Faur bonded pair #24 AWG capper.
b. Insulation; Poiyolefin.
c, Shield: 10Q°fo al�minum #oil polyQster tape with drain wire.
d. Jack�t: I�VC with 600-volt rated and manufacturer's idontification.
e. 11L2144% and UL�666 list�d for indaor and dry locations use.
2. Category 5e above Grade un-s�ielded Cable;
a- Conductors: �our banded pair #24 AWG copper.
b. Insulatian: F�alyolefin. �
c. Jacket: pVC with 300-volt rated and manufacturer's identification.
d. NEC CIVIR.
e. UL1666 list�d for indflor �nd dry locatipns use,
3. Category 6�bo�e Grade shielded Cable:
a. Conductors: Four bonded pair #23 AWG copper.
b, Insulatian: �olypropylene,
�, Shield: 10D% aluminum foil polyester tape with drair� wire.
d. Jacket: PVC witf� 60Q-volt rated and manufact�rer's identification.
e, Transmission Standards: Category �- TIA 56$.C,2,
f. N�C CMR,
g. Flame Test Methad: U�1666 Verticaf Riser listed for indoor and dry
locations use.
4. Category fi abov� Grade un-shielded Cable:
a. Canductors: Four f�onded pair #23 AWG copper.
Low-Voltage Wires and Ca��es
25_05 19-4 i03127 July 6, 2023 - CONFORMEp
p�vllCardlorpocumenlslTK�Fc�rt 1Norlhi+�DpA52-p000D�fU4 Des�yn�04 Specs�Guplatx6_�5_18 [Conformetl)
b. Insufation: Pokyalefin.
c. Jacket: PVC with 3�U-volt rated and manufac�urer's identificakion.
d. Transmissian Standards: Ca#egory 6- TlA 568.C.2.
e, Nominal Velocity af Prapagatian: 72%,
f, Flame T�st fViethod; UL1666 Vertical Riser listed for indaor and dry
locatians use.
5. Category 5e 4aelow G�ade shielded Cable:
a. Conductors: �our paEr #24 AWG capper.
b. Insuiaiion: Polyolefin.
c. Shield: 'f DO% aluminum foii p��lyester tape with drain wire.
d. Jacket: LLPE (Lin�ar L�w-Density Polyethylene) with 3q0-volt ra4ed and
manufacturer's identificatian.
e, Misc.: �l�MA WC-6�.1, Vist�d for autdpor and wet locations use.
f, Water Blocking compound and listed far direct bury applicatians.
6. Categary 5e belaw �rade unshielded Cable:
a, Conductors: Four pair #24 AWG copper.
b. Insulatian: Polyolefin.
c. JacEcet: LLPE (Linear Low-Density PolyetY�ylene) wiih 300-valt rated and
manufacturer's identification.
d. Misc.: NEMA WG63.'f, Vist�d #or outdaor and wet locations use.
e. T�fA-568-C.2 Category 5e compliance.
f. Water �loc�cing compaund and fisted for direct bury applications.
T. Category 6 below Grad� Cable:
a. Canductors: 4 pair 23AWG copper.
b. Insulatian: Palyolefin.
c, Sh�el�: 10a percent aluminum foii polyester tape with drair� wire.
d. Jacket: Pafyethylene with 30U vol#s rated and manuf�cturer's
iden#ification.
e, IIl�isc,. Ggi #illed arid N�MA WC-63.1, listed for outdoor and wot locations
U5�.
8. 4�5 Communications Cable:
a. Gonductars: One pair #24 AWG capp�r.
b. Insuiation: �'olyetk�ykehe.
c. Shield: � OOa/o aluminum foil polyester tape with copper drain wire.
d. Jacket: PVC with 300-voit rated anc3 manufacturer's identification.
e. Misc.: UL2919 lisied for indoar and dry locakions use.
F3. Color code fnr Ethernek communi�ations cables shaii be as follows.
1. Green — Phone ! Data.
2, Red �- �IR� Alarm.
3, �iue — SCADA.
aA8 T�I�N91Pd�il��! t��i�RIA� ,
A. F'ower Conductars: Provide termination materials of conductc�rs at equipmank as
spe�ified in the relevant equipment Section.
l�ow-Voltage Wires and Cables ry031�� July 8, 24Z3 - CONFORMED
26 05_19-5
p�rACaia� ���Dacurnen�qlTXfFpd YJof1Iv240d5�-0O�OD9��4 Oeslr�nbd SpecSfGupfaJ�S 05_19 i��faome4)
0, Car�trol and Insfrumentatian Conductors (including graphie panel, aFarm, law- and
high-fevel signals);
1. Pro�ide �}IN-rail one••piece molded plastic bloeks with fubular-clamp-screw
type, with end 6arriers, dual side terminal block numbers and termir�al group
identi�ers rnounted termina� �locks for the tetmination of connectors,
2. P�rovide terr�ninal blocEts rated far a maxirnutn of 2#14 stranded conductors
with the color of terminals in cornpliat�ce with NFPA 7'3.
C. Motar Condu�tars:
1. Pravide rir�g typ� compression terminations on the motor leads and s�cured
with bolt, nut and spring washer for motor connections with conductars #12
AWG up to #6 AWG.
2. Insulate connections with -30°C rubber insulated, haif lap, and two layers
minirnum �f 5cotch 33 or equal �inyl tape,
3. Pro�ide motor terminations for conductars #8 AWG and larger in aceordance
with paragraph "Lugs and Conne�tors" belaw,
4. Provide motor terminals enclosures with �us an� NEPviA one-hole ar tw�-hole
pads to accommodate the conductar t�rminals specified horein far motars
provided �n this project per specificatiort 26 05 5A,
D. l�ugs and Connectors:
�. Frovide all lugs and connectors m�eting th� fallowing �equirem�nts:
a. "T"in piated copper.
b. Crimped type, installed with standard lndustry tooiir�g.
c, Provide lugs and connectors rnatching #he wire size used and clearly
ir�entified and color cadec! on the connector.
d. Provide alf connections made for stranded wire and when instalied made
electricafly and rnechanically secured.
e. f'ravide lugs and connectors with a current carrying capacity equal ko the
conductars for which they are rated and mee#ing UL A�8� requirements for
75°C.
f. Provide ring torminal lugs for #14 AWG up ta #6 AWG,
g. Termi�ate cor�ductors #4 AWG and larger with two-hoie long barrel lugs
with N�MA spacing.
h. Nrovide all lugs with closed end construction to exclur�e moisture
migration into the cai�le conductor.
2.09 SPLICE {��,,T�RIALS
A. Power Cond�+ctors:
1• lnstall circuits from terminal to terminal, without splicing, except where splicing
is shown on the Drawings. No other splicing is permitted,
2• Splicing is permilted in circuits frnm panelbaards whose �alfage to ground
does not exceed 150 vofts. For wir�s sizes #8 AWG and smallsr, provide calor
coded wire nuts, with metal inseris, 3M or fdeaf, rubber insulated wifh half iap
and two layers minimum of Scotch 33 kapo.
3. Splicing is perrr�itted in circui#s with �oltages up to 300 volts to graund only as
speci�caily shown ar noted on the drawings, �or wires greaker #han #8 AWG,
provide a heat shrink insufated, cofor-coded, die-crimped splice �ug, T&B
54XKX, or equal, rubber ins�ufated, wifh half I�p and two layers minimum af
Scotch 33 tape.
LoW-Valfage Vllires and C�blss
26_R5 19-6 f�3'i2i July 6, 2f123 - CQNFORiVIED
p�v:NCaroaiorpacumenly�TKlForl WorIh�2DA.q52-000(100+04 4esign104 Spec�rGupla126_d5_19 (Coniarmed�
�. Controi and Instrumentatian Conductors (inc�uding graphic panel, alarm, law- and
high-level signals}:
1. Na splicing o# cantrol and instrumentatian conductors is permitted.
�.10 1AOAI�L ,�i�� �E�pBR �L�� ����11[VG S�dLS
A. Sea1 wall and floor slab op�nings with "FLAME-SAFE" as manufactured by the
Thomas 8c Betts Corp. or equal.
�.'99 Vidl�� �;,fV� CAf�l�� 7A��
A. tJse ihe tagging formats fiar wire and cable as shown ar� the Drawings. WF�ere
madiflcations ar additions are rr�ade t� existi�g wire and cable runs, replace existing
tags with new modified tags.
B. Provide heat shrink type Raychem TMS-SCE or approved equal with the kag
numb�rs typed with an indelible marking process, a minimum af 1!8-inch Yn h�igrt,
for wire tags for wire six.es, #2 AWG an� sma�ler. Handwritten tags shall not be
acce�table. Where ends are nat ava9kable, a#tach ca�le tags with nylan tie cord.
C. Provide thermaNy printed palyethy�ene type t�gs, �rady TLS 2�00 or approved
egual, attached wifh nylon zip ties appiied in accordance with the manufacturer's
insiructions for wires larger than #2 AW� and for all cabl�s.
Q. Tags relying on adhesives or tap�d-on markers are nat acceptable.
E. Tagging s�all be provided in accordance wi#h the execution portion ofi these
Specificati4ns.
2.1� 1�If�� G�L�� ��d�
A. Color cade aH wire or code wire using electrical tape in sizes #8 or greater, where
coiored insulation is not avaifable. Where iape is used as the identif�cation system,
apply colar cnde tape in all junction boxes, manhales and other accessible
intermediate facations as well as at each termination.
B. The failawing coding shal! be us�d:
SVstem rNire Color
1-Phase, 3 Wlre Phase A ����k
Phase B Blue
Neutrai White
208Yli 20, V�Its Phase A g�aC�
3-�'hase, 4 Wire Phase � �e�
Phase C �j�+�
Neutral White
l.ow-Va1lage Wires and Cahles 103127 Jufy 6, 2023 - GONF�RMED
26�05_19-7
p,�,f+Caraflp+pocumenlsn%+Fo�ll�o�th+204452-0040DOt04 Des�qnl6� Specs+Gup1aF26 95_19 (Contarmedj
480/�77, Vafts
3-Phase, 4 Wire
Phase A 8rown
Phase B �range
Phase C Y�ilow
Neutral Gray/Whike with one
or mare cfllored
stripes
2.�3 �A�L� rd� ��L��t C���
A. Provide cable tags which ara white with black printing,
F'�,�i 3 �X���Ti��V
3.4� t3�P��9�A�
A. Gonstruction Sequence:
'I. No cor�duckor shal! be instailed between outlet points, junctio� points ar
�plicing points, until raceway sectior�s have been compfeted, and raceway
covers are installed for protect�on of conductors from clamage or exposure to
fhe elements.
2. Any conductor i�stalled i� an incomplete raceway system shall be remaved
frorr� #h� raceway system an� from project siie.
3, R c�mplete inspection af such raceway sectiQr�s shall be completed before
n�w cand�ctors are installed.
�. Completely swab raceway system befnre instaNing cor�ductors. Da nat use
cloaning agants and lubricants which have a dol�terious effaci an the
conductors or th�ir insulatian.
5. InstaN ali canductors into a r�ceway at one time, using wire pulling lubricant as
needed ta protect the wire,
B. Installation of wire �nd cable:
�. U�e kension-monitaring equipmer�t for all installatFon intn raceways except for
hand-pulled w�res or cabfes.
2. Using w�nches, �ehicles or any other mechanical devlces na# intended for the
�nstaAation of wire ar cabfes wire arad cabfes is pro�ibiied.
3. The use of pulling tension monitoring equipment far the installatifln af wire or
cable puffed in using mechanical means is mandatory.
�4. 5ubmif pulling tensian records for each wire v� eable pull done using
mechanical means monitored by pulling tension equipment.
�. Conductors found to have b�en instaJled �asing mechanicaf ineans without
t�nsion—monitoring:
a. Immediat�ly remaved frorn the raceways.
b. Perman�ntiy identified as rejected material.
c. Rernoved fram the jobsite.
d. New conductors and cabfes shall be provided reinst�!l�d, tagged,
termir�ated, tested ar�d ra�eways reseale�.
e. Retesf �ssociated power andfor control systems, if previously tested.
f, Na change in #he Contract Price or Schedule aiiowed.
6. Do not exceed cable manufackurer's recomrnendations for maximum p�lling
tensions and minirr�um bending radFi, Cables,
Low-V�Itage Wires and Cables
26 0� 19-8 i03127
�nV:�+Cardlo�Do�iimenls�f %�Fuit 4NodhviDa452-400GOOlQ4 R�s�ynaOA SpBcsrGu�la128_05_ f 9{Cnnf4rmetll
July 6, 2023 - COt�FORPuIED
7. �1se only UL listed compaund compatible with the cable auter jacket and with
the �aceway invaVved.
S. Tighten all screws and terminai bolts u�ing torque type wrenches andlar
drivers fo tighien to the inch-pound requirements of the N�C and U�..
9. Single �onductors and cables in manholQs, hand hol�s, �aults, cabie trays,
and other indicated loeatinns:
a. Wrapped kogether with arc and fireproofing tapes where specified.
b. If not arc and �ireproof wrapped, burrdle throughout their exposed I�ngth
wEth nyion, self-locking, releasable, cabke ties placed at intervafs not
exceeding four inches an centers.
C. Wire and cable instaNed in cable trays shalf be tJL Listed as Type TC, for cable tray
use if any portian of their length is ro[ated thr�ugh a cable tray.
D. Remove and replace instalfed wir� if any of the f�llowing canditions exist:
1. Not been appraved.
2., Nas not been stared in accardance with the specifications.
3, Does not pass specified �el� tests.
�. Has been damaged.
5. Was not installed using pullir�g tension monitoring equipment as specifi�d.
S. No change in the Coniract Priee or Schedule wil! be allowed.
3.4� C�l��liCi��� �004 V�l�'TS �aP�� �3�Lal�
A. Pravide canductor sizes indfcated on Drawings, as � minimum.
B. Use crimp connectors an ail strar�ded conductors.
C. Soldered mechanicai jalnts 9nsulated with tape are r�ot acceptable.
�. Insta!lation of wires and cables in cabinets and panels:
1. Arrange wiring neatly c�at to praper fength.
2. Remove surplus wire unless noted otherwise.
3. Bridls ar bundle and secure condt�ctors in a manner accepfiable to the
�ngineerlOwner.
4. Identify aA eircuits entering motor control c�nters and all other cantrol
enclvsures in accordance w�th kh� canductor identification system spoci�ed
herein.
E. Y€rmir�at� control and instrumentation wiring with methods eonsistent with t�rminals
pravide�, and in aecordance with terminaE manufacturer's instructians.
F. Attach compression lugs, larger thart #6 AWG, with a toQ! speci�cally design�d for
thak purpose which provides a complete, contralled crimp where the tooi will not
release untif the crimp is complete. Use of pller type crimpers is not acceptable.
G. Gap spere conductors �nd canductars not terminated with the UL listed end caps.
H. RemQve all burrs, chamfer aif edges, and install bushings and pratective strips af
insul�#ing rnateriai to protect the conductors passing through holes or c�ver edges in
sheet metai er�closure�.
Low-Voltage Wires and Cables ���� 27 July 6, 2023 - GONFORMED
26_05_19-9
p����,rlCaralolQocu�nenlsfTXiFpitlNo�lro'100A52-OS10flOd�Od Oesign�0� SpeCs+Guple!'26_PS_19{Confvrmed}
f. Spare wires or ca�fes terminated �y others;
1, Provide at le�st 6 feet of slack for spare cables or wires in freestanding panels
for all conductors whicf� are ta be ferminated by p#hers.
�. f'ra�ide at least two feet of slaek for spare cables or wires in nther assemblies
for afl conductors which arQ to b� t�rminatod by others,
3. Provide additianal conductor length in aray assembly whera it is oEavious tha#
rnore cor�rductor will be need�d to reach lhe termination point.
J. Conducior installation:
1. Do nn# combine p�wer canductors in the same raceway unless shnwn on
Drawings.
2. Do not ir�stall signal conduators carrying voltages less th�n 120 valts AC in the
s�me raceway or junction box ar wlreway as conductors carrying higher
voitages regardEess of the insulation rating of the conductors.
3, Da not share �eu#rals on branch circuiks.
3.@3 �ROUh��11P�G
A, Pravide a green wire equi�ment graunc�ing conductor in al) raceways whether #he
a-acoway is metallic or not.
B. A ground conductnr is required to be provided in accordance with fhe N�C and
specification 26 05 26 in ail condu�its, rnotors, cabinats, autlets, and other equipment
�nclosures congaing any electrical devices or eq�ipment.
C. Install ground wires exposed to mechanioal damage in SCH SO PVC conduit.
D. Provide cannectio�s to ground rods using exothermic welds equal to the Cadweid
process in �ecordartce wi#h Section 26_05_26 Groundirtg and Banding System,
3.Q� i��f±J91N►�TI(]f�S �4P�� S��.IC�:�
A. Splices of wire and cable are nat permitted, exc�pt where speciflcally approved by
#h� Owner/Engineer in wri#ing, or as shown on the Drawings.
B. Power cvnductars:
1. Pro�ide terminations with connec#ors as specified.
2. Make splicas, whore speci�cally allowed as stated above, in a Terminatian
Cabinet (TCj.
3. Pro�id� termination cabinets as follows:
a. Provid� terminal blocks mo�nted to a back panel inside the termination
cabinst.to terminate ring terminaf lugs for #14 AWG up to #6 AWG.
Prav�de a terminal for each conductor. Doubfe lugging is noi permitted.
b. Provide terminatians for conductors ##4 AWG and larger with two-hoJe (ong
barrel �ugs with NEMA spacing as specified. Provide tin-plaked bus bars
drilled to accept N�MA tw�-hole lugs installet! wi#� stand-ofF irtsulators
mounted on a back panel inside the terminal c�bin�t. Pro�ide pads dril[�d
into the bus bars to ac�ept each conduetor entering the cabirret.
C. Contral Conductors:
1, Splices of control conduetars wil! not be permitied between terminal painfs,
Low-Vollage Wires and Cables
�� �� 1g��� 103127 July 6. 2A23 - CONFOaMED
p�+"!lCaip�iolapcpme�+lslT%IFart YJor�f�}p452-0I1�ROOfpd Design104 Specs+Gu�1af26_05_1Q (Contormeci)
2. Malce terminations with appraved terminals as specified.
D. Instrumentation Sig�al Conductors (inekuding graphic panel, alarm, low- and high-
Ie�el signals):
1. Spliees of Instrumentation conductors will not be permitted between terminal
paints,
2. Make terminations with conn€ctors as speci�ed.
3, i�erminate each shield of pair shi�lded, and triad shielded an terminaV strips.
4. Provide dedicated terminal block to every conductor including shields.
5. Double l�gging terminations is nat acce�table.
3.0� 9Ri��4�U[4�E�E'�A�I@PE CA�L��
A. Installatfon:
�t. Install instrumentatlan cables in raceways as specif[ed.
2. Unless specifiically shown an the f�rawings, install ali ir�strumentati�n circuits
as sir�gEe shielded twisted pair cables or single shield�d twisted triads.
3. Circuits b� made up usir�g conductors from different pairs or triads is
prvhibited in aN cases. Pr�vide triads wherever three wire circuits are required.
�. instaH shifllded instrum�ntation wire, coaxial cablo, daia highway cable,
discrete IIO, multiple conductor Cable, and fiber optic cables without splices
between instruments, terminal box�s, or p�nefs.
5. insure th�t the cable shieVd is electrically continuous for the entire I�ngth of the
circuik.
6. Ground shields a# the PLCIRTU.
B. Terminakions:
1. Provide terminal blacks at all instrument cable junction boxes. Identify and tag
alf circuits ai each }unctibn.
2. Provide terminal blocks for inter-connecting s�ield drain wires at af! j�tnctian
boxes.
3, Provide each signal conductor with its own terminal black.
4. �'ro�ide individual circuit shields witi� its own block.
5, Double lugging of fi�ld �onductvrs i� not aceeptable.
C. Shield wires:
1, Wrap and tape shield wires at �he tran�mitter �nd of kh� signal run.
2. Bef�re ierrr�inat9on, peel back the outer sheath, leaving the shield intact.
3. Wrap the drain wire around the canductors, leaving approximately two �ncl�es
expased.
4. Wrap the drain wire with two layers of Scotch 33 tape,
3.Q6 �IRE T�C�IhI('s
A. Tag a1l wiring at alf term�natian points and at aIl major access points in the electricaf
raceways.
1, A terminatior� point is defined as any point orjunction where a wire or cable is
physically connected, incluciing termi�al blacks and device terrninals,
2. A major access paint ko a raceway is defined as any enclosur� box candulet or
space designed for wire or cable pulling or inspection and includes pul! boxes,
manholes, and junction boxes,
tow-Voltage Wires and Cabfes
26 05 19-11 1�3127 July S, 2023 - COl�JFOFiMED
p�v �IC,��cAa�aocumenEs�fKtFpriWosUv'�00�52•0000007Q4 Ues�gnl04 Spec�Gu�lal26_45_19 {Conformedj
B. Provide wire tags showing both originatian and d�stination inforrnation ta a�low for a
wire or cable to be traced irom point in the �eld.
C. Show inform�tion �regar�ing its originat�an in parenthesis.
D, Tag both the individua! conductars and the overall cable in multiconductor cables.
E. Cnnductors tt�at ar� part of a multiconductor cable shall refer�r�ce th� cabie
identifrcation number that they are a part af, as well as a uniqua cortductor number
withFr� the cable.
3.07 ����,� 7dC�CIA1�
A. Tag al! cables at alf terrriination points and at all major access pair�ts in the electrical
tac�ways as de�ned in the wire fag section of this Sp�cification.
g. Instalf cable tags where t�te cabl� enters and leaves eacf� access point (e.g.,
junctian bax, manhoie, etc.].
C. In cases of limited access space, a single tag may be used that shaws bqth
equipmeni tag ariginatiar► and des#inatian.
l�. In the case where the jacket is strip}��d for terminatiorts, install the tag at the end of
#he jacket.
3.0� �2i4C�VId�aY ��ALI�1C
A, S�al rac�ways eniering junction bax�s or control pan@Is containing �lectrical or
inskrurnentation equipment with 3M 1000NS Watertight 5ealant or appro��t! equal,
B, Yhe s�aling r�quiremant applies t� all rac�ways in tt�e conduit system.
�.�s �r��� ���r�
A. Conductors under 600 vofts:
1. Pertorm insulatian resistance testing of all power circui#s below 10pQ �fllts with
a 10Q0-�olt m�gger, In accordance with the recomrnendatior�s of the vuire
manufacturer.
?. Test report:
�• Prep�re a written test report of the r�sults ar�d submit to the
Ownerl�ngineer prior to final inspectian,
b. �rovide a writtert description of the m�gger testing pracedure that will be
used for testing and the model and type of inegger tester thai wilf ba used.
lnclude this description in the wire artd cable submittal.
3. Niinimum acceptable vaiue for insulation resistance is 1�p megohms. Lower
val�es shall be acc�ptable only by the Ownerl�ngineer's specific written
approval.
4. Disconnect equipmen# that might be darnag�d by this test. Perform test$ with
a!1 other equipment cannected io the circuit.
L.ow-VQltage Wires and Capl�s
26 05 19-12 103127 July B, 2p23 - CONFOf�MED
p�+"NCardW�O�oCumen�5lTXrFort YJprIh�20p452-Oq�QpplU4 QES3gnf04 SpeosfGu�12f26_OS_I9 {Cnilformed)
B. Tests:
1. After instrumen#ation cable inskallat9an and conductor termination by the
instrumentation and control suppfier, per�orm tests to ensu�e that
ins#rumentation cable shields are isolated fram ground, except at the
grounding point fn the instrumvntatia� control paneL
2. Remove all improp�r grounds.
EN� �F SECTION
Law-Vollage Wires and Cables i4���� �y��y �, 2pz� _ Gp�FpRMED
26_�5_19-'I 3
p,�•P�Cerdla+R3ttlmanls�TX�Fpit t'Jorih�204452-0990D�104 Des�gntD+� Spac5,rGupfa�'2G_05_19 (Contnnned�
��CT'I�N 26_��_2��
�s��UFoJ�IPlfa di�� �C�R��IiV� SY�T��IC
�ARi 1 {a�R1���L
'i.Q1 ����� �� idVt)R�
A. Furnish all labor, materials, equipment, and incid�ntals required to install a
campleta Grounding and Bonding System, in strict acco�dance with Article 2�0 of
fhe National Elecfirical Cod� (N�C), and as shawn on the C?rawings and spvcified
3�erein.
B. The system shall irtclude ground wires, grounti rorls, exothermic connections,
mecfi�anical cannectors, structura� steel connections, all as shown on the Drawings,
and as specified herein, to provide a bonding ta earth ground af a�� metalfic
materials likely ta became energ9zed.
1.0� R�L�i�'� �d4d�E�K
A, Refer to �ivision 26 a0_OQ and the Contracf Drawings, fnr related worl� and
electrical coordination requir�ments.
1.a3 �U�lV�I�,�LS
A. 5ubmittals shall be mad� an accardanco with the requir�manks of Di�isior� 1,
Sectinn 26 00 00, th� Contract Documents and as speci�ed herein tY►e faHawin�:
'�, The manufacturers' names and producl designation or catalog numbers for the
types of materEals sp�cified ar shown on ihe Qra�r+�ings.
2. Cut sheets for each indEviduai item shali be submitted.
3. AIE cut sheets shaU be c�early mar�ted to indicate which praducts are being
submitted for use on this project.
4. Unmarked cut sheeks will cause t�e submittal to be re�ected and returned for
revis�on.
E3. All shop drawing su�mittais and ail a&M submittals shall be su�mitted in
accordance with the requirements {isted in L7ivision 1. Na change in Gontrac# Price
or Scheduie wili be aklowed fior delays du� to unacceptable submittals.
C. Submittals shall alsa contai� informatinn on related equipment to be furnished
under this Specificatian. Incompleke submittals not containing the required
information on the related equipment wiH also be retumed withaut review.
D. Submit tn the Ownerl�ngineer, shop drawings and product data, for the foliowing:
1. Grounding electrodes and concfucfors.
2. Ground9ng conduit hubs.
3. Waterpipe ground clamps.
4. Buried grounding connections.
5. Compression lugs.
Graunding and Bonding 5ysiem 103127 July 6, 2023 - GOIVFOF2MED
26_05_26-1
p,�;7+CarWWlQocumenlsRXl�pu Ydu�l>v`290d52-1"�OOD0�04 Des'�gn+04 Spsas�Gup1af26_U5_2& (Contorn�e4)
�. �x�thermic bonding system.
7. Testirrg;
a, Submit all testing equipme+�t proposed far use.
b. Provicfe soil resistivity measurements for each structure having a
counterpaiso grounding systEm and for each structure ha�ir�g a lighting
protection sysfern speeified ar shown to be installed prior to installir�g ar�y
grounding.
c. Provide grounding system resistance ta e�rth measuremerrts of the
completed grounding systems at each separate structure wh�re
grounding wefls a�e present, at each structure if no gro�nding wells are
pres�nt, and at each pad moun#ed equipment locakion remate from main
structures.
1.0� R���R�FdC� GA��5 �NE� SY,�41V��R��
n, Ali products and compon�nts shown on the �rawings and listed in this specificatian
shall be designed and manufactured according t� lat�st revision of the fQilowing
standards (unless otherwise no#ed);
�• NFPA 70 — National Electrical Code (N�G).
2. UL 467-2�07 --Grounding and Bor�dir�g Equipment.
3. fJFPA 70� — Standard for Eleetrical Safety in the Workplac�.
�. Afl equipment compon�nts and �ompleted assemblies specified ir� t�is Section of
the Speci�cations shall k�ear the appropriake label of Underwriters Laboratories.
1.05 C�Ui4LI7Y �oSSUFt��1.1��
A. The manufacturer of these materials shall hawe �roduced similar electrical materials
and equipment for a minlmum period nf five years. Wher, requested by #he
OwnerlEngineer, an acceptabl� list of instaflations with s�milar equipmeni shall be
�arovided demanstrating compliance with this requirement.
9.06 J9BSIi� ��LIV�RY, ST�RIae�� AN� ��►i�DLIPd�
A. Prior to jobsite delivery, complete all submittal requirements, and present to the
OwnerlEngina�r prior to delivery of the �quiprn€nt, an approvod copy af afl such
submittals, Delivary of incamplete co�structed equipment, ansit� factory work, or
failed factory tests will not be permitted.
B. Protect equipmenf during shiprr�ent, handling, and storage by suitable complefe
enclasures. F�'rotect equipment from exposure to the eiements and keep thoroughfy
dry.
1.Q7 ��aRRr4{ViY
A. Provide wafranties, including the man�facturer's warrantee, for the equipment
spe�iffed and the proper lnstallatlon #hereof, fo be free fram defects in rnateriai and
worlcmanship for two years from date of final acceptance of th� equipment and its
installation. Within such period ot warranty, all materiaP and I�bar necessary tp
return the equipment to new operating condikion shail be provided. Any warranty
Grounding and Boriding System
26 05 26-2 103127 July 6, 2QZ3 - CONFORMEL]
p�v�NCardb+L�ocunienL�rT)(rForl WorIh1�OD452-QUdEl�OrO� Des�ynrQq Speca+Gup1�178_R5_26 {Cunfar�r�esJj
wark requiring shipping or iransporting af the equipment shall be provided at no
expense ta the 4wner.
����r a ��o�uc�s
a.o� r��e����v�
A. Provido raceway systems as specified under Section 26_05_33.
B. Pra�idQ equipment grounding co�ductors in all raceways, COf1C{UI�S &f1C� (iUCtS SIZ@CI
in accordance with the NEC. Minimum sizes shall be #1 � AWG unless otherwise
indicated an ihe drawings.
�.�2 �diVdU�T�R�
A, Provide canductors as specifi�d under Seckion 2Fi_p5_19•
B. ProvEde capper XHHW-2 insulated grounding conductors with green insulation
where available fram the wire manufa�turers or mar4ced with green tape as specified
under26_05�19,
C. Pravide bare copper grounding electrode conduckars where direct buried or
encased in cancrete.
�.a� ���v����� ����������
A. Provide ground rods 3l�4-inch in diameter and 10-foot jn I�ngt� (minimumj unloss
otherwise specified or shown or� the drawings. �'rovide cn�per clad steel ground
rods ma�ufactured meQting the requirements of l�L �6T. The minimum copper
thic{cn�ss shafl be 14 mils.
B. Il�anufacturers #or ground �ods
9, ERICO.
2. Copperweld.
3, Appraved equal.
2.0� COR�F��CiORS AW� CON�N�CiIOi�S
A. Provide waterpipe ground cfamps, and other grour�d clamps where specified, made
of cast bronze.
B, Provide the correct size for the pipe,
C. 11�anufactu�et's:
1. Thomas & Betts Co. Cat. JPT.
2. Burndy.
3. 0.�. Gedney Ca.
4. Cooper Power Systems.
5. Erico.
6. Harger.
7. Approved equal.
Grounding and Sonding Systein 143127 July 6, 2Q23 - COIVFORRIIED
26 05_26-3
p�v:rrCaiWb+�acurne��IsITX+ForlY�o�U�+�ODd52•00�➢UDdr04 QeS�gn�D45�ecsiGup1a126_Q�_2fi{Gonfo�me4y
D, Provide ex�thermic weld conneetions for al! conc�aled grounding sys#em
can�ections unless atherwise spe�ifed,
1. Manufac#urers:
a. T&B Furs�weid SC�ft1.
b. Burndy Ther�noweld.
c, Cadweld.
d. Approved equal.
2. �xatherrrric welded connect�ons shall be used in exposed locat�ons as
speci�ied herefn.
E. I�rovide a Burndy Hygrour�tf frreversi�le Campression 5ystem ar equal in areas
where the Owner's operations pre�ent the use of an exotherrr�ic welded connection.
9. The use of a compression system ground connectian is otherwise prohibifed
without written approval on a case-by�case basis from the Qwner or �ngir�eer.
2. Permissian s�all be submitted through the RFI proc�ss.
3. Compressian cot�nectars installed withou# permission shaB be r�moved and
�epiaced with exokhermic weld con�ections wit� na change in the Contract
€�rico or change in thQ Contract 5chadule allowed.
F. all grounding cannections which wauld require exothermic welding in a Class 1
Divisic�n 1 Area as d�termined by NFPA a20, or the EngineQr, or the NEC Authority
Having Jurisdiction shall use a Burndy Hygrour�� Erre��rsible Compr�ssian System,
or equal.
F�d�tT 3 �X�CU'�IOPI
3.�'� �f��TA�,LATIOP,�
A. Ro�te exposed grounding electrnde cpnductors in rigid aluminum condults to
�roteci the C�nductors from damage.
1. The rigid conduiks shall be aluminum or PVC-coated alUminum conduits as
specified in 26 q5 33.
2. �ond the pro#ecting conduits to the grounding efectrode conductors at bo#h
ends.
B. Water pipe grounding c�nnections shall not be painted. Disass�rnble, replace, and
recann�ct painted connec#ians.
C. Install ah equipm�ni groundin� conduc#or in raceways whether #he raceway is
metafHe or not far the power, contraf, and instrumentation systems.
1. Graunding conductors shall be ir�dependent conductors and shall be separate
from all shieid drain wires.
2. Bond all conduits, motors, capinets, ou�tlets, and other equiprr3ent in
accorda�ce with NEC requirements.
3, Where graund wire is expased ta mechanica! damage, install wire in rigid
aluminum conduit.
D. In new constructian, bond each 3�uilding calumn to the ground'mg electrode
coun#erpoise system whether nor not specificall� shawn on the Drawings using
grounding electrode conductors.
Grounding and Bonding 5ystem
26 05 2E-4 1D3i27 July 6, 2023 - CONFORUIE�
p�HJtCardlo+Dacurnenls�7'X�Furt ��Iar�p4S2-�004QQlOq Oeslgn}Q4 Speas��up1aP16_Q5_26 {Cunfprmecl}
1. E3ond grounding electrode conductars rising from the counterpoise to band ta a
column u�ing an insulated conducior the same size as the conductors used tv
fiorm th� counterpoise.
�. Route exposed grounding electrode eonductors in rigi� canduit as speci#ied in
Seckion 2FiW05�19 Low-Voltag� Wires and Cables.
3. Bond metallic conduits as speci�ed.
4. �xothermic welds are acceptable in non-classified areas if approved by khe
Struciu�al �ngineer.
E. 1"erminate all metal candults stubbed into any enclosure containing electrical
equipment or d�vices with insuiated ground�ng bushings and connected to the
enciosure ground bus.
�. Bond �oxes mounted belaw the electrinal enclosure to the enclasure graund
bus.
2. Size #he graunding wire in accardan�� with NFC '�able 2.�0.122, except that �
minimum #12. AW(� st�all be used.
F. Pro�ide bonding jumpers far liquid tight flexible metal conduit in sizes �-412-inch and
karger. Install bonding jumpars �xternally an�! parallol (nat spiralad) to the liquid tight
flexible cc�nduit and fasten with piastic tie wraps.
G. Ground trar�sforr�er neutrals to the nearest available grounding eiectrode with a
conductor slzed as shov+rn with a minimum size in accordanc� with N�C Article
250_66.
H. Pro�ide p�wer system grounding elecirodes (gro�nd rods) na closer than twice the
length of the gr�und rod.
I. Ground and band aU aq�ipment enciosures, motar and transformer frames, conduits
$ystetr�s, calale tray, cable armor, expased structura! steel and all other equipmer�t
and materials required to �e gro�nded and bonded in acanrdance with the N�C.
,1. Seal expased con�ectio�s between different metals witt� no-oxide paint, Grade A or
equal.
K. Lay a!I undErground grounding condu�tors' sl�ck and, whera exposod ta
maehanica! injury, �rotect by pipes vr other substantial guards.
1, If guards are iran pipe, ar other magnetic material, el�ctricaAy canneet
conductors ko �oth ends of tFre g�ard.
2. Mak� connectsons as sp�cified herein.
L. Ensure good ground continuity between the conduit sy�tem and equipment frames
and enclosures. Where necessary or as required by the NEC, provide bonding
jumper cond�ctars.
M. Ground all grnunding ty�e receptacles to the outlet baxes wikh a minimum,
#12 AWG XHHVN-2 stranded green conductor, cannected to the ground terrninal of
the receptacle, and banded to the outlet bax by means af a green colored graunding
screw.
GrouncEing and Bonding 5yslem
26 05 26-5 103127 July 6. 2023 - CUiVF�RMEQ
�v:17Cerotb+DocumenlslT%�Fuit Ydorpt+2U0452-0OOOOO+OA Des�gm'Ou Specs+Gu�taf26_05_26 (ConEnrms4y
3.0� I{��PE��1��1 �Rl� T�STlP��
A. Perform soil resistivity me�surements pr�or to the ins#all�tion of �ny grour�ding
systems and submit the resulks to the �ngineer.
1. Us� �iddle A�T4 con#ractor series instruments.
2. 5ubmit the results to the Ownorl�ngfne�r for recvrd.
B. Inspect the grounding and bonding system eanductQrs anc! conn�ctions fnr
iightness and proper instal�ation.
C. llse Biddle Uireck F�eading Earth F2esistance �'est�r or equivalent test ins#rumen# to
onsas�re the earth-to-ground resistance of each sysfem having a counterpoise
grounding system, or a lightning protection system instaqed.
1. Perform testing in accnrdance wPth test instrument manufacturer's
recamrnendations using the fall�af�patential method.
2. Submi# the results af all kests ta #he OwnerY�ngineer,
f?. Provide all test equipment under this section only as approved by the
OwnerlEngineer.
�, Submit cut sheets far all proposed test inskruments to the �ngineer for
appro►�al priar ta starting any kosting.
z. Submit the calibration records for fhe test instruments used,
E, Conduct resistance to ground testir�g anly when tests are preceded by na
�r�cipitation for a minimum of fi�e days.
�. Submi# test results in the form of a graph showing the nurnber of points
measured (92 minimum} and the numerical resistance to graund.
F. Camplete testing shall before the electrical distributior� sysisrrr is energized.
G. Pro�ide a separate test shal! for each buifding or system.
H. Perform grour�d reslstance tests after undergraund installatian and connections to
building steel and eEectrical ra�eways and equipment are �omplete.
1. Test the resistance to ground test at each ground test well.
2. Acceptable ground fests do nat exceed a maximum resistanc� of 5 ahms,
3. Whoro mnasured �aluos excead this �gure, install additional ground rads as
requirQd ta reduce tf�e resistanca to tl�e specifiod limit,
a. Pravid� tests at each ground test w�ll using a"f�ll of potQr�tial" test
m�thod.
b. Provide tests at each remot�ly pad mounted equipment location.
c. Provide tests at each skructure where no ground wells are present.
. 5ubmit the results af the ground-to-earth tests to the Owner and the Engineer.
�. Notify the Engineer immediately if the resistanc� to ground for any building or
sys#em is greater than flve ahms.
END OF S�CTIQN
Grounding and Bonding 5ystem
26 05 26-6 14�3127 July 6. 2023 - C4NFORMED
p�r;lrCerr�b�RacumentslTX�Fo�t Wo�lYd2t}p45�-pp4D00r04 Des�gn�D4 Specs�Gup[ar26_05_26 (Cont4rmedj
S��TiOf� 26_05_29
��.��iRlC1��. �UPI�ORT IiAa��1�i1�RC
�A�i 1 C�[d�R�L
�.01 ��Ol�� Ca� 1d�[4Ftfr5
A. �urnish and install eloctrical support har�ware, as shawn an the Drawings and as
specified here�n.
B. Hardware shall inciude anchor systems, adhesive anchor systems, m�tal framing
systems, and other electrical supp�rt systems, as shown on the Urawing� and
specified herein.
9.�� It�L�i�� W��14
A. Refer to Sectian 28_00_00 and the Contract arawir�gs, for retated work and
electrical coardin�tion requirements.
1.ti3 �U��AITiAL�
A. Submittals shall be made in accordance with the requ�rements of Division 1, Sectivn
�.s,�ao_oo, the Contract Documents and as specified herein the following:
1. The manufact�rers' names and praduct designation flr catalag numbers �ar the
types af materials specifieci or shown an the Drawings.
2. Cut sh�ets for each i�dividua) item shal! be subm�tted,
3. All c�t 5heets shall be clearly ma�ked to indicate which products are being
submiited for use on this project.
4. Unmarlced cut sheets will cause the suhmittal ko be rejected and returned for
reuision.
B. All shop drawing submittals and a{I O$�M submittals shall be svbmitted ir�
accordance with the requirerrzents fisted in Division 1. No change in Cdntract Prtce
or Sehec�ule will he all�wed for delays due to �nacceptable submittals.
G. Submittals shall also contain informatian an reiaked �quipment ta be furnished
�nd�r #his Specification. Ir�complete subrr�ittals not containir�g the required
information on the �elaked equipment will also be returned without review.
D. Shop Drawings:
1. Submit catafog data of all support hardware cam�onents specified under tF�is
Section, Catalog data shall show c�mp4iance with the refe�enced cvdes and
standards. All selectlons, options and exceptions shall be clearly indicated.
2. 7he submittal informatian for anchor syster�s shall contain manufacturer's
specifications and technical data as follows:
a. Acceptable base material oonditions (i.e. craciced, un-cracked concrete}.
b. Acceptable drilling methods.
E{�ctrical Support Hardware �Q3127 July 6, 2023 - CON��FtMED
26 �5_29-1
p�v ACare+�p+QacumenlsfTXlForllNo<th+2D0452-0OAi�0,04 �esEynrD4 Spec�Gupla�8_05_28 {Confaimedj
c. Acceptable bore hale conditions (dry, water saturated, water frlled, under
water).
d. Manufacturer's installatian insiructions including bore haie cle�ning
procedures and adhesive injection.
e. Cur� and gel timatablos.
f. Temporature rangas {storage, installa#ion, and in-sen+ice}.
1.a4 �t�r �R�PdC� CdD�� AM�3 �1°dlV��aRC?�
A. All products and components s�own on the �7rawings and listed in this speci�cation
shall be designed and manufactured ac�ording to latest revision of the foElowing
standarcls (un�ess o#herwise no#ed).
'I. NFPA 70 Natianal �I�ctr�cal Code �NEC�.
2. N�PA 7UE Standard for Electricai Safety in the Vllorkpiace.
3. ASTM � 488-96 (2pp3); Standard Test Method for Strength oF Anchars in
Concrete and Masonry �lements, ASTM International.
4. ASTM � 9512-93, S#and�rd Tesf Methods for Testing Bond PerFormance of
Adhesive-8onded Anchors, ASTi� Internationa�.
5. AC308; Aecaptance Criteria for Post-Instailvd Anchor� in Concrete Elernonts,
Latest revision.
�. SAE 316 Stainless Steel Grades,
B. All equipmen# components and complet�d assemblies having a UL standard
specif�ed in ti�is Secfion of ihe Speci�cations, shall bear the appropriate labe) of
Underwriters Laborataries.
�.Ov Q�I�el�ITY �4SullF�doR1��
A. The manufacturer of these materials shall have praduced similar electrical materiafs
and equipment �or a minfmum period of five years. When requested by tF�e
Owner/�ngineer, a I�st of installatRons with similar equipment shall 6e provided
demor�stra#ing compfiance with this requirement.
1.0� J��Sl�'� ��LIl��RY, �TI�Rr4C�� Ai�p F�r4R1C��iNC�
A. Prior to jobsite delivery, complQie all su�mitial r�c�uir�rm�nts, and prosent to tho
Own�rlEngineer prior to dolivery of th� equipmeni, �n approved copy af all such
submiftals. Deli�ery of equipment not campletely constructed, onsite factory work,
or failec! fae#ary tes#s wilf not b� p�rmitted.
B. Materials shafl be handled and stored in accardance with manufacturer's
snstructions.
C. Adhes�ve Anchor Systems:
'I. Deliver ma#erials undamaged in Marrufacturer's clearly labefed, unopened
cantainers, identified with brand, type, and 1CGES Evaluation Repdrt number.
2. Caordinate defi�ery of materi�ls with schedul�d ir�staNation date, minimizir�g
storage time at job site.
3. Stare materials under cover and protect tram weather a�d damage in
compliance with Manufacturer's requirements, including temperature
restrictions.
Electrical Support Hardware
26 05 29-2 103i27 July 6, 2023 - CONFORMED
p��':RCardiolQpcume��IsfT7JFort Worlh+2�0452-POOOODr04 Des�gn7A4 Spgc�+Guptafl6_d5�9 {Conformedj
q�. Comply with recommenc�ed procedures, precautions or �emedies described in
rna#eriaf safety data sheets as applicable.
5. Do nat �se damaged or expired rnaterials.
6, Storage restrictions {temperature range} and expiration date must be supplied
with product.
D. Metal Framing Systems:
'!. Materiai shail b� new and unused, wikh no signs of damage from handling.
�9 ,d7 ld4d�►f�E�AN�Y
A. I�rovEde warranties, Vnclu�ing the manufacturer`s warranty, for the equipment
specifled and the proper installation thereof, ta be free from defects i� mater�al and
workmanship for two years fram ciate of final acceptance of the equipment and its
installatian. WEthin s�ch perlod af warranty, aA materia� and labor necessary ta
return the equipment to new operating candition shaEl be pro►+ided. Any warranty
work requiring shipping �r trans�orting of the equipment shall be provided at no
expense to the �wner.
P/�F��' 2 �R��UCi�
a.0� �al�����1RS VVI��(sE ,�P��b�RIiV� �Y�T�h9�
A, Acceptable iVlanufacturers:
1. Subject to compliance witt� the Contract Docurrzents, the foilowing
Manufacturers are acceptable:
a. FilLil.
b. r�ppraved equal.
2. The listing of specific manufactur�rs above does not imply acceptance o# their
products that do not rneet the specified ratings, features and functinns.
�rlanufacturers Eisted ab�we are nat relieved from meeting these speci�cativns
in their entirety.
F�. Product Description:
1, Provide torque-controlled expansion anchors cansisting of anchor body,
�xpansion €�Ivment (wadg�s), washer and r�ut. Pro�idQ torque-c4ntrolled
expansion anchors #ar anchor sizes less than 3/8 inch.
2. Pro�ide aH parts made of 3'l6 stainlsss stael materials conforming ta SAE 31C
skandards.
3. UL 243 Rated.
a.o2 ��a�sire� �n���d��w� ��r�����
A. Acceptabie Manufacturers:
1. Suhject to compliance vuith the Contract Docurr�ents, the following
Manuiacturers are acceptable:
a. Nfl_TI.
b. Apprav�d equal.
2. The listing af specific manufacturers above does not imply accsptat�ce of their
products that do not meet the specifed ratings, features and functions,
Eleclrica� Support Hardware
26_Q5_29-� 1p�127 July B� 2023 - CONFOF2MED
�r:�lCardip�fkcumenlirTX+Faat wo�UV20D452-oUO�OD�OA Oesign+On SpessrGupfal26_45�9 S��turmed�
Manu�actur�rs listed above are r�ot reiieved from meet�ng these specifications
in their entirety.
F�. Product Qescription:
1. Pravide an anchar body with helicaf cone shaped thread an the embedded end
and standard thrnads on the �xposed end, with washer and r�ut, inserted into
Injec#ion adhesi►�e. Provid� adhesive anchors for anchor sizes 3JF3 inch and
larger.
2. Provid� all parts made of 316 stainless sieel materials cQnforming ta SA� 316
standards.
�.Q3 SYRlJT' �l�P���Y SY�Y�1�1S
A. Accept�ble Man�facturers:
1. Subject to compliance with the Contract Dacuments, the �ollowing
Manufacturers ar�e a�ceptable:
a. Tyco Unis#rut,
b, B-l.ine.
c, Super�Strut.
d. Approved aqual.
2. The listing of specific manufacturers above does not imply acceptar�ce of their
products that do nof ine�t tha speci�ied ratings, features and fur�c#ions.
Manufactur€rs list�d abovQ are not r�lieved from meeting th�se sp�cifications
in their entirety.
�3. Product 1Jescription;
1. i'VMetal fr�ming sys#em for u�e in the mounting or support of eleckrical systems,
panels �nd enclosures, and incfuding lig�ting fixture suppor#s, trapeze hangers
and condui# supports.
2. Pro�ide camponents shail eonsist of kelesc�p�ng channels, slotted back-to-
back channels, end clamps all threads and conduit clamps.
3. Minimum sizes shall be 13I16-inch through 3-114 inch,
4. �ro�idQ cvmponsnts ass�rr3bled by means of flat plate fittings, 9Q-dogree
angfe fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing-fii�ings, Post
Bases, channel nu#s, washers, efc.
5, Field welding of com�anenfs will not be permi#ted. �
6, Unless otherwise specified or shawn an the Drawings, pravide all parts made
of 31 � stainless steel material conforming to SAE 316.
7. Framing systems for chlorine and ammnnia rooms shalf be str�ctural
fiberglass.
�.0� �TAI�VL�S� TI��
A. Acceptable Manufacturers:
�. S�bject ta comp6ance with the Contract Documents, the folfawing
Manufacturers are acceptable:
a. Panduit.
b. Rhoenix Cantact.
c. Gardn�r B�nder,
d. Approv�d equ�l.
Eleclrieal Support Hardw�re
2� �� 29 4 1031z7 ,luly 6, 2023 - CONFbRMEQ
���:��Cerdio+DocumenlsfTK�Furt Vdar�tir14Pd52-OOUOOO�U4 pa„yn�04 Specs�Gupial�6_65_29 [Conro�med}
2. 7he fisting of specific manufacturers above does nat imply acceptar�ce af their
�raducts that do nat meet the specified �-atings, features and functior�s.
Manufacturers listed above are no# relieved from meeting these specificatians
in their entirety.
A. Prflduct Doscription:
1. Cable Ties fo� sscuring and supparting of filexible raceway and conductors.
2. Self-locking mechanism.
3. Provide cable iies made af 304 S#ainless Steei unless otherwise directed as
shawn on the drawings.
f�. Lacations for Use:
1. Pra�ide stainl�ss steel cable ties in any damp or wet environment, 9n all
process areas whether indoors or outdoors, and in al1 outdoo� lacatio�s.
F'�Fi� 3 ��C�C�ITI�I�
3A� �Eid�Ri4L
C. Insiall all equipment strictly in accardance wi#h the manufacturer's instructions end
#he Contract Drawings.
D. The locations of devices arQ shown as gvnerai on the Drawings anc� may be vari�d
within reasonable limits as to avoid any piping or other abstructian without change
in the Contract P�ice or Schedule, subject to the ap�roval of the Owner a�d
Engine€r, Coordinate the instatlation of khe devices for piping and equipmeht
clearance.
E. Atiaching eiectrical equipment or raceways to ar supporting from, sheet metal wails
is prohibited in all cases.
F. Install required safety lataels.
G. Electrical suppork channe! shalf be used to construct suppQri assemblies as shown
an the drawings.
1. Horizontal bra�es attached to concrete or CMU walls, ar structural buNding
s#eel are permitted if the space between the b�ck of ths support structures and
the attachment points are too small to permit a walk space.
2. No attachrnents to sheet metal are permitted as specified above.
3. lncorporate additional char�nel materials and/or provicie assembiies o# double
ci�annel with enough veriical and horizantal members ta from a rigid structure
wh�ther suc� additional materials or the use of double channel maferials are
shawn ar specified.
4. 5uppori structures shaN be rigid wiihout the use af chanr�els to from angle
supports between the back or frant of th� assembly and ihe ground. Angle
supports are strlctly Qrohfbited because they provide tripping �azards.
Electrical 5upporl Hardware
26 05 29-5 i �3127 July 6, 2023 - C4NF�FiMED
�rt�°dtCarollu�p�eume�+isnKrFor1 YJu�Ih�200452-p040D4�OQ De9ign�a4 SpeC�Gupta126_45_29 {Gpnfannedj
3.02 F'I��� @�ALIYY ��Rl��pL
A. InSpect inst�li�d equipment far anchoring, afignment, grat�r�ding anc! physic�l
darrrage.
B. Check tightness of a�l accessibfe elec#rica! cannectio�s. Min�mum acceptable values
are specified en r�anufactur�r's instructians.
3.03 POSi INS�'�LL�� APE�H�R �Y�i�l��
A, Prior to instaliation of the anchor sys#ems, #he hole shail be clean and dry in
accordance with the manufacturer's instruc#ions.
3.[14 C��'A�IP�G
A. Remov� all rubbish and debris from ir�side ar�d around #he ir�stallafion.
1. Remave dirt, dust, or conor�te spaiter from the interior ar�d �xterior of the
equipment using brushes, vacuum cleaner, or clean, lint free rags,
?. Do not use compressecf air.
END Q� SECTION
Eleclrfcal Support Hardware
�� �� Z��� ���127 July6,2023-CQNFORM�D
p�ti� /�Cnrd�pl�cuRieritsl7X+Fo�t 1'J�ilh+200452-b0040��0+1 O�a�y�i+pd SpE�S�Gupial28_QS�9 {Confarrcied)
����io� z�_��_��
Ft���WAY�, ��k�S� ER�C���URES, A�� �fiilF���
P�o�� 1 {��F��R�L
'l.0� �COP� O� 1fVORK
A. Furnish and install c�mplete raceway systems as shown on the Orawings and as
specified her�in,
'�. A raceway sysfem shaN canslst of materia�s design�d express4y far containing
wires and cables, including but not limited to, conduit, de�ice bodles, canduii
bodies, raceway boxes, enclasures cantaining electrical devices, cQntrols, and
related makeriaEs.
2. InstaA raceway systems and the con�uctors shawn to �e installed therein as
i�dicaked an the one�line disgrams, interfac� wiring diagrams, raiser diagrams,
and panelhoard schedules.
3. Not al! circc�its are shawn an the plan view drawings, but all circuiks required
far a compkete and aperable system are required to be praWided.
4, Raceway installation:
a. Install raceways indicaied by notes ar dQtails to be ir�stalled "exposed"
near the ceilings or along the walEs af ihe areas thraugh whici� th�y pass
and shall be rauted to a�oid canflicts with HVAC ducts, cranes and haists,
Ilghting fixtures, doors and hatches, etc. Install exposed raceways t� avoid
kripping hazards.
b, Ir�skall raceways irtdicated by �otes or details to h� lnstalled concealed in
the center of conc�ete floar slabs, befow cc�ncrete sfabs if the slabs are too
thin to accommodate the conduit sizes indicated. fnstall concealed
raceways in p�rtitions, or above hung ceilings, as required.
9.�2 R�L�Ai�� 1fR��RF�
A. Refer to Divisian �6 00�00 and the Contract Drawings, far related war� and
electrical coo�dination requiraments.
'9.03 SU�AIIIii�LS
A. Sui�mittals shall be made in accordar�ce with the requirements of Divis�on 1, Sectfon
26_40 40, the Contract Documenis and as specified herein s�bmit the foAowing:
'I. �'he manufackurers' names and praduci designatian or cakaiog nurmbers for the
types of materials specified or shown on the Drawings.
2, Cut sheets for each individual ikem shall k�e submiiked.
3. AI1 cut sheets shall be ckearly mar4ced to ir�dicate which praducts are being
submitted for use on this project.
4. Unmarked cut sheets will cause the submittal to be rejecied and returned for
revisi�n.
Rac�ways, Boxes, Enclosures, �nd Filtings
26 05 33-1 103127 July 6, 2a23 - C�NFORMEp
�n�:flCarc��pf�ocumenls�fX+Fc+tl YJort�+�00d52-0OOOD4104 Design�On SpecSrGuplatZB_a5_33 (Canto�medj
�. Submit to the OwnerlEngineer, certificatian that the electricians irrstaAing the PVG
coa#ed cor�duit have a five-year minimum exparienee, in the instaUation of the
praduct.
C. All shop drawing submittals and aVl O&�irl submittals shall b� submitted in
accordance with the roquirements IistQd 'm Division 9. No change in Contract Price
or Schedule will bE allowed for d@lays due to �nacceptable submittals.
D. Submittals shali also contain infarrnation �n re�ated equipment to be furnished
under thi� Specification. Incornplete submittals not cantaining the �Tequired
infarmation on the related equipment wil! also be returned without r�view.
�. Su�mit to the OwnerlEngineer, shop drawings and product data, for tha following:
1. Submit catalog data af all canduit, c4nduit �ttings, boxes, enclasures, and
aCcessori�s, specified under this Sectian.
2. Catalog data shall show compliance with the referenced codes and standar�s.
3. l�ll selections, options and exceptians shall be cleariy indicated.
9.04 R�����AI�� �O�]�� �4ftfQ �iAtdl3d�i��
A. All products and components shawn on the Drawings and listed in this specification
shal! be dQsigned and manufactured according to latost rc�vision of the following
standards (unless otherwise noied):
1. NFf�A 70 — Natianai E�ectrical Code (N�C),
2. N�PA i0E — Standard �'or �lectrical Safety in the Workplac�.
3. UL 6A —�lectrical �igid Me#al Conduit.
4. ANSE C8fl,5 — Electrical Rigid Aluminum Conduit.
5. UL 514B — Outlet Bodies.
B. Afl equfpment c�mpan�nts and com�leted assemblies �pecf�ied in this Section af
the Speci�cations shafl bear the appropriate label of Underwriters Laboratories.
�.0� f�UA�.IiY i�.��UF�f�C�
A. The manufacturer of these m�terials shall ha�e produced sirriilar electricai materiais
and equipment for a minimum period ofi five years. Wher� requested by the
OwnerlEngin€Qr, an accep#a�le list of installatiflns with similar equipment shal! b�
pravided demanstrating camplianco with this requirerr�ent.
�. The manufact�rer of the assembly shall be th� manufaeturer of the� major
com#�on�nts within the assembly. All ass�mblies shall be of the sam� manufacturer.
C. Th� irtstaller of materials specified hereln, shall ha�e a rr�inimum of flve years'
�xperi�nce in th� ins#allation af eac� typ� of m�teriai. Proof of experience shali be
submitked, upon r�quest of the QwnerlEngineer, prior to installation.
D. Used materials are unacceptable, w�ll be rejected and shall be removed from the job
site. Used ma#erials, if installed, shafl be remo�ed and replaced with new materiafs.
If new ma#erials are instalfed with used materials, and the remnval of the used
i-naterials renders the new materials in an unacceptable candition, such as new
conductors installed in used raceway components, t�etermined by the
Racew$ys, Boxes, Enclosures, and Fittings
26 Q5 33-2 iQ3127 July 6, 2023 - CONFORMEp
p�+�:RCard�arpocurnenlslfKlFou 1�r�rpV26Q452-Op4Q�Pl44 aes�gnrU4 �peesfGuplai2&_05_33 (Cunfmntetl)
EngineerlOwner alane) then the new materials shall be removed along with the
used materials and replaced. fllo increase in khe Contract Price nor in Gor►tract
Schedule will be allowed.
1.06 J���{TE ��LIl��RY, ST�FfA�� ANL� W��1��IPl(�
A. �'rior to jobsite delivc�ry, comp#ete all submittai requirerrm�nts, and present to the
OwnerlEngir�eer prior to deli�ery of the equipment, ar� approved copy c�f afl such
submittals. D�livary of incampl�te constructed equipment, or equipmer�t which failed
any factory tests, wiN not be permitted.
B. Makerlals shall be handled and stored in accordance with manufacturer's
instructfons.
G. Materials shall not be stored exposed to sunlight. Such materials shall he
completeky covered.
p. Materials showing signs of previous use, jabsita stora�e at ar�other location, or
exposure to the elements ar other damage wil! be rejected.
�9.Q� +9dRR�NYY
A. I'ro�ide warranties, including the manufacturer's wa�ranty, fvr the equipment
s�ecifi�d and fhe prop�r installation thereof, to ba fre� #rom dafects in matarial and
warkmanship for two years frorn date of final accept�nce of the equipment and its
installation. Within such period of warranty, ali material and labar necessary to
return the equipmeni to new aperating canditian shall be provfded. Any warranty
war�t requiring shipping or transparting of the equipment shall be provided at r�o
expense to the Owner_
PdRT2 PR9DUCTS
2.0"9 (��Rl�RAL
A. Provide raceways and �ttings as shown on the Drawirags with a minimurn 314inch
trade siz�.
B. Provide device sntries fess than 3!� inch with an �daptor to co�tnect 3/4-inch ar karger
conduit. The follvwing ada�tars are acceptable;
1. REAI2SA, Coop�r C�ause Hinds far aluminum.
2. ADAPT ADU342930, R�DAPT for 31B stainless.
3. Approv�ed equal.
aA� G�f�'bLI1T R�oCd�1�lAY
A. PVC Coated Rigid Afuminum Conduik (CRMC}:
1. Proulde �'VC coated rigid aluminum conduil system inciuding but not limited
only to all cond�it fittings, condulet bodies, and covers.
a. Provide the PVG coated conduit system with a minimum Q.040-inch ihick,
polyvinyl chloride caating permanently bonded to rigid aluminum conduit.
Raceways, Boxes, Enclosures, artd Fiitings 1��12� Jufy B, 2023- CONFOfiMED
26_05_33-3
p,n;NCardblDaeunicnls�Tl�Foil ►h�o�U+�2UQ452fiU�400�04 Des�gnfp4 5pec�,�GuptafYa_U5_33 {Contarmedj
b. Provide an internal chemically cured ur�#har�� or enamel cQating with a
minimum of 2 mil thickness an the interiar.
2. Provide rigid aluminum conduit ex#rud�d from AA G063 alloy in temper
designation T-� and conformir�g ta F�17 Spec WIN-C-540C, ANSI C8Q.5 and
UL 6A,
3. Provid� coupfings, fittings, etc. with a minimum of or�� pipe diameter in length
of F'VC av�rlap on the ends.
4, Provlde elbows and couplings rneeting 3he sarr�e specifications supplied by the
same manufacturer for ihe PVC coating specified far the conduit system.
Apply the F�VC coating system specified ta factory elbows and couplings
provided by the same conduit manufacturer as the canduit.
B. Liquid tight Aluminum Flexible Meta! Coracfuit (LFMC):
9. Provide liquid tight aluminum flexible metal conduit with ar� ir�terlocked
aiuminum core, PVC jacicet rated for fi0 degress C, and meeting NEC Artic�e
35�.
2, P�-v�ide copper free aluminum liq�id tight conduit fittings cor�forming ta
FEdS�EG AA5Q552, and UL-51�B.
C. Rigid Aluminum Conduik {RMC):
1. Provide rigid Aluminum conduit ex#ruded from AA 6063 ailay in temper
designation T-� and conforming to �=�C7 Sp€c WW-G-540C, AN�I G8Q.5 and
UL 6A,
D. kigid PVC Schedule 40 CQnduit �RNC}:
�. Provld� schedule 40 PVC Rigid Nonmetailfc Conduit {FtNC) and fittings
resistant to sunligh# and designed far use undergr�und as described in khe
N EC.
a. Manufacture conduit to me�t N�MA iC-2. ,��derai Specificatian
WC1094A and 11L fi5� specifications,
�. Pro�ide fittings designed for use undergr��nd as described in the N�C,
a. Manufacture fittings to meat NEMA TC-3, F�dera! S�ecification WC1094A
and Ul. 5148,
3. Provide conduit and fiftin�s with a UL Label.
�.03 16iII�tF���,,Y�
A, Pro�ide NEMA 4X 316 rated stainless steel wireways, wiin gas�e#ed hinged covers
and stainless steel quick-release fype latches.
1. Provide twd t�reatherldrains for each ten feet of wireway.
2. Install eacl� breatherldrain in the bottom, near the ends of t�e wireway,
3. Pro�ide wireways with integraf welded mo�nting lugs.
4. E3alted-on mounting lugs are unacceptable.
F3. M�nufactt�rers;
�, f ndustrial Fnclosure Corporation.
2• Cooper � Line.
3. A�praved equal.
Raceways, Boxes, �ncfosures, and Fi!#ings
28_05 33-4 103'E27 July Fi� 2023 - CONFURMEp
p1v:NCaro�brapCunifln�lTXlFoit 1'Var�t�Qpd52•Ol1D0p010A Oe51gn�04 5pec�rpup1a126_65_33 {Cpn�nrmetl)
C, �reakherlt]rains:
'i. �at�n Crause-Hinds 316 stainless steel.
2. A�pproved equal.
D. The (isting of specific manufacturers abave does not �mply acce�tance of kheir
products that do not meet khe spEci�od ratings, features and functivns.
Manufacturers listed abavo are not relieveti from meet�ng these sp�cifications in
iheir entirety.
�A4 �C�IdVAY �O�tES A�'� �t��IP1�i��67' �P1�L�SU���
A. The term bax and e�closure are synonymous for this specification.
1. Boxes �nd enclosures speclffed herein, include terminal bnxes, junction boxes
pull boxes, and boxes far switch, recepkacles, and lighting.
2. Provide encinsures used for electrical and instrumentation equ9pment, other
than terminal boxes, as described in this s�ctian with references to this
specification in ather specificatia� sections.
3. P�o�ide a1l raceway �axes and eq►�ipment enclosur�s with a common ground
paint.
4. Pro�ide all boxos and enclosures with a UL listing.
B. pro�ide NEAHA 7ype 4X 31G stainl�ss sieel boxes and enclosures:
1. Provide 316 stainless steel body, door, cantinuous hinges, latchas and all
internaE mounting stucls and mounting panel if specified or shawn.
2. f'rovide single poini quarter turn latches (2�-inch X 24-inch and smaller).
Provide all others with three-point h�ndle operat�d latches.
3. Provide foam in place gasket.
4. Use for all locati4ns unless otherwise shown ar specified.
5. Pra�ide ihtegral welded�an m�unting lugs or brackets welded on the box,
suitable for wall moun#ing.
6. Provide welded on mounting feet for seff�standing enclosures.
7. Box�s or errclosures manufactured with holes i�tended for mounting usin�
boliod-on mounting lugs or feet ar� not acc€�table. Drilling through thv back of
the �ox to mount is strictly prohi�itod and renders the box or enclosure
unacc�p#able.
8. R�mo�s and replace unacceptable b�xes or enciosures, F'ro�icEe the fallowing
wark as a rr�inimurn to effect the replacemenk of ttnacceptable box�s or
enclosures:
a. Recannact conduits.
b. Conductars if installed, may be required to be removed and replaeed at
the OwneriEngineers c�iscretion.
c. If conduct�rs are nok required ta be replaced, ther� re�termiriate and re-
test cvnductors and retest associated controls.
d, No change in the Cantract Price or Schedule will be allflwed for box Qr
enclosure repfacement,
9. Pro�ide boxes and �nclosures with cvntinuously wefded seams ground
smooth, and continuous hinged, foam in place gasketed doars.
10. Provide box and enclos�are badi�s with wall and door thic��n�ss not less than
16 gauge.
11. Provide t�ree-point type latch wikh handle for baxes arrd enciosures larger than
24 inches X 20 inches.
Raceways, Boxes, Enclosures, and Filtings
2� �,��-� 103127 Jtlly 6, 2023 - CONFORMED
p,��f+Cerol�olDocumEnL�ITX+Fart S�ostR�2D0452-0UOWOlO+! Design�U4 S�eca+Gup1aF26 05_33 (Conformedj
12. Prov�de 316 s#ainless steef �uggage type quick refease latches, or three-point
latcl� system with all components 316 stainless steel for boxes or enclosures
�4 inches X 20 inches or smalfer.
13, Latch systems reqUiring toois to open or cfose are unaccepta�l�,
C. Ma�iafacturers:
1. The listing nf speci�c manufacturers does not imply acceptance af their
products fhat do not meet the specified ratings, features ar�d functions.
M�nu�acturers listed are nof relieved from meeting these specifications in their
entfrety.
2. Er�closures housir�g electrical equlpment may be construc#ed by t�e
manufacturer of that equipment but shafl meet the all the p�ysical
requirements specifled herein.
a. �at�n Crouse Hinds.
b, Hoffman.
c. Appleton Electric.
d. �MF Company.
e, NEMA Enclosures Campany.
f. Cooper B L.ine,
g. Rittal EMF Company.
h. N�MA �nclosur�s Company_
i. Approved equal.
D. Chemical Rooms: id�MA 4X nonmeta�lic box�s shall be cortstructed as follows:
�. PVC or Fibergl�ss reinforced polyester body and dc�or.
2. UV inhibitors.
3. lJL Listed.
4. RoNS compliant.
5. Farra�ed in pfac� p�fyurethane g�sket in continuaus channel.
6. 396 Stainless steel quar�er turn cover bolts with metallic,
i. The following arQ non-rnatallic anciosur� manufacturers:
a. Alii�d Molded €�ro�iucts, Inc.
b, Cantex.
c, Wubbell-Wiegmann Non-MefalNc.
d. Ap�roved equal.
E. NEMA 12 boxes shall be construeted as follows:
1. Type 5052 aluminum, body, and door.
2. Stainless stee! continuaus hinge.
�. Foam in-place gas�Cet.
4. Singie paint quarter turn latches (20-inch X 24-inch ar�d bslow), All others
three-point I�tch.
F, NEMA 1 or NCMA 1A �axes shali not be used,
G. Malleable iron boxes shall not be used,
Raceways, Boxes, Enclosures, and Fittings
26_05 33-5 103127 July �. 2023 - CONFOF{MEQ
fnU;NCarWiolQocumenlsfT%�Fart Wuriti+20p452-UORQ4Q,ro4 Oe�+s�rllp4 Spec��Guplal7&_65 33 (Carlfarmeqj
Z.o� ���t�� �����
A, De�ice boxes ins#alled in aiuminum raceway systems for switches and rec�ptacfe,
etc., shall be copper free cast aluminurn, and shall have tapered, threade�, hubs,
with integrai bushings. Boxes shall have internal grounding screw, and a minimum
of two mounting feet. Baxes shall be type F�.
B. 11�anufacturers:
1. �aton Crouse-Hinds.
2. Appleton.
3. Approved equal.
a.a� c���ut�r �u��,�� �o�i��
A. Conduit outlet �od{es and covers shafl be F�rm 7, cop�er-free aluminum, w[th
eaptive screw-ciamp cover, neoprene gasket and stainl�ss-steel screws and cfamps
for canduits up to and including 2-112 inches.
P�. �ianufacturers:
�4. Eatan Crouse�Hinds Farm 7 wi#h �4ark 7 wedge-nut cover,
�. Appleton,
3. Approved equal.
C. Prov�de junction boxes for conduits larger than 2-112 inehes,
D, Ail outlet boxes and cowers for Ckass 1 Division 2 areas shali be rated NEMA 47C
aluminum or 396 s#ainless sieel.
1. Manufacturers:
a, Eaton Crouse-Hind�.
b. Approved equai.
�.07 GOR�A�IIT bU�S
A. Cohduit hubs far use on raceway system pull and junction baxes shall be watertight,
ihr�aded aluminum, insulaied throat, stainless stsel graunding serew.
B. fV§anufacturers:
1. i&f3.
2. Approved �qual.
�.�� G���I�V�iIf�G �USb1�4G�
A. F'rovide grounding bushit�gs as foNows:
1. Insulated lay-in lug graunding bushings.
2. 7in-plat�d copper grounding pakh.
3. InfegraEly molded noncombustible phenolic insulated s�tr�aces rated 150°C.
4. Each bushing shall �e furnished with a plastic insert cap.
6. Pravide the lug size� to accommodate the maximum ground wire size required
by ihe NEC for the application.
F2aceways, Boxes, Enclosures, and Fittings
26 06 33-i 1p3127 July 6, 2p23 - C�NFORMED
q�v:RCardb+Dacumen�s�TS(rFad 1Narlh+i0pA52-000(1�9�04 oesign104 Spet��Guplal2b_05_93 {epnForme4j
B. Manufacturers;
9. Q-ZIGed�ey,
2.. Approved e�ual.
2.09 R,���1N�Y ��AL��1�
A. Raceway sealant far use in the ssaling of raeeway hubs, entering ar terminating in
boxes or enclosures where such s�aling is shown or speci�ed.
�. Manufacturer;
1. 3M 100�NS Watertight Seaiank.
2. A�ppraved equal.
�.10 �QR��#UIY pEhl�Yf�T1O�E ���#�.�
A, Canduit waH and floor seais:
1. �.Z./Gedney Co. Series CSM:
a. Type CSML-XXXP shall be used for all applications that do not require a
rec�ssed sealing bushing,
b. Type CSMI-XXXP s�all be u�ed for al[ applicat�ons tl�at require a
recessed sea�ing bushing,
2. Approved equal.
2.� �i EXPAR��I�IV �'IiifN��
A. F'ravide expansion fittings as follows;
i. �6gh#-inch mavement,
2. Coppsr-free aluminum.
3. Exierior tinned copper braic! bonding jum�er.
4. 31� s#ainless grounding straps.
5. Ps'a�ide internal grounding.
B. Manufacturers:
1. Eatan Crouse-Hinds Co.
2. Rabroy.
3. Appraved equal.
2.1� K����IIV�� �RI��
A. Provide 316 stainlass steel Kellems grips cablc�s supports.
2.13 �di��l11T M�UP�TIN� �(�tJlpfl�i�i��'
A. �rovide mounting hardware in accordance wi#h S�ction 26 O5 29 - Electrical
5uppor# Hardware. — ^
B. provide mounting equipment as follows:
1. 316 stainless steel for raceway system including but not limited to:
a. Condui#s.
�. Puli and junetian bax mounting materiaJs.
c. Spacers.
Raeew�ys, Boxes, �nclosures, and Fittings
26_05 33-8 103127 July F, 2023 - CO�VFORMED
p�ti�,IfCacdb+pocurnenlslTlUFort 1'Jurpd20G452•UDOOD0704 pesiga+�m Specs+Gup�a�76_p5_33 [Contorme0j
d. Conduit and tray �upport rods.
e. Clamps.
f, Hangers.
g. Ghannel.
h. Nuts, bolts, wash�rs, and etc.
2. Provide stainless ste�l tio wraps.
3. Nylon ti� wraps are not acceptable.
2.14 Cf7fVL�U1T 1L]�{d"I`��I��eT'1�3�' T'ACC�IW�
A. Use the tagging formats for conduits as shawn an the Drawings. Where
rt�adifications or additions are made to existing equipment replace existing tags with
new madi�ied tags.
B, pravide embossed stainless conduit identification plates with stainless steei band,
permanently secured to the con�uit without screws. Nylon tie wraps are not
acceptabke.
C. Identification plates shall be as manuf�ctured by the Pand�it Cvrp. or equal.
PART 3 E���UiI�N
�.a� �a��e��v �,���i���i���
A. Unless exact Iocations are shown on the Drawings, coordinate the placement of
raceway systems and related cam�anents w+th other trades and existing
bnskallations.
B. Raceway Systems for the installati�n nf �iber Optic Cables shall not coniain canduit
bodles, devio� baxes, or raceway boxes contair�ing less than twelve inches �f bend
radius.
Raceways, Boxes, �nclosures, and �ittings
26 d5_33-9 143127 ,luiy 6, 7023 - CONFURMED
p���frCarotb+DocumenlSnXfFoil YJorth+�Op452-0DOOpON4 Des�gnrD4 Spets+GuplalZ6_6�_33 (Canfo�medj
C. llnless shown on the Drawings or specified otherwise, the raceway type instailed
with respect to the location shall be as f�hows, including ail makerials:
Racewa S stem Lacation
7. Aluminum Rigid f�9e#al (RMC) Type Afl above grade areas, except for concr�te
embedded and those areas described in
�acations 2 th�ou h 6 above.
D. All conduit of a g�ven type shall be the prod�ct af one manufacturer.
3.02, ��� A��lICAiI�P�S
A. Provide afl raceway junction, pull, and #ermina! boxes and efectrical equi�ment
enclos�res wikh N�'MA ratings for the iocati�n in which they are installed, and as
sp�cifiecf herein.
�. The distance between each raceway sntry inside the box and the opposite wall of
tF�� box shall nat be f�ss than six times the metric designator (trade size) of khe
largest raceway irt a row.
1, �his distance shall be increased for additional entries by the amaunt of the
sum of the diameters of all other raceway entries in fih� same row on the same
wall of th� �ax.
2. Each row shall be calculated individually, and the singie r�w that provides the
maximum distance shalf be �sed.
C. Pro�ide cast aluminum conduit fittings for exposed switch, receptacle, and lighting
outlet boxes,
D. Pr�vide all raceway boxes and wali � mounted electrical �quipment with factor�r
�'tountir�g integral welded moun#ing lugs.
1, E3olt-on gasketed mounting lugs attach�d through faeiary�drilled holes are not
accopkabl� for any raceway box or eloctrical equipmont enclasure,
2. Drilling fhrough th� back of any box a� enclosure is prohibifed, and if so
installed, shall b4 removed, and re�l�ced, with no increase in th� Contract
Price or Construction Schedulo,
�. Top p�netration of boxes ar enclosures installed in wet or clamp locatfons which
contaln �lectrical equfpment (including but not limited ta local control stations,
manufacturer ar contractor pro�ided control panels, panelboards, MGCs switchgear,
etc.) is prohibited and their instaflatfort is unaceeptable.
1. Remove and replace bax�s ar enclosu�res found to be uhaeceptably installed.
2., Return electrical equ�ipment enclosures containing con#rals to ti�e suppfier or
manufacturer for replacement of the enclosure.
3. Remave ail installed conductors fram source to foad.
4. Remave and r�-routE conduits ta avoid tnp entry.
5. Replace, megger and re-t�rminate conductvrs ar�d retest con#rols associated
with #hose conductors where prevoously ir�stalled canductars are required to be
replaced,
6. No change in the Cc�r�tract Price or Schedule will be allawed for materials,
�abor, or shipm�nt to and from suppliers.
Raceways, Boxes, Enclosures, and Fiitings
26 05 33-10 iR3727 July 6, 2023 - C4f�FORMED
p�v'RCardblaocur�ienls�TXPFaitlNprlYVi0Dd52-0p000�104 Design�OA SpBe5lGupta!?6_p5_93 fCpnformed)
3.0� ��1dfC� B�X �PP�I��e'Tl�1��
A. Provide device baxas for mounting wiring devicea such as �eceptacles, switches,
thermostats, lighting, and other permanently mounted devic�s,
1. Inskali all device boxes with a minimum of 1!4-inch air space betiween the b�ck
of tho �ox and tho wall or back pan�l o� which it is insfalled.
2, The space may b� created with enough 316 stainless steel washers to provid�
the re�uired air space or may be mounted using 316 stainless steel slotted
channel.
3.04 ��N�I�tT �tl`i'��i ���1f�S AP�l.IC/�il�hE�
A. Conduit outlet bodies may be used on conduits up to and including 2-112 inches,
except whe�e junctlon boxes are shown or otherwise specified_
B. Provide junction boxes for candufts larger than 2-112 inches.
3.05 �OR�1�U1T bUl� ,�R��iC�iI�RlS
A. Llnless specifically stated t�erein or described on the Drawings, all raceways shall
terminate at �n outiet with a co�duit hub.
B. Locknut or double Iocknuf terminations ar� not allowed.
C. When conduits contain equipmont grounding conductors th@ wire shaN be grour�d�d
to the hub(s} assa�iated with that graunc�ing conductar.
3.Ofi IPI�1���4YEl� C�dOU{Ri�ING i�USF�91[V� APP�I�►4iL�N�
A. Pra�ide insuiated grounding bushings to kerminate raceways where the raceways
enter pad-mounted electrical equipment or swikchgear frnm the bottom where there
is na wall ar floor pan on which ta anchor ar terminat� the raceway.
B. Alf ather raceways shall terminate on enclas�res with a conduit hub, except for
N�MA 714X areas.
C. Grounding bushing caps shall remain on the bushing until the wire is reaciy ta be
pulled.
3.0� C�i�9Uli �IiilNfsS AP�LIGAilA�1S
A. �xpansion Fittings;
1. F'ra�ride an expansion fitting with a minimum Qf six inches available movement
shall be installed on the exposed side of under to abvve grade co�duit
transitians.
2. �xpansoan-deflectio� fkttings shall not be pro�ided unless approved and
protectsd as specified belaw.
3.08 �DP�9lll7 P�{V�Y��.T'IOIV SEQeLS A�P'l�kCA�EORIS
A. Canduit wall seals shall be used where underground canduits penetrat� walls or at
other locations shown on the Drawings.
Raceways, Boxes, �nclosures, and Fittings
Z6_05_33-11 1 Q3127 July 6, 2023 - CpNFORMED
pw:llCarWis�Uocurnenls�Ti(+Fott Wo��Fv'240452-04�1400�1A OesEgn+Od Specs�0up1sfl6_OS_33 (CowfurmeQ)
B. Conduit sealing bushings shall be used to seal cnnduit ends �xpos�d to th� weather
and at ather Incatlons sh�wn on the Drawings.
3.49 �X��.�SIOAIti�R���r S�A�.�, BR�r4TH��� �{�� ��{�I�S �pk��,ICA�'I�I� ,
A, Fittings consisting Qf sealing fikkings, breathefs, drains, with sealing compaund and
fiber, as spQcifivd herBin, shall b� usad as rQquir�d to me�f all the requirements of
the National El�ctrical Code.
3.'i� ��N�llli T'�� I��E�L1��4�°IOA��
A. 7ag all conduits within one foot of the entry flf equipment, and wall and flopr
�ertetrations.
13. T'ag aEl undergrflund conduits and ducts ai all locations, exiting and enkering from
underground, i�cluding manholes and handholes.
3.11 R���4.�VdY S�AL.f9��
A. All raceways entering junciion boxes, terminal junctian boxes, electrical equipment
enclosures ar control paneis �ontaining efectrical, o� instrumentation equipment
shall be con�ected to the box, enclasure or panel using conduit hubs and shali be
sealed with Racew�y Sealant, as specified h�rein.
3.12 UN��.R{3R��I�y� �,�G�I�Vd�A�S
A. All raceways, instailed undergrour�d, shall be installed in acc�rdance vvith �ection
26_0�,43 Underground System, and bQ a minimum size of two-inch trad€� size
unless atherwise shown in the plans.
1, F'ro�ide glued type conduit fitt�ngs on PVC conduit.
2. A!I chang�s of directlon on PVC coated aluminum conduit greater than 20
degrees shall be accomplished usir�g lang radius bends.
B. Any fiefd bersds shall be made using equipment designed ta pre�ent damage to the
PVC coating.
C. Transitions from PVC raceway ta PVC coated aluminum conduit in conerete
encasements shall be made as foUows;
1, Terminate the PVC conduit In a threaded pVC female adapter.
2. Terminate the F'VC caated aluminum conduit in a threaded male adap#or.
3. Thread the male �'VC-coai�:d aluminum conduit adaptor into the �Female
threaded PVC adap#er.
4, 7ighten the joint securely, then doubfe layer wrap the joint with twainch vinyl
electrical tape for two inches each side of ti�e threaded join# to prevent any
contact between any expos�d PVC coated aluminum canduii threads and
concrete.
Raceways, Boxes, Enclasures, end Fiitings
28 Q5 33-12 103127 July B, 2023 - CC7NFqRMED
�n+�:f�Carol�p�Oacumen�srfXrFpitlNorlh�z�o452-0Qpppp�p4DEs�gn+OaSpecs+GupIaI26 4S_33{Conforrnad)
3.1� R����AY 1�1��ALL�iI�f�
A. Installation af wire or cable:
1. I�o not install pull wires and conductvrs until the raceway system is in place.
a. i�a wire or cables sfi�all be inst�llsd until all raceway sections are
compioto, and ali raceway covers are installad far prot€ction ofi conductors
from damage or exposure to the elem�nts.
b, `fhe raceway system shall �e completed and inspected by the
Engineerl�wner before new con�uctors are instaUed.
c. Conductors installed inta incomplete raceway systems are considered
improperly installed and are in vialation of the IVEC.
2. Wire ar cables installed in an incomplete installation are unaccepfa�le
re�ardless of the stage of compietion of khe work.
a, Remove the wires or cables from the raceway system.
b. Remove the wires or cables from the project site immediately.
c. Complete the raceway system.
d. Schedule an inspectian by the Ownerlengineer inspect and obtain
appraval far the racvw�y systam b�fore tho installatinn of n�w wire or
cable.
e, Install new wir�s or ca�les, test, terminat�, and retest the control or power
systern as specified.
f. No increase in Contract Price ar 5cheduie will be allowed.
B. Conduif instatkation:
1. No conduit smaller than 314-inch electrical trac�e size, shall be used.
2. N9ore than the equivalent nf three 9Q-degree bends in any one �un is nn#
acceptable.
3. Ir�stall pull hoxes as r�ec�ssary.
4. Ail canduits on exposed work sh�ll be run at �ight angles ta anc! parallel with
the surrounding walf and sh�ll conform to the farm of the ceiling.
5. �fo diagonal runs will be �IlawQd.
6. Bends jn parallei cor�duit runs shall be cflncentric.
7. Offse#s in conduit runs shall al! be done at the same point, and shall all be tF�e
sam� angle, so the entire installation appears to be parallel or concEntric at
every poink.
8. Afl conduits shal! be run perfectfy straight and true.
9. Canduits shall be installed aasing threaded �ttings.
10. The use af running #hreads is prahi�it�d. Provide a three piece union where
such threads are necessary.
11. Mar�drels shall be pulled thraugh ail �xisting conduits that will be reused and
thraugh a11 new conduits two inches in diameter and larger prior to installing
conductors.
'i2, 3116-inch polypropylene pull lines shall be installed in afl new conduits �oted
as spares or dQsignated for future equipment.
93, Routir�g candu�its tv cross pipe shafts, access ha#ches or vent duct openings is
prohib�ted. Rouke conduits to avoid presenk or future op�nings in flaor or
ceiling construction.
Raeeways, Boxes, Enclosures, and Fitkings
26 n5 33-'i3 1�3127 JUIy 5. 2Q23 - CONFO�iMED
p�vl�Cardb�poeuments�XrFnrt tM1b�1h�"ZD0452-0flOppOr04 Oes�gn+D4 5{�ees+Gu�taf26_�5_33 {Contarmed�
14. Seal conduits passing frorr� he�te�d to unheated spaces, exterior spaces,
refrigerated spaces, cold air plenurns, etc. with Watertight Sealan# �S �p�ci�ied
herein.
15. l,ocat� conduits a minimum af three inches from steam or hot wate� piping,
Where erassings are unavoic#able, install the cor�duit at �east one inch from ihe
cQvsring of #he pip� crossQd,
C. Canduit supparls;
3. Space supports at intervals na further apart tha� as required �y the NEC and
closer together as required to obtain rigid construct�on.
2. Suppork car�duits near the entry Ento any enclosure in accardance with the
NEC.
3. Conduits shalf nqt be used to suppart o#her conduiks.
4. Conduits shall rtat be supported �rom cable tray.
5. 5ingfe conduits shali be supparted by means af one-hole conduit c#amps in
cambination with ane-screw back �lates, to raise cartduits from the surface.
B. Multipfe runs of conduits shal! be suppor#ed �n trapeze type hangers witn
horizontal members and #hr�aded hangor rods,
a. The rods shalE be not loss than 3/8-inch diametar.
b. Multipie conduits maunked on walis sh�ll be supported using strut and 316
stainless steel conduit clarnps, scr�ws, �uts, anc! washers.
i. Cond�it hangers shaA be attached to structural steel by means of beam or
chanr�el clamps. Vllh�re attached to cancrete surFaces, anchors shall be as
spec+fred in Section 26_05_2g - Electricaf Support Hardware.
D. Conduit Reducers:
1. Instail conduit reducers whleh are the same type oF the raceway w�ere
manufacturer-pr�avided encfosures are not available with conduit hubs larger
than 1/2.-inch at the enclosure to terminate 3/�-inch aonduit,
2. Adjust the �aceway fill ta accommodate the smafler opening in the
manufacturEr-pro�ided enclosure.
a, I�o#ify the Engine�rlOwner prior to th� instalfation af the racoway into
enclosures with apenings smaller than the specified mir�irnt�m.
b, Raceways installed withoui notic� are cansidere�i ur�acceptable anc� may
be requirad ta be remo�ed at the Engineer"slOwner's discretion with no
increase in fhe Contract �rice or Schedule alfowed.
E. Seaf tight conduits:
1. Conduits terminated into enclasures sha�f b� perpendicular to the walls where
flexible liquid tight or rigid conduits are required.
2. The use of short seal tight elbow fiitings tor such terminations will nnt be
permitted, except for conneckions to insirumentation transmitters, whare
multiple penetrations are �equired.
3, Liquid tight flexible r-netallic conduit shap be used for the primary and
sacandary of transformers, gen��ator terminations and other equipment where
vibra#ion is present.
4. Use in other focations is not parmi#ted, except for conneckions to
instrumentation transmitkers, where muitiple penetrations are required.
Raceways, B�xes, Enclosures, and Fittings
26_05 33-14 103127 July 6, 2q23 - CONFORMEQ
�nv�NCarWio+�ocument�lTX+Foq �Norli�i240452-Ofl00�e�DA Des�yn�4 S�ecs�GupIa12S�Q5_33 [Canfqat�er}j
5. Liquid tight flexible metallic conduit shall have a maximum I�ngth not greater
than that of � factory rnanufactured elbow of the conduit size being usad.
5. The m�ximum bending radius shali not be less than that shown in the NEG
Chapter 9, Table �, "Other Bends". �X or AC type prefabricate� cables will not
ba permitted,
F, Conduit sealing:
1. Raceways eniering or leaving the raceway system, which could he subjected
to the entry of moisture, rain ar liq�id of any type, shaH be tightly sea{ed, using
3M 1�04NS Watertight Sealant, or approved equal at any passible moiskure
�ntry poirtt hoth �aefore an� after th� ir�stallation of cables to prevenf the entry
of water or moisture to the Raceway System at any time.
2. Any damag� to new or existing equipment, due io the entrance of moisture
from un�ealed raceways, shall be corrected hy camplete replacement of such
equipment.
3. Na increase in the Cvntract Price or S�hedule wiil b� allowed. Cleaning o�
drying of such damaged equipment will not be acceptabEe.
�4. SQaI tho remaining oponings or spacos of c��duits passing through openings
in walls or floor slabs to prevent the passage of flame ar smaEce where
additional apsnings or space around the conduits arQ preser�t.
5. Seal cortduit ends exp�sed ta the weather ar carrosive gas�s with conduit
sealing bushings.
6. Condult sealing and drain fittings shall be installed in areas designated as
NEMA 4X or 7 and all wet lacations.
a. Ail conduit tfi�at rnay under any circumstance contain liquids such as
water, condensation, liquEd chemicals, etc. shall be arranged to drafn
away from the equipment served.
b, If canduit �irainage is �ot possi�le, conduit seais sh�U b� used to plug the
canduits at th� p�int af attachmer�t to the equipment.
G. Mounting of elec#rical onclosures:
1. SurFace mounted panel boxes, junction boxes, conduit, e�e. shall bo supported
as specified herein.
2. Na okecfrical equipm�nt enclosures, boxes, terminal junction boxes or
raceways shall be attached fo or supported from, sheek metal walls.
H. Raceways terminating in control panels or enclosures:
1. A�{ raceways entering the enclos�ares specifed abo�e shall be sealed with a
waterkighi seafant as specifie� herein.
2. All canduits from external s�urces er�terir�g ar leaving a multipl� compartment
enclasure shall be s#ubbed up inta fhe bot#am horizon#al wire way or other
manufacturer designated area, directly below the vertical section i�n which the
co�ducfors a�e to be terminated.
3. Conduits entering fram cable tray shalf be st�bbed into the upper sectior�.
4. Conduits erltaring enclosur�s which cvntain electrica! equipment or ierminal
blocks, shafl Qnly enter from the side or bottom and not e�ter from the top of
the enclosure in th� following locations:
a. Outdoors.
b. Any wet or damp location.
Raceways, Boxes, Enckosures, and Fiitings
76 a5_g3,.'f� 103127 July 6, 2023 - COIVFORMEO
�nv:UCardiolp�cumenlslTxlfoit V��a�1h�200452-UDUOODfOh Oes�gN04 S�ecs�Guplat2fi 45_33 {Confn�med)
c, Any loeation where plant process equipment is loc�ted; indoars or
autdoors.
d. Any locati�r� not atherwise spec�fically designated as a dry elec#rical room,
contrQl rvom or office space.
5. Enclosures ont�red fram the top where iop entry is prahibited, will bv rejectod
and sf�all be removed and replaced regardless of the Division which contains
the specification for t�� enclosure.
6. 7he use of UL Listed candUit closur�s to restore the NkMA rating of the
enclosure will not be accept�d.
7. Conduit eniering the top of th� enclpsures shall be remov�d anc! re-rout�d to
anfer th� encfosure from the side or bottom.
a. Conductars snstalled in tap �ntering cor�duits shall be pulled bacEc to the
�earesi conduit body or junction bpx and re-rau#ed with the cor�duit,
provided the conductors are long enough ta be re-terminated.
b. Conductors found to �e insufficient in length to be re-terminated shali be
completely remvved and replaced, re-tested, re-tagged, re-tested and the
control function of the panof shall be ro-t�sked.
�. If the anclosura is pro�ided by an �EM, the enclosure and its corttents s�all bQ
returned to th� OEM for a new enclosure.
9. fVo increase ir� C�ntract Price ar 5chadule will bQ allowed far making these
carrectfons.
GroUnding:
�. Conduits containirmg equipment gro�nding conductors and terminating in baxes
shall have insulated thraat grounding bushings.
2. The grounding conductor si�all be gr�unded to the bax.
.!, Conduit identification:
1. /� cQnduit identification plate s�all be installed on all pawer, instrumentatian,
alarm and control conduits at each end ot the run and at intermediafe junctinn
bvx�s, manhofes, �tc.
2. Conduit platas shall be installed bofore eanductors are pullod into canduits,
3. Exact iden#ificati�n piate location shall be coordinated with the
Owner/�ngineer at th� time of installatlon to provide �aniformity of placem�nt
and ease of reading.
4. Canduit nurnbers shalf be exactly as shown on the Drawings.
L. Unacceptable canduits or conduit installation:
1. Conduits installed which are not in compliance with these r�quirements shall
be removed and reirtstalled at the Engineer"slOwner's discretian.
2. If canductors �re instafled when the impraper installation is discovered, the
conductora shall be removed from the raceway, discard�d and removed them
from the job site, replaced, re-te�minated, retagged, ar�d retested in
accordance with the specificatinns,
3. Tho func#ion of #he system shall t�e retest�d in �ts entirety.
4. No increase in Contract Time or Schedul@ �+vill be allowed.
END OF SECTION
Raceways, soxes, Enclnsures, and FilFings
ze as s3-�s �a31z7 Juiy �, zaz�- Corv�oRM�o
p�v'NGerdb�Ibpiimenl�ITX�Furt VJorIiil200452-00�74p0�04 El�s�gn10G Spec&r��pla+'26_65_33 {Carf�rmetl}
s�c��o� 2s_a�_��
��������unt� �v����
P�oR� 1 {�ER1�FtA�
�4.Q9 ���P� OF 4��RK
A. �urnish and instaA a c�rnplet� underground systom of raceways, manholes and
hand�oles as shown on the Drawings and as speci�ed herein.
B. Provide raceways �ar use in structural concr�te 4r direct buried instaliatian m�eking
the requirements speci�ed in Section 26_05_33 Raceways, Baxes Enclosures and
F'iiiings.
1.0� ���T�� 1Af�RF4
A, Refer ta �ivision 26_00 00 and the Coniract Drawings, for related wor4t and
electrical coordination requirern�nts.
�.a� �u��irr���
A. Submittals shall be made �n accardance with the requirements af Division 1, Section
2.fi�00 00, the Contract C]acumerits and as specifled herein the follawing:
1, The manufacturers' names and product designation or eatalo� numbers far the
types vf materials specifi�d or shawn on kh� Drawings.
2. C�rt sheets for Qach individual item shai! he submitted.
3. All cut sheets shall be clearly mar�ced to inc�icate which praducts are being
submitted for use on this praject,
�. Unmarked cut sheets will cause the submittal to be rejected and returned for
revision.
B. Submlttals shall alsa �ontafn in�ormation on rekated equipment to be furnlshed
under this Spec�fieation. Incompieie submittals not containing the required
informatian on #he related equipmenk will be retumed withaui review.
C. Submit to the OwnerlEngineer, shap drawings and praduct data, for the following:
1. F'lastic duct sp�cers.
�. Reinforcing st�el,
3. Duc# ba�k concrete design.
q�. As constructed duct bani� cross section drawing for each duct bank section
showing the duct bank geom�try, duct sizes of each duct, th� circuits in�tafled
in €ach duct identi�ed by circuit number and spare ducts.
5. Caiculated pulling ter�sians for each direction of puH as specified.
6. Recarded pulling tensions for each pul! as specified.
Raceways, Boxes, �ittings and Supports
26 05 43-'1 103127 July 6, 2023 - CONFORMED
p�v�i+CerdbrpocumenlsRxrForS 1�orlrc�2t1Ud52-009000�Ud Des�yn+04 Specs.�Gupta(26_�5_43 {Conforined)
�.44 ��F�R�FVCE G�4�S API� STr4N��i���
A. All praduc#s and camponents shawn on the �rawings and li5ted in this Sp�ciircation
shall be designed and manuEa�tured according to latest revisfan af the folfowing
standards (unless otherwise noted};
1. MFPA 7� — Natior�al Electrical Code (N�C).
2. NFPA �'OE — Standard For Elec�rical Safe#y in th� Workplace.
3. AS�M A6151A515M-Ofia — Skandard Specification for Defarmed and Plain
Carbon-Steel Bars �or concr�te FZeinforcemeni.
4. AST'M A48 — Sfandard 5pecification for Gray Iran Castings.
5. AS�M A536 - Standard Specification for Uuctils Iron Castings.
6. AASHTO M306-041 ASTM A48 — Drainage Structure Casiings, Section 7.Q
Proof L�ad 7esting.
'�, ASTM C-85Q� Specifications for underground precast concrete u#ility
structures.
S. ANSI�ASC A14,5 American National Standar� for �_adders — Portable
Reinforced Plastic — Safety Requirements,
B. A!I oxcavatio�, tr�nching, and r�iatod shaeting, bracing, a#c., as shown on the
Qrawi�gs and listed in thss€� SpecEfications, shall camply with the fallowing
standard� �unless othorwise noted}:
1. Occup�tional Safety and Health Administration (QSHA).
a. Excavation safety standards (29 CF'R �'art 992fi.850 Subpart P) -
Excavation.
2. American Society for Testing and Materials (A�TMj:
a. ASTM D B98a � Standard Test il�fethods far �abraratory Compaction
Characteristics of S�nfl Using Stanrfard Effort (12,400 ft-Ibflfk3 (6QOkN-
mlm3)}.
C. All equipmer�t components and �ompleted assemblies specified itt this Section of
the Specifications shall bear the appropriate label of Underwriters �aboratories.
�.a� c�u��ory ���������
A, 7he manu#acturer of th�se mate�ials shall ha�e produced similar elockrical mat�rials
and equipment for a minimum p�riod of five years. When rQques#sd by the
Ownerl�ngineer, an accepkab�e Ifst of installa#ivns with sirnElar equipr�ent shall be
�rovided demonstrating compliance with this requirement.
�3. 7he precasf manhales shall be manufactured in a NPCA (National Precast
Concrete Association) Ceriifed Piant.
1A6 J�BSI'i� D�:LI1���tY, STORAGE AW�] HAfV��Ii�G
A. Prior fo j�bsite dellvery, camplete all submittal requirements, and pres�nt to the
Owner/Engineer upon del�very of the e�uipment, an approved ��py of all such
submittals. Delivery of incflmpleke constructed equipment, onsite f�ctory work, or
failed factory tests will not be permifted.
S. Materials shall be handled and stared in accordance with manufacturer's
instructions.
Raceways, 8oxes, Fittir7gs �nd Supports
26 qb 43-2 103127 JUIy 6, 2dz3 - CONFQRMED
p�v:NGardb�(?ocumenlslTK�Fau 1Norlh+2�Od52-QA0000lQ4 Debign��4 5pecsrGu�lat76_a5_c3 {Conlormedj
C. Materials shalf not be stored exposed to suniight. 5uch materials shaq be
c�mpletely cavered.
D. Mat�rials showing signs of previous or jobs�te exp�sure wiA be rejected.
�1.a� YI�ARRANTl'
A. Pravide warrantios, including the manufacturer's w�rranty, for the aquipment
sp�cified and t1�e proper installation thereaf, to be free from defects in material and
warEtmanship far two years from c#ate of final accepkance of the equipment and its
installatian. Within such period of warranty, aA materiai and lafoor necessary ko
return ihe equipmenk ta new aperating condition shaN be provided. Any warranty
work requiring shippfng or kransparting of tMe equipment shall be provided at no
expense to the Dwner.
F�p►�� �. 4�RO�UC��
2.01 fNQei�R{�L.S
A, Raceway System:
1. Pravide all raceways �neeti�g the requirements of Section 26 05 33 Raceways,
�oxes �nclasures and Fittings.
2, Rrovide Schadulo 40 �'VC Rigid Nonmetailic Conduit (RNC), dosign�d far use
above ground and �anderground as described in the NEC, resistant to sunlight.
a. Provide conduits manufact�red to comply with NEMA TC-2, Federal
Sp�cification WC1494A and 11L 651 specifications.
b. Provide fittings manufactured ko meet NEMA 7'C-3, �ederai Specificatian
WC1094A and UL 5148.
c. Provide al1 cariduits and fitti�gs with L1L LabeVs.
d. Nn underground raceway less th�n 2 inch is allowed.
3. PVC Caated Rigid �luminum Conduit {CRMC):
a. Prv�ide PVC coated rigid aluminum canduit system including �ut nat
limited only to all conduit fi�tings, condulet bodies, and covers. Provide the
PVC coated conduit system with a minimum O.Q4Q-inch thick, polyuinyl
chloride coating permanontly bond�d to rigid akuminum canduit and an
internal ch�mically cured urethane or enamel caating with a minimum of 2
mil thickn�ss oh the inter�or.
b. Provide rigid alur�lnum eonduit extruded from AA 6063 alloy in temper
designation T'-1 and conforming to �ED Spec WW-C-54�C, ANSI C80.5
and l!L 6A.
c. Provide couplings, fittings, etc. with a minimum of �ne pipe diameter in
length of PVC o�erlap an the ends.
d. Provide elbows and couplings meeting the sam� specifications supplied
by the same manufacturer for the PVC caating specified for the conduit
system. Apply the PVC caating system specified to factory elbows and
couplings provided by the same conduit mar�ufacturer as the conduit.
A. Far all underground raceways terminating in manhaies or handhoies, provide
khe same size and type terminators as the raceway.
5. Pro�ide blank duct �lugs sized for the instaflsd raceway. Provide TYCO Type
JM-�LA-XXDXXXCR, with rubber gasket, or approved equal.
Raceways, 8nxes, �itlings and Supports 1��127 July 6, 2023 - CONFOftMED
25_05_43-3
pa°��GardfarDacumenlslTl(+Forl Wo+th+20Dd52-0D9000+U4 De�ign+Od 5pecsoGuplaV2�6_OS_�3 {Cpnformedj
6. Pravide duct spacers �nanufactured by Carlon or equal.
7, Ccancrete design:
a. Weight not more than 94� paunds per cubic foot far the encasement far
raceways and duct banks,
b. Compr�ssive streng#h at �$ days, a minimum of 30a0 pounds per square
inch.
c. F�rovide concrete with a greater compressive strength if requ�r�d by other
l']i�lsions af tha Specificat€ons.
d. Maximum size flf 314-inch siz� crushed aggregate.
e. Sl�mp af faur t� six inches and wiU flaw freefy without the use af vlbraEors,
f. Red dye in the amount of 40 pounds per 1D cubic yards of cancrete,
installed in t#�e truck at the concrete plant. Sprinkling red dle over cancrete
khak has been placed is not aceeptabl�.
g. Submit the c�ncrete design to the EngineerlOwner for appro�al,
8. Reinforcing Sfeel: �
�. Reinforcing steel compliant with ABTM A615 Grade B0.
b. ProvidQ the size and installation af r�inforcing s#eel as shown on kho
�rawings.
c. Submif reinforcing st�ef and reinforcing steel placern�nt design tv the
Engineer/Own€�r for appro�al.
9. Reinforcing steel ancharing;
a. Hilti HI'T � 50 MAX epoxy anchoring system (or equaf) to anchor the duct
bank steel reinforcing bars into existing or new manhales, handholes or
structures.
b. Reinforcing steel bars, a minimum of 24 9nches long, anchared a minimum
of 4-inches i�tc� the manhale, handhole t,r struct�re w�th the remaining
length iapped onta the reinforcing bar in the duct bank.
R. Polyethylene Warning Tape;
'I. Subject to complianc� with the Contract pocumants, tha following
Manufactur�rs are acceptabl�a:
a. Brady Detectable Identoline.
b. Approved Equal.
2. The listing of speci�c manufacturers above does noi imply acceptance of their
products that do not m�et the speci�ied ratings, fe�tur�s, and functions.
Man�facturers listed above are not refieved from meeting these specffications
in iheir enti�ety.
3. Warning tape shall be metal detectable palyester with su�surFace graphics,
black I�tters on red tape. The tape shaf! meet the OSHA 9926.956(c)(1), fwo-
inch minimum width, for location tr�cing.
P�RT 3 �x�curi��a
3.0� G�Pl�RA�
A. �uct bank routing:
1. Field verify the r�utir�g of ap underground duct banks before placement.
2. Modify the routing as necessary #o a�oid underground utiiities ar above gr��r�d
objects.
Raceways, Boxes, Fittings and Supparls
26 05 43-4 103127 July 6, 2023 - CONFDfiMED
p�r:f+Csrdb�GpctlmenlslTX�F�rt VJorDt+200452-00�4pOtbq pq��fln+0a S�ecs+Guplal76_6S_43 {Confomle�J)
3. Madification or rerouting far convenience, �r ta reduce the Isngth af duct run
as desigr�ed, is not parmitted.
4. ProWide any alternate routing of the duct banks ka the Qwnerl�ngineer for
approval, and, only after appr��a1, proceeding with the ins#allatian will be
al4awod.
B. Changes in th� directian:
1. Changes in directian less than 20 d�grees using PVC conduit is permitted.
Use a hotbax to ben� khe conduit. 5trict confiormance with the cnn�uii
manu#acturer's instructions is required. No changes in the diameter or wail
khic�Cens Es allowed.
2. Changes of direction greater than 20 degrees requires using long radfus bends
of PVC coated rigid aluminum conduit. Make flefd bends af PVC caateci
canduit in strict canformance with manufact�rer's instructians using only tooVs
that are ap�raved by the PVC canduit's manufactur�r.
C. Saw cut and repair existing pa�ements abave new and r�adified existing duct
banks. Saw cut the pavement 2-feet wider than the width of the duct bank to pro�ide
a shoulder to support th� pavement whera it is repaired.
D. Instaif raceways to drain away �ram buildings. Instal! raceways bekween manholes
or handholes to drain toward the manholes or handi�oles. Install raceway with
slapes not ba less than 3 Inches per 100 feei.
�, F�einforce duct banks as shown on the Urawings_
F. Duct bank grounding:
1, knstall a#410 stra�ded bare copper grQund canductor afong the tap of the
rebar cage, for the fu4t length of each duct run hetween manholes and
handhales.
2. �.xathermic weld the grounci conductor to a ground rnd in the viciniky af each
manhqle and 1��ndhole, The duct bank grqunding canductor sh�ll ndt enter the
rnanhole or hand ho1e.
3, Connect the �4l0 duct bank ground conductor any axisting graunding system at
existing manholes.
4. Connect kh� duct banl� ground canductor to the structur� grounding system
where duct banks terminate at ths building or siructure.
5. Connect ihe duct bank ground conductar in duct banks terminating at a
buildings or structut�es to the building caurtterpose whether existing 4r new.
6. Connect the duct ban� grounded eonductor to the grounding provisian o�
pow�r andlor contral equipment at the iermination ends of all duck ban4cs.
7. Dead er�d terminations at a ground rod is not permitted.
G. Install duct bank ducts and rebar cages on 3-inch by 3-inch concrete blocks every
four feet under plastic spacers to hold the duct bank and reinforcing rebars off the
floor vf th� duct ba�k trench 5o the concrete en�elope can surround the duct bank
assembly.
N. Ins#ali duct bank assemblies in trenches on compacted earth as specified herein.
Raceways, Baxes, �itlings and Supparis �a312� July G, 202� - CqNFOR1VIE�
26 05 43-5
p�v:l�CatdbrRocumenl�ITX+Forl �NurUtr2pp452-04AFlDOl04 QeSE�n+D6 SpecS�Guptal2fi_05_Q5 (Cvnfo�meu]
lJse plastic spacers located not mdre dhan fou�r f�et apart to hold raceways in place,
Size spacers ta provide not less than a#wo-inch clearance betweet� raceways.
Provi�e a 24-inch minimum cover over duct banks �nless otl�erwise appra�ed by
the 4wnerl�ngineer.
K. Terminat� raceways entering afl new ar existing m�nholos wi#h bell ond
terminations designed for PVG coated conduit. Instail the bell end terminators flush
with kh� manhole wall uniess otherwise shawn, specified, or approved by th�
�r�gineer.
l.• Seal aII raceways entering the duct bank system and rising to a higher elevation at
the higher elevation, both befare and aft�r the installation of cables. Always prevent
ihe entry of water or moisiure to khe d�ct banis system. SeaP raceways wfth 3M
�OOONS W�fertig�tt 8e�lant or approved equal.
M. Install no conductors in the duct �ank system unti! the duc# bank systerrE has beer�
completed in every detail.
N. Clean manhofes and hancfholes of debris and any trash before any conductars are
insta!led,
O. Clean ducts and pass a mandr�l through all ducts to be sur� th�y are �lear of
obstructions befare installing canductors,
P. Train and rack cables in a neat and warEcmanship man�er in manhales and
hancfhales to provide support and ta restrain thsm ort cable racEts. Install all cables
passing mani�ofe duct entrances above the duct entra�ces. No cable are permitted
ta pass in front af ar below duct bank entrances.
Q- Isolate analpg and o#her iow voltage signal cables from all ot��r cabies #hat carry
AC voltages when pas�ing through mar�holes or hand holes.
R. Tag all undergraund canduits at all locations wF�ere conductnrs enter the duct bank
syskem including in al! manholes and handhqles. Provide conduit tag with tha same
�den#ification inside the manhales and hand holes as the co�duit has where it is
exposec! abov� graund or terminat�s within a structure ar equipment enclosure.
S. Th� minimum racQway size shall be 2-inch,
T. Install F'oiyethylene Warning Tape in the treneh above each raceway or duct bank
and located at the elevations shown on the Drawir�gs.
3.02 �7UGi B�►P�K �8R1F�l�L��A�'IBN
A. Uuct ban� cross s�ctions shown or� the drawings specify the geometry of the duct
bank, the instailation of canductors identifed by cfrcuit tag in each d�ct, the size of
each duct and the si�e, locatian, and n�mber of spare conduits. Construct the duct
bank as shown unless changes are submitted ta the �ngineerlOwner and are
approved.
Raceways, Boxes, Fitfirigs and Supports
26 Q5 43-6 i�3'!27 July 6, 2023 - CUl�IF(3FiM�p
�nv:R'CardW+DoEurnenls�TYJFo�t YJorUV2p0452-0OdOD0l04 �es�gn+p8 Specs�Gu�,1a126_pb_d3 {Confmm�q�
F, Contro! andlor analog signal ca�le circuits shown may not be cambined to reduce
the number of ducts shQwn. Power circuits supplying different laads may not be
combined inta a sir�gle duct. T#�e total number of ducts in a duct bank sectian shown
may not be reduced.
C. Changvs to tho geometry, changes in the Iocation of conductors identifiod by circuit
tag to differer�t ducts, the size of ducts, and the locatian and size of spares may b�
allowed fallow�ng the submittal of propased changes and approval of the E�gineer
after the following criteria t�as been shown to have been satisfied:
1. Uuct bank geomekry:
a. Change in duct bank geometry may be allowed to avoid undergraund
utilities where r�o other alternative exists. Dpcument fhe necessity for the
change and submit to the Engineerl�wner for record.
b. Cf�ange in duct bank g�ometry may be allawed tQ aceommodate tha entry
into buildings ar switehgear. �ocumer�t the necessity for the change and
s�bmit to the EngineerlOwner for recv�d.
c. Change in duct bank geametry may be allowed t� aceommodate the entry
into manholes or �andhol�s to facifitate tho s�paration flf analog signal
conductors, tra9ning of control and p�wer conductors in low voltage duct
ban�s, and ta prevent �xceeding the bending radii of inedium �nitage
cables irt medium voltage duct bank�. Change in duct bank gearnefry may
be allowed ta improvement the required training anc! racking of cabkes
insicle th� manhole or handhole in a rteat and workmanship manner to
meet the previousiy specified requirements. Subml# changes to khe
Ow�erlEnglneer for approvaf.
2. Installatfon of conduct�rs in ducts:
a Change in the locatEon of conductors in ducts insid� the duct bank may b�
allowed ta �ccommadate the separatiar� of anafa� signal cabl�s from
cables that carry sinusoidal AC current as they pass thraugh the manhole
or hand hol�. Submit changas to tho 4wner/Engineor for approval.
b. Change in fhe location of conductors in ducts may be allowed to
accommodate the training and rac�ing of larger sized conductars passing
through a ma�hole ar hand hole. Submit changes fo the �wn�rlEngineer
for ap�roval.
3. Changes in duct size:
a. Change in the size of individual �ucts in the ge�metry shown of a duct
bank may be allawe� ta accommodate the reconfiguration of the
relocaiion of indi�idual circuits in the duci bank to different ducts to
accommatlat� the changes specified al�ove. The duct size shawn must
follow the relocated conductar. Su��mit changes ta #he QwnerlEngineer for
approual.
b. Change in the size af ducts may be ailowed t4 meet NEC canduit fill
requirements. Ducts oversized by iwo ar mare sized may bQ redUc€�d, but
in no case less than 2-inches. Submit changes to the OwnerJEngineer for
approval,
4. Spares:
a. Include ihe same size and �number of spares shown on the drawing in any
proposed changes in duct bank configuration.
F2acevuays, goxes, �ittings and Supporfs 1p3127 July B, 2q23 - CONFQRMED
26 05_43-7
{nv��+Carc� olDOCumen4slTYJfa�I War31�2�Qd52-60dQD0ldA Reslgnl�� BpeCs;+Gup1a12Fi_65_43 {CvnformerS)
3.Q3 ��LLIf�� i�N�iQRi�
A. Calcul�te the pullEng tensions #or each dfrection of pt�il for e2�ch the cables in each
duct prior #o the installation ofi the conductars. Submit th� calcul�tians to the
EngineerlOwnsr for approval prior to starting the install�tion of the conductars.
B. Monitor and �ecord all installations that are not done by hand which req�ire
m�chanical pulling machinvs.
C. R�cord th� maximum pulling tension each pull and submit to the �ngineer/Owner
for record. Conductors installed using mechanical mearts without recording their
�ulling tension wil! be rejected.
D• �2emove, raplaced, and re-termit�ated rejected cables, and re#est assaciated
cpntrols as required. No change in the Contract Price nr SCheclule will be allow�d.
�.n� ������� �x�����i��
A, Extend the excavation of the #rench to the width and depth as shown on #he
Drawings, or as specified or required. Exten� #he �xca�atiorr to provide sufficient
room for installing the duct bank assembly and manhofes, handholes.
B. Provide sheeting, �racing and suppor�s to pra�ide trench safety and fo�ms for
concr�te placernQnt as r�quired.
C. Excavation shall include rnateria! of evQry deseription and of whatever subst�nce
encour�tered, raga�dless of the methads or equipment required ta remo�e the
material,
D. Cut pavement with a saw, wheel, ar pneumat(c chisel alang sira�ght lirt�s before
excavating. �xtend the saw cut in paved ar$as 1 ft wider than the measured duct
bank width on each side to provide a 1-faat of undisturbec! sub-base on each side of
ihe trer�ch to suppart the pavement patching.
E. Strip and stockpile topsoil from grassed areas crossed by trenches. O�tionally, the
iapsqil may be athetwise disposed of and replaced, when required, wi#h appro�ed
topsail of equa! quafity.
F, Continually mair�tain tra�c while excavatir�g and bacicfilling is in progress. Protect all
�atifities and ather prnperty, as rEquir�d ir� tF�e Contract Docume�ts.
G. �xcavate rriaterials to the depth indicated on the Drawings and in widths sufficient
for installing the duct banlc assembly, manhales and hand hale�. Maintain tne
��ottom of the excavation in a firm and dry candition acceptable to the
EngineerlOwner, Maintain trench widths a practical minimum, but not less than 6
inch�s gre�ter on each side, than the total duct banit assembly, including reinforcing
steel.
H. �xcavatior� and dewatering shall be accamplished by mekhods which preserve the
undisturbed state of sub grade soils.
Raceways, Baxes, Fittings and Supporis
28 05 43-8 �03127 July 6, 2023 - CONFpRMED
pir,l7CarCfio�PoCum�nl��T7C1Fc�r1 LNur�i�ppqy2-000004�Q8 DeslghlOa gpgCS+Gu�i1a126_05_43 {�onlermeQ)
I. Yhe trench may be excavat�d by machinery to, or just below, the designated sulb
grade, if material remaining in #he bottom of the trench is na m�re than siightly
disturbed.
J. Remove sub-grade soils which become soft, lose ar otherwise unsatisfaciory
because ofi inadequate exca�atian, dswatoring or oth�r construction methods, and
r�placed with gra�el fiH, of aggregate as required by the OwnerlEngineer. I�o
change in the Contract Price wili be apowed for over excavation and adding gravel
fiA.
3.05 �%�A��iifl{� ��L�I�d �I�Ad� �oA6D R��'I�L
A. Provide complete and effectiv� drainage during trenc� and excavation regardless af
the nature af unstable material encountered, or the c�roundwater cor�diflons.
B. 1f desmed necessary by the Owner/Engineer, or as shown on the Drawings, deposit
pea gravel for duct �edding or gra�ei refill f�r excavation below grade, directly on
#he boitom of the trench 9mmediately after excavation has r�ached the proper depth
and ia�fvre ihe battam of the trench has becorn� soffened ar disturbed by any cause
whatsoever.
C. Make al1 excavation ir� open trenches,
D. Gravel used for this pur�ase, shall be aggregate that is no larger than one-half the
minEmum clear spacing between electrical ducts, and a maximum coarse aggregate
size of 3!4-inch.
3.06 BdCi�'�I�I�IR��
A. Remave from the excavation all materials wl�ich the EngineerlOwner may deem
unsuitable fpr backfifling.
B. Bac4�fik�ing shall nat commence until, not less than 48 hours after placing af cor�crete
embedrrtent, have lapsed.
C. Wl�ere the duct banks a�e routed in areas that are not paved or grass, loam or
gravel is present, after concrete placement, backfill t�e trench with c�mmon fiil
materiai, void of rock flr other non-parous material, in fayers not to exceed eight
inch�s in loase mQasure and cornpact�d to 9Q% standard Proc#or density at
optimum maisture eontent of -�l- 4%.
D. Mound the backfill six inches abo+re the existing grade or as dire�ked by the
OwnerlEngi�eer.
E. Remove conserve and replace grass, loam or gravel where �t exists prior to
excavations. Fteplaced the removed surface material to ��e full atiginal depth.
F. Remave excess material during the ciear�up process, so that the ground may be
�estored to its origina! level and condition.
Raceways, Baxes, Fittings and Supporks
26 05 43-9 10�127 July 6, 2Q23 - C(7NFORMEQ
(rt��'RCarolbabocWnB�51s�TX��oit t'�o�UJ280d62-QOOODUlD4 Oeslghb� SpeCsiGup1af26_65_43 {C4nfo�med►
G. Where the �uct banks are laid in paved areas or desi�nated future pav�d areas,
existirrg or designated future structure5, or ather existing or future utilities, the
remainder of th� trench abave the encasement, shall be backfilled wifh seiect
cammon �N or select fi(I material in layers not to exceed eight inches laose measure
and campacted at aptimum maisture contant (+/- 3%0) to 95% standard Proctor
density,
H. CQmpaction shail be hy use af hand a� pneumatic tamping with tools weighing at
Seast 20 pr�unds.
I. 7�he makerial being spreacf and compacted shalf be placed in layers not over eight
inchss loose t�ic�t, If necessary, sprinicfing shal� be emplayed in conjuncSion wi#h
ro1ling or ramming.
8ituminous paving shall nat be placed in backfill.
It. Water j�tting w�U not be accep#ed as a means of consafid�ting or compacting
bac4�fi II.
f... Alf raad surFaces shall be braam finished and hose-cleaned immedi�tely a�ter
backfilling. Dust control measures shall be always employed,
3.07 R��i�i�IR1G �'��NCb �4R1d �4�JAC�PIT .SURFA�f��
A. In paved areas, the edge of the existing pavement above the duct bank which is to
be remawed shall b� cu# along s#raight lines, and the pa�ement repfaced with the
same type and quallty of the existing paving.
�. In sections where the duct bank passes through grassed areas, remove, and
replace th� sad, or shall loam and reseed the surface ta the satisfactian af the
Owner/Engineer.
C. Nn change in the Gontract Price will be allowed far the sod or reseeding.
3.�8 CL�ARIIN�
A. Remove all rubbish and debris from inside and around the underground system,
Remove dirt, dust, or cancrete spatter frain the interior and exterior of manh�fes,
handholes and structures, using brushes, vacuum cleaner, or clear�, lint firee rags.
�. Do nof use compressed air.
�ND OF SECTION
Raceways, Boxes, Filtings and Supports
�� �� `��`�� 903127 July B, 2023 - COIVFORM�p
p,u;llCardb�D4Curnen�l7KlFuit VJorut�l0�d5p.pAqppfllpq Des�gnr04 Specs+GuplarZ6_05_43 (Con�4rme�Jj
��CTIOPI ��_45_�0
{V��It� ��{�►�Il� iPl��lGilOP1 f��l�RS, 60a V�L.i� �R;� ��LOf'V
PARi 9 C�W���l�
1.@1 ��OP� O� 1�fORK
A. Provide electric motors, accessaries, and appurtenances complote and oporable, in
canfarmance with #he individual driven �quipment sp�cifications and other sections
of khe Contract ��cuments.
B. Unless atherwise shown or specified, the mators sha11 be singEe speed, single
winding, in strict compliance with the requirements specified h�rein. �fhe driven
equipment manufaciurer shall sekect the exack motor speed.
C. The pravisions o# this Section shatl apply to all low voltage NEMA Frama AG
squirrel cage induction motors, except as indicated akherwi�e.
�9.02 �ELA��� 1d���K
A, Refer ta Divisian 26_00`00 and the Contract Drawings, f4r related work and
electrical caordination requirements.
�.Q3 Sl1�IlAI�i�L�
A. Submittals for equipment specifiod her�in shall be made as a part of equipmant
furnisi�ed under other Sections. Individual submittals for equipment speci�ed herein
will not be accepted and will be returned without review.
B. Submitials shall be made in aecordanee with the r�quirements of �]ivisinn 1, S€etion
26_QO 00, the Contract Documents and as speci�ed herein the fallowing:
1. The manufacturers' names and product designation ar catalog numbers for t�e
types oF inaterials specified or shown on the Drawings.
2. Cut sheets for each individual item shall be submitted.
�. All cut sheets shaH be cleariy marked to �ndicate which praducts are �eing
submiYt�d for use �n this project.
�. Unmarked cut sheets will cause the submittai #o �e rejected ar�d retumed fnr
revisiar�.
C. Alk shop drawing submittals and ail O&iill submittals shaH be submitted in
accordance with the requirements {isted in Divisian 1. No change in Contract P�'ice
or Schedule will be allowed for delays due to unacceptable submittais.
D, Submittals shalf also cor�tain information on related equipment ko be furnished
�nder this Specificailan. Incomplete submittals not containing the �equired
infiormation on the related equipmenk wifl also be returned wiihaut re�iew.
NEMA Frame Induclion Motors, 6fl0 Valts and Belaw
26 D5 50-1 ]03127 July B, 2�23 - CONFORMED
�xv:flCard�orRocumenlsfCX+Fosl4l�o+Ih�200452-�000fl0�04 Deslgn�04 Spec�+Gup1a+R6 �5_50 (�oniorm�d)
E. Submittals shall be made in accordance with the requirements di the process
equipment division of these Specifications, and as specified herein.
F. Submi# far approval, a manufacturer's conducted fraining a�end� far all training
specified �erein. Training agenda shall not be submitted until final approval of the
Operation and Maintenanc4 Manual.
G. Submit ta th@ OwnerlEngineer, s�top drawings and praduct data, for the follawing:
1, Name of �rive.
2. Horsepawer of Motor.
3. P�ase.
4. Efficiency at 1/2, 314 and ful� load.
5. Voltage.
6. Power F�ctor ae 1/2, 3/4, and ful! ��oad.
7. Speed.
8. NFMA pesign Starting Torque.
9. N�MA Frart�e and C}imensions.
10, Full Load Current.
11. Lock�d Rator Current.
12. Insuiafion Class.
13, Temperature Ris� at 1.0 Service Factor.
14. Enclasure.
15. Bearing desigr� life.
7B. Special features (i.e., space heaters, RTDs, oversize conduit bax and
carrosian resistant features).
17. Nameplate Drawing with fnformation as listed herein.
98. Maximum power factor cdrreatian capacEtar kVAR that ean be switched with
the motor. Assembly drawings.
19. Anchor bolt location drawings.
20, �quipment weights,
21. Catalog data Nandestructivo test proceduros.
22. Accep#ance test pracodur�.
23, 5urface preparation and painting procedure,
24. Shipping, handling, and storage procedures,
25. Installationlerectlan procedure Electrical equipment heat run fest records.
26. Nameplate data.
27. Rerformancelaaceptance test report.
H. S�ppliers of frackional horsepower motors below Frame 143T will nof be required to
submit operational characteristics.
F'actory Tests. Submittals shall be made for factory fests as specffred above.
Field Test Reports. Submittals shall be made fpr field #ests specified herein.
K. Operatian and Mair�ienance Manuals.
1. O�aeration and maintenance manuals shaN includ� the fallawing information:
a. Ma�ufactu�er's contact address and telephone numbor fvr parts and
S9NIC�.
b. Instruction laooks and/ar leaflets.
fVEMA Frame Induction Moiors, 6fl0 Volts and 8eiaw
26 05 50-2 103�27 July 6, 2p23 - CONFORMED
p�v��lCair�br�cuments+TX1FOr1 S'�orlly200452-OpOpbAl04 oeSign�04 Specs+Gup1a12o_d5_50 (Confarrrievj
c. Recommended renewaf parts list.
d, Recard Documents �ar t�� informatEon required by the su�mitted motor
information above.
�.0� R���.R�IV�� �iAlVE�A���S
A. Motors shall be designed, built, and tested in accordanco with the latest revision afi
the fallowing standards:
'I, {�atior�al Electrical Manufackurers Association Inc. (N�MA):
a. NEMA Iln�-i - Motors and Generator�.
b. NEMA M�-1 Park 9- Sound Power Limits and �1+Isasurerrsent P�'acedures.
c. N�MA MG-2 - Safety 5tandard for Consiruction and Guide for Selection,
Ir�stallatfon and Use of Eleetric F�ators anc� Generators.
2. National �ire Protection Associatlnn {NFPA)�
a. RFPA-7Q - hJativnai �lectrical Cade.
3. Underwriters L.�boratories, Inc. (UL.):
a, UL; 1004 - E.fectric �iotors, UL_547 - Thermal Protectors for i�+iotars
b, 1JL674 -�leotric Motors and Cenerators for Use in Wazardous Locatfans,
Class I Groups C and D, Class ll Groups E, F and G.
4. institufe af �iectrical and Electranics Engineers, Vnc. (IEEE):
a. f�E� Std. 1- Goneral Principles for iemperature Limits in the Rating of
�lectric �quipment.
b. I��� Std 43 - Recommended PractEce for �esting Insulation Resistiance
of Rotating �iiachinery.
c. IEEE Std. 112 - Standard Test Pracedure far Polyphase induction Motors
and Generators.
d. IEEE Std. 275 - Recamm�nded I'ractice for Thermal Eualuation of
Insulatian Systems fnr AC �lectrfc Machinery Employing �orm-waund
Pre••insulated Stator Coils, Machines Rated 6,9Q0 V artd E3elaw.
e. I��� 5td. 429 - Standard Test P�-ocedure far the Evaluaiion of 5eafed
Insulation Systams for AC Elactr�c Machinery Employing For�n-wound
Stator Goils.
f. IEEE Std. 1349 - Guide for the Applicafion af Electric Mokors in Class 1,
�7iv 2 Hazardous Locatic�ns.
5. Anti-Frictian Bearing N9anufactu�er's Association Inc. �AFBMA):
a. AFg�IA-9 & 11 - Load Ratfngs and Fatigue Lif� far Rnller Bearings.
B. Where reference is made to a�e af the abave standards, the r�vision in effect at the
lime af bid opening shall apply.
1.05 ��FINi1TIORlS
A. A�otors specified herein are three-�hase, squirrel cage inductian #ype far 1/2 HP and
abo�e, and single pi�ase for less than 1f2 HP, except as specifically specified
elsewhere in ihese Spe�ifications.
NEMA Frame Inductian Mators, 640 Volts and Below ��312� ,]uly 6, 2Q23 - CONFOFtNfE�
26_05_50-3
p,v�rfCai.dlo��ocumenl�I�XiFod W�r3t�q0A52-OOOQR�+Od Design�0�+ Spscs{Gu�laf26_65_50 {Contornied�
B. The word "Drive" shall be construed to mean ihe driven equipment, i.e,, pump,
hoist, fan, �ompressar, ar adjustable frequsncy drive c�nnected with the mator.
C. If there is inconsistency of size on different Drawing sheets or between [}rawings
�nd other sections af Speciftcations, relating to the horsepower designatian, then
the larg�r size shall be reguir�d,
°i.06 QU�Al.��'Y A��U�3dR�C�
A. Motor Carnpatibility;
1. Verify that the motar included with the driv� is compatible wiih driven
eguipment and campli�s with these Specffications.
2. If the motors described in #hese Speci�cations cannot,be applied to ihe
app�ication or equipment affered, an exceptian may be submitted, clearly
stating the deviatians and tt�e reasans for such deviatians.
3• Required modificatians:
a. !f equipm�nt submi#ted and approved by the Ec�gineerl�wner has
dimensional, power or mechanical difFerences fram that specified or
shown an the Drawings pravide the followin�:
1) �ay for ongineering costs to make madifications to structural,
mechanical, ar the �lectricai design drawi�gs.
2) Provid� all additior�al costs for labor and materiais to make th@
modificatians to th� praject.
3) No chang� in the Contrac# �rice or Schedule will be allowed.
�a. 'fhe acceptance or rejection of such deviati�ns shall be at the sole
discretion of the Owner/Engine�r.
B. Iv9otors pro�ided rrvikh driver� equipment:
�- fVloun# rnotors with driven �quipment as a camplete �nit by the driven
equipment rnanufaciurer,
2. Include c�rrect alignment, couplings ar sheave as specified for the driven
equipment,
3. r�rovida for th� desig� of vibration including special ar unbalanced forces
rasuiting from aquipmQnt oporatian.
C. IVlakars manufactu�ed �ate:
�. Motors manufactured mare tha� 24 montl�s prior to the dat� of this Cont�act
are not acceptable.
2. Include the date of manufacture of each motor on the mot�r nameplate.
3. Remove unacceptat�l� motors, replace, reinstall �nd retest as required. No
change in the Contract Price or Schedule will be allowed.
D. Matars driven by redUced voltage solid st�te starters (RVSS� or variable fr�quency
drives {VF[]):
1. Provide mvtors desigr�ed for use with RVSS ar VFD.
2. Submit a Certification by the motor manufacturer, stating sucl� compliance with
the mo#or submittals.
NEMA Frame IRductfon Mfliors, 6p0 Volts and Below
26 05 50-4 1p3127 July 6, 2Q23 - CdNFbf��VIED
�hN'IIC&Idb�Doct�men[s7TXIForIS�w6�200452�DpOQDOf04 ��s�gn�445peiCs�GUula(7e U5_5p{CVnFflrmeOj
9,07 J��SITE ��L{4.�E�Y, ����C�, PoAE� F��R1A�.ING
A. I'rior to jobsite delivery, complete ail submittal requirements, and preser�t tfl th�
4w�erl�.ngineer �tpan del9very of the equipment, an approved ca�y of all such
submittals, De{iuery of incomplete constructed equipment, ar equipment which failed
any factflry tests, will not be p�rmitted.
B, Equipment shall be handled and sto�'ed in accordartce wi#h manufacturer's
instruetions. Two copies of these inskructions shall he included with the equipment
at time af shipment and shall be made available to the Contractor and Owner. 7fi�e
instructians sl�all include detailed assembly instructions inciuding but not limited to
wiring interconnectlon diagrams, rigging for liitin�, skldding, jac4cing, and maving
using rolling equipment to place the equipment, bolt torquing r�quirernents fnr bus
arid alE other components whic� require the installation of boltad connections, and
instructions for storing the equipment prior to energizing.
C. Protect equ'tpment during shipmerrt, handling, and siarage by suitable camplete
enclosures. Protect equipment from exposure to the elements and keep thoroughly
�ry,
D. Protect paint�d surfaces against impact, abrasion, discolorativn, and oth�r damage.
Re�aint darnaged painted surfaces to the satisfaction of the OwnerlEngineer.
E. Motar delivery and Storage:
`i. If motors are shipped as a� fntegral part of the associated mechanical
equipment, the mators shall b� stored and handled in accordance with the
rnanufaciurer's instructians.
2. If motors are sh[pped separateiy, the mator shall be Installed in its p�rmanent,
finished lacation �Mawn on the Drawings +�ithin 14 calendar days of arri�ing
onsite.
3. If the equipment cannot be installed within 14 calendar days, the equipment
sfi�afl nat b� delivered to the site, but s#ored offsite, until such time that the site
is ready for permanent in�taNafian ofi the equipment,
4. Motors stored off site shall r�oi ba includ�d in any pay applicativn�.
5. Paymer�t for mokors will not be allow�d u�til deliverod #o the joh site. No
change in fh� Contract Priee will b� ailowed for storagQ or transpo�tation from
or ia the storage locaiion.
6. Provide t�rnporary efectrica; power and operata space heaters, during storag�
and aft�r mokors are inskalled in perrnanent loeation, until equipment is placed
in service.
7, l�nless siored in a heated air-candltioned space, space heaters shall be
energized within 24 i�ours of arrival.
8. Failure ta energize space heaters as required shall constitute improper
storage and the rnotars are subj�ct to rejecti�n and are sub�ect to be returned
ta the Factary for inspection and re-testing.
9. Improperiy stored motors may be inspected and tested in the field. The choice
to return equipment or conduct an inspection and test in the fiald lie solsly with
the Engineer ! Owner.
10. �io pay applicaiions far ir�praperly stored motors wiA be accepted priar to
receiving the manufaciure's report of inspection, testing a�d certification thaf
the rnotors are acceptable for installation with full warrantee still in force.
NEMA Frame lnduclion Motors, 6dQ Volls and Below
26 05 5p-5 103127 Jufy 5, 2023 - C�NFORM�D
�rw:NCaid�ot6ocumenlsfTX+Foit Wo�U�10DhS2-RD�OOq�O�i Des�gn+D4 Specs;Guplaf26_05_50 {Confarn��)
17. Ail expenses to return and �e-ship ta the jab site ar inspect and test in the field
sttafl be pravided with na change in Contract Pric� or Cdnt�'�ct Time allowed.
12.. Ratated mators monthfy as recommended or required by the motQr
manufacturer.
a, Record #he date motor is rotated and provide capi�s of the racord to th�
OwnerlEngineer and the manufacturer,
b. ihe manuf�cturer shal! car�firrri receipi of the roiativn record.
9.0� 1iV�1��aANTY
A. Pravide warranties, includi�g ihe manufacturer's warranty, for the equipment
specified and the praper ir�stallation thereaF, to be free from defeots in material and
workmanship for the same warranty period as specified for the associated
mechanical equi�rt�ent, 6ut not less than iwo years from daie of finai acceptance of
the equipment and its installation, Vllithin sueh p�riod of warranty, all material and
'abor necessary to return the �quipment to new operating condition shall be
provided. Any wa�rrar�ty work requiring shipping dr transpor#ing vf the equipmer�t
shal! be provided at no ex�ense to the Owner,
��a�r � �����crs
2,0� w�,����A�������
A. Subject to compliance with tl�e Contract Documents, the following Man[ttacturers
are acceptabl�:
1. AE3�.
2. TECO — Westin�house.
3. Baldor Reliant.
A�. US Mators.
5. A�proved �qual.
�. ihe listing of specifoc manufacturers above does na# imply acc�ptance af their
products that do not meet the specified ratings, features and functions.
Mar�ufacturers listed abave are not relieved from meeting these s�ecificatians in
thair entirety.
2.Q� C��Rl�RAl� R�t�UI��i�V�i�'TS
A, Each mvtor provided shall have an Identificatior� Tag Nurnber, conforrnirtg ta the
numbering system and equipment name shown on the Drawings,
B, Specific motor data such as horsepnwer, speed, enclosure type, etc., is speci#ieci
under th� detailed specification for the mechanical equipment with which the motar
is supplfed.
C. Where frequent s#arting occurs, the design for frequent starting duty shall be equal
tn the duty s�rvice required by the driven equipment.
NEMA Frame Induction Motors, 60a Volls and Be�ow
26 05 5D-6 f03127 July 6, 2023 - CONFURs1rfED
p�U'RCard�afppCumer��y(rFort 1h�Drptl�qDd52-pfl0�Oplpd DeS�gn10� 9pet&�Gu�ta126��5_Sp (Cnnf4rmedj
D. Motor nameplates:
1. i�anufacturer's namepfate5 shall be engra�ed or embossed on stainless steel
and fastened to the mator frame with stainless steel screws or drive pins.
�. Nameplates shall eiearly indicate all the iiems of Information enumerated in
NEMA Standard M�-1, as applicable, including but not limit�d to the following
information:
a. Horsepower (output).
b. �tPM at full laad.
c. 'Time rating.
d, Frequency.
e. I�umber af phas�s.
f. Morlek number.
g, Rated voltage.
h. Service factor.
i. Ful1 foad amps.
j. Insulation cfass.
�t. NEMA design Letter.
I. NEMA cade Letter.
m. T�mperature Rise at 1.0 Seruice Factor.
n. NEMA �rame size.
o. Mot�r Weight.
p. C7ate ofi manufacture.
q. Thermal protectiar� (if supplied}.
r. Nominal Eftiefency.
s. Enclos�re.
�, Altjtude:
1. Under 33�0 feet. For applicatians above 330fl feet.
�, Pro�ide motars specifically ciesigned and certified for o�eration at the s�ecific
a4titud�.
�. IV�otors horsepawer:
1, Provide all mators with a sarvice factor of 1.1 a at rated voltage and frequency.
2. P�ovide motors with su�cient hors�p��wEr and torqu� capacity to drive the
equipment without overloading under aA operating eanditions.
3. Exceeding the 1.0 namepiate service factor rating �f the mokor is noi
acceptable.
�. Using the ser�ice fiactor rating af the motor under any operating conditian is
not acceptable.
G. E3reather drain:
1, Pra�ide a breaiher drain in each end b�acket of TEFC motor enclosures.
2. Locate breatf�er drains in the lawest �a�t of bath end brackets to allow
drainage af condensation.
3. Provide stainless steel au#amatic breather drains.
W. Provide side rail r�nounting for all belt or chain-driven applications.
Air inle#s and outlets:
1. Pro�ide vermin-proof, corrosion resistant [ouvers.
2. Locate the ait iniets on end or side as requ�ired by the application.
NEMR Frame Induetion Molors, 60b Volts and Below
26 05 �a0-7 'E0�'I27 July 6, 2023 - CONFOR�EQ
�nv�llCa�oE�ardDaumBn�s�TXfFort YJofIh�200d52-(}000001�4 Des�gn+�4 Spgt&iGu�la+x6_45_50 {Gpnforttsed�
Motar power terminatian enclosure:
1. Pro��de an oversized, gasketed, cast iron canduit box, field adjustabie in 9�-
degree increments.
2. Provid� a diagonally split conduit box wit� tapped NPT threaded conduit
entrance hol� or hofes.
3. Pravide a cond�it box that �xceeds th� minimum volumes defined in IEE�
841-Latest �ciition,
4. Pravide a nenprene conduit box cav�r gasket and neoprene lead seal gasket
with flexible nipples to �nsure the seal is .main#ained as the I�ads are rr�oved.
5. Provid�: mounfed clamp type lug in the conduit box sized to accept ths nu�nber
and size af grounding conductors shown on the drawings.
8. Pravide the size and n�mber of threaded cflnduit openEngs or ihtegral conduit
h�rbs for the conduits containing the rr�otar pawer conductors shown an the
drawings.
7. Pra�ide lugs to t�rrninate power conductors as follows:
a. Provide ane-hale lugs for connectian to conductors #12 AWG thraugh #8
AWG.
b, Provide terminati�n pads to terrninate U�MA two-hole long barre! lugs for
conduc#ors #fi AWG and larger.
c. M�et the appficable requirements of S�cfion 26 05 99 for 600 Vnft
conductars. � �
K. Motor frames:
1. Pro�ide aast iran end brackets conduit box.
2. Pro�ide liftfng lugs on the motar frame.
L. Motor requirements:
1. N�MA Design � standard, unless otherwfse specified in the process
equipment divisian of these Specificatians_
2. 5ervice fiactor shall be 1,15 for all motors.
3. No portion of a motor's servicQ factor above 1.0 shali be used in norrr�al
continuous op�ration af the motor.
A�. Energy Efficient type meeting or exceeding sfficiencies as listed in the Table at
th� end of this SpBcification. (Part 4)
5. Continuous time rated suita6le for operation in a 4Q°C ambient, unless
specified o#herwise in the process equipment divisior� af th�se Sp�cifica#ions.
6. Pravide all motors bi-directiahal.
7. Pro�ide motors wikY� the required direction of rotatton for fans or okher
�nidirectional driven equipmer�t as required by fhe driven equipment
rnanufacturer,
N1. Requirements far TEFC Motors:
1. Unless otherw�se indicated or specified, motors shall be totally enclosed fan
caoied (TEFG), tor al! applications.
a. Corrosion r�sistant enclosures, fan, cover, epoxy paint, corrosion resistant
fittings and stainless steel or aluminum namepla#es similar to "Mill and
Chemicai", "'Corro-Duty", "Chemical f�rocessing" ma#ors.
b. See the process equipment division of these Speci�cations for pumps and
otFrer equipment that require additiflnal enclos�are requirements.
NEMA Frame Rnduction Mofors, 600 Volts and Below
26 05 5Q-$ 103427 July 6, 2p23 - CQNFOFiMED
p�v�frCardfalpacumen�ylTX+FprllNor�rlrl{1pq52�1i000A0�Od Des�gn�p4 9pecs�Gup1a1Z6_45_5t3 {Confamic�j
N. Guards:
1. Pro�ide guarcis for all exppsed moving parts in accvrdance with OSF�A
req�airements af,
2, Prouide guards fabrica�ed from flat#ened expanded metal screen, 314-in�h No.
10, to pro�idQ visual inspection of moving parts without rQmaval of the guard.
3. F'rovide guards galvanized after fabrica#ion designed to be readily removabke
ko facilitate maintenance of maving parts.
4. Pro�ide openings in the guarcis for access to the lubricating fittings.
�.03 ��A�'�IBP�AL fi18E���Pf7�'�� f4���01�� — L��� 7H�N '�!a f��?���PBFl��f�
A. Voltage, phase and size:
1. Single �hase.
2. 115 val#s, 60 Hertz.
3. Sized as shown on th� Drawings.
4, Provid� motors as otherwise shown an the Drawings ar as specified in other
pivisions.
B, �.nclosures shall be TEFC or TEhlV.
C. Winding and insulativn:
1, Random wound.
2. Non-hygroscopic encapsulated co�per windings.
3. NEMA standard Cfass "F" insulation.
4. Class F rated motor leads, with permanent identifcatian.
5. Nfaximum temperature rise af 90°C abave a 40"C ambient, a� a continuous
operation or intermittent duty, at namepSate horsepower.
D. Integral mptor protectinn:
1. Provide one af tF�e following:
a. �luilt-in manual ar automatic reset thermal proEeckor,
b. Integrally mo��t�d, enclvsed manual reset rnotor �verlaad switch.
2.a4 I�fl�i�R� '91� Ht������W�R APv� �R���
A. Voltage and phase:
1. T�ree-phasv.
2. Single voltage.
3. In compliance wit� I��� 841 (Mill $� Chemicai).
B. Motor power factor:
1. Motars 100 HP and larger, excepk fQr thase cantrofled by a VF�D, shall have
95% lagging pawer factor wifhauk power factor correctian equipment.
C. Winding an� insulatlon:
1. Randcam wound sized as shown on the Drawings.
2, �1on-hygroscapic encapsufated capper windings.
3. NEMA standard Class H insuiation.
4. Class H sated motor leads, with permanent identification.
5, Maximum temperature rise of 90°C above a�4D°C ambient, on a caniinuous
aperation or intermittent duty, at nameplate horsepower.
NEMA Frame Induclion Mniors, 60Q Voits and Below 103127 Juiy 6, 2a23 - CONFORMED
26 05�50-9
p��:f+Garrr' o�pocumenls�X+Fo�t Wodr�r2ppd5P-464DOOfad Deslgnr6d �ecs�Gup1a12S_�5_50 [Confa�medj
D. Motor rators;
1. Dynamically balanced,
2• Ma#ors less than 15 HP shail have a locked rotor inrush not �;xceeding MG�1.
3. Matars '!5 F�P and larger shall have a IQeked ro#or inrush kVA' not exceeding
Cod� G (6.29 kVA/F1 P).
4. The critical spe�cf of th� shait and rotor assembly shall exceed th� opera�ing
sp�ed by a minimum af 10%,
E. Sound rating:
'f. T'he na-load sound pressur� level, based on the A-wsigF�ted scafe at three
feet, when m�asured in accordanc� with N�MA MG1 Section 1 Par# 9, shafl
not exceed khe values listed in Table 9-1.
F. Vibratian fimits:
1. Not exceed �.2-inches/secon� at any frequency.
G. Grou�ding:
1. Pravide a minimum of one grounding pad an each motor frame.
2, Motars iarger ti�an 75 f��p shail have a minimum af two brass grounding pads
on vach motor frarne.
3. Provide internal grounding inside the rnator #erminal bnx as specified aboue
F�. Requirem�nts for solid state startQrs or UFD controlled motars:
� . Opposit� drive �nd bearing insulated.
2. Shaft grounding brush installed at the drive end af the motnr.
3. Wrovide grounc�ing bond from the motor foot ta system grourtci with a high-
frequency ground strap made of flat braided, tinRed copper with terminations
to accommodafe motor foot and system graund connection.
f• Bearings:
1. Motors 1/2 fihrough 5 HP shalf have permanently lubricated sealed antifrictian
ball-bearings with L10 iifietime of 50,OOQ hours.
2. Motars larger than 5 I�P shall have oii ar grease-lubricated antifriction ball-
bvarings with L� 0 lifetime of 50,Q00 hours.
3. Anti-frictian motor b�arings:
a. Designed to be �egreasoa�ble and initially shall be #illed with greas�
suitabie far the mo#or ambieni tetnpe�ratur� sp�cified,
b. Prnvide bearings fitted with easily accessible grease supply, flush, drain
and relief t�ttings.
c. Pravid� extension tubes whert necessary.
d. Provide standard hydraulic grease suppiy fittir�gs kype as manufactured by
the Aiemit� di�ision af the Stewart Warner Corporatian or equal.
4, Seal�d bearings (when pravided):
a, Cantact seaf (lip) or r�an-canta�t labyri�th type.
5. Vertical motor �earings:
a, Thrust and guide bearings shal� confarm to AFBMA standards ar�d shall
ha�e L� 0 lifetirrie ra#ir�gs as specified for b�ll-�earings of the same
horsepower range.
b. Dawn thrust information shall be provided to the mat�r man�facturer by
the equipment supplfer.
f4EMA Frame fnd�retion Moiors, 600 Volts �nd Beiow
2B 05 SQ-'f0 �03t27 July 6, 2Q23 - CDNFDRMED
pw'7�Caic!lqlppcumenl�7TX+For1 Worlh�Qpq��-ppqppp{pq p����rD4 SpgCs+Gup1a1Z6_Q5_5{r {Conformed}
Space Heaters:
1. Space heaters shall be su}�plied with all three-phase mott�rs an�i shali conform
to the fioilawing:
a, f�eaters shali be cartridge or �lexible wrap around type installed witnin the
motor endosuro adjacont to cor� iron.
b. Heaters shall be rated fo� 12Q volts, single phas$ with wattage as
required.
c. T'he heater watiage and valtage shall be emhossed on the motnr
namepiate.
d. power leads for heaters shall lae brought out at the motor accessory lead
junction b�x.
e. Pr�vide inte�raf conduit hubs or threaded openings 3l4rinch m�nim�m.
K. Switch type stator Temperaturs Detectian:
1, E3i-me#a1�ic switch type winding temperature defectars (thermastats) shall be
provided far atl NEMA Frame motors 10Q HP and up, artd for all N�tU�A Frame
motars contrnlled by variable frequency drives.
2, P�o�ida tho detoctors factory installQd, ambedded, with leads t�rminating in
the main conduit box.
3. Device shall protect the motor against damage from averheating caus�d by
single phasEng, overload, high ambient tempe�ature, abnormal voltage, locr�ed
rotor, frequent starts, or ventilation failure.
#. F�ro�ide the switch with nnrmally closed contacts.
5. �ro�ide nat less than three detectors interr�ally connecked in series.
8, 1lVire a!V temperatur� detectors to a separate terminal box on the motor.
Terminal box shall be weatherproof N�fVrA 4 wifh barrier-type screw-post
terminais,
�.0� FA�iOI�Y i���IWG
A. Motvr� rated 1 QO HP and karger shall be stanclard motar tested as �oflaws;
1. Except where spoc'rfic testing or wiinessed shap tvsts are required by the
sp�cifications for driven equi�ment, factory test reports may be copies of
rautine test re�flrts af eiectrically duplicate motors.
2. Test report sf�all indicate test procedure and instrumentati�n used to rrreasure
and record data. 7est report shalV be certified by the rnntor manufactur�r's tesi
personnel and b� submitted to the �ngineer for approval.
B. As specified herein, provide a compleke kest per NEMA MG1 and IEEE 5tandard
112, conslsting of fhe fallowing:
�. Full Load Heat f�un.
2. Temperature Test (Acivai loading method).
3. Perforrnance Test.
4. Locked Rator Test.
5, No �.oad Saturatian.
6. �peed Tarque.
7. Winding Resis#ance (A 118 and 43).
8. High Potential.
9. Noise Test (A 85).
C. E3alance and vibration shall meet NEMA standards MG1-92.05 and MG9-�2.06.
NEMA Frame Induction Matofs, Bt}fl Vo1[s and B�1ow 'Q��27 ��Gy 6, 2D23 - CONFOFtMED
26_05_50-11 Speca+Gu
p�y�flCBrWlolpqCt�m0nIS7T%1FoillNor�h+2dp452-0006�QrOdOss}gnr0� p1aT16_Q5_50{Con[omiezij
D, Mators rated 100 HP and larger shall receive Polarization Index T�st:
�. Perform a po9arization index test on each phase individ�ally, with fhe other two
phases gro�nded to #he sarne ground as #he statar core.
2. Test voftage to be as per l�E�-43, Tabl� 1.
3. Tho tesf duration shall be for ten minutes with rosistances tabulated every 15
seconds f�r the first minute and then every minute� for the next ten minutes.
�4. Resul#s to be provided ir� both tabular ar�d graphical format. Resulfs to be as
psr I�EE-43, T'able 3. �T�he minimum insulation resistance afi�r one minute to
E�e as per I�EE-43.
�a�r � �x�c�Yr��
3.0� IfVSiAI�LATlflN
�1. Instaf! m4Ears in accordance with the manufacturer's lnstructions.
�. Make a vis�af and mechanical inspection.
C• Checl� for physical damage.
[�• Compare eq�ipment nameplate informatian with single line diagram and report any
discrepancies.
E. Inspect for proper mo�nting, grou�ding, connectior�, and iubrication.
F. Inspsct each motor for the prapQr instailation, rafed voltage, phase, and speed,
G. Check far propar phase ar�d �round cannections. Gh6ck to s�e that mulii-voltage
mators are connected for tl�e proper voltage,
H. Contirtuously energize space heaters as s�ecified.
Mokor cannecti4ns:
'!- Pravide ring ty�e cpmpression termfnations on the mator le�ds and secured
with bolt, nut, and spring washer.
2. insul�te connections with rubber 5cntch 33 tape, h�lf lapped with a rr�inirnum
of two layers of tape, minimum.
3. P�ovide crimp type copper lugs and coron�ctors:
a. Instaf! lugs anc� conn�cto�s wi#h standard industry tooling #hat will not
releasa until the crip is complote. Plier type tools are not accepkabie,
b. PravidQ lugs and connecfnrs mafching the wire size shown on the
Draw�ngs.
c. Cfearly identify and color code �ach cannector,
d. Make all conr�eckions for stranded wire.
e. Ma�e alf conr�ectians electrccalfy and rnechanically secure.
f. Pro�ide lugs and connectors that has a currer�t earrying capacity equ�l to
the conducfors far which they are rated.
g. Pravide lugs and connectors that meet UL 486 requirements far 75
degrees C.
NEMA Frame Induction Motors, 640 Volls and 8elow
26 05 50-12 �03727 July 6. 2023 - C(7NF(7F�MED
p�v;RCarolb�ppcunienl�!'fxlFort 1Nor�t�p0452-0p4000�04 aesigqfQq gp�qy�uplaf26_05_50 {ConFormEd)
h. Provide twahole lugs wit� NEMA spacing for wire larger than 410 AWG.
i. Provid� lugs with clvsed end construction to exclude moisture migrativn
inta the cable conductar.
3.0� `iESTS
A, Tast far proper rotation pri�r io conn�ction to the driven equipmant.
B. Test tha insufation (magger test) of ail new motors, 10 HP and above, in
accardance with NEMA MG-1, Tesk volkage shaN be 1Q04 volts AC plus twice the
rated voltage vf the motor.
C. Perform a rofation fest to ensure proper s�aft c�irection.
D. Where a motor is inverter fed, the direction af rotatian shall be �hecFced by
mflmentary application of voltage to the moior, ta confirm that the phase sequence
is the same as the incflming power to the inverter.
�. Measur� running current and evaluate relative ta load eonditions and nameplake full
toad amperes.
�. Inspect far unusual mechanical or electrical noise or signs ofi overheating during
initial iest run.
C. 11�onifor motors during s#artup and commissior�ing to r�cord ap�rating amps. �ol#age
and operating vibratian levels.
�. TeSt reports:
1. Submit test repork and all r�cord�d �eld data.
2. Submit copies af khe raw date recorded in the fiielci, slgned by the person
recnrding the data, and typewritten cer�+f�ed re{�orts.
3_ The motors wilk not be accepted �ntil the reporfs are submiited and approved.
N�MA Frame induction Moiors, 600 Vaits and Belaw
26_05,�60-13 103'i27 JuEy 6, 2023 - CONF�F2MED
(n��:ltCaiollalf]ocurnanls+TX�Fuq 1WorIhf240452-b000D0lQA Desit�n�04 9pecs�Guptal26_Q5_50 {�onformedj
�a�� � ����.� v� �o��� ���i�i���i�s
{I��TO� FUL..�dL��l� ���1�1��1Cl��
a�p�J�� 4��QLE f� pCi�� 8 PCJLE
{�soa ��n�� ��goo ���a ���ao ���� �soo ����
��' IV9in. l�Vir�. ��ficiency �in. �fficien�y �`in. �fficieney
�i�iciency
1.0 72.d 80.0 77.0 T0.0
1.5 80.0 81.5 82.5 74.0
2.0 81.5 81.� 84,0 50.0
3.� 82.5 85.� 85.6 $'f .5
5.0 �35,5 8�.5 $5.5 82.5
7.5 87.� 87.5 87.5 $�.5
10.0 88.5 87'.5 8i.5 86.5
15.0 89.5 89.5 88,5 87.5
20.0 88.5 &9.5 88.5 87.5
25.0 $9.5 97 .0 90.2 �7.5
30A 89.� 91.0 90.2 $9.5
40.0 9Q.2 91.7 91.7 89.5
60.0 9� .0 91.i 91.7 90,2
60.0 91.7 92.�4 92.�1 9Q.2
75.0 91.7 93.0 92.4 91.7
100.0 92.4 93.�i 93.Q 91.7
12�.0 93.6 93.6 93.0 92,�
150.p 93.6 94.1 94.1 92.4
200A 94.1 94.1 94.1 93.0
500.fl 94.5 95,�
END OF SECTION
NEMA Frame lnduction Mators, 600 Volls and Below
26 05�50-14 �03»7 July S, Z023 - GO�lF4RMED
psv:I�Caro�i��p�oeiinienl�rTYJFurt tiNurl�v2D0452-0OOOpQ�Uq oeslgnHla Specs+Guplat26_05_50 (Conrarmed}
a��TIORf 2�_0�_73
f�9Fl11�R �YST�fi� ��'UDY
I�AR�° 1 ���I��r��
'f.0� sCB�� �� 1N0�14
A. Provide a Power System Study for khe eloctrical pawer system, including a Short
Circuit Study, Coordination St�dy, Arc Flash Hazard Study, Load Flow Study, and
additional studies as iisted below.
B. The electrical power' system sh�ll Include ihe following:
1. Ufility company's transforrne�{s).
2. Owner's new power ciistribution systern instelled under this cantract.
3. All new system components, including any on-site sEand�y generation.
4. Include as a minimum, the follawing in the short circuit and coordination study
reporks:
a. �valuation af the electr�cal power systems.
b. The madel numbers and settings vf the follawing:
'f) Pratective refays or devic�s,
�} �/letoring d�vices.
3) �otor manitoring de�ic�s.
4) A!I settir�gs rsquired for power distribution and motor protecti�e re�ays
and ekectric system monitoring de�ices.
C. Required data:
'i. Qbtain and provide aEl pe�tinent data necessary far the successful completion
of khe Power System Studies including but not Ifmit�d to the following:
a Inf�rmation on all new equipment and wiring pertinent t� the Study
incfuding as a rninimum the following:
1) A1f cable and raceway data,
2.) Data for new motors.
3) Data from al1 new switchgear, motor control centers, panel boards,
and separatoly mounted fus�s, starters, and circuit braakErs.
4) Obtain ali n�w protective device information,
5) Obtain any needed data ar informaifon fram Contract �ocuments,
various suppliers, the �iectric Utility and from conduc#ing field
investigations.
2. Obtairt the electric syskem model for the existing electrical system to
incor�arate it ir�to the study for the new electrical system including but nat
limiked to the followir�g:
a. Far new electrical systems cannecting to an existing electrical system,
confirm and include all pertinent data of the �xi�ting electrical systsm at
the point of cannecfion.
b. If during �eld investigations conflicts beiw�en the Contract Documents
and t�e �eld conditions are encoun#ered, immediately r�a#ify the
Ownerl�nganeer far a resolukion to the canflict.
Power System 5lucfy
26 05 73-'I 103127 JUIy 6, 2�23 - CONFOF2MED
p�V'frGa�Wb+DocumenlslTXlFait YJarItV240452-409040�04 Oes�gn+04 Specs�Guplaf26_65_73 {Conformed}
3. Copies of the data obtained, shafl be organized, ar�d submitfed ta the
Owner/Fngineer at the sarne time Qf trransmitkal to the Study �ng�neer, to show
that ali the requested data gathering work has been cvmpleted,
D, The Study shall model all electrical equipment down tv and including �80-Volt
utilizatian equipment. All motors and constant Ioads shall be modeied indfuiduaily,
inciuding disconnect switch�s, if present. Motors and constant loads 244V and
below may be combined as a lump load.
E. 7'he Power System Study shall be performed using SKM Rower��'ools.
�.a� ����►r�d v�����
A. Refer to Di�ision 28_OU_00 and the Con#ract Drawings, far related work and
elecirical coordination requirements.
B. Provide all the information required, to the Study Engfneer In a timely manner.
1.�3 SU��AI'Ti�L�
A. Submittals shalf be made in accordance with the requirements of nivision 1, and
Section �6 QO 00, the Cvntrac# L?ocuments and as speci�ied herein,
Q. No change ir� Contrac# Price or 5ehedule will be allowed far delays due to
unaccep#abia submittals.
C. The foVlowing submittals shall be submitted in thE order shown.
1. Qualificatians; Na more than four weekts after the confract has been awarded,
provide a submittal of the engineering �rm, name, and quallficatians of fhe
Study �ngineer, for approval.
a. No submittals required �nder this sec#ion will be accepted ur�til this
requiremer�t is met, and if submitted will be returned witho�t review.
b. Submikiing the qualificatiohs alang with the preliminary study is not
acceptable and wifl cause th� prefiminary study tQ be rejec#ed and
returned witho�t revisw.
�. Preliminary Study: The second submittai shall corisist only of the 5hort Circuit
Study resufts and equipment e�aluatian, based uppn sound engineering
reasonable assumptions, wharo known valuos are naf availabla,
a, This submittal shall be used by thQ Study �nginear to asc€�rtain ti�e short
circuit current rating of the related �quipm�nt.
b. �'his subrnittal shall be made and approved prior ta any shop drawing
submittal being revi�wed for electrfcal equiprnent for which the res�alis of
this preliminary stu�y are required_
c, The submitta� and appraval of the Prelirrtinary Siudy is a critical milestorie
in the Canstruction Sch�dule. Failure to submif an acceptable study in a
timely manner may delay the Project Schedule.
d. No exceptions will be made far the specified sequence of tne submitta! of
the 5tudy prior #o th� submittal of shop drawings, 2�ncf any delays caused
by a late submittal of the Study will nat be a cause for the �ngineer !
Owner to albw any extensian �f the Contract Time or ehange in the
Contract Price,
I'ower 5ystem Study
26 05 73-2 1Q3127 July 6, 2(}23 - GON�ORME[7
p�a'IiCdid�R�ROaimcnl5fT7QF��t 1vur�tt�0ad52-4000D07�A Uesi�n�04 $qecs+Gup13!?6_ti5_73 {CUnfarrtred�
3. Final Study: The final submittal shall be the �inal Study and shaH include all
items listed under "Scope af Worl�" in this Section.
a. No electrical equipment for which the results of the #inal study ar� reyuire�
is permitted to be energized until the following has been certified as
completv:
1) Fir�al study results have been reviewed and approved by the
�ngineer 10wner.
2) Relay and breaker seitings are applled to ekectrical equipmerri
requiring adjustable settings.
3) Settings are requir�d ta be ce�tified as complete by the
manufacturer's field representative.
E�, This submitta! is required to ir�clude a PD� af the study report and
caordinatior� curves and an electronic capy of the computer model raw
data inputfiles.
D. Uppn complefion of the studies, �ubmit the studies for approval to the
OrtvnerlEngir�eer,
1. The study submittal shali includ� all the inpuf ar�d output data files in el�ctronic
formaf far use directly with the specified study software.
2. The Study sha�il i�clude an actual size s�mple of an Arc Flash and Shock
Hazard label with typical infiormation shown.
3. Allow not kess than three calendar wee�s far revkew of the both the P�eliminary
and Final Studies by the OwnerlEngineer.
4. The submittal shall not contain unresolved questio�s, confiiets, or seiective
device coordination eonflicks. A submittal contalning such q�estions ar conflicts
wiil be returneci unrev�ewed and �hall nnt be r�submitied untif such questlons
or conflicts have been resafved.
5. Delays in the Construction Schedule due ta the subrnittal af unaceeptable
Power System 5tud'+es will nat be a caus� for the Engin�er I Dwner to appra�e
any changes in the Contraet Time or Cantract Price.
6. ThE completed, sealed, and signed studies, with all 4m�wn is�ues resalved,
shall be submitted tfl the OwnerlEngineer for appravai, not lass than 30 days
priar to site delivery of any equipm�nt containing protective devices requiring
selectians and setkir�gs far certificakion by i�e manufacturer.
7. 4�ina! copies shall be in �lectranic farm (Adobe �'UF' formatted fifes). mode4
data files, including any custom forms, labels, formats, and libraries, shall be
pra�ided at the same time in efectronic format as specified herein.
8. A{f ind+vidual arc fiash iabels, r�ady far instaUation, shall be provided with this
submi#tal.
E. Submit for approval, a manu�acturer's canducted kraining agenda for al1 training
specified herein. Training agenda sha11 nnt be submikted until final appro�al of the
Operation ar�d Maintenance Manual.
F. Ownerl Engineer reservQs the right to requEst a copy af ti�� computer madel af the
study during construction for review.
9.0� R�����WC� Ca��� �Af� ��AR1Ci�1���
A. The speci�ed studies shall be in accordance with the fatest versjons of the faAawing
codes and standards.
Pawer Syslem Study
26_45 73-3 103127 July 6, 2423 - CONFORMED
pw'11CafpElplDoLUmBnIs�TX+F0�I1N0�UJ200452-U00{}D0104 Uesi�RrO� SpBC�GU�rlaf2fi_P5_73 {COnfprmedj
1. IE€E Standard 1584 — ��EE Guide ftir Pertorming Arc�Flash Hazard
Calculations, Including Amerrdment 15$4a.
2. NFPA-70� � Standard for �lectricaf Safefy Requirements for Employee
Warkplaces,
3, ANSI/NFPA 70 — NatEonal ElQctrica! Code
B. The st�dies shaH be performed using the same v�rsion af the corriputer soffware
used by tF�e Owner, llpgracfe of the existing madel versfon shall r�ot �t�e permitted
without cansent of the Owner and �ngineer.
4.0� (�llpo�liY AS��JR,ea{�`��
A. The sfudies shall b� performed by an �lectrlcal Engineerir�g ServEces �rm, wha is
regulariy engaged .�n power system studies.
�. The studies shali be performed by a Lieensed Prafessional Efectrical Engineer
(PE) in th� regular emplayment of the iirm with praficiency in electrical power
syst�ms engineering and shall sa�l and s�gn #he final completed power systern
studi�s.
�. Thc� Study �ngineer shal! be licensed ta practiee Electrical �ngineeri�g in the
State of Texas.
B. The PE shall comply with the �tate PE Law in the submittal of the Preliminary end
Final Studies.
'f. ihe Preliminary 5tudy shall b�ar the nam� and regisiratlan r�umb�r of th€ PE
who will be sealing the worFc alang with the statement acceptable to the State
PE �oard wnich indicates the wor�s is "Preliminary, Not €or Constr�ction" and is
"Iss�ed for Review",
2. The final report shall bear khe Englneer's Seal, Registratio�r Plumber, Original
Signafure and Date in accordance with fhe State PE Laws.
C, Camputer Model Revision Control:
1. 7he Study Engineer shall check out and receive from the Qwner, prior to
executing the 5tudy, the basa m�deE carnputer fife tn �e used for the study.
a, The Study Er�ginQer shafl ba responsible for the roturn o� this camputer
fiie ta Qwner upon cvmplQtion af the Study and acceptanc� af the Repart
by the OwnerlEngineer.
b, F'ieid verify all existing proteciive equipment, protective device settings
and conductors shown in the rnodel which are in series with fhe new
equipment a!I the way from the �Jkillty and or Generator pow�r sources to
khe connection point af #he new equipment.
c. Field veriFy the name plate data on al� exisking mokars connected ta the
same bus or any upsiream bus which is in series with the new equipment.
The same criterion applies to afl existing equipmer�t madified under this
Cantrac#.
d. Notify the Owner/�ngineer of any discrepancies discovered which exist
betweer� the Qwner's pawer system mociel and existing field conditions
priar to the s�bmittal of ar�y 5tudies far rev�ew,
2. The Study Engineer shall ir�corporate the Study conducted for this Car�tract
into the averall base mod�l camputer file.
a. The updated file shalf be returned #a the Engineer for review �long with
the Report Submittal. !t is unacceptabfe to add #he branches of the new
Power 5ystern 5iudy
�6 05 73-4 1 �312i July 6, 2Q23 - C�NFdF2MED
p�r,l�Cerdlfllpp�umen�rTXIFor1 WorIk�70U452-0�0ppOfOd Oe��gn7�d Spacx+Gupta!"16_U5_73 (C(rn�amed}
equiprnent pra�ided under this Contract in a stand-alone or separated
canfiguration from the overall power sys#em and adding in the available
fault current at the point of attachment.
b, AA rs�isions and #he addEtivn of all new equipment shall be tied into the
existing pawer system model by th� Study Engineer.
3. The 5iudy Engineer shall forward the updated base model camputer files to
the Owner at ihe following times;
a, �orward a capy with the submittal of the Preliminary Study for the
�ngineer 1a chec�c.
b. F'orwaed a copy wit� k�e final rnndel shall be submitted upon approval of
the Fina1 Report Submittal. This shall constitute checking this tile back in
to the Owner.
c, Should the Rep�r� Subrnittal be rejected for any reason, the base madel
computer file shall be checked out again and reiurned to the Study
�ngineer for further use.
1.�6 ��H��[!L� C}� 1���14
A. Tha seloction of the St�dy Enginear shall be suhmiit�d to the OwnerlEnginoer for
appro�al in a timely rr�anner, in accordance with the time speclfied. The Study shall
be camplert�d and submitted in the phases as specified abave.
�. 7'he campleted studivs, with all known issues resolved, sha11 be submitt�d to the
OwnerlEngineer for approvai, as specified above.
1.Oi FI�L.C] Ii�1dESTIGA71�[��
A. Provide field investlgation io obtain the follawing informatia� of existing equipment
cannected to new equipment either as a feeder or a load:
1. 5hort circuit ratings of existing equipment.
2. Tirne-current curves and the current settings €ar existing relays including CT
ratias.
3, Time-curren# curves and amperage for nan-adjustable breaF�ers.
4. Tim�-currant curves and the current s�#iings for circuit breakers.
5. Time-curront curves and amperage for axisting fuses,
fi. Submit this ir�formation to the Engineer prior to submitting equipmenk requir�d
uncler this specffication.
p�Ri' z �iU�i��
�.01 �L�GiI�IGAI� I�NG1�1���1{�C ���:'1.�I�E� Fl�i�"9�
B. The work experience resume af the Study Engineers who will be doing fhe wor� and
the Professional Engineer wha will be sealing the Final Study shal! be submikt�d
along �nrfkh his 1 her PE registration number in the 5#ate where khe er}uipment is to
I�e installed. Su�}ect ta compliance with t�e Contract Documents, the following
services firms are accept2�ble:
1, Cutl�r Hammer �ngineering Services,
2. ABB Industriak �ngineering Services.
3. Schneider �lectric Engineering Services.
Power System Study
26 05 73-5 103'f27 Julys, 2023-C4NFORMED
�nv IfCarabrpocumenlslTX+Fa�I Y�o�UJ�DOd52-0OOIX10�04 Design+04 Spec�7Guplaf26_45_73 {Confomiedj
4. All�n Bradley Co. �ngineering Seroices,
5. Strategie Engi�eering, Jeffery W�lbanks.
6. A�prcrved �qual.
2.0� �f�C}�tT CIR�UIi ���1�Y
A, Provida a camplete short circui� study.
1. Include three phasa, phasQ-to-graund calculatinns, ar�d X!R r�tios,
2. F'ro�ide an �quipment interrupting or withstand evaluation based on th� actual
equipment and model numbers pravided on this projeci including any existing
equipment modified in any way under this project.
3_ Ffeld verify the name plate data of a!I existing tr�nsfarmers, protective de�ice
equipment and the siz� and fength of any existing conductors in series with the
new or modified �quipment in the Contract.
4, Estimate the canductor lengths in concealed conduit fram field observations
and �ny available existing conforrned to construction record drawings,
5. Assumir�g generic devices or �alues are nvt acceptable,
6. Include the foflowing electrical sys#ern operating configurativr�s:
a. Narrnal af�ctracal syst�m oporating canfiguratiort.
b. Alt@rnatp $factrical system operation.
7'. Electricai system operations that c�uld result in maximtam fault conditians,
shall be thoroughly addr�ssed in the study.
a. Pro�id� single phase to ground and thr�e phase to graund fault
in�ormation.
b. The study shall assume ail rr,otors are operating at rated voltage with th�
exception that motors, clearly identified as "standby," shall not be
included. Electrical equfpment b�s impedances shall be assumed as zero.
c. Shart circuit momenkary duties and int�rruptir�g dutEes shall be cafculated
based on maximum available �ault current at t�e switchgear busses,
switchboard buss�s, motor control centers and panelbvards.
d. Provide the short circuit rosults using th€ worst-case sce�ario of thv
model.
e. The study shall be performed using actual availabie short circuit eurrents
as abtained from th� �lectric Utility. An assurr�ption of in�nite bus far the
purpos�s of th� Prefiminary or Final study is not acceptable.
B. Pravide an equipment evaluation study to determine the adequacy of the fault
f�racing of all b�s from the panel baard level up to the main switchgear or protect�ve
device.
9. Include circ�it �reakers, cantroliers, surge arresters, busway, switches, and
fuses by tabulafing and comparing the short circuit ratings of these devices
with the a�ailabfe fault currents.
�. As a minimum, each short circuit study shal! include the fallowing:
'E. One-Line Diagram: T3�e presentatian af the One Lin� Diagram shall be on one
ar mars 22 x 34-inch drawings with match lines if on multiple sheets, using font
sixes which are easily readable. Ir�clude tf�e follawing infarmatian and activities
listed belaw;
a. Locatian and func#ior� of each protective device in the sys#em, such as
relays, direct-acting trips, fuses, etc.
Power System Study
26 Q5 73-6 f�3127 July 6, 2a23 - CONFORMED
p�v:NCartdlorpacu�tsnlsrfXlFo�t 1'Jorthl2bQ452-OOq400,'�q pesiynruu Speca�Gupiaf26_�6_73 (Cvntormedj
b, Type designation, current rating, range or adjustmer�t, manufacturer's
sry4e arid catalog number far all p�otective devices.
e. Pvwer and voftage ratings, impedance, primary and secondary
connections (pelta, Wye, Graunded V11ye, �ig-Z.ag, etc.} of all
transform�rs,
1) Use the ratir�gs of th� actual transformBrs being provided wher@
available.
2) Th� �inal Study shall use the name plate infarmation on the
transformers provided.
3) Use the actual name plate irrformation on all existing tran�formers.
Generic fransformer data on new ar exis4ing transformers are not
acc$ptable.
d. The typet manufacturer, and ratio of all instrument transfarmers
�nergizing each relay shall be included. Field verify this in#ormation on all
existing protective devices which are in series with the new equipment
prov�ded under this Contract.
e. Nameplato ratings of all mo�ors and genorators with th�ir sub transient
reactance.
1) Field v�rify thQ name plat� ir�farmation of all axisting generatar
providing pow�r to the new equipment.
2j �ield verify the name plate motor informatian an all motors connected
to ihe bus o# existing ec{uipment which �s in series with the n�w
equipment.
f. Sources of short circuit currents �uch as �kiliiy ties, generators,
synchronaus motors, and inductian mators.
1} �rovide shart circuit studi�s using each source af pow�r separately.
2) The study shall determine if there is sufficient shart circuit current to
adequately cause in#erruption of a protective device using the wea�ter
power so�arce (typically local generativn) and shal! dotermine if the
aquipmenf can safely 4ntorrupf th� fault if the g�eater power saurce is
cQnnected.
3j Additional short circuit caleulations shall inc4ude emergency as wel!
a� narmal switching conditions as weil as narmal and emergency
power sources described here irt,
g. All significant circuit elements such as trans�armers, cables, brea�ers,
fuses, reactors, disconnect switches etc, shall Be included,
h. Arrang� far ttte shutdawn af the equipment requiring field verifcatian with
the Owne�', fnvestigatians shall be done at a tim�, including after hours, if
necessary, which dQ n�t signi�cantly interrupt th� Owner`s �process
opera#�ons.
2. Impedance Diagram: The presentativn of the Impsdance �iagram shall be on
ane or marQ Z2 x 3�-inch drawings with match lines if on mult{ple she�ts, using
fvnt sizes which are easily r�adabie. Include the fallowing:
a. Available fault current ar impedance from the utility company.
b. Loca! generated capacity impedance.
c. Transfarmer andlor reactQr impedances.
d. Cable impedances.
e. System voltag�s.
f. Grnunding scheme (resistance graunding, salid grounding, or no
grounding).
Power System Sludy
2B 05 i3-7 103127 July 6, 202� - CONFORM�D
�nv�11C��o63a�pcfcunienls�TXrForllNo}R�+30Qd52-0400A0704 OeSiyn�Od Specs�Gup1er26_05_73 {Confmmed}
3. Calculations: Include the fall�wing:
a. Determine the paths and si#ua#ians where short circuit currents are the
grea#est. �lssume bolted faufts and caicufate the three-phase and line-to-
graund short circuits af each case,
b. Calculatv the maximum and minimum faui# currents.
2,�3 ��47�C�'IV� p�Vl�� ��ARDIi�A�'I�R� �i��Y
A. Prnvide a profective device coardination study,
1. Include all elecirical equipment provided under this Contraci as welf as the
existing system, including Control I�anels containing �ower and protecti�n
equipment, �ower panels and fighting panels.
2 Include any upstre�m or downstream equipmen# that has an impact an the
Coorctination Sfudy.
3• S�ow �ransfarmer �amage curves, cable st�ar� circuit•�withstand curv�s and
matar starting curv�s.
4. Include the ph�se owercurrent and ground fault protection, as welf as settings
for all other adjust�ble pratective devices.
5. Include all motar monitoring rolays and prat4cti�o ar monit�ring d�vices that
are a part of a suppliar's equipment, such as soft start�rs or adjustabfe
frequer�cy clriv�s.
6. fncluds the last protectiv� devica in the �Ioctric Utilities' system fe�ding each
facility being considered. include al! medium voltage switchgear, medium
voltage motor control cer�ters, 480V distrfbution switchgear and switchboards,
48�V maknr control c�nters and 480 Voit panelboard main circuit breakers.
Include the phase avercurrent and ground-fault protection, as well as settings
for all other adjustable pratective devices,
a. Selec#i�e device Coordinatian:
1. Coordination is required between protect�ve devices in equipment specified in
each Sectian afi t�e Electrical Specifica#ions, and between each piece of
aloctrical aquipmant supplied for this pTajoc#.
2, Include sattings for the profective do�ricas in axisting �quipment feeding any
piece of new equipment and provide recommended settings for the existing
protective device,
3, If the Study Enginear, during his wori<, defermines that sefective coordinatlon
cannot be ob#ained in or between pieces of �xisting and new equipment as
speci�ed, the �wnerlEngineer shalf imme�iately be notified, Provide the
supporting information to the OwnerlEngineer for resolution of the problem.
C. Provide Trme-Current Curv�s {TCC} on 8-1/2 x 11 log-log paper.
1. The Time Current Curves shall be �resented in series crnly, Parallel branches
shall nQt appear on the same TCC presen#atian.
2. Da not put mare than �ne ��ranch of protectiwe devices on any ane
coardination curve,
3. Show a rrtaximum of sqven devices in series on ane TCC, Include a one-Nne
diagram and the names ofi each p�otective device in the branch on fhe
caordinafion curve drawing. Use the sarn� color far the same pratective device
appearing on different TCC presentations.
4. Provide separate drawings for graund fault coordination curves.
5. Use the names designated in the Cor�tract pacum�nts.
Pow�r System Siudy
26 05_73-$ 103127 Juiy 6, 2Q23 - CUNFORMEp
p�v:lrCardiD�Lbpumenls�'1)(PForl SN�rIIV200Q52-0OpQpD`OA �eslgrl+0a �Bcs�Guptaf26_05_73 [Con}oimeti�
6. lnclude mat�r starting curves a�d transform�r inrush and damage eurves,
generakor decrement curves, and cable short circuit withstand cur'ves.
7. Pra�ide 7CCs for any energy-reducing systems beir�g utilized suc� �s RE�.T
swiiches or Zone�lnterlocking systems.
�.04 �I�� �L�SFp H�A�� ST�I�Y
A. Th� Power System Study shall include an Arc Flash Hazard Study that shall p�esent
ihe leval o� arc flash h�zard for each item of electrical equipment, and the
appropriate le�el of protection required per QSHA standarcis.
�. The analysis �hall be p�rformed with the aid of computer sofiwa�e �ntended for khe
purpose, to calc�late Arc-Ftash Incider�t �nergy (A�I�) levels and flash protectian
boundary distances.
C. The analysis shall be p�rf�rmed �nder each possibie eanditior� and st�all identify the
warst-c�se Arc�Flash cand�tian. The �reliminary report shaff describe, wk�en
applicable, how these conditions differ fram worst-case bolted fauit canditions.
D, The catculations shall be performed in accordance with I��E 1584 and sa#e
approach requirements determined in accord�nce wi#h NFPA-70�, (Latest �ersfons}
E. R�sults af the Anaiysis shall be submitted in fabular form, and shali include, device
or bus name, bolted fault and arcing fault current levels, flash pratection boundary
disfanees, personal-protective equipment and AFIE levels. The anaiys9s shall be
presented on paper and included with #he specified eEectronic format files.
F. After appro�ai of the Study, provide the ,4rc Flash Hazard Warr�ing Labels.
1. The Stuc�y Engineer shall ov�rsee the installakion o# the requfred labels for
each item of eI�cirical equipment furnished on the project and for each item af
existing equipment for which the arc flash hazard has changed,
2. A typical warning label shalV be submitked with the Study for approval, and
shall include the informatior� listed belaw, �t minimum,
a, Flash Hazard Prateckion F3oundary.
b. Limited Approach Boundary.
c. Restricted Boundary.
d, Inci�ant Energy Level,
e. Required Personal Protective Equipment Rating.
f. �ype af F'ire Rated Clothing.
g. Glove Glass.
h. F�ault Curre�t at khe particular bus.
i. Qate that the study was performed.
G. Labels shall be affixed ko the enclosures, in a readiiy vlsible locakinn, for al� power-
handling equi�ment as follows.
1, Switchgear:
a. One label �or #he line side of th� main breaker.
b. One label on sach vertical section, indicating tl�e data far the switchgear
bus.
2. MCCs:
a. One label far the line side of the main breake�`.
Power System Sludy
26 05 73-9 1Qa127 July 6, 2023 - CONFORMED
p�y:f+Cardb�DocumenlsrrYJFoit worih�7o0452Aa0�oraA Oeslgn�0a SDecs�Gup1aP26_a5_73 {Conrarmed�
b. One iabel on each vertical section, indicating tE�� data far the MCC bus.
3. Switchboards:
a. One label for the line side of the main brea�er,
b, One label for the load side o� the main br�akef showing line-side value,
c. One la�iel on each verkical sectian, indicating the lin�-side value of the
main-breaicer.
4. 4$OV ��an�lboards;
a. SRngle labef for the line side of the main brsaker c�f the pan�lbaard.
b. Label to indicate data far line sid� of th� main breaker.
b_ Panelboards (240V and below}:
a. Singie label for the line side af #he main breal�er of kh� }�anelbaard.
�. Labe! to indicate data for line side of the main breaker,
6. Control panels, including combination starters:
a. Single labef at each unit operated at 48p Volts or above.
b. Label to indicate data far the line side nf the disconnect device.
7. Discannect switches:
a. Singfe label af each disconnect switch oporated at 4F�0 Va�ts ar abov�.
b. �abef to indicate data far the line side of th� switch.
H. Size of each label shall be noi less than 4 inch€�s wide and 3 inches tall.
Coordinate the final locations of the labels wifh thQ OwneNlnsp�ctar,
2.U5 bO�D �'�Q�W ARIALY�IS
A. F�erform a load flow analysis of the new distrilautian system instaUed under this
contraot.
B. The load flaw shall �nclude afl motar laads, I�VAC loads, Dry-Type Transfarmers
loaded at 75%, cons#ant ioads, lighting loads, and all other pertinent efectrical
ec{�ipment.
C. Provide a summary ofi �ndings ane! include in the report.
P�,Ri 3 �X�GUiI�N
3.O�i FI�LCI ��RVl���
D, Labef Installation Certificatian:
1. Wh�n tf�e label installation is complete, the Contrac#or, khe Contractor's Study
�ngineer and th� Ownerl�ngineer shall jointfy inspec# each location and sf�ow
to khe Owner/Engineer's satisfaction that lab�ls are i�stalled En all the specified
locations, and in any additianal recommend�d locaEions indlcated in the Study.
�. The cost of Field Services shall be included ln the Gnntract Price and shali be
included in the Contract Scl�edule.
END O� SECTION
Pawer System Study
26 05 73-10 103127 July 6, 2023 - CONFORMEC}
pn�:RCsrdblpoCumenIS�TXIFui� Vdor�}�00452-0AOCDOfOA Ges�gnW4 SpacsJGup�af2G_p5_73 {�nfprmed}
��CTlOiV 2�_28 ��
LB� V�L.T'fe�E �P���.���� �IR�UIY ��iE�i4��tS �t�l� SAF�1�Y �'�iT�af�S
��i�� 1 ��N��A�
�9.0'� �C�P� �F l�d�RFL
A. Furnish and install low �oltage snclosed circuii breakers artd disconnect switches,
tagather with appurt�nances, complete and op�rable, as specified herein and as
shawn on the Contract Drawings.
B. All equipment specified in this Section of the Sp�nificatiorts shal� be the product of
ane manufacturer and shall be factory consiructed anc� assembled by #hat
manufacturer.
i.Q2 ��l..paY�� VYI�R�t
A. Refer to Qivision 26_00_04 and the Contract Drawings, far related w�rk and
efectrical coordination requirements.
'i.�3 SU�nAI�'7'���
q, Submittals shall be made in accordance with the requirements af Divisi�n 'i, Section
2fi_p0_Q0, #�e Contract Docur�ents and as specified herein the fallowing:
1, Th� rnanuf�cturers' names and product design�tian or catalog numbers fior the
types of materials specified or shown an the Drawings,
2. Cut sheets for each individuai item shall be submitted,
3, AH cut sha�ts shaH be cleariy mar�t€�d ta Fndicate which products are b�ing
submitted for use on this project.
4. Unmar�ced cut sheets will cause the submittal ko be rejected and returned for
revision.
B. Ali s�op drawing submittals and al1 O&M subr�nittals shal! be submitted in
accordanc� with the requir�ments listed in Divisian i. No change in Contract Price
ar Sch�dule wiH be allowed for delays due to unacceptable submittals.
G. Submittals ahall also cnntai� infarmation an related equipment ta be furnished
under this Specification. Incompiete submittals not contain�ng the required
Information on the �elated equipmont wifl also be rQturr�ed withaut review.
D. Submittals shaH be made in accordance with the requirements of the process
equipment �ivision of these Speci#ications, and as specified herein.
�, 'T he origina! equipment manufacturer, (4EM} shall create a11 equipment shop
drawings, Including all wiring diagrams, in the manufacturer's Engineerir�g
c{eparfinent, All equiprnent shop drawings shaH bear ihe original equipment
manufacturer's logo, drawing file numbers, and shall be ma9ntained on fike in the
Law Vollage Encic7sed Gircult Breakers and Safety Swftches Juky 6, 2023 - CONFORMED
26_28_16-1 1b3127
(ns;�ICard�alLapcun�cnls�fX+Foit Worlhi2DQ452-OOOOOOfUd Uesign�0a Spec�+Gup1a1T6_28_16 {Confarmetl�
OEM's a�chive file system. Photoco�ies of the Engineer's ladder schematics are
unacce�table as sh�op drawings.
F. Submittals fiar equipment and materi�ls, furnished under this Section of the
Specifications, wilf not be accepfed prior to appro�al of the Qualifications and
Preliminary Study submiftafs r�quired in the Power Syst�rn Study specifi�d under
Section 28 05 73. Submittals made prior to such approval will be returned
�nr�vi�wed,
G. Submit tira�e-current coardination curves for protective device relays, circuit
breakers, and fuses,
H. '�'h� foilowing i�formation shall be submitte� to the Engineer:
1. P�roduct data she�ts and catalag numbers for overcurrent proteciive trip
devices on cireuit br�akers and swiiches, relaying, meters, pilot lights, etc. The
manufacturer's name snall �e cfearly visible on each cut sheet submitted. List
all options, trip �djusiments and accessories furnished specifically far this
praject.
2. Pro�ide control sy�tems engineering ta produee custom unit elementary
drawings showing interwiring and �ntorlacking boiween com�ononts ar�d to
remotely maunted devices. Include and identify all cor�necting equi�men# and
remote de�ic�s on ti�e schematics. "ihe natatior� '"Rernote Qgvice" will not b�
accepiabl�. Show wire and kerminaf numbers, Indicate special identifcaiions
for electrical devices per the Urawings.
3. �'rovide plan and elevatian drawings of each controller ar encfosure, with
dimensions, exterior and interior view5, shawing camponent laynuts, cantrols,
terminal blocks, etc.
4, Schematic diagrarri.
5. Nameplat� sct�edufe.
6. U!_ �.isting of the completed assembly.
T, Component list with detailed component infarmatia�, incfuding original
manufacturar's part number.
8. Canduit Qntrylexit locations.
9, Assembly ratings including:
a. Shor#-circuit rating.
b. Voltage.
c. Contint�ous current.
1D. f�iajor component ratings inclu�ing:
a. Voltage.
b. Continuous current.
c. Interrupting ratings.
1�. Number and size of cables per phase, neutral if {�resent, ground and all cable
terminal sizes,
12, lnstruction and renewal parts books,
I, F�ctory Tests. Submittals shal) be m�de for factory tests speci{ied herein.
J• Fi�ld Test Reports. Submittals shafl be made for field tests specifigd hereir�.
Low Valtag� Enclosed Circu�t Breakers and Safety 5wltches
28 28 76-2 103127 July 6, 2023 - CONFORMED
pw:RCerdb�DnCumenls�TXlFurt tiWnrlFtrZ00d52-0004aPf04 Deslgn�p4 Specs1Gup1ar26_2�_16 (Can�a�med)
K. Operatian and Maintenanee Manuals.
1. Oper2�tion and mainten�nce manu�is si�all inc�ude the following ir�farmation:
a. Manufacturer's cantact address and telephone number for pa�ts and
senrice.
b, Instructivn books andlar leaflets,
c. Recommended r�newai parts list.
d. Recard Dacuments for the infarrnation requirec� by the Submiitals
paragraph above.
1.04 �������G� ����� AR1� �YdP��ARd�
A. AU products and components shown an the Urawings and listed In this specificatian
shall b� designed and manufactured according to lates# revision af the fQflowing
standards (unless otherwise not�d):
�i. NEM,A Standard A�� — Mol�ed Case Gircuit �rea�ers, Mokded Case Switches
and Circuit Eireaker E.nclosures.
2, NFPA 70 — Natior�al Electricaf Code (N�.G}.
3, NFpq 70� — Standard For �leetrical Safety i� the Workplace.
4. IEEE 242 — F'rotoctiar� and Coardination of Industria! and Commorcial Power
Systems.
5. IEEE 399 — Power Systems Anaiysis.
g. UL 489 — Molded Case Circuit Breakers and CircUit 6r�aker Enclosures.
7. UL 1066 — Low Voltag� AC and QC Power Circuit Breakers Used in
�nclasures.
B, All equipment camponents and completed assemblies specified in this 5ectian of
the Specifications shall bear the apprapriate label of Underwriters Lahoratories.
'S.QS �UA�I'Y'Y A��U�FlGC
A. Yhe manufacturer of this equipment shall have prodcaced similar equipment for a
�ninimum periad of ten years. When requested by the Engineer, an acce�table lis# of
instailatio�s with simila� equipment shall be pravided demonstrating cvrnpliance
with this rQquiroment.
B. Th� manufaeturer of tF►e assemhly shall ba the manufacturer of the major
camponents within the assembly. Ail assembliss shaN be of the same rnanufacturer.
�qulpment that is manufactured by a third party and "brand labeled" shall nat be
acceptable.
C. All compo�ents and material sha11 be new and of the fatest field proven d�sign and
in current production. Obsaleke compon�nts or components scheduled far
immediate �iscontinuation shall not be used.
D. Far the equ�pment specified here9n, the manufacturer shall be ISO 9001 200Q
certified.
E. Equipment submitted shall fit within the space shown nn tha Drawings. Equipment
which does not fit within the space is no# acceptab{e,
Low Valtage Enal�sed Circuit �reakers �nd SaFety Swftch�s au� 6, 2023 - CDNFORMED
26 28 16-3 l03'[27 Y
pa�;flCaie �a�D4cUrnen���7XIFnrtWor�t�20Q452-004600f0ADesignr04Spec�+GUplafl�a_28_I6{Confomiedj
�.as JO��Ii� ��LiV�RY, �r��,a�� �►�� a,�������
A. Prior to jabsite delivery complete ail submittal requiremen#s, and present to the
OwnerfFngir�eer upon deiivery of the equipment, an approved copy of all such
submittals, Deliwery of incamplete construcked equipment, or equipment which failed
ar�y fa�ctary tests, will not bo pormittod,
B. Equipment st�all be handl@d and stor�d in accord�nce with manufiacturer's
instruciians. '�wo copies of these insiructions shall be includ�d rrvith the equipment
at kime of shi�ment and shall be made availabie to th� Contractor and Owner. 7"he
instructfons shall inciude detailed a�sembly instructions incfuding bul nat timited to
wiring interconnection diagrams, rigging for iifting, sf�ld�ing, jacking, and moving
using rolling equipment to �laae the equipment, bolt torqr�ing requirements far bus
�nd aN other camponents which require the instalfatlon of bolted eannections, and
instructions for stpring the equipment prior to energizing.
C. Equipment sl�all be stored indoors and �rotect�d from moisture, d�st and ather
cantaminants.
D. �quipment si�ail nof be installed until the locatian is finished ��d protected from the
elvments.
1.6� UV�A���9N'YY
A. Pro�ida warrantoes, including the manufacturer's warranty, for the �quipment
specified and ihe proper fnstallation thereof, ta be free from defects in material and
warkmanship for two years [excepi for variable frequency drives whiah shall be far
two years from date of final acceptance of #he eq�ipment and its 9nstailatfon. Within
such period of warranty, alf material and fabor necessary ta return the equipment ta
new operating canditian s{�ap be provided. Any warranty work requfring shipping or
transporting af the equipm�nt shail be provlded at no expense to #he �wner.
��RT2 P���U�TS
�.Q� fi��aR1Ur��7 ��$�F��
A, �ubject ta compliance with the Cantr�ct Documen#s, the following Manufacturers
aro acceptable:
1. ABB,
2. Eaton.
3. 5chneider �lec#ric Company.
4. Approved equal.
8. The listing of specific manufactur�rs above does not �ampfy acceptance of their
�roduc#s that do no# meet the specified ratings, features and Functions.
Manufacturers listed above are not relieved from mee#ing tl�ese specifcations in
their entlrety.
�. AI! equipment furnished un�er the Section shal! be from the same manufacturer and
shall b� UL-listed for use in khe existing equipment in which it is instaped.
Low Voltage Enclas�d Circuit Breakers and Safety Swltche�
26 28 i6-4 i03127 July 6, 2023 - C�NFORMED
fnv�RCardb��cumenlsrfxlFoit Wor�Fu200452-OO�JpD4lU4 DesignlD+� 9�ecs�Gupla�i6_2a_16 {Canfqrrtiedj
2.�2 F3A�"t[�CS
A. Pr�vide devices s��c�fied here in with the serriiee voltage shown o� the Drawings.
B. Pro�ide the devices specified herein with the following ratings:
1. Short circuit witnstand rating equal ta or greater than the averall short circuit
withstand rating of the feeder device imm�diately upstrearn af the equiprnent.
2. Short circuit inierrupking rating equal to or greater than the o�e�rali sh4rt
interrupting rating af the feeder device immediately upstream of t�re
equipment.
3. Systerns employing series cannected ratings shall nat be used.
C. Circuit brea4cers, safety switches and assoaiated devices shall t�e designed far
conti�uous p�eration at raked current in a 40°C ambient temperaiure.
D. Furnish heavy duty d��ices.
F. For additional ratings and cons#ruction notes, refer #o the L]rawings.
2.�}3 C�AIS�RUCT'IDN
A. Ceneral:
1, Refer ko Draw9ngs far: actual layout and I�cation af equipment and
compononts; current ratings vf devices, compononts; protective relays, voitage
ratings of devices, camponent�, and assemblies, and other �'equirea de#ails.
�, Furnish lugs for incomin� wiring, sizes as shawn on the Drawings. A11ow
adequate clearance for bending and t�rminating of cable size and typ�
specified, Lugs for #12 AWG up to #S AWG shall be ring terminals.
Conductors #4 AWG and larger shall be kwo-hale iang barref lugs with NEfNA
spacing. All lugs shall be the closed end construction to exc�ude moisture
rnigration into the cable cor�ductar. See afso 5�ction 26 05_'[9 Wires and
Cables (900� Valt Maximum) far additiona! requirernents.
3. �uilt in eontrol stations and indicating lights shall be f�r�nished where snown an
trie Drawings.
4. Furnish nameplates far each device as indicated in Drav+rings, Nameplates
st�a11 be ongravad, laminatcd impact acrylic, matt� finish, not Idss than
1116-inch thic�c by 314-inch by 2-112-inch, Rowmark 322�02. Nameplates shall
be 316 SS serew mounted to aH enclosufes Bxcept for NEI'J�A 4 and A�X.
Nameplates for M�MA 4 and 4X enclosur�s shail be attached with double
faced adhesive strips, TESA �US=F T'APE 4970, .009 X 112 inch, or �qual. Prior
ko installing the narneplates, the metal surfiace shall be tharo�ghly cleaned with
70% alcohol untii a!I residue has been remo�ved. Epoxy adhesive or foam tape
is not acceptabie.
B. Enclosures:
1. General:
�. Enclosures shall meet the requirements s�ecified in Section 26_05_33
Raceways, Boxes �nclosures and Fittings.
b, Provide 3�6 5S hardware for all enclasures,
c. Alf enclosure doors shaA have bonding studs. 7he enclosure 6nterior shall
I�ave a bonding stud.
Low Voltage Enalosed Circuit Breakers and Safeiy Swftches
i6 28 96-5 iO3'i27 July 6, 2023 - COtVFORMED
�n�elfGero!b�DAcumBnlsf7XlFprt SM9r�t��470�52-009(W��Od Design�U4 Specs�Gupla'26_2&_16 {Conformed}
d. �nclosures snall n�t have holes ar knockauis for condui# entry.
e. All panels installeci outdoars shail h2�ve 2� f2�ctory applied, suitable prirner
a�d �nal caat of weatherproaf white p�int.
f, A!I enciosures shall be provisianed with hardware for a padlock.
g. All enclosures shall have integral wt�alded mounting lugs.
2. NQR9-METALLIC:
a, Chemlcal Rooms. N�MA 4X constructed as foll�ws;
1 j PVC or Fiberglass r�lnforced polyester body and daor.
2) UV inhil�itors.
3) Luggage type quick release fatches.
4) Foam-in-place g�sketed dflors.
3. N�MA� 12:
a. N�MA 12. Steel:
1) Mild steel body and dpor,
2.} Stainiess steel hinges.
3) Foam in-place gasket.
�) S�ngla point �uarter turn la#chas.
A�. NEMA 4X Stainless Ste�l:
a. NEMA 4X Stainless Steel.
b• �'yp� 316 sfainless sieef, body and door.
c. Stainless stee� hinge.
d. Foam in-place ga��et.
e. 5ingle point quar�er turn latcl�es.
5. NEMA 1 ar NEMA 1A baxes shall not be used,
�. Malleable iran boxes shafl not be used.
7- Provide a discannec# aperating handle with mechanical interiock having a
bypass that will ailow the enclo�ure door to open only when the circuit brealcer
or switch is in the QFF positian, T�e circuit breaicer or switch shall ha�e the
capabilify of being bypassed after the doar has ba�n open�d.
C, lnternal Wiring:
1. Wiring: Stranded copper, rninimum size No. 14 AWG, with 600 Volt, 90°C,
flame retardant, Type M�W thermaplastic fiQ0-volt insuiation, N�f►AA Class II,
7ype B wiring. Line side power wiring shall be sixed for th� full rating or fram�
size af the cannected devic�.
2. All wiring shall ae tagg�d and coded with an identificatian rrumber as shown on
the Drawings. Coding shal[ be typed on a heat shrinka�le tube applied to e�ch
end showing origination and destination of eaoh wire. The marking shall be
permanent, non-srnearing, salUent-resistant type like Rayehem TM5-SC�, ar
equal. Wire tags shall be machine-printed. Wire tags relying on adhesives of
any type are unaceeptable.
3. AVf wiring shali be neatly bundied with tie wraps and su�ported to wire way
supports. Cvntrol wiring shal! be bundled separately from power wiring. In
addition, low signal wiring (miNivolt and milliamp) shall be bundle separately
from the rest of the control wiring.
L�. �ield Installed lntern�l Wiring:
1. Field installed interior wiring shall be neatly grauped by circuit and �ound by
plas#ic tie wraps. Circuit groups shall be supported so that circ�it terminafions
are not stressed. In addition, I�w signal wiring �miili�olt and milliampj shall be
b�ndle separately from the rest nf the control wiring. Wiring shall not be
Low Valtage Enclosed Circult Breakers anci SaFety Switches
28_28 16-$ 1Q3127 July 6. 2Q23 - COI+IFORfVIED
�v:ffCerd�O+Qocumen�fl')(rFqrt YVo�Ih�1U0d52-OpU00UlOA Qes�gnfOn Speca+Guplal26_2�_16 (Confor,uedJ
supporte� using adhesive supporks, Adhesive wire supports are unacceptable,
and if installed shall be remowed and replaced with a non-adhesive suppart
with no increasa in Contra�t Price or Time.
�, All field wiring shall be tagged and coded with an identification number. Coding
shall be rya�d on a heat shrinl�abfe tubo applied to �ach end af the wire. The
marking shall b� a per�nanent, nnn-smearing, sol��nt-resistant type similar to
Raychsm il'MS-SGE, or equal. Wire tags shall be machine-prinied. Wire tags
relyfng on adh�sives of any iype are unacceptable.
3. In general, all canduit entering or leaving equipment shap �e stubbed up into
the bottom of khe enclasur� directly below the area in which the cartducfors are
to b� terminated, or from the top if shown on the Drawings and not laca#ed ir� a
wet, damp or any process area. Conduiis shall not enter the side unless
approved in writing by the �wnerlEngineer.
�.�4 �1RClJI'T ��f��F��Ft�
A, Molded Gase Circuit l�reakers (MCC�'s):
1. Unless otf�erwise shown on the Drawings, circuit breaEcers 225 ampere frame
rating and largor, shall be moldad easo �MCCB}, thrae-Pole, 600-v�lt, �xed
typs, with stored enErgy closing mechanlsm. Break�rs shalf be manually
aperated unless indicated as electrically operated (EO) on�ths Drawings. Trip
de�iee shall be solid state with adjustable iong time pickup, and delay;
adJustable short tirne pickup and delay; short time i2k switch; adjusta�le
instantaneous pickup, adjuslable ground fauit pickup and delay, and graund
fault delay and picEcup trips for selective tripping.
2. Unless atherwise shown on the Drawings, circu�t brea4cers less than 22a
ampere frame r�ting shali be molded case, three-Pole, 600�volt, fixed type,
manually opera#ed with stored energy clasing mechanism. Circui# brea�ters
s�ail have inverse time and instantaneous tripping characteristi��.
3, Where shown vn khe Drawings or speeified ir� the Contract Documents, 100%
rated br�akers shakl bo rated for continuaus d�ty with a UL 489 listing.
a.0� �,�I��TY �IiVI'��F;�S
A. Safety switches shall be heavy duty, quick mak�, quick brealc, visiblE biadas, 6D0-
valt, ihree-�ol� with full cover interlock, inierl�ck defeat and flange mounied
operating handle.
2.08 �rl1S�D SA��iY SF�IYCbE�
A. Fused safety switches sl�aA be heavy duty, quick ma�ce, quicl� break, visible blades,
G00 volt, three-pole v�ith full caver interloc�t, interloc�c defeat and fiange mounted
operating �anc€le.
B. Fuses shall be rejection type, 6Qn vvlts, 200,0�0 A.I.C., dual element, #ime delay.
C. Fuses:
1. �aton.
2, �'erraz 5hawmut Fuses.
3. Littlefuse incorporated.
4. Busman.
Low Valtage Enciosed Circuit �reakers �nd Safety SwHchss
Z� 28 96-7 103127 July 6, 2023 - COtJFORMED
�v flCaidlor�Cumenls7TXIFurt WorIh�209452-OOA00(NOd Uesfgn�fl4 SpecstGupEa125_28_i6 {Conformetl�
5. Appraved equaf.
�.a7 tw��ro� i�o�Y���u �r�������
A. For motors u� ko and including 100 horsepower, the isolating switch shall be a
horsepow�r rated, quick make, quic�C break, visible blades, 600 val#, three pole
motor circuit switch, in �n enclosuro as listod abovo and sized for the motor as
shown oh the CJraw�n�s. The switch shall be plainly mar��d "Do not operate und�r
load",
�. Auxiiiary cantacts shall be early break (opens before t�e savitch is opensd) and
early �nake (closes before th� swf#ch is Gfosed). 7"he auxiliary contact shall be rated
5 amperes �t 480 volts.
�.a� s��,�� ��►�r�
f�. Provlde the following spare parts:
9. Three — Fuses of each type used.
a. Spare parts shall be boxed or packaged for long term st�rage and oleerly iden#ified
on the exte�ior af package. Identify each item with manuf�cturers name, description
and part number.
�.0� �A6T°�RY T'��iIREC
A. The circuit E�r�akers and all switehes shall be complet�ly asssmbled, wired, and
adjusked at th� fac#ory and shall be given the manufacturer's rau#ine shop tests and
any other additianal operational test 4o Insure the workability and refiab�e o�eration
of the equipment.
8. Factory test equipment and test methdds shall con#orrn with the latest a�plicable
requirements of AIVSI, IEEE, UL, and NEMA standards, and shali be subject to the
OwnerlEngineer's approval.
�AI�T 3 ���CUTIQN
3.Q1 lF�S�I��.I��R'� QUf��I�IC��'I�NS
A. Inskaller Shall be sp�cialized in installing low voltage eircuit breakers and disconnect
switches with minimum �ve years documenied experier�ce, Experience
documvntatian shall be submitted for approval prior #o begir�ning work on this
project.
3.�� �}ti4�11Pl�1�`i�P�
A. L�xamine installatian area ta assure there is enough clearance t� instali the
equipm�nt.
B. Verify that the equipment is ready ta insfafl.
C. Verify field measurements are as submitt�d by the manuiacturer.
Low Valtage Enclosed Clr�uit Breakers and Safety Swltches
25 2$ 16-$ 'E03127 July �, 2023 - C4NF9RM�D
ptia 11CarptrofClaoumenlarTl(rFori 1�1orUtir2qp452-40�004D�Od Oesign�04 �pecs,rGup1aP26_28_tb {Conforme�S�
3.�3
�N�T��.�Aif�R�
A. Install all equipment per t�e manufacturer's recommendations and Contract
Drawings.
3.0�
�. Install r�quired safety labels,
C. Conduit ontry inka the top of �ny NEMA 414X rated encfasur� in any outdoor, damp,
wet or process area is stric#ly prohibited. Any enclosure entered fram the top will �e
removed, the conduit and conductors re-routed, or conductors replaced if too short.
�o increase in Cnntract �rlca or Contract Time wiA be allowed.
FI�l.� Cd�AL17Y ���'"�"I��L
A. Inspect install�d equipment for anchoring, alignme�t, graundir�g and physical
damage.
B, Gh�c�t tightness of a1l accessible efectrical connections. Minimum acceptable values
are specif+ed in manufacturer's instructians.
3.�a FI�I�[} A�1JUSilN�
3.06
T�st fhe ground faul# pr�tection system using a high current injectian method.
Test #he rating plug for corr�ct raiing.
3.07
A. Adjus# al1 circuit breakers, switches, access doors, operating handles �or free
mechanica! and electrical aperation as describ�d in manufacturer'� i�structions.
B. 71�e adjustabEe breakers shall b� s�t irt the field by a quali�ied represontafive of tho
manuiacturer, in accordance with settings designated in a coordinated study ot t�e
system as required in Section 26_05_73 F'ower System Study. All such sQitings,
�ncluciing the application of arc ilash labels, shali ha�e been made and Approved by
the Ownerl�nglneer, priar to energizing afi the equipment_
i�IEL� Y��TI[��
A. Perform a�l electrical field iests recommended by tMe manufacturer. Disconnect ail
connections to solid-state equipment priar ta testing.
B. Megger and recard phase to phase and phase to ground insulatinn resistance.
�regger, for one minute, at minirr�um voftage of 1 QQO volts DG Measured insulation
resistance shall be at least 100 megohrrrs. 1n no case shaq fhe manufacturer's
maxirr�um test volfages be ex�eeded.
C.
D.
C�.�Afi11iVC
A. Remave all rubbish ar�d debris frarn ins9de and around th� equipment. Remove dirt,
dust, or concrete spatter iram the interiar and exterior nf the equipment using
brushes, vacuum cleaner, or clear�, fint free ra�gs. Do nok use compressed air.
Low Voltage Enclosed Circuit Breakers and Safety 5wl �0�1�� July 6, 2Q23 - C�NF4RM�D
26_28_16-9
p�a 11Ca�dfa+�acumenla�TXtFait S�afUv2�D0A52-00000070d Uesign+04 Specs�Gupla�'X`v_28_16 (Canfpn�edj
3.0� �C1UI�M�FE�' PR�Y���`iOF� AN� R�S�'OR�71�P1
A. Tauch-up and restare damaged surtaces ta #actory finish, as appraved by the
manufacturer. �f the damaged surFace cannot ba returned to fac#ory speeification,
the surface shall be replaced.
�ND QF S�CTI�N
�ow Voltage Enclased Circuit Breakers and Safety Swit�hes
26 28 16-1D 'f03f27 July 6, 2023 - CON�OftfUIED
�v:lrCarWb��eumrsnlsfTxlFntt 4WarI�+700d52-L�{100DU�Od U�s�yntpq SpecstGup�ar'26_28_16 (Cordb�med}
��G�'I�R� 26_�9 ��
��CHANI�AL ��kUl�Ndi�Pl`� G�P�iROL PAN��� (�+IECP�)
P�l2� � (3�N���4L
1.0�9 ���P� B� 119d�RFt
A. Furnish and instaVl functional control pane�s fo op�rate control syst�:ms manually or
automaticaHy as specifi�d in the d�tailed requirements of this Sectian, and as
descrlbed in the Mechanical �quipment Division,
B. All sul�mittals for, process equipment panels specified unc�er this Section, shall be
submitted as a part of khe F'rocess �quipmenk submittal.
�.o� ���►�r�a �w+��r�
A. Refer to Division 26_00�00 and the Contrack Drawings, far related work and
electrical coordinati�n requirements.
1.43 �l���AIT7A��
A. Submittais for equipment specified herein sriafl be made as a part of ea�uipment
furnished under other Sectio�s. Individual submittais far equipment specified herein
will nok be accepted and wiil be returned without review,
B. Submittals shall bQ made in accardance with the roquir�monts af Divisian 1,
Section 26_00_00, the Contract Documer�ts and as specifred her�in the following:
1. The manufacturers' names and groduct designation or catalog numbers far the
types of materials �pecified or shown an the Drawings.
2. Cut sheets for each individual item sha{I be submitted.
3. All cut sheets st�all be clearfy mar�ted to indiaate which products are �eing
submitted for use an this proJect.
4. Unmarkced cut sheets wi[I cause the suhmittal to be rejected and returned for
revision.
C. AA shop drawing submitca�s and ail 0&�I submittals shall be submitted in
accordance with the requirements listed in Division 1. No change in Contract Price
or Schedule will be alfowed for delays due to unacceptable submittals.
D. Submittals shall also contain in#ormation on relaied equipment ta be furnished
under this Specification. Incvmplete submittals not containing the required
information on the related equiprnent will also be r�turned without re�i�w.
�, Submiktals shafl be made in accordance with the requirements of the process
equipment division of these Specf�cations, and as specified herein.
F. �he arigina) equipment manufacturer, (OEM) shall create all equipment shop
drawings, including all wirirrg diagrams, in the manufacturer's Engineering
Mechanical Equipment Gontrnl Panels (M�Cps)
26 25 85-1 103127 JuEy 6, 2Q23 - CONFORMEQ
�nv,flCaro' u�l)ocunie�IslTxtFar! Lh�o1lh�2AU452-�OQDDOi04 D�signlpn Sgeca+Gupia+76_� 86 [Confp�med�
department, �fl equipr��nt shop drawings shail bear th� �riginal equipment
manufacturer's logo, drawir�g file numbers, and sh�l! be mair�tained on file in the
OEM's archive file system, Photoeopies of the �ngineer's I�dder schematics are
unacceptable as shop drawings.
G. Submittals for equipment and materials, furnished urad�r this Soction af the
Specifications, wiil not be accepted prior ta ap�raval of the C�ualiircations and
Preliminary Study submiifals required in the F'ow€r System S#udy specifl�d under
Sectian 26 05_73. Submittals made prior to such approvai will be returned
unrevlewed.
H. Time-current coordinakion curves for protective device relays, circuit breakers, and
fuses submiited s�all be included as a part of these submittafs.
I. Subrnit for appr�val, a manufacturer's canducted trair�ing agentla for all training
sp�cified herein. Training agenda shall not be submitted until final approval of the
Operatian anc4 Maintenance Manual. 5�op �rawings and Praduct Data,
J. The foilowing infarmation shaf! �e s�bmitted ta the �ngineer:
'f. The mechanica! equipment mar�ufacturer shall use #�is confrof systems
�ngin�ering departrnent to produce custom unit el�mentary drawings.
a. Drawings shali be on the mechanical ec�uipment manufacturer's drawing
she�ts and shall incVude all schematics for contral logic as described in
the Process �quipmeht Specifications, and ar�y associated control
schematics shown on the Engineer's Drawings for this proJect.
b. Shaw int�rwiring and inte�rfocking between components and to remotely
mounted de�ices. Include and identify all connecting equipment and
remote devie�s on the schemafics. The n�tation "Remote Dev�ce" will not
be acceptable.
c. 5hnw wire and terminal numbers, Indicate special identificati�ns for
devices as required by the mechar�ical equiprrient rnanuiaciurer or as may
be shown on the prawings.
d. Photocopies of the Engineer's ladder schomatics ara unacceptable as
shop drawings.
2. �quipm€�nt outlin� drawings s�all show elevation, plan and intorior views, front
panel arrangement, dimens5ons, weight, shipping splits, conduit entrances and
anchor bolt pattern. Indicate all options, specia! features, ratings and
devia#ions from this S�ction.
3. Provfde power and cohtrol schematics which shall include all external
conneations. Show wlre and terminal numbers ar►d cQlor-cading.
4. Provide ihstruction and replacement parts books, which shafl include
manu�acturer's par� numbers, seiectiQns of carnponent ratings, and CT and PT
f�tlpS.
5, Provide as-built final drawings,
5. Pravide documentation #hat the panel assembly facility is a lJL-508 certified
facility.
7. Provide a facs�mile of the !JL label that is to be applied ta the corripleted panel.
8. Furnisl� cor�plete Bill of Ma#erials indicating manufacturer's nam� arrd part
n�mbers.
9, Manufacturer's cut sheets for every component used in the panel assembly
adequaiely marked to show the ifems being included. The rnanufacturer's
Mechanica! Equipment Contral Pan�ls �M�Cps)
26 29 86-2 903127 July 6, 2023 - CQNFORMED
�ny�rrCsrdiN�cumenlsfT%�foittNo4>J240A52-0OOOOQ�Ud Q�s�yn�04 Specs+Guplaf26_29 86{Conformedj
name shali be ciearly visible on each cut sheet submitt�d. Unmarlted cut
sheets will cause rejection af the submittal and its return far re�ision.
10. Assembky ratings shall be pravided inGluding:
a. Shart-circuit rating,
b. VoltagE.
c. Continuaus curranf.
11. Major campanent raiings shall be pravided including:
a. Volkage.
b. Cantinuous current.
c. Interrupting ratings.
'i2. Cable terminal sizes.
13. Irtstruc#ian and renewal parts boo�cs.
IE. �actary Tests: Submittals shaA be made for factory tests specified herein.
L, Fiefd Test �tep�rts: Submittals shall be made for feld t�sts specified h�rein.
M. Operatian and Maintenance Manuals:
1, Operation and Maintenance Manuals shall be provided which shall include the
fallowing information:
a. N9anufacturer's cQntact address and teleptrane number for parts and
BFDNIC@.
b. Instructi�n book� andlor teaflets.
c. Recommended re�ewal parls list.
d. Record Dacuments for the infarmation required by #he Submittals
paragraph above.
�.04 �tEF�R�Rd�� �0��� AWD �TAR1��►R��
�. l�li products and comp�nents shown dn the Drawings and Ils#ad in this specification
shall be designed and manufactured accarding to latest revision of #he following
standards (unEess otherwise nated):
1. P��MA Standard ICS 2— 20�0 Industrial Control and Systems.
2, iVFPA 70 — National El�ctrica� Cado (NEC).
3. NFPA 70� — Standard for Electrical Safe#y in tho Workplace.
4. �iFPA Y9 — Electrical Standard for lndustrial fr�achinery.
5. UL 5Q8I5q8A -- Industrial Control �nclosures.
g. Ail equipment comp�hents and compketed assemblies �pecified in this 5ectian of
the Specifications shall bear the appropriate fabel af Underwriters Laboratories.
9.Q� QIIALIYY /�55U�APEC�
A. The manufacturer of the control panels shal! have produced similar equipment far a
minimum period of five years. When requested by the Engineer, an acceptable list
af instailations with similar equipment shall be pro�ided demanstrating campliance
with this requirement.
B, The control panels shall be assembled �n a UL-508 certified facility, A submittal of
documen#ation ce�iifying that the panel fabricativn facility is a UL-508 certified
facilEty, is required. A UL label shall be affixed to ihe inside nf the external door by
Mechanicel Equipmeni Control f'anels (MECPs)
z� 2s as-� 1o3�z7 �ury 5, 2oz� - CON�oRr���
p,v�IlCurnl,a3�cumenls�TX+Foit YJor4fV200452�04000��d4 Des�gn�a4 SpecstGupla�'2fi_�_86 {Confoimedj
th� panel fa�rieation assemt�ly. Submit a facsimife of the UL label �n the submitta!
informativn.
G. All companents and material shall he new and of the latest field pr�ven design and
in current productian. Obsolete components or components scheduled for
immediate discontinuation shall r�a# be used.
D. Control panels submitted shall �t within khe space shown on the Drawings.
�quipment which daes not fit wi#hin t�e space is nat accep#abls,
E. For #he equipment specified harein, the ,manufacturer shall be �SO 9009 2000
cerkifi�d.
9.�6 J��SI"C� �ELI'��FtY, S"CbF�#�� ARl� F�dN�L[N�
A. Prior to jobsite delivery, complete all submittal requirements, and present to the
OwnerlEngir�eer upon delivery of the equipment, ar� approved capy af �II such
submittals. l7elivery af incomplete constructed equiprrtent, onsite tact�ry work, or
failed factory tests wiA not be permitted.
B. �.qui�ment st�all be handled and stored in accordan�e with manufacturer's
�nstructions, Two capies of these instructions shall b� inciuded with the equipmen#
at timo af shi�ment and shall be made a�alable to the Cont�'actor and
Ownerl�nginear,
C. Shipping groups shalf be designed to be shipped by trucl�, rail, ar ship. IncioQr
graups shafl be bolted to skids. �reakers and accessories s�all �e packag�d ar�d
shipped separately.
D. �quipment shall be inskalled in its permaner�t finished locatian shown on the
Drawings within seven calendar days of arriving ons�te. If the equipment cannat be
instalied wikhin seuen calendar days, #he equipment shali not be delivered to the
sit�, but stored offsite, until such time that the site is ready far permanent instaflatian
of the eguipment witl� na change in the Cnntract Price or Schedule.
E. Wher� space heaters are �r�ovided in equipment, provide temporary elec#ricaf power
and ap�rate spa�e heaters durir�g skorage, anc! after equipment is installed in
permanont iocation, until equipment is placed in sarvice.
� .a� �+������v
A. Provide warrantees, including the manu�acturer's warranty, for the equipment
specifie�l and the proper installatio� tl�ereaf, to be free from clefects in material and
workmanship for two years from date of {inal acceptance of the equipment and its
ihstallation. Within such perlod of warranty, afl materlal and labor necessary to
return ihe equipment to new operating condition shaP! be pravided. Any warranty
work requiring shipping or transporti�g of the equipment shall be provided ak no
expense to the Ovuner.
Mechanical �quipment Contral Panels �MECP§y
26 29 �6-4 1D3127 July 6, 2023 - CONFqRMED
p�v�lrCardiu�Ibciimenl�f�KlFou 1'�nr�hr20aA 52-4004DD�Od De��gn�On Speca+GupIaI26_29_86 {Confo��rreu)
�A�T2 ����U��S
�.0� {4�AY�RIAL f4�AR�lJ��CiIJ���t�
A. 5ubject to campliance with the Cantract I�ocuments, the following electrical material
manufacturers are acceptabie;
1. ABB.
2. Eaton.
3. Sehr�eider �I�ctric Campany.
4. RocE�well Automatian.
B. The listing of specific manufacturers abave does not imply acceptance of th�ir
products that do not meet the specified ratings, feakures and funckions. Materials
listed abave are not reifeved from meeting t�ese Specifications in their entirety.
C. Prflvlde eontroi panels suppli�d by th� rrzeahanical equipment manufacturer who
shall b� responsihle �oe pro�iding all required cantrofs and appara#us as specifed
utilizing the specified componen#s herein.
I�. The �cceptable electrica! material manufac#ures listed abave may nat manufacture
aN materials required in the campleted control panels, Okh�r section� list acceptable
mate�ial manu#actur�rs, whicii produc� thase �dditional required compononts.
S�bmittals shall i�clude all components required.
2.4� �Aiif���
A, Voltage Rating:
1. The service �altage shall be as specified �ndlor as shown on the Drawings.
B. ShQrt Circuit Rating:
'1. The overall sharl circuit witnstand, and interrupting raiing of fhe equipmenk and
devices shall be not less than 22,000 amperes RMS symmetrical at 480Y1277
U�Its, and equal to or greater than the overall short circuit withstand antf
interruptjng rating of the feeder device immediately upstream af t�re Control
Panel.
2.. Provide a discon�ect with c�rrent kimiting fuses to reduce the available fault
current a# the contral panel if r�quired ia s�oet th� shart circuit withstand and
interrupting raking of the feeder device immediately upstream af the cantrol
panel. The fused disconn�ct shali b€ pra�ided a�ci installed at no additional
cast. 7his includes all circuit breaEt�rs and combination motar siarters.
3. Systems of motar controliers employing series connected raiings far main and
feeder devices shafl nat be used artd are not acceptable. Motor starter units
sl�all be tesked ancf UL �OSA latreied for the specified shart circuit duty in
combinatlon witfi� th� motor branch circuit prafective device.
4. Pro�ide selective device coordinatipn between fhe Main Breaker, �eeder
BreaEter�, and controi circuit protective devices.
a. When using a circuit breaker or fuses as a main protective device, the
instantaneous trip levels o� the main protecfive devfce shaH be higher tfi�an
fhe a�aikable fault current to the control panef.
Mechanical �quipment Conlrnl Parae�s {MECPs)
26_29_86-5
163127 July 6, 2023 - COIVF�RM�D
p�v:NC2idw�Docurnenlsl'fK�Fpi[ Wo�IW200952-b90U00r04 Oesign+Q4 Specs+Gupl�Cbo_7.�_aFs {Contarmed�
b. If fuses are u#ilized ir� the cantrol panel design, the protective devices for
three-phase laads shaH contain singis phase pratection vf such
equipm�nt.
c. If a fauft vccurs in the circuit of one load of a design with a backup load,
#he feeder prokoctivo device shall nok romovo both loads from the control
system.
5. Pra�ide ground fault se�sing on grounded wye systems,
C. The comple#e controi panel assembly shall be l!L certified and carry a liL listing #or
"Indusfrial Gontrol Panels".
U. The contrnl panel shall meet ail applicable requirements af the Nati�nal �lectrical
ca��e.
�. The control panel enclosure shafl be NI�MI� rated as specified hereih.
F. Provide mator controllers, including associated d��ices, rated for continuous
aperation a# rated current in a 40°C ambient temp�rature,
G. For additional ratings and construction notes, refer to the m�chanical equipmen#
sp�cifications and the Drawings.
H. �'raduce and install on each panel, an Arc Flash Warning Labol listing the �ariaus
rlash Hazard Pro#ec#ion Boundaries, calculated frnm NFPA 70E, Annexes, as listed
bolaw;
1. �'lash Na�ard Protecfian Boundary,
2. Limited Approach f3our�dary.
3. �estrictec! Boundary.
4. Prohibited Boundary.
5. Incident Energy Level.
6. Required Personal Protec#ive Equiprrrent Class.
7. Type of Fire Rated Gfvthing,
Provide an Arc Flash Warning Labef printed in calor and affixed to the front of each
panel pravided. 5scure the required informatian from the Engineenng Firm
providirrg the study, as required 3n S$ction 26 fl5_73 Power Systetn 5tudy.
MeehaniGel Equiprrtent Conirol Pariels {MEGPs)
2fi 28_86-6 103127 July 6, 2p23 - CONFORMED
p�v�lrCarc�IplDqCumentsrTX�Fbrl 1No?Ihr100452-40�]�pp,�pq DesEr�il�OA SpecS�Gupla126_29_i� (�pnlorm�Sj
J. Shown below is a typical label. Size of each label sha11 be not less than 8 inches
wide and B inches tall.
.� :����1 �����
� Ar� F9�ia�Fs� a�ryd
�' �i���is Fi���rc3
, frF�Fi Heae+� Flmsroi:ry .
xVcrv�� F�a�c� c:i.4..fN q 70 �.uh.,
..Yi'_ l�wf�
t+�u iaa.nrrd �:+ir-n C:svar •
.. Lnyut.! Mp�;+a.:.¢A
_ Y[i�di�tci?i ii��sHb_+l . —
P��W�fE+6 Rnio'�h • - _ ' _
� v.�.iSp�Nwl iLmr
a.as ���s��uc�riv�
A. Ganer�l:
1. Submit actuai 4ayout and location of equipment and comp�anents; current
ratings of de�ices, bus bars, components; protectfve relays, voftago ratings of
de�ices, companents and assemblies; and oth�r raquired dotaiis. NEMA
ratings nf all de�ices shall meet or exceed the rating of eacY� panel.
2. Contral units shall �e arranged as shown on the Drawings.
3. Provide a factory installed, a dedicated Point af Utilizatfon Devfce (SPD}, as
speci�ed in Sectian 26_43_13, fndividual Control Panei and Related
Equipment Protection (Type 3�.
4. �lameplates:
a. Exterior:
1) Namepiates shall be engraved, laminated impact acrylic, matte finish,
not less than 1116-inch thick by �/�-inch by 2-1I2.-inch, Rawmark
32��402, Nameplates shail be 316 SS screw mounted to all
enclosures excepY for iV�MA � and 4X. Namepfates for N�MA 4 and
4X enelosures shall be aktached with double faced adhosi�e strips,
TESA TUFF TAF�E 4970, ,009 X'/� inch, or equal. Prior to instaliing
th� adhe�i�e nameplates, the metal surfiace shall b� thoroughly
cleaned with 70% alcohol until all rgsidues ha�e been remo�ed.
Epoxy adhesive o�' faam kape is nat accepta�le.
2) 7here shall be a master nameplate that indicates supply voltage
equipment ratings, s�orl circuit current rating, rnanufac#urer's name,
shop order humber and general information. Cubicle nameplates
shall be maunted on the frant face, an the rear panel and inside th�
assembly, visible when the rear panel is remaved.
3) Pravide permanenk warning signs �s follows:
a) "Danger- High Voltage- Keep 4ut" on ail doars.
�) "Warning- Hazard of Ekectric Shock — Disconnect F'awer Be#ore
Opening or Working on This Unit'" an Main Powe� Disconnecf or
Disconnects.
b, Internal:
'� ) PrQvide the panel wifh a UL 5�8A label.
M9chanical Ec�uipment Cantrol Panels (MECPs} 103127 July 6, 2023 - CONFORMEp
26 29_56-7
�v:RGarotblpacume�ts�TK��o�t YvorIsJ200452-OflflOD4�dA [lestgn+OC SpessdGuptaf26�2�_88 {Conformetl�
2) Contraf components mo�nted withi� the assembly, such as fuse
blocks, relays, pushbuttons, switches, etc., shall be suitably marked
for identification, corresponding to appropr�ate design�tians on
manufacturer's wiring diagrams.
c. 5pecial:
'� ) Identificatian nameplates shall be white with black !a#ers, �autian
nameplates shaP! b� yellow with bfack letters, and warning
r�ameplates shall be red with white letters.
5. Cantrof C]evices and Indlcators:
a. All operaking control devic�s, indicators, and instrurner�ts shafl be s�curely
mounted on the panel door. A[I controls and indicators shall be 3pmm,
corrosion r�slstant, NEMA 4Xl"13, anodiz�d aEuminum or reinforced
plastic. f�oated control devices are nnt acc�ptable. Auxiliary �ontacts shall
be provided for remote run indi�ation arad indication of eaeh status and
alarm cflndition. Additivnal cantrois shall be pra�ided as specified hereih
and as required by the detailed mechanical and eiectrical equipment
r�quiremants.
b. Indica#or lamps shatl be LED type. For all control ap�fications, indicator
lamps shall incorporate a push-to-test f�ature. Lens calors sl�all be as
specified in Secti�n 44_ 13 0� Chlorine Scrubber System
c. AAode se�ector switches (HAND-aFF-AUTO, LOCAL-OF��-REMOT�, etc.)
shall fi�ave the number of positians and corttact arrangements, as
r�quired. �ach switch shall ha�e an ex#ra dry conkact for remote
monitoring.
d. Pushbuttons shall be as specifiecf in Section 44 13 01 Ch�or�ne Scrubber
System — �
e. �'urnish nameplat�s for each device. A!! narneplates shali be lamir�ated
plastic, bfack lettering on a whi#e �ackground, attaci�ed with stainless
steel screws. De�ice mounted nameplates are not acceptable.
f. Original �quipment or davice namoplat�s shall nat be ramoved, reused,
altered, or replaced including �quipment tags associated with equi{�ment
ar com�an�nts supplied by the manufac#urer's suppli�rs and
sub-suppliers.
g. Cantrol and ir�strument Pow�r'Transformers:
'! ) Con#rol pow�r transf4rmers shall be proVided, Transformer shall be
siz�d for tF�e entire load, �neluding starter coils, refays coils,
cnndensetion co�trof space i�eaters, air conditioners, coaling f�ns
and all ather required auxiliary loads, plus 25°/q spare capanity. In na
ease shall the control transfarmer be nat less than 1dOVA. Provide a
load calculation showing that the sizing of the cantrol pawer
transformer complies with this requirement.
2} Control power transformers shall be 120-�olt grounded socondary.
Primary sid� of the transformer shall ba fiused in both legs. One leg
af the transformer secor�dary shaA be solidly grounded, and the other
leg shall be fused.
6. A failure alarr'n with horn and beacon lighi shall be pro�ided when required or
specified. Silence and Reset buttor�s shal! be furnished. Alarm harn and
beacon shail be by Federal Signal; Crouse-Hinds, or eq�al, NEMA 4X for all
areas except for NEMA 7 areas, which shall be �lEMA 7l4� cast aluminum.
Mechanical Equiprr�ent Canirnl Paneis (MECPs)
26 29 86-8 103127 July 6, 2(}23 - CONFORMEp
p�v:r7Car�iofpocurneni5lTXlFarllh�o�Ih�100452-(IOi700Uip� Dea�gp104 5pecs�Guptal76_2g_86 iCarifuttnedj
F�. �nclosures:
1. General:
a, �nclvsures shall meet the requirements specified in Section 2B_a5_33
Raceways, �oxes, �nclosures and Fitt�ngs.
b. �ach �nclosure shall incorporate a removable bacfc panel, and si�e
panels, on which control c�mpvnents shall be maunted. gack panel shall
be secured ta the enclosure with coHar studs for waH mvunted enclosures,
and 316 SS hardware for free standing enclosures.
c. All free-standing enclosures shall b� pravided with feet of kh� same
construciion as the enclosure.
d. The enclosure doar shall be interfocked with the main circuit breaker by a
panel mounted cable drlven aperating mechanism.
e. Back panel shall be tapped to accept all mour�ting scraws. Self-tapping
scr�ws shall no# be used fa mounl any components.
f, All enclosure daars sha11 have bonding studs. The enclosure interio� s�all
have a bonding stud.
g. Each �nclasura shail b� pravid�d with a docUmontation pocket on tha
inner door.
h. Enclosures shail not have holes or knockouts.
i. Provide manufacturer's wind4w kits where shown on the Drawings.
j, All panels installed flutdoors shalf have a factory applied, suiiable prirner
and finai coat of weatherproof white paint.
k. All enclosures shall be pad lo�kable.
2. NEMA 7I4X:
a. Class 1, Division 1, Grau�s A, B, C, and D, or as defined in NFPA 7�j.
a�xe� shaA be constructed as follaws:
1) CopR�r free cast aluminum body and cover.
�) Stainless steel hinges.
3) Wat�rtight neoprens gasket.
4) Stainless steel covar bolts.
5} AI� penetrations shall be factory drilled and tapped.
3. iVEMA 4X Stain�ess Steel:
1) fVEIV6A 4X 316 Stainless Steel.
2) Type 316 stainless steel, body anci door.
3) Stainless steel conkinuQus fi�inge.
4) Foam in-place gasket.
5) Single �oint quarter turn latches (20"x24" and below). A�I others
3-point latch.
4. NEMA 1 or Pl�MA 1A boxes shaH nat be used.
5. Maileable iron boxes shall not be used.
C. �nvironmental Canditioning:
1. Condensation Control:
a, A self-contained enclosure condensa#ion heater with 1he�mostat and fan
shafl be maunted inside the control panel, if panel Es mounted outdoars or
in a non-alr-conditioned space.
1) Enclosure heaters shall b� energized from 12Q-volt, single-phase
pawer suppiy and sized to prevent condensation within the
enclasure.
2} Locate enclosure heaters ta avoid overheating electror�ic hardware or
producing I�rge temperature f�uctuatinns nn the hardware,
Mechanicaf Eq�ipment Ganirol Panels [MECPs�
2S_29_86-9 1p3127 .luly 6, 2023 - CONFQRMED
�nv�flCurc� a�Documenls{TK�Frn[ WorUJ200A52-0OOWDlpd Des�gnRp� Specs+Gup1a126_29_86 (Con�urmetl)
�
3.
3) ��closure heaters shalf hav� an intemal fan for heat distri�ution and
shall b� controlled with ad�ustable thermastats. The thermostat shall
have an adjustmenf r�ange of 4Q°F to 90°F. Prvvide a circuit breaker
or fused disconnect switch within the enclosure.
4) Enclosure heat�rs shal! bv �iaffman typa DAH or �qual.
b, �trip heate�s may be provided if they are 240-volt rated, powered at
120 volts AC and do n�t have a surFace temperature higher than 60°C.
Strip heat�rs and thermostats shall be as manufacfured by Chromalox or
equa{.
1) Sfrip heaters si�all be Chramaiox, 1'ype dT', 9_5-in wide, 2�{0 Volts,
single pl�as�, 15p watts, energized at 12U volts, with rust resisting
iron sheath, Cafafog No. OT�i15, Praduct Code No. 129314, or
equal. Pravid� enaugh watiage in t�eaters to prevent condensation
shauid the interior temperaiure af the enclasure drop below the dew
point.
2) A cantrol thermostat maunted inside the cantrof Pane! sl�all be
Chrama[ox, Typo WR, single stage, Gatalog Na. WR-8�, Praduct
Cade No. 263177, or �qual.
3) Tha strip hsater tarminals shafl be guardsd by a pratective terminal
cov�r.
4} High temperature connectin� lead wire shaN be used befween the
thermostat and the heater terminals. Wire shail be No. 12 AWG
stranded, nicEcel-plated copper with 7eflon glass insulation and shall
be the product of Cf�ramalox, Catalog No. 6-CF�1�12, Product Code
iVo. 263783, ar equal.
c. �ach pane! shall have'/z" stainless steel candensate drains, insta�led on a
stainless-steel canduit hub, HC�TZ Series, T&� �r equal, in t�e bottom af
tha enclosure. Drain snal! be O-z Gedney DE34.50SS, or equal.
Corrasion Control:
a. F�rovidfl corrasion prot$ction in each control panel with a
corrasion-fnhibiting vapar capsule as man�factured by North�rn
Instruments; Madel Zerust VC, or Hoffman �nginoering; Model A-HCi, or
equal.
F'anel �nteriar Ambient Control:
a. The manufacfurer shall provide ambieni temperaiure cantrol within the
panel to maintain interna! temperafures bel�w the rnaximum operaifng
temperatures of the panel compor�ents. An ambient temperature range pf
-20°C to 40°C,
b. The manufacturer shall provide panel i�ternal heat rise calculations ta
show that th� panel internal temperatures will be maintained below the
maximum aperating temperatures af the panel components.
c. TF�� calculation shall show all the internal and extamal heat gain Ioads,
the expectecf internai rise in temperaturQ in degrees C abave fhe specifed
ambient. Panels for which the calculated heat rise exceeds �4Ci°C, shal�
have an air conditianing system, sized as required to reduce the he�t rise
ta 40°C. or less, without vioiating the NEMA rating of the enclosure.
d. The alr conditioner, when required, shall �ave the following feat�res:
'I) Use CFC-free R134a refrigerant.
2) Have fulfy g�sketed flanges on all faur mounting edges for a
waiertighf seal t�at maintains N�MA �4X rating of the panel.
M�chanic�l Equiprner�t Conlrol Panels {M�CPs}
26 29 86-1fl 'ED3127 • July B, Z023 - CDNFORiVIED
p�v�NC�rdlq�pooumenlslTXrFvH L9�orI�t�240d52-0p900UlOd Oes�gn�04 Specs+Gup1el26 29_86 (ConfomteUj
3) Thermostatic 1Qw temperature control to provide energy e�c�ent
operation and prevents over-ca�ling.
4) EMIfRF1 suppressor to minimize transient spi��s during compressor
onloff cycling.
5) SQparated blower-driven e�aporator and candenser air systcros far
clased loop cooling.
6) UL list�d.
7} Stainless steel er�clnsure.
�) Intemal corrosion resistant coating.
9) Low ambier�t kit.
10} Short cycle prokector.
91) 14�anufacturers:
a) Haffman.
b) Thermn �lectric.
c} Appraved equal.
4. �nclosure Fans:
a, �ans shaN ba furnished for so�t start start�rs and VFDs, as requirad by the
manufacturer, t4 pravide air circu4ation and cooling. Fans shall be
controlled by a kemperature switch. The fan shall aperate only when the
drive is "ON" and for a cool-down period after the drive has s#opped
�tl�erwise the fan shall not run when the drive is "O��'". Lauvers, tf
provided, shall have externally remo�able filters. 7he fflter shall be
rrtetallio and w�shable. The NEMA ratirig of the enclasure shall nat be
vinlaked in any case.
b. Fan mptors st�all be protected by an input circuft breaker. Metaf squirrel
cage balV bearing, three phase fan m�tors with 10-year design lif� shall be
�sed in the drive design. Plastic muffin fans are not �cceptable. Fan
power sfi�ali be obtained from a tap an th� main control �ower transformer.
c, A"loss of cooling" fault shall be furnished. In the event of clogged fiiters or
fan failure, tho drive shall praduce an alarm and then, in a predeterminad
time, be s�ut down safely without ekectronic comRanent failure by the
temperature switch.
d, aedundant #ans shall be provided in the driwe design as bacl�up in the
event of fan faiture.
D. Interna! Wiring:
1. Power anc! control wiring shall be tinned stranded copper, minimum size
Na. 14 AWG, witl� 600 Volt, 90-degree C, flame r�tar�ank, Yype MTW
thermopfastic insulatian. Line side power wiring shall be sized #or the fuil rating
ar frame size of the canr�ected de�ice.
2. Analog signal wires shall be 6a� Vvlt Cfass, insulated stranded tinned ca��er,
�wisted shielded #16 AWG pair,
�. Alf intercannecting wires between panel mounted equipme�t and external
equipment shall be terminaf�d at number�d terminal bl�cks. Field wiring shall
no1 be kerminated directly on any pan�l-mountecE device.
4. Afl wir�ng shali be tagged and coded with an idenif�cation number as showr� on
the Drawings. Cflding shall be typed an a heat shrin4ta�le tube applied to each
end showing origination and destination of each wire. 7he marl�ing shall be
permanent, non-smearing, solvenk-resistant type li�e Raychem TMS-SC�, or
equal.
Mechanical Equipment Coniral Panels (MECPsj
Z6 29 86-11 1 a3127 July 6, 2�23 - CUN�ORM�D
p����l�CarnlW+RoCumOnL�fTlUFarl1'Jo�Ih�20D452-4040A0lOd Oesign+04 Specs�GURlet76_29_86 {Corformetij
5. Afl wiring shall be enclosed in PVC wire trough with slai�ed side ogenings and
r�movable cover. Plan wir� rauting sueh that no low twisted shislded pair
cabls conducting �naVog ��2.Q mA sign�ls or low voltag� an�iog signals are
rauted in the same wire krough as canductors carrying discrete signals or
power.
G. AI! control panel wiring shall use the foflowing color cod�:
a, �IacGt; AG pawer at line voltag�.
b. Red: switched AC pawer.
c. Orang�: May be energixed while the maln disconnect is in the off pasition.
d. White: AC neutral.
e. c�rangelwhite stripe or white/arar�ge stripe: separate derived �e�tra�.
f. Red/w�ite stripe or whitelred stripe: swi#ched neutral.
g. Green or green w/ yelEow kracer: graund/earth ground.
h. Blue: Ungrounded DC power,
i. [�Iuelwhite stripe ar whitelblue st��ipe: DC grounded �ommon.
j. E3rown: 480V AC 3 phase - phase A.
k. Orango: �LB�V AC 3 phase - phase B.
I. YeIIQw: 480V AC 3 Phas� - phasa G.
m. Purple: common far analog sigr�al wiring.
n. Brown: positive leg of an analog signal,
E. Field installed Internal Wiring:
1. �ield installed In#erior wiring shall be neaily grouped by circuii and bound by
plastic tie wraps. Cirnuit groups shafl be supported so tha# circuit terminations
are not stressed. In addition, IQw signal wiri�g (millivnit and mfRiamp) shal! be
bundle separately from #he r�st of the contrfll wiring.
�. Alf fi�ld wiring shall be tagged and coded with an iderrtification number. Coding
shall be typed on a heat shrinkable tube appiied to each end af the wire. The
maricing shafl be a permanent, non�smearing, soi�entWresistant fype like
Raychem l'MS-SCE, or equal.
3. Ir� ganeral, all conduit enkering or leaving e�quipment shal! be stubbod up in#o
the bottom of the enclosure diroctly b�low the area in which the conduc#ors are
#o be isrminated. Conduits shall not �nter the side �rnl�ss approved in writing
by the OwnerlEngineer. 7op entry of conduits is prohibited unless approved by
the Owner/�ngineer on a case-by-case kaasis.
F. Terminal Blocks:
1. Terminal blocks shall be DIN-r�il-mounted one-piece molded plastic blocLcs
with #ubular-clamp-screw type and ertc! barriers. Termina! kaloc�Cs shall be rated
for 6aQ volts except far cQntrol ar�d instrumentation circuits, or 4-?p mA analog
signal conductors.
2. Pravide 800-volt rated terminal blocks for any conductor carrying any voltage
aver �24 volts to gro�nd,
3, F'ro�ide 600-voft rated s#rap scr�w tflrminal bloc�Es for any p�wer conductors
carrying over 20 amps, at ar�y uoltage. ierminafs shall be double sided and
su�plied with removable cov�rs to prev�nt accidentai contact with live circuits.
4. Power conducfors carrying over 2Q amperes, at any voltage, shal! be
terminated to strap-screw fype terminal bloc�Cs with crimp type, pre-insulated,
ring-tangue lugs. Lugs shall be the appropriate size for fhe terminal biock
screws �nd far the number and size of the wires terminated. Do nat t�rminate
M�chanical Equipment Cnntrol Pen�ls (MECPsj
26 29 88-12 'l�3127 July B, 2�23 - CONFqRMED
u�,�,ric��d�r�,�;��,e�,�rr�rFon wo��noo��2-0000aa�o� ne�����aa sne�s�cup�ar�s_z�_se {canrc��men>
more than one conductor in any lug, and do not lan� more #han tw�
conductars uncier any strap-screw t�rminal poini.
5, Termfnals shall ha�e permanent, legible identification, clearly visible with the
protective caver removed. �ac�► terminal block shall have ZO% spare
terrninals, but not less than twc� spare t�rminals,
E. Use th� manufacturer's provided bridge connectors to intercann@ct tarminal
blocks terminaking c�mmo� or ground conductors.
i. Twisted shielded pair or triad cab�es shall have each indEvidual cond�ctor and
shield drain wlre landed on indivioual terminal blocks. Use the manufacturer"s
provided bridge connectors ka intercannect tertnin�l blocks terminating khe
shfeld drain wire canductors.
8. Control circuits, 12Q-valts and below, and 4-20 mA analog signal conductars
shall be terminated with man�facturer's recommended insulated connectors.
9, Pravide an AC graund bar banded ta the panel enclosur� {if inetal} with 20%
spare t�rminals.
10. Provided gr�und terminal blacks for each twisted-shieided pair or triad cable
drain wire. �ouble lugging of any twisted-shiei�ed pair or triad cable conductar
is prohibited.
a.a� su��� ����°���ir�� ��rei��
A, �rovida a faetory installed dedicated Surge F'rotective Device (S�'D), �y#�e 3,
permanently connected, on the laad side of the service entrartce device. PravEded
khe SPD as specified in Section 26_43_'i 3 taw Voltage AC Surge Protective
Devices (SPDsj.
2.4� {P�f�►li� �I�CUIi ���i�CiIVC �EVIG�
A. Unless otherwise shown on the Drawings, the main circuit protectt�e de�ice shall be
a molded case (MCC�j, Three-Pole, 640-Volt, fiixed ty�, manually operated with
stored energy ckvsing mechanism. Trip de�ice shall be solid state with adjustabie
fong time pickup, and deiay; adjustable short time pic4tup and delay; short time i2t
switch, adjustable g�ou�d fault pickup and del�y, anci ground f�ult delay and pickup
trips for s�lective tripping.
B. �ravide a fiange mounted main power disconnect operating handl� with mechanical
interlo�k that will allow the pane! door to open anly when the swikch is in the O�F
pusition. Where panels are shown or specified with inner and outer doors,
disconnecting handles and cflntrols shall be located on the Inner door.
2.46 {VY��OR CONYROLLEI��
A. Man�facturers:
'i. Subject to compliance with the Coniract Dacuments, the following
Manufacturers are acceptabfe:
a. Eaton.
b. A�6.
e, Rockwell Automation,
d, Schneidar Elec#ric Company.
2. 1"he listing ofi speci�c manufacturers above does n4t imp�y acceptance of their
praducts ihat da nok meet th€ specified ratings, features anck functions.
Mechanical �quipment Conirol Paraels {MECPs)
26 29 86-13 'E03i27 July 6, 2023 - GONFO#iMEQ
p���J�Caio!io�L�cumenls�TX+ForllNorlEdlOQ452-0OAE1DOlOd Desfgn�04 Spe�s�{`auplai25�9_8G (Confam�edj
Manufacturers listed above are not relieved frorn meeting these sp�cffications
in their entirety.
R. General:
�. Provide the N�AriA size starfer, c�rcuit breaker #rip ratings, cor�trof power
transformors and thermal ov€�ri�ad haator eloment ratings rnatch�d to tha
motors and contral equi�ment suppli�d, in campliance with the NEC and the
manufacturer's h�ater selectian tables, All variat�ons necessary to
accornmodate the motors and contrnls as actually fu�n�shed shalf be made
without extra cost to the Owner.
2. Ail incoming power and cnntro! w9r9ng leaving or �ntering the con#roi p�ne!
shall be terminated w�th the lugs specifled for fhe size and �ype of wire
required. Furnish terminals apprapriately sized to terminate the specified wire
lugs. Allaw adequate ciearance far bending and termirrating of wire and cables
which are the siz:e and type specified, shawn or required,
3. A NEMA rated magnetic mo#vr starter shafl be furnished #or each mqtor. Each
motor start�r shall be pro�ided with a motor circuit pratector, or circuit br�aker,
and oquipped to provid� undonraltage relaase and ov�rload protQction on aH
three phases. Th� shork circuit protective device shall ha�e an adjustable
magnetic trip range up to 1400 percent of rated cantinuous current and a trip
iest featur�. MCPs shaH b� labeled in accardance with UL489, N�fVIA skart�r
sizes and breaker krip ratings shall be as required for #he horsepawer indicated
but shall be in na cas� less ti�an N�MA Size 7, If fhe manufacturer of the
equipment ufilizing #he mokor, supplies a motor horsepower larger than that
shawn on the Drawings, provide a motor starter sized to con#rol the rnotor
supplied. No change in the Contract Price or Schedule will be allawed For such
changes.
4. A me�hanical discannect rnechanism, wikh bypass, shall b� instafled on each
motor circui# protec#ar, capable of being IocEce� �n the "OFF" positian tv pravide
a maans of disconnQcting paw€r to a�ch motor. Disconnects mechanisrns
sh�ll bQ lacated inside thv enclasuro such that the main circ�it breakor handle
is the anly d8vice interlockecf with t�e panal daor.
5. �ach mator starter shall have a 120-volt operating coii �onloss atherwlse nofed.
6. O�erload relays shall be standard Class 20, ambient compensated, manuaUy
reset by pushb�tton located on fron# of the starter daor. A normaliy closed
contact shaU be direckly connec#ed in 5eries witt� the starter circuit to shut o�f
the st�rter and a normally ppen contact from the overfoad relay sha�l be wired
to a termina! block for an o�erlaad alarm.
7. A!I interFaces between control panel and remote devices 5#�a11 be isolated via
an interposing relay. Interposing relays shall have contacts rated �or 25� VAC
and 70 Amperes continuous, Relays shaN he Cantro! Relays as specified
herein,
C. Magnetic Motar Starters;
1. Motor starters shal! be two or thr�e-pole, single or three-phase as required,
60 Hertz, 6QQ-volt, magnetically aperated, full voltage re�ersing, or
non-reversing as required by the mechanical process design, NEMA sizes
shall be as required for the horsepower shown on the Drawings, but not less
than NEMA 9.
2. �aah motor starter sh�all have a 120-volt operating coil, and control power
transformer. Siarters shall �ave motor overload protection in each phase.
Mechanica! �quipment Control par�els �MECPs}
26 29 $6-14 10�127 July 6, 2023 - GONFORM�p
�n�cltCarc�b�f}pcumenlsfTxrFo+l tiNUrlr�dOd52-0004007U4 U�si�n�0a Specs+Gupla/26_2g_g6 (Cpnform�J)
Ruxiliary c�ntacts shall be provided as shown on the Drawings. A minimum of
one N.O. and one N.C. auxiliary contacts shall be provided in addition to the
eontacts required cannectett as specified above.
3. Qverload relays shall be adjustable, ambient compensated and manuaAy
rQset,
4. Built in contral station� and indicating ligh#s shall be furnished wher� snown on
�he Drawings.
5, Ail wires shall be terminated on terminal blockcs and sha11 be tagged.
6. Prnvide as-built wiring diagrams mounted in a pratective cover inside the
panel.
D. Control Relays:
1. Control relays shall �e 300-volt, industrial rated, plug"in sac�cet type, housed in
a transparent polycarbonate dusl cover, designed in accordance with Uf_
Standard 508 for motor contrallsr duty. Continuous contact rating shal! be
1U amperes resistive, 1I4 HP at 12_0 VAC, operating temperature minus 10°C
to plus 55°C, Provide spare N.O. 8� N.C. contacts, Refays shall be Potter &
Brumfield KRF� SBrios or e�ual with neo� coil indicator light. Yiming rolays
shall be 300-Volt, solid state type, uvith rotary switch to select the timing rartge.
E. Elapsed Time Meter:
1. A six-digit, r+on-resetiable elapsed t+me meter {E�'M) shall be installed on ihe
face of each mntor starter. Prouide ekapsed time meter: Veeder-Root Model
77953�-2d1.
2.�T IiV�TRUfI�EP�TA�{t�Pl D1�IAICE�
A. Pro�ide instrumentation devfces as specified in Section 44_13 01 Ghlorine
Scrubber system.
�.08 SP��� PAR`T�
A. Pr�vide spare parts as speci�ed in Section 44_13 01 Ghlorine Scrubber Syst�m.
E�, Spare parts shall be boxed or packaged for long term starage. Ideniify each item
with rnanufacturEr's name, description and part nurr�bQr on the ext�rior of the
pac{tage,
�.0� FI�G�OFtI� Y��`TIPl�
A. �he entire cantrol panel shall be completeiy assembled, wired, and adjusted at the
factory and shall be given the manufacturer's routine shop tests a�d any ather
additionaf aperational test ta insure the workabiiiky and reliable aperation of the
equipmenk_
B, Factory test equipment and test methods shall conform with the latest applicable
requirements of ANSI, I�EE, UL, and NEMA standards.
Mechanical Equipment Conlrol Panels (MECps) 1�3t�7 ,�uly 6, 2�23 - C�NFOaMED
26_29_�6-15
p�v,NCgtdb��Cumenlgff Y(rFprl YJor�Yv140A 52-OU9(1�R�04 peslgnfOA 5peC5,�Gupld�'16_�_O6 {Confonnedj
C. The operatia�al test shall incfude the proper cannection of supp{y and c�ntrol
vvltage and, as far as practical, a mac�up af simulatecf contral signals and contral
devices shail be f�d into the boards to check for proper operation.
[l, Factory test equipm�nt and test methods shall confnrrrt ta the latest applicable
roquireman#s of ANSI, IEEE, UL, and NEMA standards, ar�d shafl ba subject to the
Own�rlEngine�r's �pproval.
PA�i 3 �����i�1�P�
3A'9 IR��7'dLl.��'� �UAI�IFfCAiI�N�
A. Prnvide an instafler who s�all be sp�cialized in installing thi� type of equipment, with
minimum 5 years documented experience. �xperience documentafion shall be
s�bmitted for approval prior to beginning work an this praject.
3.02 �7�AI�1�l��'lAN
A. �xamine installation ar�a to assure there is e�ough clearancs to install fhe
equipment.
E�. Hous�keeping pads shall be ihcluded for the flaor rnounted motor cantrollers as
detailed on the braw�ngs except far motor contralfers which are ta be installed
adjac�nt to an existing unit. hausekc�oping pads for these �if usQd) should rnatch the
existing installation.
C. Check concrBte p�ds and baseplates for unifarmity and levsl surface.
C�. Verify that the equ�pment is ready to install.
�. Verify field measurements are as submitted by #he manufacturer.
3.03 (fV�T'ALL/�Tl�h�
A. Install all equipment per the manufacturer's recommendations ar�d Contract
Drawings.
B. Conduit huk�s for use on raceway system pull and Junction boxes shail be watertight,
threaded aluminum, insulated #hroat, stainless stee� graunding screw, as
manufactured by T&E3 H�SQGRA Series, or equal.
G Conduiks entering a Cantrol Panel shall not enter the encbsure through the top.
D. Install required saf�ty labels.
3,�4 �A���+AY S�i4�1�1�
A. Raceways entering junction boxes containing #erminal blacks or control pa�els
containing electrical or insirumentation equiprrtent shall be sealed with 3M 1000NS
Watertight Sealant or approved equal,
Mech�nicaf Equipment Controf Pai�efs {MECps}
2B 29 86-16 703i27 July 6, 2023 - CO�VFURMED
Pw'RCardblancumenls�TX�Furt Svorlhr20dd52-Ot10pOp�pq p��flil+�q 9U���rGuplar26 2g_g6 {�anf�m�ep)
s. ihis requirement ap�lies to all raceways in tk�e conduit system.
3.0� FI��.� (�UA.L1T1( COP1T'��L.
A. Inspee# inst2�lled �quipment �or anct�aring, alignrner�t, grounding and physical
damage.
B. Check tightness of al1 aceessible �iectrical conr►ectior�s. Minimum acc�piable values
aro specified in manufactur�r's instructions.
C. Provide one set af as-buitk panei drawings, laminated, in each panel poc�et.
3.06 4�I�L� A9JU�iIP��
A. Adjust all circuit brea�cers, switches, access dnors, operating handies far free
mechanical and efectrical operation as describsd in rnanufacturer's instructions.
�. Ths adjustable breakers st�afl be set in the fteld by a qualified representative of the
manufacturer, in accordance with settings designate� in a coardinated study of the
system as required in Sectian 25 45�73 Pawer System Study. All such settings,
including the application of arc flash labels, shail have been made and Appraved by
the �wnerlEngineer, priar #a energizing of the equipment.
3.07 Ff�L� S��iIN�
A. Perform aU Ql�ctrical fi�kd tosts reeommendod by th� manufacturer. Discannact al1
connectivns ta solid-state �quipment prior to festing. Afl #ield testing shall b�
witnessed by the Owner.
�3, Niegger and record phase to phase and phase to ground insulation resistance.
Megger, for or�e minuts, at minimum voltage of 1000 VUC. Measured Insulation
resistance shall be a1 least 900 megohms. 1n no case shall ihe manufacturer's
maximum test valtage5 be exceeded.
C. Test each key interiack sysi�m for pr�per functioning.
D. Test all control logic before energizir�g the motor or equipment.
3.�8 �L�AR�IfVC
A. Remave all rub�ish and debris from inside �nd araund the motor cantrallers.
Remove dirt, dust, or concrete spatte� from the inter�or and extsrior of the
�quipment using brushes, vacuum cleaner, or clean, lint #ree rags. Do not use
compressed air.
3.0� �QL�1��9E�E� l�����CTt��' �.R�� I�ES`��3RpYl@iV
A. �'ouch-up and restare damaged surfaces io factory fnish, as approv�d by the
manufacturer. If the damaged surface cannot be returned io factory sp�clfication,
the surface shall be replaced.
Mechanical Equipmenf Control Panels (MECPs} �031Z7 July 6, 2023 - COi�FORMEp
26_29�86-17
p��;l7CerWblDacumenls�TR+Fo�I WorlFJ240Q52-0UOQUON� Des�gnfUa 5pecsrGupka126_29_86 SCanfoirr�edj
�.�� r��an�u��c�u����� ����i�����r�N
A. Pr�vide a qualified factory-trained mant�f�cturer's representative who shalf certify �n
writing that the equl��nent has heen installed, adjusted, including all se#tings
designated in the Power Systen� Study, and tested in accordance with tF�e
rrianufacturor's recommandations.
B, Praviale th�ee capies af the manufacturer's repr�sentative's certification.
3.91 T�EP����
A• Nrovide manufacturer's services for training of pl�nt p�rsonnel in operation and
maintenance of the soft start starters furnished uncle� this 5ection.
B. The training for each type of ec�ufpment shali be for a period oF nak less fhan one
eigh#-hour day.
C. The cast of trafning program to be candu�cted with Qwner's personnel shall be
included in the C�ntract Proce. The training and instruction, insofar as practicable,
shall be dir�ctly related to the system being s�ppiied.
D. Provide detaifed C?&�A manuals to supplement the training caurse. The �anuais
shall include specific details of equipment supplied and op�rations specific to the
proje�t.
�. The training sess�on shal! be canducted by a manufacturer's quali�ed
represontative. Training program �haff include instrucfions or� the assembly, motar
starters, protective devices, metering, and other major componerrts.
�'. 1"he Owner reserves the r�ght to vldeatape the fraining sessions �or tha Owner's
use_
END OF SE�TiON
Mechanical Equipmen! Confrol Panels {MECPs}
Z6 �� g���8 703727
�V�u`cara%r�ocumentsrrxrForrtivo�uu2oUas2�a00000roa oes��n+aa spees��upiar�� es{conrorn�eof JuiY 6, 2023 - C4NFORMEi�
S�Cil��12f_2�_�T
����T�«�� c���r��� ����t� t���s)
����� �������
�.o� �co�� a� �+ca�r�
A. Furnish and install functional cflntrol panels to aperafe control systems manually or
automatically as specified in the detailed requirements of this Section, and logic and
schematics as shown on the Electrlcal Drawings.
B. 5ubrnittals for �lectrical Control Panels, not cleariy speci�ed as �antrol Panels
furnis�ed un�er Division 26, shali be subr�itted under the Sectinr� o# the
Specifcations specified in the Mechanicaf �quipment �7ivision.
'f . Control Panels far Mechanical Equfpment Division shall meet khe requirerments
of Seetion 26�29_86 Mechanical Equipment ContrQ� Panels and sha{I be
s�bmitt�d as a part of the A�echanical Equipment manufacturer's submittais.
�. Gontrol panels specified wi#hin the lnstrcamenfatifln Sections of Division 4U
shall be submitted as a part of the Instrumentation submittals.
9.02 ��L�+i�� 1�O�F�
A. Refier ia Division 26�00_�fl and the Contract Drawings, for relatvd work and
electrical coorciination requiremer�ts.
9,Q3 �1J�11f�i�i���
A, Submittals shall be mad� in accordanca with th€� requir�ments of C�ivision 1,
Sectian 2� 00_00, the Contract Uocuments and as specified h�rein the following:
1. 1'he manufacturers' names and product des�gnation or catalog numbers for the
types of materials specified or shown on the Dr�wings.
2. Cui shee�s for each individuai item shall he submitted.
3. AI1 cut sheets shall be clearly marked ta indicate which praducks are being
submitted for use on this prdjec#.
4. Ur�mar�ed cut sheets wiA cause the submittal ko be re�ected and re#urned for
revision.
B. All shop drawing submittals and all O&tUl submittals shali be submitted in
accordance with the requir�ments listed in Divis9on 1. No change in Contract Price
or Scheclule will be allowed for delays d�e #o �nacceptable submittals.
C. Submifials shall also contain information on related equipment to be furnlshed
under this Specification. Incorrplete submittafs not containing the required
�nformation on the related equipment will also be returned without review.
D. Subrnittals shall be made in accordance wikh ths requfremenis of the process
equipment division of these Specifications, and as specified herein.
Electrical Control Panels {ECps) �p3127 ,fuly 6, 20Z3 - GqNFOFtMED
26 29_87-1
p�v�IlCa�ctb+DocumenlsfiXlFod YJa�lysr2UD�152-040QOQ�04 Des�gnr04 Spec�JGupta���9_87 {Coaformed)
E. The origina) equipment manufactur�r, (Q�IUI} shall create all equipmen# si�op
drawing�, including all wiring diagrams, in the manufacturer's Fr�gineering
department. All equipment shap drawings shall �ear the original equipment
manufacturer's lago, drawing file numbers, and shall be maintained on file in the
OEM's a�chiv� fil� systQm. Photocopies of tfie Enginear's ladder sehematics ar�
[anacceptabfe �s shop drawings.
�. Submittals �or equi�ment and materials, furnished under #his Section of the
Specifications, will nat be accepted prior to approval of khe Qualifications and
Prelim9nary Study submittafs requlred in the Power System Study specified under
8ection 26 05_73. Submlttals made prlor to such appro�al will be returned
unreviewed.
G. Time-current coordination curves for prot�ctive device relays, circuit breaEters, and
f�,ses submitted s�all be fncluded as a part �f these submitkals.
H, Submit ft�r approval, a rnanufacturer's conducted training agenda for all fraining
speci�ied herein. Training agenda shal! nat be subrnitted until final approval of the
Operation and Maintenance Manual, 5hop �rawings ar�d Praduct Data.
I. The following information shall b� submi#ted to tha ��ginsar:
1. Product daka sheets and catalog �umbers for overcur�ent pratective devices,
motor starters, cflnfrol relays, control stations, meters, pifok iights, etc. Th�
manufacturer's name shall be clearly visible on oach cut sheet submi#ted. List
all options, trip adjustments and accessories furnished specifically far this
project. Clearly mark each sheei to indicate which items apply andlor thos�
items �hat do not apply.
2. Pro�ide control systems engineering to produce custom unit elementary
drawings showing inter-wiring and interlocking between components and ta
remotefy mounted devices, include and identify afl connectir�g equipment and
remate deviees an t�e schematics. ihe no#ation "Remo#e Device" will nat be
acceptable. S,�ow wire and terminal n�mbers. fndicate speciai identifications
for olQctrical devi�es per the Drawings.
3• EquipmQnt outline drawings showing ol�vation, plan and interior views, front
pano[ arrangoment, dim�nsions, weigh3, shipping splits, canduit entrances and
anchor bolt pafiern. Indic�te all options, specia! features, ratir�gs, �nd
de�iatians from th'rs Section.
4• Schematic diagr�m, including manUfacturer's selections of compnnent ratings,
and C7 and P7 raiios.
5. Power ancf cantrol schematics inc�uding exterr�al cannections. Show wire and
terminal numbers, and color-coding.
6. Instruc#ion and repfacement parts boaks.
7. As-built final drawings.
8. Documenkation that the panef assembly facility is a UL-5D8 certified panel
shoA,
9. Fac�imils of th� UL labal that �s �o b� applied ta the complsted panel.
10, �t�rnish cvmple#e Bill of Materials indicating manufacturer's name and part
numbers.
11 • Manufacturer's cut sheets for every component used in the �ane! assembly
adequately marked to show the it�ms b�ing included. T°he mantafact�rer's
name shal! be clearly visible on each cut sheet subrnl�ted.
Electrical Control panels {�Cps)
z6 Z9 $T-2 1 Q3127 Jtrly 6, 2423 - CONFURMED
p�v;I7Cardb�RoGiuneFllslTK��oit War�V2p0452-0OpODON4 IIes�gn�04 SpacsrGUp1a776_29_$7 {ContnrrriLxl)
12. Assembly ratings incfuding:
�. Shart-eircuit rating.
b. Valtage.
c. Car�tinuo�us current.
13. I�ajor companont ratings inc{udin�:
a, Voltage.
b. Continuaus curr�nt.
c. Interrupting ratings.
14. Cabfe terminal sizes.
15. lnstructian and renewal pa�ks books.
J. �ackory Tests. Submittals shall be made for �actory tests specifed h�rein.
K. F�ield Test Reports. Subrrrittals shall be made for fielc4 tests �pecified herein.
L., Operation and Maintenance Manuals:
1. Operation and maintenance man�als shall incl�de the following ir�farmation:
a, Manufacturer's contact address and telephone number for parts and
service.
b. Insiruction books andlor loaflots.
c, Recarinmended rer�ewal parts lisf.
d. Record Documents for khe informatian required by the Subrrtiktals
paragraph above,
1.04 �t�F�F��t+eC� �O[�E51�R�19 �7ARlI��a�DS
A. All products and camponents shown on the Dra�rvings and listed in this specification
shall be clesigned and manufactured aacording to la#est revision af the foflawing
standards (unless otherwise nated}:
1. NEMA Standard iGS 2— 2000 Industriai Control and Systems.
2. N�PA 70 — Nakiana[ Elactrical Code (NEC).
3. NFPA 70E — Skandarc! for Electrical Safeiy in #he Worl�place.
4. NFPA 79 — Electrical Standard far Industrial �liachinery.
5, UL 508I508A — Industrial ContrQ! Enclosur�s.
B. All equipm�nt specified in this 5ection of the Speci#icaiions shall boar tha
appropriate {abel of Underwriters l.aboratories.
9.05 �lU�1L1TY h��U�ohEC�c
A. The manufacturer of this equipment sha41 have produced s�mifar equipmeni for a
minimum period of five years. When requested by the Ownerl�ngineer, an
acceptable iist of installations with similar equipment shall be provided
demonstrating compliance wikh this requEremeni.
B. The cantrol par�els shall be �ssembled in a tJL-508 cerkified facility. A submittaf of
documentatian certifying that the panel fabrication facility is a UL-508 certified
facility, is requir�d. A UL label sha11 be a�ixed fio th� inside of the ex#ernal ciaar by
the panel fabrication assembly. Submit a facsimile of the iJL label in the submittal
information.
Eleclrical Control Panels (ECPs)
26 29 87'-3 163t27 July 6, 2023 - CDNFORMEq
p�v:NCaia+o+Dacum�n4s�fX�Fod Wor�hJ2pQd52-0OOODO�Od Ocsi�n+flA Specs�GuptaT�6_29_87 {Conformedf
C. /�ll components and mat�rial shall be new and af the latest field proven design and
in current praduction. Obsolete components or components scheduled for
imrr��diate �iscontinuation shall r�oi be used.
�. Control Panels submitted shall fit within fhe space shown on the Drawings.
Equipmont which do�s r�ot fit within tho spaee is not acceptable.
E, For the equipmant specified her�in, fhe �nanufacturer shal! be I5� 9001 2Q00
certified.
�• �qt�ipment companents and devices shall be U� labafed wherever UL standards
exist for such equiprnent. The campleted contral panel shali be 11L Labeled in
accordance with UL 508 and 508A and o#her applicable UL standards. 'T'he panef
shall also be UL labeled for the en�ironrr�ent in whlch it is to be placed. A UL label
shall �e affixed to the inside af the extema! door by the panel #abrication assembly.
Subrnif a facsimile of the U�. label in the submitta! infarmation.
1.Q6 Jt��51T�: ���,I!l��Y, 5T'BR�C� ,,�Pd� F�Af���,IR1�
A, Prior to jabsite delivery, compfete a!I sUbmittai requirements, and present ta the
Owner/�ngineer u�aon delivery of khe equipment, an appraved copy of all such
subrnittals. �eliw�ry of incompleto cvnstructed oquipment, ansite fiactory work, or
failed factory tests will not �e permitted,
B. Equipment s�all be handlQd and stored in accorcfance with manufacturer`s
instructions. iwo capies of these ;nsiructions shall be included with the equipment
at tim� of shipment, and shall be made avaiiable to the Contractar and
Ownerl�ngineer.
C. Shipping groups shall be designed to be shipped by truc�, rai�, or ship. Indoor
groups shal! be boited to skids. Breakers and accessories shall be pac�aged and
shippec! separately,
�. �quipment s�all be installed in its permanent f�nished location shown on the
Drawings wit�rin seven calendar days af arriving onsite. If the equipment cannat be
ir�stalled wlthin seven calendar days, the equipment s�all not be delivered to the
sito, but stored oif site until such time that the site is roac�y for pormanen# instaliation
of #he �qui�rment. No change in the Cantract Price will be allowed far storage or
transpartation.
�. Provide temporary electricai power and operate space heaters during storag�, and
after equipment is installed in permansnt location, un#ii equipment is placed in
servi�e,
1.47 FJ�r4RR�.AlYY
A. Provide warrantees, including the rrtanufacturer's warr�rtty, for fhe equipment
specified and khe proper insiallation thereof, to be free From defects in material and
workmanship for two years fram date of fina! acceptance of the equipment ar�d its
srtstallation. Within such periad of warranty, all materi�! and labor necessary to
return #he eq�uipment tv new Qperatirrg canditior� sha��! be pro�ided, Any warraniy
�fectrical Contral Pan�ls {ECPs}
a6 29 87-4 1a3'!27 July 6, 2023 - C4fVFQRMED
�n�d+Ga�r�io+Cocumsrrls+TxlForl WarUd2ppq52.qpqpp0lph p�sigN04 Speas+GuRt�126_29_87 {Cvnforme�)
work requiring shipping or transporting af the equipment shaH be provided at na
expense to the Owner.
€���i � PRO�IJ�ia
�.0� 1�1�4i��tl�a� f�AR��I�ACTiJR�F�S
A. Swbjeet to compliance with the Contraci Documonts, thQ following material
11�anufacturers are acce{�table for items not specificaNy specified elsewhere:
1. AB�.
2. Eaton.
3, Schneider Elsctric Company_
4. RocicwelE Automatian.
B. The listing of specific ma�ufacturers abo�e does not impiy acaeptance of their
products that do not meet the specified ratings, features and functions. Fillaterials
listed above are nat relie�ed from mee#�ng tF�ese Specifications in their entirety,
2.�� F�A�IRICS
A. Voltage Rating:
1, Pra�ride the control panel with the seruice vc�ltage as speci�ed andlor as
shown on tho Drawings.
B. Short Circuit Rating:
1. The averalV short circuit withstand, and ir�#errupting rating ofi the eq�ipment and
devices shall be not less than 22,d00 amperes RMS symmelrical at �480Y1277
Volts, and equal to nr greater than khe overall short circuit withstand and
interrupiing raiing of the feeder device immediately upstr�am af the Control
Panel.
2. Pro�ide a disconnect with current fimiting fuses to reduce the availabfe fault
current at the control panel if required to meet the short aircuit withstand ar�d
interrupting rating o# the feeder device immediately upstream of the contral
panel. The fused disconr�ect shall be provided and installed at no additianal
cost, This includes a11 circuit breakers and combinatian motor starters.
3. Systems of motor cvntrollers emplaying se�ies conn�cted ratings for �'nain and
feeder devices shal! not be used and are not aceeptable. i�lotor starter units
s�all be tesied and UL 508A labeled for the sp@cified shork circuit duty in
combir�atian with the motar branch circuit protectiv� device.
4. Pro�ide selective device coordination between the Main Breaker, IFeeder
Breakers, and control circuit protective devices.
a. When using a circuit breaker or fuses as a main protective de�ice, the
instantaneous trip levels of the main proteciive device shall be higher than
the avail�ble f�ult current to t�e control panel.
b. If fus�s are utilized in the control p�nel design, the protective devlces far
three-�hase loads shall c�ntain single phase protection of such
equipment.
c. If a#auit occurs in the circuit of one Ioad of a design with a backup load,
the feeder protective device shall not rema�e both loads from the eontrol
system.
Elaclrieal Conlrol Paneis (ECPs} 14��27 July 6, 2023 - CONFOFiMED
26 29 87-5
p,vf�F,arc���a+DocumenlsllX+Fur1Wo�U�'LODA52-OO�OUO�Od Ocstgnt04 Sp�es+GupteF26_28_87 {Cvnivrme4)
G. Provide ground fault sensing an grounded wye systems.
�. The Manutacturer shal! produce and install on each panei, an �rc Ffash Warning
L.abef iisting t�e various Flash Hazard Protection 8oundaries, calcufated from NFPA
70E, Annexes, as listed bebw:
1. Flash Hazard Protection Boundary.
2. LimitecE Approaeh Boundary.
3. Restricted �oundary.
4. lncident �nergy Level.
5. R�quired Personal F'rotective Equipment Class,
6. Type af F'ire Rated Ciothing.
E. Provide an Arc Flash Warning Label printed Pr� aolor and affixed ta t�re fron# of each
panel pro�id�d. Se�ure tf�e required infiorma#ion from the Et�gineering r�irm
providing the study,
�!. Proaide fabets with the infarmation printed as requfred sn Section 26 05 73
Power System Study. -• —
�. Provide the labels with the infarmatiQn printed as provided by the �ngineer.
G. Shown bafow is a typical labof, Size of each labal shali bo not less than 6 inch�s
wide and 4 lnches tall.
�����������
�ar�� �'i�a�F� �ri�i�
��a�k N�n�;�w��
_ r�r-io taus.'�7 .yo�tn�pry .
.— [�44:nn' �7Y�k ii�.YafW ri �! Irttn-�a
_ �f� Lr. 1.
. 1l�Mrtl M�rt:�+! 'u,Fr+on [:Gw� ta
LFnt�i�+l Aii�-�+�rtch
_ fC�B1.Aniiel Iii'6�.^4raP� •
�_ F'r.Y�RftIM F4ryP:O�r:h �
r�_.int n i»e:.�n+ -
2.A3 C�R1SYRl1Ci1�N
A. General:
1. R�fer to Drawings for: actual fayout and locatiort of equipment and
components; current ratings of de�ices, bus bars, componenis; protective
relays, voltage ratings of devices, components, and assembli�s; and other
required details.
2. Controf units shail be arranged as shown on tt�e Drawings.
3. Provide a dedicated Paint of Utilizatian Device (SPD), as specified in Section
26_43 13, Indi�idual Contro! Panel and Refated Equiprnent �'ratecti�n
{7ype 3).
Electricaf Controf pane[s (ECps)
26 29_�7-6 103127 July 6, 2023 - CONFQR11r1Ep
p�v,l+CardblGbcumenLs�TX1Fat Woqrl2ppq5a.fsppppp��q OesEgalU4 Specs�Gupla126_2g_87 {Conrorme9)
4. �lameplates:
a. External:
1) Nameplates shall be engraved, laminated irnpact acryiic, matte finjsh,
not less than 1116-inch thick by 314-inch by 2-112Winch, Rawmark
322�02. Nameplates sha11 be 3�6 SS screw mounted to aN
enclflsures except for iVEMA 4 and 4X. Namepla#es fvr N�MA � and
4X er�closures shall be attached with double faced adhesive si�ips,
TESA'T'UFF i�APE �970, .009 X 112 inches, or equal. Prior to
instaNing the adhesive nameplates, the metal surface shall be
thoroughly cleaned with 7a% alcohol until all residue has been
removed. Epoxy adhesive or foam lape is not acceptable.
�) There sha11 be a master nameplate that inciicates suppiy valtage
equipment ratings, short circuit current rating, manufacturer's name,
s�op order number and general informakion. Cubicfe nameplates
sha11 be maunted on the frant face, on the rear panel and inside the
ass�mbly, �isible wh�n the rear par�el is remo�ed.
3) �ro�ids permanertt warning signs as follows:
a) "Oanger- High Voltage� Fteep �ut" on all dc�ors.
b) "Warning- Hazard of Eleciric Shock - Discannect Power Befor�
Opening or Working On �his Unit" on main power d�sconnect or
d�SCOt1�16CtS.
b. Internal:
�1 j Provide the panel v�rith a UL 5�8A label.
2} Control components mounted withln the assembiy, such as fuse
blocks, relays, pushbt�itons, switci�es, etc., shall be sultably mar{�ed
for identification, carresponding to appropriate designations on
manufac#urer's wiring diagrams.
c, Special;
�} Id�ntification nam�plates shall be white with blacic lette�-s, cautio�
namoplates shaN be yelbw wit� btiack letters, and warning
nameplates shall be red wiih white letters.
5. Control l�evices and indicators:
a. All operating control deuic�s, indicaiors, and Instruments shall be securely
mounted on the panel daor. AI1 controls and indicatdrs shall be
3�millimeter, eorrasion resistant, NEMA �X113, anodixed aluminum> or
reinfarced plas#lc. Booked control devices are not acceptable. Auxillary
contacts shal{ be provided far remnte run indication and indication of each
s#atus and aiarm condikian. /�dditional cantrois shall be pr4vided as
specified herein and as required by the detailed mechanical and electrical
equipment requirements.
b, Indicator lamps shall be ��D type. For all control applications, indicator
lamps shall incorparate a�ush-to-test f�ature. Lens col�rs shall be as
follows:
'! ) Red far ON, Valve 41��N, and �reaker CLOS��.
2) Green for O�F, Valve CLaB�D and I3real�er OPEN.
3) Amber for �AIL.
4) Blue for READY.
5j White for POWER ON.
C. Moc�e sefector switches (HAND-QFF-AUTO, LOCAL-OF�-REMOTE, etc.}
shali be as shawn on the Drawi�gs. Units shal[ have the number af
Elealrica! Control �anels (�CPs) 103,�27 �uEy �, Zp�3 _�QNFORMED
26_29_$7-7
p�v,flCerel:p+Gbcunisnls+�lUFnr1 YJot6�3f10A52-0OAOD9'Od Oesign+04 Specs+GUplal2b_29_B7 {Confprmetl}
positions ar�d confact arrangements, as required. Each switch shaJl hav�
an extra dry eontact for rernpte monitorirtg,
d. Pushbuttons, 5hall �e as folfows:
�} R�d for ST4P, Vafve Op�f�, Brea�er CLaS� and mushroom R�d for
EMERGENCY STOP.
2) Green for START, Valve CLOSE and Brea�er OPEN.
3) �lack for RES��.
e. �urnish nameplates for each device. A!I narne�fates shall �e larninated
plastic, black lettering an a whi#e background, attached with stainless
steel screws. Device mounted nam�plates are not acceptabie.
�. Control Power Transformers:
a. Cantrol power transformers shall be provided where s�hawn on the
�rawings, Transformer shafl be sized for the entire loac�, including space
heaters, plus 2.5% spare capacity, and shall be nok iess than 100 VA.
b, Contral power transformers shall be 12d �olt graunded secondary.
Primary side of th� transformer shall be fused in both legs, One leg of the
transformer secondary shall be solidly graundQd whilQ th� othc�r leg shall
b� fused.
B. �nclosures:
1. Gen�ral:
a. �nclosures si�all meet the requiremenis speci�ed in Section 26 05 33
�taceways, �3oxes and F�iffings. ` —
b. �ach enclosure shal! incorporake a removable back panel, and side
panels, on wh[ch control camponents shall be mounted. Back panef shall
be secured to the enclnsure with caflar s#uds f�r wail mounted enclosures,
and 316 SS hardware for free standing enclosures.
c. Alf free-standing enclosures s�all be provided with feet of the same
cans#ruction as the enclosure.
d, ihQ enclasur�s doar shall b€ intarlockvd with the maln circuit breakvr by a
panol mounted cablv c�ri�en apErating mechar�ism.
e, Back p�nel shall be tapped to accept all mounting screws. Self-tapping
screws shall not be us�d to mount any camponents.
f. Al! enclosure doors shaH have bonding studs. 'fhe enclosure interior shall
have a bQnd€ng stud.
g• �ach enclosure shall be pravided with a documentation pocke# on the
inner daor.
h. Enclasures shall nof have holes or knocfcQufs.
i. Provide man�facturer's wind�w kits where shown on the Drawings.
j. All panels installed ou#doors shall ha�e a factory applied, suitable primer
and final coat of weatherproof white paint.
k. Ali snclasures shalf b� pad lockable.
2. N�MA 4X Stainl�ss St�el:
'�) NEh�9A 4X 396 Stainless Steel.
2) �'ype 31B stainless steel, body and cioor,
3) Stainless steel continuous hinge.
4) Foam in-place gasket.
5) Single point quarter #urn latches (2D-inches x 24-inches and below).
All others fhree-paint latch.
3. NEMA 1 or iVEMA 1A boxes sl�all not be �sed.
4. MaHea�ie iron boxes shail not be us�d.
Electrical Control Panels (ECPs)
26 29 87-8 1Q3'�27 July 6, 2023 - CDNFORM�D
(n��lfCBrollolpaCurnen�S�TXrFpq Lkor�t�l2ppq52-pOqGUpfp� Q�ign104 SNecS+�up1���6_28_87 {�anlamte�fJ
C. Enviranmental Condi�ioning:
fi. Condensation Cantrol:
a. A self�contained enclosure condensation heater with thermostat and fan
shaH be mounted inside the control panel, if panel is mounted outdoors or
in a non-air-c�nditioned space.
1) Fnclosure heaters shal) b� energized fram 120-�alt, single-phase
power supply and sized to prevent condensation with�n the
enclosure.
2) Locate enclosure heafers to avoid overheatfng electronic hardwar� or
producing large temperature fSuctuakions on the hardware.
3) �nelosure heat�rs shall have an lnkernal fan for heat distribution and
shall be controlled with adjustable thermostats. The thermosta# shall
have an adjustmenk range of 40QF ta 90°F. Provide a circuit brealter
Qr fused disconnect switch within the enclosure.
4) �nclosure heaters shall be Hoffman type DAhi ar equal.
b. Strip heaters may be provided if they are 2�64-volt rated, powared at
i ZO voits AC and da nat hav� a s�arFace t�mperature higher than 64°C.
Strip heaters and tk�ermostats s�all be as manufacttared by Chromalox or
equai.
1) Strip heak�rs shall be Chromalox, iype O�, 1,�-�nchEs wide,
240 valts, single phase, '150 watts, energized at 120 valts, with rusf
resisting iron sheath, Catalog �1a. OT-715, f'roduct Code
No. 129314, or equal. Provide sufficient waitage in heaters to prevent
condensatian should the interior temperature o� the encfosure dro�
below the dew point.
2) A contral th�rmos#at mounted inside the contr�l Pane! shall be
Chromalox, Type 1NR, single stage, Catalog No. WR-80, Produet
Code Na.263177, or equal,
3) The s#rip heater terminals shakl be guarded by a protective terminal
co�er.
4) Nigh temperature connecCing lead wire shall be used belween the
thermostat ar�d the heater terminals, Wire shall be #12 AWG
skranded, nicl�el-plated copper with 7�eflon glass insulatian and shall
be the product of Chromalox, Catalog No. 6-C�'I-12, �'roduct Code
No. 2G3783, or equal.
c, Each �anel shall have a 112-inch stainless steel condensate drain,
installed pn a stainless-steel conduit hub, HGTZ Seri�s, T&B ar equal, in
tha battom of the enciasure. Drain sha11 be a��Z GedneyD€3B-50SS, or
equal.
2, Corrosion Control;
a. Provide cor�osion protection in each contrvl panel wiih a corrosion-
inhibiting �apor capsul�.
b. Manufac#u�ers:
1) Northern Instruments; Madel Zerusi VC.
2) Hoffman Engineering, Model A-HCI.
3) Approved equal.
3. Panel Interiar Ambient ControL
a. The manufacturer shaH provide arnbient tem�erature control within the
panel to maintain interna! temperatures below the maximum operating
iemperatures of the panel companer�ts, an ambien# temperature range
of -20° G to �O�C.
Electrical Conlrol Panels (ECPs)
26 29 87-9 1D3127 July 6, 2023 - CON�ORP+IIEp
p���ffCerdbrpocumenlsltX+For1 Wo�UtrL0Q452-ODOOOQI04 Destgnr04 5pscs�Gupla+'26_2b_87 (Conram�ed)
b. The manufacturer shall provide panel ir�fer�ai heat r�9se calculations to
show that the panel i�ternal temperatures will i�e maintained below the
maximum �perating temperatures af the panel componen#s.
c. The calcufation shall shnw all the internal and exierraal heat gain Ioads,
the expected intorna! temperature risQ irt degrees C abave tho specified
�m}�ient, I# �ho specified temperature ra�ge cannot be me#, an air
conditianing system shall be provided wifh sufficient capacity to main#ai�
the temperature withfn the specified limits. Panels, for which the
calculsted heat ri�e exceeds 4a°C., shall have an alr condltio�ing sys#em,
sized as required to reduce the heat rise to 44°C. or less, withouf violatirtg
the NEN�A rating of the enolosure.
d, The air �onditioner shall have the falfowing featuras:
1) Us� C�C-free R434a refrigerant.
2) Have fully gas�teted flanges an all faur mounting edges for �
watertight seal that maintains NEMA �X rating of the panel,
3) Thermostatic low temperature controf ko pro�ide energy efficient
opc�ration and prevents ovQ�-cooling.
4) EMI/RFI suppressor to minimize transient spikes during compressor
on/off cycling.
5} Separat�d blow�r-driven svapora#or and condens�r air systems For
closed loop cooling.
6) UL listed,
7) Stainless steel enclosure.
8) Internai corraslon reslstant coatiing,
9) Low ambie�t kit.
1Qj Short cycle p�otector.
11) Manuf��#urers:
a) F�affman,
bj Thermo Electric.
c} Approved equal,
D. Int�rnaf Wiring:
1. Powsr and cor�trol wlring shaRl be tlnned stranded copper, minimum size #14
AWG, with 60Q-volt, 90°C, flame retardant, T�ype M�"W therrr3opiastic
insulation. Line side pov�rer ►nriring s�all be sized for #he full rating or frame size
Qf the connected devfce, and as shown on the Drawings.
2. Anafog signaf wires shall �e 600 Volk Cl�ss, insulated stranded tinned copper,
twisted shielded #96 AWG ��ir.
3. AEI interconnecting wires between panef moun#ed equipment a�d external
equipment shall be terminated at numbered terminal blocks, Field wiring shall
not be terminated directly on any panel-mounted device,
4. All wiring shall be tagged and coded with an identification nurr�ber as shown on
the Drawings. Codi�g shall be typ�d on a heat shrin�a�lo tube applied to each
end showing origination and dest�nation of each wir�. The marking shali be
p�rmanent, non-smearing, solvent-resistant type similar to Raychem
l"MS-5C�, or �qual,
5. A��I cantrol panel wiring shall use the following cplor code:
a. Black: AC pow�r at �ine volt�ge.
#�. Red: switched AC power.
c. Orangc: May be energizer� while th� main disconnect is in the off position.
d. White: AC neutral.
Ele.clrical Co�trol Panels (ECPs)
26 29 87-10 103127 July 6, 2023 - CDNFOaM�D
p�t�;lr�ardb+DocumenL�IT%�FattiNod�v2Rl�hS2-0Q060Q;04 p��yn+OA Spac�1Guplal26_29_gT{Con�armedj
e. Orangelw�ite stripe ar whitelorange stripe: se�arate deri�ed nautral.
f, Redlwhite stripe or whitelred stripe: switched neutral.
g. G�reen or green w! yellow tracer: graundlear�h ground.
h. f31ue. Ungraunded �C �wer.
i. �iuvlwhite sfrip� or whitelbluv stripe: DC grounded commvn.
J, Brvwn; 484V AC 3 phase - phase A.
�c, Orange: 4�OV AC 3 phase - phase �3.
I. Yellow: 480V AC 3 Phase - phase C.
m. Purple: common far analog signal wiring.
n. Brawn: positive leg of an analog signal.
E. Field lnstall�d lnternal Wiring:
1. �ield instaAed interior wiring 5hall be neafly grouped by circuit and bound by
plastic tie wraps. Circuit groups shaif be supported so tha# circuit terminations
are not stressed. in addition, low signal wiring tmlflivolt and milliamp) shalf be
bundle separately #rom the rest �f the conkrol wiring.
2, All field wiring shaA be tagged and c�ded with an id�ntificatian number, Coding
sha11 b� typ�d on a hoat shrinkable tubQ applied to oach ond af ihe wire. The
marking shall be a permanent, non-smearing, soi��nt-resistant type similar to
Raychem TMS-SCE, ar equal,
3. In general, all conduit enterir�g or 1ea�ing €�quipmen# shall be stubbed up intv
the botkom af the errclosure directly foelow the area ir� which the conductors are
to be terminated, or from the kop If shown an the Drawings. Conduits shail not
enter the side unless ap�roved in writing by the OwnerlEngineer.
�. Termin�l Blocks:
1. Terminal blocks shall be D1N-rail-rriounted one�piece molde� plastic blac�cs
with tubufar-clamp-screw ty�e and end barriers. �errninal bloc4ts shall be rated
for 600 valts except far cvntral and instrumentation circuits, ar �-2D mA ar,alog
signa[ conductors,
2. Provide fiQ0 volt ratQd terminal blocks for any conductor carrying any voltage
over 12Q volts to ground.
3. Pro�ide fi00 vvkt ra#ed strap screw terminal blocks for any power condt�ctvrs
carrying over 20 amper�s, at any voltage, ierminals sfiall be double sided and
supplied with removabl� covers fa pr�vent accl�ental contact with five circuits.
4. Power conductors carrying over 20 amper�s, at any voltage shakl be
t�rminated to strap-screw type terminal blocks wiih crimp type, pre-insulated,
rir�g-tongue 1ugs. Lugs sfi�all be af the apprapriate size for the terminal bloc�C
screws and for the numb�r and size of the wires terminated. Do not terminate
mare than Qne conductor in any lug, and da n�t land more than two
eonductors under any strap-screw terminal point.
5. Termin�ls shall have permanent, legible identification, clearly visible with the
pratecti�e co�er removed. Each terminal bloek shall have �0% spare
terminals, but not loss than two spar� terminals.
6. Use the manufacturer's provided bridge connectors to intercannect terminal
blocks kerminating cammon ar ground conductors.
7. 1"wistecf shielded pair or triad cables shall have each individual conductor and
shield drain wire landed on andividuai terminal hkoc�ts. Use the manufacturer's
pro�id�d bridge conn�ctars to int�rconnect terminal blocks terrr�inating the
sl�ield drain wire conductors.
Electrical Contral Panels (EC!'s}
26 29 87-11 iD3127 Juiy B, 2023 - GONFOFtMED
p�v:f�Carc� o�Documenls+TXrFc�r1 WoriW2ADA52-0040DOf�4 Oesign�On SpecsrGup1a1Z5_29_87 {�onbrmed)
8, Control circuits, 120 voits and below, and 4-20 mA analog signal conductors
s�all be terminated with mar�ufacfurer's recommended insulated connectar�.
9. Provide an AC ground bar bonde� ta the panel enclosure (if inetal} with 20%
spare terminals,
10. Pfo�ided grvund termirt2�! bloc�C� for each twisted-shieided pair drain wire.
11, Terminate #he seco�dary conducfors from cur�ent transformers on shorting
type terminal blacks before the connect to any other de�ice,
�.oa ��a�n� c����ir P�c��r�c�r�►r� ���i��
A. Unless ntherwise s�own on the �rawings, the main circuit protective deuice shall be
a molded case (MCCf3), three F�ole, 60Q-volt, fixad fype, manually operated with
stored energy clos��tg mech�nism. Trip de�ice shall be soiid state with adJ�stable
fong time picku�, and delay; adjustabie short time pick�p and delay; shQrt time i2t
switch; adjustable ground fault pickup and delay, and graund fault delay and pickup
trips far selecti�e tripping,
E3. Pro�ide a flange mounted rnair� pnwer disconnect aperating handle with mechanical
interlack F�aving a bypass that will allow the panel daor to open only when the switch
is in the OFF position. Whero panQls are sl�awn or �poeifiad with innor and outer
doors, discar�neetir�g handl�s and controls shall be located art th� inn�:r door,
2.0� ����� C�Ni�O����t�
A. Manufacturers:
1. Subject to compliance wi#h the Contract Documents, the �ollawing
N9anufacturers are acceptable:
a. Eator�.
b, ABB.
c. Rockwell Automation.
d. Schneider Electric Campany.
2• ihe fis#ing Qf speci#ic manufacturers above does not imply �cceptance vf #heir
products #hat do not meet the specified ratings, features and functions,
Manufactur�rs list�d abave are not reliev�d from mQeting khese specifications
in thoir entiraty.
B. General:
1. ihe Drawings indicate the approximate harsepower and int�nded control
scheme of the mo#or driven equipment. Pravide the NEMA size starfer, circuit
breaicer trip ratings, control power transformers and thermal overload heater
element ratings matched to the mators and cantrol equipment suppiied, in
compliance with the NEC and the manufacturer's heater selec�ion tabl�s. All
variations nec�ssary to accarrimadate the motars and controfs as actually
furnished shall be made without extra cost to the Qwner.
2. Fumish lugs for incoming wiri�g, sizes as shown on the Drawings, Allow
adequate clearance far be�tding and terminating of cable size and type
specified.
3. A NEMA rat�d magne#ic mator sta�ter shall be furnished for each motor. Each
rnotor starter shall be provided with a motor circuit protector �MCp}, or circuif
breaker, ar�d equipped to provide undervoltage release and overfoad
pratection on all three pF�ases. The shart circuit protective device shall hav� an
Eleefrical Control Panets {�CPs)
2G 29 87-12 103127 Jllly &, 2023 - CUNI=ORMER
p��,l7Cardb�laocumenlslTXlFurt YVorlit�"i0�452-OO�lODplpd Des�yn�Od S{fecs�GupIa1TE_29_87 {Canfprmedj
adjustabke magnetic trip range up to 140�% o# rated cont�nuous currenk and a
trip test feature. MCPs shal! be labeled in accordance with UL4�S, NFMA
starter sizes and b�eaker trip ratings shall be as r�quired for khe harsepower
indicated but shall be in no case fess than NEMA Siz� 1, If the mar��facturer of
ths equEpmont utilizing the motor, supplies a motor horsopower larger than that
shawn on th� Draw�rtgs, provide a motor starter su�cient in size to control ihe
rnotor supplied. Na change in the Confrack �'rice or Schedule wiA b€ allawed
for khe Inerease in starter slze, raceway size or canductor size to
accommodat� the larger moior.
4. A mechanical disconnect mechanism, with bypass, shall be installed an each
motor circuik protector, capabl� of being locked in the "OFF" positian to ptovide
a means of disconriecting power to each rrzator. Disconnects mecnani�ms
shall be la�ated inside the enclasure such that the main circuit breaker handle
is the only device interlocked with the panei door.
5. �ach mator siarter shaH have a 120-vr�lt operating cai! unless vtherwise noted•
6. O�erload relays shall be standard Class 2(], ambient compensated, manualiy
res�t by pushbutton IocatQd on frant of the star�er doo�. A normally closed
contact shall be directly used in the start circuit and a normaHy open contact
sfi�all be wire ko a terminal board for overload alarm.
7. A�I interfac�s betw�en control panel and remoke deviess shall b� isolated via
an interpflsing relay. Interposing relays shaA have cantacts rated for 2�0 valts
AC and � 0 amperes cantinuous. �telays shalf be Control FZelays as specifiec�
herein.
C. Magnetfc Motor Starters:
1. �+9ator starters sh�ll be two or three pole, single or three phase as required,
6� Hert�, �00 ��Its, magnetically operated, full voltage non reversing. NEM/�
sizes shall be as required for the horsepower shown on the Drawings.
�. Each rnofor starter shall ha�e a 124-valt operating coil, and con#rol power
transfvrmer. Starters shall have motor overload pratection in oach phase.
A�xiliary contacts shall be providad as shown on tho Drawings. A minimum of
one normally open and one normally clased auxiliary contacts shall be
pravid�d in addktion to the contacks requlred.
3. Overload relays shall be adjustable, ambient compensated and manually
reset.
4. Built in control stakions and indicating lights shall be furnished whet� shown on
the Drawings.
5. A�f wires shall be term�nated on terrr�inal blocks and shall be tagged.
6. Provide as built wir�ng d9agram and post it in a proteclive cover inside the cel{.
D. Contro� Rekays:
1, Control relays shall be 300-volt, industrial rated, plug-in socket type, ho�s�d in
a transparent polycarbanate dust cover, designed in accordance witt� UL
Standard 508 for matflr cantroller duty. Continuous contact rating shall be
1� amperes resistive, 1/4 hiP at 120-volt AC, aperating temperature minus
14 ko plus ��°C. Provide spars r�ormally open and normally cfos�d cankacts.
Relays shall be Potter & Br�mfie�d KRP Series ar equal with neon coil
indicator light. Timir�g r�lays shalf be 300 Voit, so{id state type, wikh rotary
switch to select the timing range.
�lectrical Control �anels (ECPs) � p3127 �uly 6, Z�23 - CONFORMED
26_29�87-13
p�v llCaicro�Dotumenl��TX+Fort Wur��20fl452-OO�ODU�04 Oes�gn+0� Specs�Guplefl6_29_97 (Contornied�
2.06 ��1CT�RY T���'IR1G
A. The entire control panel shall be completely assembled, wired, and adjusted at the
factory and shall �e given the manufacfurer's routine shap tests and any other
additionaf operational test ta insure ti�e workability and reliable apera#ian of the
Qquipmonk.
B, Factory test equipmont and tes# methods shall canform wifh the latest applicable
requirements af ANSI, iEE�, UL, and NEMA �tandards.
C. The operational tes# shal! include the proper connectio� of supp�y and control
voltage and, as far as practical, a mock�up af simulated control signals and control
devices shall be fed fnta the boards to check for �roper op�ration.
D. Factory test equiprr�ent and test methods shall conform ta the fatest appllcable
requirements af �1NSI, i��E, lJf.,, and NEMA standards, and shall be subject to the
Qwr�erlEngineer's appraval.
I'��7 3 ���CUTIQN
3.�9 �i�SiA��.��'� [�U��1FIC�1iiOR15
A. Inskaller shall be specializet! in irasfaflir�g this type o# equipment with minimum
5 years documented �xperienc�. Experience documentation shal! ba submFtted for
approval prior to beginr�ing wark on this project,
�.aZ �x�►►�i��►����
A. Lxamine ins#allation area to assure there is enough clearance to install the
equipment.
B. Housekeeping p�ds shall be included for the floor mounted motor controllers as
detaiferJ on the Drawings with the exception of motor controllers which are ta be
install�d adjacent to an exisiing ur�it. HduseEte�ping pads for these (if used) should
�natch the existing Irrstallatian.
C. Check concrete pads and basepfates for uniiarmity and level s�rface.
D. Ver�fy tha# #he equipment �s ready ta install.
E. Verify field measuremenfs are as submi#ked by manufacturer.
3.03 INSiA����POAI
A. Install all eqwipment per th� manufacturer's recomm�ndations and Contract
Drawings.
�. Gonduit hubs for use on raceway system puli and junction boxe� shal! be watertight,
threaded alurr�inum, insulated throa#, stainless steel gr�unding serew, as
manuiactured by T&B H150GRA Series, or equal.
Eleclrical Conlroi Panels (ECPs)
2� 29 ��-�4 103127 July 6, 2023 - CONFORMEp
�nV'f�Carci�prf3pctimenls!'fXlFod Wnrlhl2pQq52.p0A0U[��Ok Design�04 Spesa+Guplaf2�6_25_07 (ConfQrnie�t
C. Canduits entering a cantrol Panel or box containing eiectricai equipment, shall nat
enter the enclasure thrt�ugh the top.
D. Install r�quired safety labels.
3.04 RA��V�A�' S�A�1i��
A. Where raceways ent�r junction bax�s or control panels containing olectrical or
instrumsntation equipment, ali entrances shail be saaled with 3M 1000NS
Waterkight Sealant, or approved �qual,
�. This requirement shali be sirickly adhered ko for all raceways in the condult system,
3.�5 rl��� QIJ�°►!�I"TY ��fVT1��L
A. inspect instalied ec�uipment for artchoring, alignment, grounding and physical
damage.
B. Chec4t tighkness Qf all accessit�le electrlcal cannections. Minimurn acceptable values
are specified in manufacturer's instructions.
C. Provide one set of as-built panel drawin�s laminated, in each p�nel p�cket.
3.0� �lEl.,L4 WDJl15Y11�G
A. Adjust all circuit breakers, switches, aceess doors, op�ratin� handles for free
mechanical and electrical operatian as dascribed in manu�ac#urer's instruc#ians.
B. The adjusta4�le breakers shall be set in the field by a qualified representative of the
manufacturer, in accordance with settin�s designated in a coordinated stuc�y of the
syst�m as requir�d in Section 26 05_%3 Paw�r Systern Study. All such settings,
including khe application a� arc flash labels, shall have been made and Appro�ed by
1he OwnerlEngineer, prior ko energizing of the equipment.
3.0� �I��[i T�SiI�l�
A. Perform aA e{ectrical field tests recommended by the manufactufer. Disconnect aff
connections to solid-stake equipment priar to testing.
B, Megger and record phase ta phase and phase ta ground insula�ian resistance.
lu�egger, far one minute, at minirrtum voltage of 1000 valts DC. Measured Insulation
resistance shail be at least 100 megvhms. In no case shall the manufacturer's
maximum test voitagos b� �xceeded.
C. Test each 4tey interlock system �or proper functioning.
D. Test all cvntrol logic before energizing the mokor or equipmenk.
Eleclrical Control Pan.eis (ECPs) ���1z.� ,1uly 6, 2023 - CONF'ORMED
26_29�87-15
p�v:l7CaiG��O�lbcurnenls+TX�Farl Worth+20Q452-0DOOAQIa�I DeslynlU4 Specs,�Gupl�f�6_29_B7;Confonned}
3,0� �L.�Aei�IPl�
A. Rernove a!I rubbish and debris fram inside and araund the motor cantroilers.
Remove dirt, dust, or concrete s�atter from the inter�o� and ext�rior of the
er�uipmenk using brushes, �acuum cleaner, ar cfean, lint free rags. �o not use
comprassed air.
3.09 ��lUl��fl�NY ����'��7'I�tV �1N� R�SiORAYIQfV
A. �ouch-up and r�store damaged sur�aces to factory finish, as approved by the
�rtanufacturer. If ihe damaged surFace cannot be returned to factory speei�ication,
fhe st��Face shall be replaced.
3.'�4 R�I�RlUI��4�iU�t�'R'S ��RTI�lC�►'YI�P�
A. A qualified factory-trained rrtanufacturer's representa#iv� shall persanalfy inspect the
equipment at the jobsite and shall c�rtify in writing tha# the equipment has been
ins#alled, adjust�d, and tested, in accordance with the manufacturer's
recorr�mendations, including all set#ings tfesignated in the �ower System Study.
B. Provide three capies af #he man�facturer's representative's certificatian.
3.'99 iRAiF+fl��
A. Provido manufacturer's�s�rvices for trair�ing of plant pe�sonnel in operation and
maint$nance of tha soft start starters furnished under this S�ction.
8. The training far each type of Qquipment shall be for a p�riod nf nat less than one
eight-hour day.
C. `�he cosi of training �rogram to be conducted with Owner's personnel shall be
included in the Contract Price. �'he training and insfruction, insofar as practicable,
shall be directly relat�d to the system being st�pplied.
D. Provide det�iled O&M manuals to suppfement the training caurse. The manuals
shall incfude specific details of equFpment suppfied and Qperakions specific tfl the
proj�ct.
E The training session shalf be canducted �y a manufacturer's quafified
representative, Training program shall irrclude instruefior�s on the assem�ly, motor
starters, protective devices, metering, and other major components.
�. The Owner �eserves the right to videotape thQ #raining sessions for the Owner's
US�.
�ND OF SEC�ION
Elecfrica! Coniral Panels (ECPs)
26 29 87-18 iO3�27 July 6, 2023 - CONFORMED
p�u;rrCerdblpp�ume�ls�71(rFod INofIIti+20p452�p0040pI0d Oea�yn704 Spec�Gu�laP26_2� 87 {Can�orm�)
��GYl�R1 �6_�3_13
�,�r� v���a�� w� �u��� ����°���tv� ����c�s t���s?
�ART � ��f��R�L
1.0'9 ����E �� 14kIpRi4
A. This Section of th� Specifications dgscribes th� requirements �or low voltage AC
surge protoctive d�vices (SPDs 1 K� and less), fo be furnished uncler other Sections
af the Specifieations.
B. All equipment descri�ed herein si�all be submitted, and factory installed, as an
integral part caf equipment specified e�sewhere in these Specifications.
9.�� Ft�l.i4'T�D V���K
A. Refer ka Division 26_00 44 for related worl� and eiectric�l caordination
requirements.
9.�3 �U�l�All'TALS
A. Submiitals for e�uipment specified her�in shall be made as a part af equipment
furnished under other Sections. Individual submittals far equipment spaci�ed herein
wili not be accept�d and wiil be returned unreviewed,
B. Submi#tals shali be made in accordancQ with the requiremQnts of Division 1,
Sectian 26 00 04, the Contract Docurnents and as specified herein the following:
1. The manufacturers' names and product designation or catalo� �umb�rs for the
types of matorials specified or shown on khe E?rawings.
2. Cut sheets for each ir�dividual ikem shaA be submitted.
3. All �ut sheets shafl be clearly markeci to indicate which praducts are being
submitted for use on this pmject.
4. U�marlced cut sheets will cause the submittai to be rejected and returned far
revision.
C. A11 shop drawing su�mittals and all O&� submittals shall be submitted in
accordance with the requirements fisted in Division 1, 1�o change in Gontract Price
or Scheciul� will be alfowed ftir delays du� to unacceptable aubmittaks.
D. 5ubmittals shall afso conta�r� information an related equipment to be furnished
under this Specification. Incomplete submil#a1s nat eontainir�g the required
information on the reiat�d e�uipment will also be returned without review.
�. S�bmit to the Ownerl�ngineer, shop drawings and product data, for the fo�lowing:
1. Submit catalog data for al! items supplied from this specification Section as
applicable. Submitta� shall include catalog data, functions, ratings, inputs,
outpuks, dEsplays, e#c., enough to confirm that the SPD provides every
specified requirement. Any options or exceptians shall b� clearly indicaked,
Low Valtage AC Surge Protective Devic�s (SPas) � 03127 J.uiy 6, 2023 - CONFpF�MED
Z6 43 13-1
p�c;ll�id�arES�cumenl��T�ForlWurlh�2d4452-U�OOpOlQ�I Oe�lg��+�4 Specs�Gupla€2G_d3_13 {Conformedj
with the reason for such devia#ions. Acceptance of any deviation wili be at th�
sole discretion of khe Qwner/�ngineer, S�vp drawings, not so checked �nd
nv#ed, wiil be returned unreviewed.
2. Qimensional drawing af each SPD type,
3. UL 1449 Third Editian Listing, Standard for 5afety, S�argo Pratective D�vic�s,
documentatiare. Provide verification that the SPD compli�s with the required
ANSIlUL 1449 3rd �dition listing t�y Uhderwriters Laborataries (UL) or oth�r
Nationafly Rscognized �t"ssiing Laboratory (NR�'L).
4. UL 7283 Listing, El�ctromagnetic Interference Filters, dacumen#a#ion.
5. ANSI/I�EE C5241 and C6245, Category C3 (2QkV-1,2/50, 10kA-8/2p�s
waveform) clamping voltage test resuits.
F. Operatian and Maintenance Mar�uals:
1. Operat�on and Maintenance manuals shall include the �oHowing informa#ion:
a. Manufacturer's c�ntact address and telephone numberfor parts and
SBf4fIC4'.
b. Instructio� baoks andfar leaflets,
c. RQcammendod renewal parts list.
d, Record Dacum�nts for the information required by the Submittals above,
1.�4 �E����fU�� �Op�S �Rd� �YAPED�1���
A, `fhe equipment in thfs speclfication shall b� designed and manuiactured accordir�g
to latest revision of the following standards (unless atherwise noted):
1. UL 9449 T'hird Edition — Surge F'rotective Devices.
2. UL 1283 Electromagnetic Inte�ference F6lters.
3. ANSIIIEEE C62.41.2-2002 — I�EE Recommended Practice nn
Gharac#erization of Surge Voltages in �ow Volfage I�C Power Circuits.
4. �ANSIfIEEE C82.45-2002 — IE�� Recpmmended Practice on Surge Testing far
�c�uipment Connected to Low-Voltage AG F'�wer Circuits.
5, NEC Ar#icle 2,85 - Surge Protective Devices,
6. NEMAIISCI — 909 T�ransiont Ove�+ol#age Withstand Test.
7. IEEE S#d, 4721ANS1 C37.90A 5urge Withstand Capability Tosts.
8, IEC 2�5,4 Surge Withs�and Capabifity Tests.
B. All Sl�ds and kheir installation shall comply with th� requirem�n#s of the National
�fectric Code and Underwriters Laboratori�s (UL) where applfcable.
C. �ach specified device shaf! afso conform to the standards and codes listed in the
individual device paragraphs.
�.a� Qu�a�.irir,�ssu��c�
A. The manufacturer of this equipmeht shall have produced similar electrical
�quipment tar a minimum period af �ve years. Whe� requested by the
OwnerfFngineer, an acceptable list of installations with sirnilar eqt�iprrrnent shall b�
provided demonstrafing campliance with this requirement.
B. The manufacturer ot the SPD shall be the same as the manufacturer of the service
entrance and distribution equipment in which the devices are installed and shipped.
Low Valtage AC Surg� Protective Devices (SWDs)
26 43 13-2 103127 July 6, 2Q23 - CONFORMEQ
�nr:f�Gat�fb+pacumenlslTX�Furt 1'JorlfV2pQd52�00000o10A pesigR;p6 gpscs�Guptef2�_43_13 {Confarmeu�
The pratected electrical equipment, after insiafiatinn af ths SPD, sha11 be fu11y test�d
and certified ta the following �L standards:
9. 111. 67 - Pan�lboards.
�, UL. 845 - Mo#or Cantrol Centers.
3. UL 891 - Switchbaards.
4. IJL 1��8 - Law Voltage Switchgear.
C. For the equipment speclfied h�rein, #he manufacturer shall be ISO 9D01 or 9002
certified.
9 .06 1�fA�i�AP�TY
A. Provide warrantees, including the manu�actur�r's warranty, for khe equipment
specifled and the praper installation thereof, to be free from defects in material and
wor�manship far two years from date of finaf acceptance of the equipment and its
installation. Within such periad of warranty, all material and labar necessary to
return the eq�ipment #o new operating conditian shall be provided. Any warranty
work requiring shipping ar transparting ofi the equiprnent shall be pro�ided at no
expense to th� Owner.
�A�� 2 PR��LlCi�
a.4i I�NAPIU�ACY'URER�
A. Subject to compliance with the Contrac# Documenis, the following Manufacturers
are acceptable (`fype 1 and `f'ype 2):
1. �aton.
2. ABB.
3. Schneider Elsckric Company.
4. Rockwell Autorr�ation,
5. Approved equal.
B. Subject ta compliance with the Contract Dacuments, the fo{lowing Manufacturers
are acceptable (Type 3):
1, �dco SLAC 5eries.
2, Pho€�nix Contact,
3. Brick Wall Model PWOM20.
4. Approved ec}ual.
2.02 ��R�'IC� �W�'�Rl�� AN� �I�7�i�lJTlO{V �@111�flA�IVT
A, General:
1. Insiall S�'Ds internal to the equlpment being protected. Externally housed
SPDs will not be acceptable.
2. Provide all SPDs marl�ed with a short-circuit current rafing equal ta or
exceeding the avall�ble fault current at the cannection point.
3. SP❑ shal! pro�ide suppressian for all modes of pratection: L-N, l-G, and N-G
in WYE systems (7 Mvde).
Low Vallage AC S�[rge Prokective Devices (SPQs)
26 4� 13-3 1 Q3127 .luly 6, 2023 - GOl�4FORMED
�nti�;lfCa�dl4�DaCumenlsn�Fort 1NoiUv28aM152-pOApQOFQd aeslyn70Q SpeCs��u�llei� 43_13 {Gpnfunlsetl)
4. UL 1449 Usage ClaSsifications.
a. Type 1:
'! ) Permanently connected SPDs.
�) lnstal! be#ween the seconclary of the service transformer and the iine
side of tho service oquiprnent overc�arrer�t device.
3) lnstall without an ext�rnal avercurrent proteciive device.
b. iyp� 2:
'�) Permanently connected SPUs,
2) Install or� the load sid� of servic� equipment overcurrent device.
3) Install on branch panels.
c. Type 3:
1) Point of utilizatian SPDs.
2) Install at the point of �tili�a#ion with a minimum conductor length of
�a met�rs (30 feet) from the electrical service panel,
3) �'ar card conr�ected, direct plug-in, receptacle type SPDs installed at
the utilization equipmer�t beRng protected, t#�e distance (10 meters) is
exclusive of conductars pra�9dod with ar used to attach tho SF'Ds.
5. Construction af Type 1 and Type 2;
a. Fully Intvgra#ed Componer�t Desi�n:
1) All iFre SP�i's components and diagnostics shall be contained within
one discrete assembly.
2} SPf�s or indlvidual SpU moa�ules that must be ganged together to
achieve higher surge current ratings or other functionality will not be
accepted.
b. OWercurrent Pratectian:
�) Thermally pro#ected MOVs that include a thermal prot�ction element
packaged togeth�r with the MpV to achieve overcurrent pratection of
the MQV,
2) Tl�e thermaf protectian element shall disconnect the MOV(s} from the
system in a faif-safo mannar should a canditian occur, that wauld
cause tham to enter a thermal runaway eonditian.
c, Maintanance Free Design:
'f ) Mainter�ance free and not requiring any user intervention throughout
its life.
2) SPDs containing items such as replac�abie madules, replaceable
fuses, or replaceable batteries are not acceptable.
3) SPDs requiring any mair�tenance of any sort such as periodie
tightening of connections are not acc�ptable.
d. Balanced Suppression Pl�tform:
�} Surge curren# equally distributed to alf MOV compo�ents to ensure
equal stressing and maximum perfarmance,
2) Su�'ge suppressian plafforrn must provide equal impedance paths to
each matched MOV,
3) Designs incorporating replaceable 5P� mocluies are not acceptabl�,
e. �lectrical Nais� F'ilter;
'I) Inelude a high-performance EMIIRFI naise reJectlon fflter.
2) Noise atiehuation for electric iine nois� shall be up t� 5a dB from
10 kHz to 100 MHz using khe MIL-STD-22QA insertion loss test
rnethod.
Low Vollage AC Surge prolective Devices (SPQs)
26 43 13-4 1 a3127 July 6, 2023 - C�NFQRM�D
�+ellCard�a7�o�urnen�SrT1(rF�ri1'��orUV2pp452-OpR000�040esi�nt045pecs+Gupk�t2b a3_13{Conformedj
f. Internal Cannectians:
1) Piug-in companent modufes or print�d circuit boards use� as surge
current conduc#ars are unacceptable.
2) Pro�ide ail internal components soldered or hardwired with fow
impodance connections and conductors.
3) Prewire power and ground connections within the protected
equipment.
g. Local Monitnring:
'f } �'rovide visible indicatlon of proper 5PD connection and operation.
2) Provide indicator iighis that indicate which phase as well as which
rnodt�ie is fully operable.
3) Mount status nf each SPD module on the front caver of the encfos�re
as well as on th� module.
4) Provide a push-to-test button ta test each phase indicatar which
causes a state change of dry cantacts for testing �urpases when the
button is pressed.
h. Surgo C4unt��:
1) Provide an indicator showing how many surges have occurrod at the
location which c�unts each time a surge event with a peak current
rr�agnitude of a minimum af 5� ± 20A occurs.
2) i'ro�ide a reset pushbutton which allows khe surge counier to be
zeroed.
�) Provide a timed res�t butkon t� prevent accidentaf resetting of the
caunter. A single, short-duration button press cannat reset the
couhter. Provide a minimum reset time delay of two seconds ta resei
the cauntEr.
��) Store the ongoing surge count in n�n-volatike memury or memory
backed up by a UPS,
i. Provide a voltage surg� suppr€�ssion system incorporating thermally
pr�tected mstai-oxide varistors (MOVs} as the core surge suppressian
c�mponent for the service entrance and all otl�er distribution levels. The
system shall not utiiiz� silican avaianche diodes, selenium cells, air gaps,
or other componenks that may crowbar the system voltage ieading to
system upset or create any en�ironmental haaards.
j. SPD Standards:
1) Provide SPQs Lisied in accordance with UL 1449 Third Edition and
lJL 1283, Ei�cframagnetic Interference Filters.
2) Integratec� surge pratecti�e devices (SPD} shall be Component
Recagn�zed in accordance with UL 1449 Thir� Editian, Sectio�
37.3.2 and 37,4 at the standard's highest short circuit current rating
(SC�Rj af 200 kA, ir�cluding intermediate le�el of fault current
testir�g.
3) SPD shall be tested with the ANSIIIEEE Category C High exposure
waveform (20kV-1,2150�s, 10kA-8/20}�s).
6. Construckian af �'ype 3:
a. Fukly Integrated Compot�ent Desigr�:
1) Provide all SPD's companents and diagnostics corrtained within on�
disarete assembly,
2) SPDs or individual SPD modules that must be ganged together to
achieve higher surge current ratkngs or other functianality wili not be
accepted.
I_ow Vallage AC Surge Prntec#ive Qevices (SPDs) 103127 July 6, 2023 - CONF�RMEa
26_�43_13-5
p�vNCato�ao�DocumQnls�x�Fc,�[ SNo.nh+200d52-40�ODQ+U4 Oes'Egn�D4 SpecsJGupla+"!6_4a_13 (Con}ormedj
b. Main#�nance Free Design:
'f ) Provide maintenanee free SRDs that do not require any user
intervention throughout its life.
2} SI Ds containin� items such as replaceable modules, replacea�le
fusos, or replaceable batteri�s ar� not acceptable.
3) SPDs raquiring any mainten�nce of any sort such as periodic
tightening of connectians ar� ��t acc�ptable.
c. �I�ctr��cal Noise Filter:
1 j !nclucfe a high-performanc� EMUR�I nolse rejection flit�r.
2) Provide eleckric line noise attenuaklon up fo 5Q d8 from 10 �CHz to
1Q0 MHz using the M!L-ST�3-22pA Insertion lass test method.
d. Internal Connecti�ns:
1) No plug-in companent mad�Ies or printed circuit boards used as
surge current conductars are acceptable.
�) Solder al! internal companer�#s or hardwired with low impedance
eonnee�ians and conduc#o�s,
3J Prewire pov�rer and ground eonnections within #he protected
equipmenf.
e. Local Monitaring:
'� ) Visible indication of proper S�'D cor�nection and op�ration shaU be
provided.
2) �'he indicator ligh# shall indica#e that the module 6s fully operable. T'he
status of each SPD madule shail be monitored on the front cover af
the module.
f. SPD 5fandards:
�) Listed in accordance with UL 1449 Third �dition an�f UL 1283,
�lectr�magnetic fnterter�nce Filters.
2) 7est with the ANSI/f��� Cafegory C f-ligh expasure waveform
(20kV-1.2I50�s, 10kA-8/20�s).
B. Applicatians:
1. 5er�iee ��trance Rated Equipment (Type 1):
a. Install fn switchg�ar, switchbaards, panelboards, motor contral centers,
and otl�er devfces installed as service entrance equipmen#,
b. Perman�ntly instail the SPD with its cor�nection between the seconeiary af
the service transformer and the line side of the service equipment
o�ercurrent device.
c. Provide service entrance iocated SPDs with tested and demonstrated
suitability for applicatior� withfn ANSI/iE�� C62.41 Category �
en�ironments.
d. Provide SPDs manufactured by the same manufacturer as the equipment
in which it is installed.
e. Factory instail the Sf�D inside the nquipment by the original oquipment
manufacturer.
f. Locate the SPD Qn the laad side �f the main disconnect device, as close
as possible to the phase cond�cfors and lhe groundlneutral bars.
g. Connect the SPD #hrough a UL �pproved disconnecting means. Locate
the disconnect shail in #he immedlate proximity of the SpD.
h. Prov�de SPD connections usir�g approved me�ans that keep the
cor�nection as shnrt as possible.
i, Provide SPDs integral to the equipment as a factnry standardized design,
Low Voflage AC 5urge proteetive Devices (SPDs)
26 43 13-6 1 Q3127 July 6, 2423 - C�NFOF2MED
p�+^NCarGlorQocument��TK+Furl LNor�Qpd52-0pQppQrdq p��yr,fpq ���r�upiaf2&_43_13 (Conforn��rJ)
j, Niount SPDs such that aN manitoring and diagnostic features are visible
from the front a# the equipment.
2.. Distribution Equipmer�# AppAcations (Type 2):
a. Insta119n switchgear, switchbaards, panelboards, mator contral centers,
and other nan-servic� enfrance equipment. Permanently instail the SPD
connected on the laad side of the equipmen# overcurrent device.
b, C�rovide S�'Ds manufactured by the same manufacfurer as the equipment
in which it is Installed.
c. F�aatory install the SpD inslde t�e equipment by the original equipment
manufacturer.
d. Size and provide khe a�ercurrent and discanr�ecting rneans for the SPD by
fhe manufacturer.
e. Provide SPDs with tested and demanstrated suitability far a�plicakion
within ANS111��E C62.41 Categary � envirpnments.
f. L.a�ate the SPD within the panelbaard. Install SPDs immediately faliowing
khe load side afi the main breaker. Install SP�s in main lUg only
par�elbaards immediatafy following the incoming main lugs.
g, ihe SP❑ install�tion shall r�ot limit ihe use af through-feed lugs, sub-feed
lugs, and sub-f�ed breaker optians.
h. Nl�ount SPf�s such that all monitoring and diagnostic features are visible
from the franS af the equipment.
3. lntfividual Control F'anel and Fielated Equipment F'ratectian (Type 3):
a. Locate khe 5PD on the loa� side of the ground and neutral cannections.
b. Connect the SP� through a diseannect circuit breaker ar fuse as shown
on the cfrawings.
c. �ocate the disconnecting means in the imm�d�ate proximity a� the SPo.
Pravide 5P� connectians usirrg approvet� m�ans that 1�eep the
connection as short as possible�
d, A14 monitvring and diagnostic feakuras shali be visible fram the front of the
equipmflnt.
4. �echanical Equipment Manufacturer's Provided Cantrol Paneks (MEMs) and
�lectrlcal Manufacturer's Prowid�d Car�trni Panels (4EMs) Applieations
(Type 1, Type 2, and Type 3):
a. I'rovide a Type 1 SPU in any Control F'anel instalied as service enkrance
equipmenk.
'! ) The same requirements f�r other service entrance equipment iisted
abo�e apply to this application.
2) The Type 1 SPD is required to b� of the same manufacturer as the
Contral Panel manu�acturer,
3) ProvEde a Type 1 SPD where a Control Panel is instailed as non-
service �ntrance equipment, but is Gonnected with the incoming
power feed of 50' or less from an iransfarmar fed fram an overhead
power 1ine.
4) �'he same requirements far other non-service entrance equipment
listed above apply tn this application except for the requirement that
the i�ype 2 SPD shall not be required to be of the sarxie manutacturer
as the panef.
5) Wher� a Type 1 SPD is install�d, a 7ype 2 SPD is not required on
khe same pan�l unless otherwise specifically shown on the drawfngs.
b. Pro�ide a Type 3�PD in any Control Panel that cantair�s a PLC.
Low Voltage AC Surga Pratective �evices (SPos) 1��127 ,�uly 6, 2023 - CONFORMEb
25_43_13-7
�nv�IlGald�a�f�cunienl5�i(iFoit 1NofVd240452-UO�UOOr04 Oes��n�p4 SpecsiGug1al76_+�3_13 (Confurmetl)
1) The sarne requirements for other in�ividual control paneV and related
equipment listed above apply to t�is application.
2) The SP�] shall �e infegral to the M�f1A or O€M panel, as a factory
standardized design.
C. Ratings:
1. Unit Op@rating Voltage: Refer to drawings for aperating �oltage and unit
con�iguration,
�. S�U shall be designed to withstand a maximum cantinuous opera�ing �oltage
(MCQV) of not less than 1�5°/fl of nominal RMS vaftage.
3. Mlnirr�um surge current ratir�g shall be 240 kA per phase (12Q 4cq per madej for
service entrance and 'f 20 �tA per phase (6� k,4 per mode) for distributian
applications,
4. UL 1449 ciamping voltage must nat exceed the fvllawing: Valtage Pratectian
Rating (VPR):
Vol_ taae
24Q17 20
20$Y1120
480Y,277
L,�N
1200!$DOV
SOOV
��aav
L-G
BQOV
80QV
1�OOV
N-G
80QV
BDOV
1200V
BOOY/34 � 1500V 1 �OOV 150t1V
5. Pulse iife test: Capable af proteGting against and surviving �000 ANSIIIE�C�
Category C High transients without failure or degradatiort of clamping voltage
by more than 1 Q°/a.
6. iVllnim�am UL �449 3rd edi#ion vu�thstand Nominal Discharge Current (In) rating
to be 20icA per mode.
2.03 �4G������i�S
A, F'urnish narrieplates f4r each devRce as indicated on drawings, Calor sc�emes shall
�e as indicated on Drawings.
PdR�' 3 �X��Uil�R�
3.0� IW�7'ALLa4T�OP�
A. All equipm�r�t specifiad herein shail be factory Installod, field adjusted, tested and
clearted as an integral parf af equipment specifiec! elsewhere in the individual
equipment Specification,
B. T'ypes 1 and 2 shall be grounded and banded as a part af th� individual �quipment
as speci�ed in the individual equipment Section. Type 3 shaN be grounded and
bonded in accordance wikh the 5PD manufacturer's instructinns.
�ND O� �ECTION
Low Voliage AC 5urge Protective pevices (SPDs)
26 43 1a-$ 1p3127 July 6, 2023 - CONF�RMED
p�4�lfCaiollplpqcurnen���TX+Fp�t 4vodh1200452-0OOOIlUlP4 Oesfgn�04 5pecsrGup1aF26_a�_13 iCanfnrmedj
s����o� �o_o�_oo.o�
���� �����«�c���oa�
�ARY 1 ��W�i�AL
'�.Q� �U14A19AARY
A. Sectian includes: Pipo identification including the following:
1, Pip� identification markers, flow directian arraws, tags, and bands.
2. Underground warning tape.
9.0� R��CsR�NC�S
A. American Society of Mechanicaf �ngineers (A8{VIE):
1. A13.1 - Scheme for the Identi#icakion of �iping Systems.
�.03 �UB�1AliiAeL�
A. Submit as sp@cified ir� Section �1_33_00 - Submittal Pracedures.
�3. Submit following:
1. Product data.
2. Sam�les.
3. Manufacturer's installation ins#ructions.
�, Submit follawing as spe�ified in S�ction 01_77 00 - Closeout Pracodures:
a. O�sration and Maintsnance Data.
b. Warranty.
I�ARi � p���UCY�
�.09 �X1�OS€D AND 1fV-CHd�� Pf�'� t��P�YI�IGAiION
A. For piping with outer dfameter gr�ater than ar equal to 3!4-inch, provide lettered
}�ipe markers and flow direction arrows:
1. General requirements:
a. Pipe mar4�ers shall include the following, minim�m:
�) Printed text id�ntifying the pipe fluid,
a} The text shall be all capital letters matching #h� text listed in the
"Ser�ice" column ofi the Piping 5ched�le for the corresponding
piping system.
2) An arraw identifying the direction ofi fluid f1ow.
a} Ttte arrow can eitfi�er be integral to the kext marker or provided
separately. If provided separately, the arraw must be placed
immedfaieiy adjacent to eacY� texf marker, with ti�e arrow aligned
with the text such that the text and arrow are both visible from
the same �iewpoint.
Pipe ldenliiicaiion �03127 July 6, 2023 - GDNFOR�VIED
40_05�,Op.03-1
p�a�frCardblDocuntenlS�TX�Fort 1'Po�lh�Z4Dd52-OOA000'04 Design104 Specs,+Carolla��l0_05_dQAB (CoMprmed]
b) The arrow calar shalf matcn the t�xt color, and th� arrow
background eolor shall matcP� the text backgraund color.
b. 5uit2�ble far outdoor applieatiar� ffom -40 degrees to 1$Q degrees
Fahrenheit; in accardance with ASM� A�3.1 requirements,
c. Lettering:
Ou#side ��p� �iametar In�luding Co�t�ri�g �et#ering Height
l.ess than Q.7� inches NIA
0,75 to i.5 inches 1/2-inch
�.5 inches to 2. inches 3/4-inch
2.5 inches ko 6 inches 1-'f14 inch�s
8 ihches to � 0�nch�s 2-112 inches
Ove� 10 inch�s 3-1/2 inches
d. Marker colors:
�a�� �luid sere+ice Ye stla�e co�r �acGtground c�lflr
��or� — �
S +Lstem Idt'�
� Flammabie and oxidizing fluids Biack Yellaw
2 Potable, cool�ng, boil�r f�ed, White Green
and other waters
3 Nonflammable and nontoxic White �lue
gases
4 Fir� quenching fluids White Red
� �oxic and corrosive fiulds �IacEc Orange
6 Combustible fluids V11h1te Brown
Notas: (� ) See Piping Schedule.
�. 5elf-adhesive type markers;
a, Manufacturers: One of the faAowing or equal:
'!) Seton, (of �rady Corporation), Opti Coda Pipe Markers.
2) Marking Services, Inc,
b. Materlals:
3 ) Seff-adhesive vinyl.
3• Srrap-an markers:
a- Manufacturers: One of foflowing ar equal:
� } Bra�y Snap-On.
2) Seton (of Brady Gorporafion} Setmark.
�.OZ �URl�� PI���IN� d��f�TI�I�pTl�i�
A. Underground warrring tape:
�. Manufacturer: Qne of the �ollowing ar equ�al:
a. Setan (of Brady CorpQration),
b, T. Christy �nterprises, Inc.
Pipe Identification
40 05 OO,D3-2 1�3727 J�ly 6, 2423 - CDNFOR�VI�Q
pti+';!lCsrClbrDDCuhi9nEsrTXlFort 1'Jur�F�r7pdd52•OpOi?40!OA Desigrdb4 Spec�Car�lla�4p_05_D9.fl3 (Co�fnrir�ed}
7. Material:
a, Polyethylene tape far prolonged undergraund use.
b. A+4inimum tape thickness: 4 mils•
c. Overall i�pe width; 4 ir�ehes.
d, M�ssage: °CAUTIDN" with the name of the service follow�d by °LII�E
BURIED BEI.�W." in biack letterir�g pn coiored bacEcground in accordar�cg
with approved A�'WA colors.
�srvi�e Colar
Potable water
Reclaimed water, irrigation, and sl�rry lines
Sewers and drain lines
Telecom
Gas, ail, steam, petroleum, chemicals, ar other
service
: .3
Purple
Creen
Orange
Yellaw
e. Aluminum backing or solid aluminurn core.
�i, Tracer wi�'e:
1, Manufacturers: One of the fallowing ar equaf:
a. Ftris-Tech Wire.
b. Aegion Carrpro.
2, Materials: One of ths following or equal:
a. Solid copper conductor.
b, 7�hickness minimum; 10 gauge.
c. Insulation:
1) Match insulatian color to #he color of the pipe being insta�led.
2) UF type, direct bury.
3) 3Q mif HIViWPE.
3, Spficing kit:
a. Manufacturers: One of the fallowing or equal:
�) 3M, Mode� 82 A1 N.
4, Station box;
a. Lid and collar materials; Cast iran.
b. Lid type: Locking.
c. Able ta withstand hea�y tra�c laading.
d. Manufacturers: One of the following or equal:
1} CC' �Test & Valve Products, Inc., Glenn ��est Stakian.
2) Farwest Corrosion Control.
C. Witness markers:
1. Manufacturers: One of the folfowing or equal:
a. Carsonite Compasites, Utility Marker.
2, Nlateriafs:
�. Glass fiber and resin reinforced thermasetting cvmpasite material.
b, UV resisiant.
3. Canstructed as a single piece.
�. Poinked at the bottom end.
Plpe Identifiication ,�a�.i2� July 6, 2�23 - CpNF4RM�D
4q_05_D0.03-3
p�4:f�Carc7b+DoCurnenlS�T%IForllbo+lhr2(�OA52-d00b04�pd OeslgnROa gpec�+Ca�olla�AO_a5_OO.p3 (Ca�TarmeU]
5. Information to be included on the marker:
a. "Caution" (type of senrice) "Pi�eline".
b. Phone number far Qwner in case pf �mergency.
c. Station r�umber.
d, Qffset:
i} Or�Vy pravide offset if mar�ter is not cfirectly o�er th� pipe,
e. Name of appurtenance or fitting (e.g, 45, Bp, p,RV, etc,),
f��►�� 3 �'.����T'I��!
3.A'1 �X�+fi�IPi�#il�N
A. Verify satisfactory co�ditions o� substrate for applying identification.
E3. Verify that condition� are satisfactory for �nsta[latlor� and application oi praducts as
specified in Section 01_BQ OD - Praduci Requirements.
3.a� �'���ARAiICaF�
A. Pr�pare and coat piping wi#h the caating systems defined in the piping Schedul�.
�. �'repare surface in �ceordance with identification product man�factur�r's
instructions.
3.43 �X�D��� r�{a�� lPJ�CF��,�� PI�I{VC l��IVYI�l�A�IOP�
A. Identi�fy �xposed and in-chasa piping with flaw direction arrows and I�ttering (for
�iping with auter diameter greater than or equal to 314-inch) or iags (far piping with
outer diameter less than 314-inch}.
�. �'ravide lettering �or iags for pipes wikh outer diameter less than 314-inch) and flow
directian arrows n�ar equipment served, adjacent to valves, both sld�s of walls and
floars where plpe pass�s through, at each �ranch or tee, and a1 intervals of not
more ti�an 50 feet in straight runs pf pipe.
�. l.abel all chemicai tank fill pipefines at loc�tions that are visible trom chemical
�ili 5t8t14�S,
2• Place markers on pipir�g so they are visible from operator's positian in waikway
or working platform near pipipg, Locat� m�rkers alang horizontal centerfine of
pipe, urlass bettQr visibility is achieved �Isewh�re.
3. Do not apply markers, arrows, or tags to piping that is regularly s�bmerged.
�. Where scheduled in the Piping Scheduie, �pace solid-color bands along piping at
10-foot intervals,
1. Do nat apply bands ta piping that is regularly submerged.
Pipe Identification
40 OS OO,Q3-q tQ3'f27 JUIy 6. 2p23 - CONFORfVIED
p�v:RGAralorDacumenislTxrForl ti4�o�uu'2fl�45z-4aoUGQ�OA o�sFg,iroa SpecS+Carollc�44_45_00.03 (Canrc�rmed]
�.o� �u�«� ���i�� �����ri����►�i��
A. Underground warning tape:
1. Non-detecta�le warning tape:
a, Piace cnntinuous run af warning tape in pipe trench, 92 inches above the
pipe.
2. De#ectabl� waming tape:
a, place cantinuous run of warning kape in pipe trench, '12 inches above the
pipe or a greater height if necassary to iimik the tape bury depth ta 36
inch�s. �a not bury detectable warning tape deeper than 36 inches.
B. Tracer r�ire:
�!. lnsiall on all non-metaEiic pi�e.
2. Instal[ an electrically continuous run of trac�r wire along the entire fength of the
pipe with wire terrninations in vafve boxes, vaults, �r structures.
3. Install tracer wire an top af the pipe and s�cure to pipe with tape a minimum of
evary 10 feet.
4. Where approved by the �ngineer, splice sec#ians of wire together usin�
approvad d'+rect bury wirc� nuts.
a. Twistir►g the w9res tagether is not acceptable.
�. Witness rnarkers:
1. InstaH over pipe in unpa�►ed apen-space areas at Entervals nat greater than 2Q0
feet.
2. Place markers at appurtenances located in unpaued aress.
3. Embed markers at leask 1� inches into the soil.
END O� 5ECT10N
Pipe Idenlificalion �p�j�7 July 6, 2D23 -CONFOR�IED
4q Q6 00.03-5
pi+:b'Cere�b+DocumeMsfTX+Foq Woil�i00452-0G90DOfR4 Des�gn704 Specs�Carolla'nfl_05 C�1.D3 (Canfermed]
s��T��n� �o_o�_ao.o�
F I�Ii�G �Y�Y�{1�� Y��TI��
��or�T 1 GE[+.��R�L
1.0'� 5�1�1k61�RY
A. Seetion inciudes: Test requirements for piping systerr�s.
�.a� ���������s
A. American Society of IVlechanical �ngineers {AS{ViE):
�1. 631.1 - I'ower �'iping.
2. E331 _3 - Process Piping.
3, �31.8 - Gas Transmissian and Distrib�tion Piping Systems.
B. Underwriters Laborataries Inc. {UL).
9.�3 T���i�lC F��QUIR�N4�i�iS
,4. Gen�rai requirements:
1. Yesting requirements are stipulated 9n Laws and Regulations; are included in
the Pi}�ing Scheciule in Seetian AO_05 O�A1 - Gammon WoriC Resuits for
Generaf Piping; are specified in ti�e specifications cavering the �arious types of
pipir�g; and are specifiod in #his 5oction.
2, R�quirements in Laws and Regulatians supersede other requiremonts of
Contract Dacuments, excapt wh�re requir�ments of Contract Documents are
more stringent, including higher t�st pressures, longer test times, and lower
feakage ailowance�.
3. Test plumbing piping in accordance ►nrith Laws and Regulatlons, the plumbing
code, ara� UL requiremenfs.
4. When testing with water, the specif�ed test pressure is cvnsldered to be the
pr�ssure at the lowe5t paint of the piping section under test.
a. L.owe� test pressure as necessary (based an elevation) if testing is
perFormed at higher point of the pip� section.
B. Furnish necessary personnel, materiaks, and equipment, inc�uding bulkheads,
r�straints, anchors, temparary connectians, pumps, water, pressure gauges, and
nther means and facilities required ta perForm tests.
C. Water for testing, cleaning, and disinfecting:
1. Water far testing, cleaning, and disinfecting wili be provided as specified in
Section 01_50 fl0 - 7emporary Facilities and Contro�s.
Piping Systems Testing
40_05_00.09-1 103127 July 6, 2023 - C�NFORM�D
pia:f�CB�GIprp�CUmen�sfT%tFarl VJor�hr20p452-OOOODDfQd Oesignf04 Specs�Ca.rolla�RO_05_06.09 (ConlprMed)
D. Pipes to be tested: Test onfy those partians of pipes tha# have been instalfed as part
of ti�is Cvntract, Test new pipe sections priQr to making �nal cannsctions to existing
piping, �urnish and install test plugs, faulkh�ads, and restraints req�ired to i5ofa#e
new pipe sections. Do nok use existing valves as test plug or �ulEthead,
E. Unsuccessful tssfs;
'!. Where tests ar� not successful, correct defects or r�rnove defscti�e piping and
appurtenances and install piping and appurtenances that comply with the
speci�ed requirements.
2. Repeat festing until tests are successfui.
�. Test completion: Drain �nd leave piping cleart af�er successful testing,
G, Test water disposai: Dispose of testing water at the .r�earest sanitary sewer manhale
6n accordance with requiremen#s of iederal, state, county, and city reg�lations
governing dispos�l of wastes ir� the location of the Project artd disposal site. Afl
req�irements and casts associated with notifications ar�d o�tapning any discharge
permit or approvals sh�ll be the respansibility of Cor�tractor.
'i.04 S�I��IPI''�iAL�
A. Submit as specified in Section 01�33_OD - Submittai Prviceduros.
B, Schedule and notificatian of tests:
1. Subrnit a list of scheduled piping tests by noon of the wor�Cing day �receding
the date af the scheciul�d tests.
2. Notific�tian of readiness to test: Immediately before te5ting, rrootify �ngineer in
writing of readiness, nak just intention, to test piping.
3. Have persannel, materials, and equipmer�t sp�cified ir� p�ace befare subrrritting
notification of readiness.
�.a� ��au��c�
A. Clean piping befare pressure or leak tests.
F�. Test gra�ity piping underground, including sanitary sewers, for visible leaks befor�
backfilling and compacting.
�. �nderground pressuro piping may be #est�d bofore or after back6ifNng when not
indic�ted or sp��ified oti�erwise.
D. Backfiil and campact trench, or provide �I�cking that prev�nts pipe movement
b�fore testing underground piping with a maximum leakage allowance,
E. Test underground pi�ing befare encasing piping in concreie or covering piping with
slab, structure, or permanent improvement.
Plping Systems Testing
4Q a5 04.a9-2 1D3127 Juiy 6, 2023 - CONF�RMED
y�v:RC�id�lDpcumen�ff�(+Farl YJo�Uv�Jp452-60QOpOrfl4 OesEg�rO� SpecsrCarollp�qff p�_�y,Qg �ConfenneJ}
���� � ����u��� ���� us���
���� � �x��uTior�
3.a� ��sri�� �,�i��ur����, �����, /�N� ��F�.��iION
A. Alignment and �rade:
1. Visually inspect the interior of gra�ity piping wiih artificial light, reflect�d fighi,
or laser bearn.
2. Consider inspection complete when no broken or collapsed piping, no apen or
paorly made joints, no grade changes khat affect ti�e pipin� capaclty, ar no
other clefects are observed.
3.d2 Af4� T'��`ill�� �II��'i�OC� �O� Pl���SIJE�� l�l�l�'�
A. Air test pipirrg, in�icated with "AMp in the Piping Schedule, with air or another
r�anflammable or inert gas.
B. Test gas, air, liquefiied petroleum gas, liquid crilorine, and chlor�ne gas piping by t�e
air test method:
1. Test chlorine piping with dry air or nitragen having a dew �oi�t of minus
40 ciegrees Fahrenheit ar less. Supply temporary air dryers as necessary.
G. Test at pressure as spocified in F'iping 5chedule fi Section 4Q�05_00.01 - Comman
Work Results for General Piping:
1, Provide temporary pressure relief val�e fflr piping under test:
a. Set at the lesser of 110 percent of the kest pressur� or 54 pounds per
square inch gauge over the test pressure.
2, A{r meihod test pressures sfi�aN not exceed � 1 a percent of the piping maximum
all�wable work[ng pressure calculated in accordance with the most stringent of
ASME B31.1, ASME 831.3, AStu1E B31.8, or the pipe manufacturer's stated
maximum workEng pressure.
3. Gradually increase test pressure fo an �nitiaf test pressure equaf to the lesser
of 112 the test pressure or �5 pvunds per square inch gauge.
A�. Perform initia! checEc of }oints and fittings for leakage.
5. Gr�dually increase test prossure in steps no larger than the initial pressure.
Cheek �or leakage; at each step increasQ until t�st p�essu�e reached.
6. At each step in the �ressure, examine and t�st piping being air test�d far I�a�s
wikh soap solution.
7, Consi�er examination complete when piping sectEon under tesi halds the kest
pressure for 15 minutes withfluk losses.
3.03 iE�TING CF�UITY F'L.C}W PIPIRf(�
A. Test gravity flow pipi�g indicat�d with "GR" in the Piping Scheduie, as faflows:
1. Unless specifled othervuise, sub]ect gravlty flaw piping t� the follawing tests:
a. Alignment and grade.
b. Far plastie piping test for deflection.
c. Visible leaks and pressure with maximum leakage allowance, except ior
storm drains and culverts.
Fiping 5ystems T�sting July 6, 2023 - CONFORMEQ
40 Q5 Q0.09-3 1031Z7
�ti;frCard�OrOocume�slsfTlttF�rt 1'Joft�1+200a52-DDQODOiDd (1es�gnlQ4 SpaCs�CBrpII�A4_Q5_00.09 (Catitormed}
2, Inspect piping for visible leaks before bac�Cflfing.
3. P�o�id� tempor2�ry restraints when needed t� prevent movement af piping.
4. Pressure test piping with maximum lea�age allowance after backfilling.
5. With the lower and plugged, fill piping siowEy wifh water while allowing air fo
escape from hQgh points. Keep pip�ng full under a slight head for the water at
least 24 hours:
a. �xamine piping for visible l�a�s. Consid�r examination �omplete when no
uisible I�a�s are abserveQ.
b. NPair�tain piping with water, or allow a new water absorption period of
24 haurs for ti�e perForrrEance of #he pressure test with maximum leakage
alfowance.
c. After successful compfetion �f the tEst for vis�ble leaks and after the piping
has been restrained and backfilfed, subject piping t� the test �ressure for
minimum of 4 hou�s while accurately measuring the valume of wafer
added to maintain #he test pressure:
'd ) Cansider the test complste when leakage is equai ta or less than fhe
#ollowing maxim�am I�akage aHowances:
a) For concrete piping with rubbor gaskot joints: £�0 gallons per day
per inch of diamet�r per mil� af piping under #est:
(9 ) Advise manufacturer of concrete piping with rubb€r gasket
joinfs of more stringent than normai maximum leakage
allowance,
b) F�r vitri�ed clay piping: 50a gallans p�r day per inch of diamete�
per mile of piping under test.
c) F'or other piping: 80 gallons per day per inch dlameter per mile
Qf piping under test.
�.Q� i��ifRl� Hlt�b��l�dp �Ft���ll�� �I�IN�
A. Test piping for which the speci�ied test pressure in the Piping Schedule is
20 pounds per square inch gauge or greator, by thg high head pre5suro test
method, indicatQd "F�H" in tho �'Pping Schedule.
B. Gen��al:
T. Y�st cor�nections, hydrants, valves, blawoffs, and clasure p�eces with #he
piping.
2. Do no# use installed valves for shutoff when the specified test pressure
exceeds the valve's maximum allnwable seat differential pressure. Pravide
blinds or other means to isolate test sections.
�. Do no# include valves, equipment, or piping specfalties in test sections if test
pressure exceeds the valve, equipment, or piping specialty safe test pressure
allawed by the item's rnar��faeturer.
�. During the performance of the kes#s, tes# pressure shall r�ot vary more than
�alus ar minus 5 pauncls per square inch gauge with respect to the specified
test pressure.
5• Sefect the limits of testing to sections of piping. Selec# sections that hav� the
sarne piping material and test pressure.
6. When test results indicate failure of selected sections, Ilmit tests to piping:
a. Between valv�s.
b. 8etween a valve and the end of #he �iping.
c. Less than 5Q0 feet lar�g.
Piping Systems Tesiing
40 05 OQ.09-4 �03i27 July 6, Z023 - COAIFORM�Q
�nv:l7GHru�b�Q�cunienlelF%�Furt Wo��1V2D0457-0004aGI04 Des�yn+pq SpecSrCarolla�Ap_05_Ci1.p3 �Ca�fc,imeJ)
7'. 7est piping for minimum 2 hours for visible leaks test and minimum 2 hours far
the pressure test with maximum leakage allawance.
C. Testing procedures:
1, Fill piping section under test slowly with water while �er�ting air;
a, Use potable water far all potabf� watorlinas ar�� whero nated on the
Piping Schedu{e.
2, E3efore pre5surizing for the tests, r�tain water in piping under sAght pressure
for a water absorp#ion period of minimum 24 hours.
3, Raise pressure ka the specified tast pressure and inspect piping visualiy for
leaks:
a. Cansider vi5ible leakage testing comp�ete wh�n no visible leaks are
observed.
17. Pressure test with maximum leakage allawance:
1. Leaf�age allowance is zero for piping systems using flar�ged, National Pipe
Thread threaded and welded jair+ts.
2. Pressure test piping after completion of visible leaks #est.
3. F�r piping systems using joir�t designs other tk�an f#angod, threaded, or weldod
joints, accurately ri`}easuro the maEceup water necsssary to maintain the
pressure in tV�e p�ping section under tesf during ihe pressure test period:
a. Consider the pressure test to be complete when makeup water added is
less than the allowable leakage and no damage ko piping and
appurtenances has occurred.
b. Successf�l compietion of the pressure test with max�mum leakage
allowance shalV be achieved wher� the observed leakage during the test
period is equal Qr less than the allowable lea�tage and no damage ia
piping and appu�tenances has occurred.
�, When leakage is allowed, calculate the allowable leakage by tl�e following
formula:
L= S x D x P'r2 x 148,000-'
wher�in the terms shall mean:
L=� AAowable leakage [n gallans per hour.
5= Length Qf the test sectfon in feet.
a= Nominal diamater of the pipir�g in inches.
P= Average abserved test pressure in pounds per square inches gauge,
at the Eowest point of khe test s�ction, correctecf f�r eie�ation of the
pressure gauge.
x = ihe multipfication syrr�bol.
Piping Syskerns Testing �aa�Z7 July 6, 2423 - GQNFORMED
4A_05_00.09-5
�n+:f+Carci.a�GocumenlsfTlUFar1 Wps�2Qp452-0�0400IOd Ues�ynlpA SpacS�Ca+a11a+�10_45_C0.09 {C4nfprmed}
3.05 T��TIfV� L�4h4-b�,�� f�R�SSUR� �IPIR�C
A. Test piping for whiCh the specified tes# �ressure is less than 20 pour�ds per sqUare
enGh gauge, by the low head pressure tes# method, �ndicat�d "'LH" in the Piping
Schedule.
B. Generai;
1. Test pressures shal! ��; as scheduled in 5ection 4�q_pa 40.p1 - Common Work
Resufts for Geraeral �'iping, �
2. Durirtg the periarrnance of fhe iests, test pressur� shall not vary more khan
plus or minus 2 pounds per square inch gauge with respecf ta the specif�ed
test pressure.
3. Test connections, blowoffs, vents, cfosure pieces, anr! joints into structures,
including existing bell rir�gs and other appurter��nc�s, with the pfpir�g.
4. Tesk piping for �nir�irr�um 2 hours for visible leaks test and minimum � haurs for
the pressur� #est witf� maximum le�kage allowance.
C. Visible leaks #est;
1. Subject piAing under test to specified pressu�e measured at the lowest end.
2. Fill piping s�ctian undQr test slowly wi#n water while �enting air:
a. lJse potable water far all potabfe w�terllr�es a�d where noted on the
Piping Schedule.
3• �efore pr�ssurizing for the tests, rstain waker in piping under slight pressure
for the water absorption period of minimum 24 hours.
4. Raise pressure to the specified test pressure ancf inspect pipit�g visually for
leaks. Consider #esiing compiete when no �isible IeaGcs are observed.
D. Pressure test with maximum IeaEcage allowance;
�. Pressure t�st piping afier campletion of visible leaks test.
2, Accurately measure the makeup water necessary to maintain the pressure in
the piping sectian under test during the pressure test periqd:
a. Cansider the �ressure test to be complete wher� rrfakeup water added is
fess tha� the allowable leakage of 80 gallons pQr inch of naminal
diam�ter, per mile of piping section under test after 24 hvurs, and no
damage to pi�ing and appurtenances has occurred.
b, 5uccessful completion of the leakage test shall have been ach(eved wh�n
the observed aeakage is equal or less than the allawable lealcaye and nn
damag� ta piping and appt�rtenanaes has occurred.
E. Optional jaint test:
�� Wf�en joint testing is allowed by note in the P�ping Schedule, the procedure
shall be as fo(lows:
a. Jaint testing wiN be ailowed only for Iow head pressure piping.
b. Jain# testing does not repl�ce �nd is not in lieu �f any testing of khe piping
sysiem ar trust restraints.
2, Joint testing may be performed with water or air.
3. Joir�t test pipir�g after campletion of backfill and compaction to the top of the
trench.
4. Jaint testing with wa#er:
Piping Systems Tesiing
4p 45 00.09-6 1�3'I27
fnU,NCarc�ioFDocumen�s�TYJFa�tivorUv7pp452-0pppQ0+U4oestgnloaSpecs�Carol��4q_p5_pp.GS{cp�rorme�l) July 6, 2L123 -CC7NFORMED
a. Measure test pressure at the in�ert of the pipe, Apply pressure af 4 feet
plus the inside diarneter of the pipe in wa#er column within 0.2D feet in
water column.
p, Niaintain tesf �ressure for 1 minute.
c, Baso the allowable lea4�age per joint on 80 gallons per inch n�minal
diametvr, per mile of pip�ng, per 24 hours equaNy distributvd to khe actual
number of joints per mile for the type of piping.
d. Consider the pressure test to be compleke wher+ malteup wate� ad�ed is
Isss than the allowahie leakage.
e, Successfui completion of the joint tesk with water shali have been
achieved when the observed leakage is equa! or less than the allowable
feal�age.
Joint testing with air:
a. Apply test pressure af 3 paunds per square inch gauge with a maximum
variation af plus 4.24 and minus O.flO pounds per square inch.
b. Maintain test pressure far 2 minutes.
c. Consider tho pressuro test to tae complste when the test pressure does
nat drop beiow 2.i pounds �r sq�are inch for tne duration of the test.
�ND OF SEC�ION
Piping Systems Testing �a3�2� July 6, 2�23 - CONFORM�q
44_05_40A9-7
pw:rrCard�o+Docome�rlsiTl(rFortWo{lh+2d0452-pU4000+4a DesigNDa Spe�&+Carollu�A6_65_40.09 (Confa,meil)
s�e���� �o_�s_oo.a�
G��1�Of� 1dV�RK ���U��S F�� ��P��RE�L F'I�ING
PARY 1 �ER1�.R�L
1.8� SUIV�f�JIAi3Y
A. Section inclu�os:
1. Basic materials and methnds for m�tallic and �lastic piping systems.
�.oa ������wc��
A. American Society of Mechanical Engineers (ASME):
1, 696.5 - Pipe Flanges and �langed Fittings: NPS 112 Through 24.
l3. American Waier Wor{� Association (AWWA):
�i. C11 - Rub�r-Gasl�ek Joints for Ductile-Iron Pressure Pipe.
2. C151 - Ductile�•Iron Pipe, Centrifugally Cast.
3, C20� - Standard far S#eel Pipe Flanges rtar WaterwQrF�s Services-Size 4 ln.
Thraugh 144 In.
C, ASTM lnternafiional (ASTf�):
1. A7A - Stand�rd Specification for Gast lron Sail Pipe and Fittirtgs.
2. A193 - S#andard Sp�cifiicatlon for A11oy-Stee1 and Stainless St�eV Bolting for
High Temperature ar High Pressure 8ervic€ and Other Special Purpose
Appiications,
3. A194 - Standard Specificatinn for Carban Steel, Allny Steel, and Stainless
Skeel Nuts for l�olts for High F'ressure or High T�mperakure 5ervice, or Both.
r�. R307 - Standard Specification �Qr Carbon Steel Balts, 5tuds, and i'hreaded
Rod 60,000 P51 Tensile Strength.
5. /�32a - Standard Specification for Al1ay�Steel and Stain{ess Steel Boiting for
Low-Temperature Service.
6, A563 - 5tandard Specification for Car�on and �,Iloy Steel Nuts.
i. B88 - Standard Specifiication far Seamless Capper Water Tube.
g, �24Q0 - Standard Classificatian System for Rubber Produc#s in Automotive
Appiications.
9. D2513 - Standard S�eci#ication far F'oiysthylene (PE) Gas €'ressure !'ipe,
7ubing and Fittings.
10. F2329 - Standard Specification for Zlnc Coating, Hot-Dip, Requirements of
Applicatian to Carbon and A11oy Stee1 Bofts, Scr�ws, Washers, Nuts, ancf
Special Threaded Fasteners.
D. California Health and Safety Code.
�.03 9��IR1ITIOAlS
A. Buried Pipes: Pipes that are buried in the soil with or withaut a concrete pipe
encasement.
Comman Woric Results for General Piping 1�3127 ,7uly 6, 2023 - C4NFORMED
40 65 OD.Ol-1
p�v�IrCarc. �a+Docun�enlsfTlC+Fon 1Np,lh�2odd52-0�400Dr04 Des�gn�4a Specs�Ca4ulSa�dO_65_04.811Co:�ta}med}
B. Exposed Pipe; pipes that are (acated above gro�nd, ar located inside a structure,
supported by a structure, or cast �r�to a concrete structure.
C. Pipes Adjacent ta a We# WaH: Pipe centerline within 10 inches of the wef wall.
D, Underground Pipes: Buried pipes - see A, abave.
E• lJnderwater Pipes: Pipes holow the top of walls in basins or tanks eontainEng waier.
F� Wet Wall: A wafl with water vn at ieast 1 side.
�o�l�� � F��B�U(���
2.01 G�iV��L
A. Materials as spe�i�ed in Sectian 41_6D_0� - Praduct R�quirements.
�. Coatings and linings requirem�nts stated in tha Pipe Schedule as modifled in the
endividua! pip� Technical Sections and 5ection 09 9fi 01 - Fifgh-PerFormance
Coatings. ~
2.02 L1PlF� TY�� ���,��
A, Gl�araateristics:
�. Modufar mechanical type, consistin� of interlocFcing neo�rene or synthetic
rubber lin�Cs shaped to continuously fill the annufar space be#ween the pipe
and wall op�nir�g.
2, Lin�ts ta form a cantinuaus rubber beli around tha pipe.
3• Provide a nyfon polymer pressurQ plate with Typ� 316 s#ainless stee)
hardware, Isoiate pressure plate from contact with wall sleeve.
4. Hardware ia be Type 316 stainless skeel.
a, prav�de anti-galling lubricanf f�r threads.
B. On� of the following or equal:
1. Llr�k-Seai.
2. Pipe Linx.
2.03 �LAiVC�; ���,�5 �ry�p tVUTS
A. General:
'f , Washer:
a, Provida a washer for each nut.
b. Washer shail be af the sarr�e materia� as the nut.
2. Nuts: f�eavy hex-head.
3. Cut and �nish flange bolts to praject:
a. Face of the bolk shal) exceed face of n�at by �/8 inch minimum.
b. A maximum of 1/4 inch beyond o�tside face of nu# after assembly.
4. Tap holes for cap screws or stud bolts when used.
5. Lubricant for stainiess steel bolts and nuts:
a. Chforide-free.
Common Work Resulfs for General Piping
4a as oo.a1-z �n�1z� July 6. 2azs - COni�ORr�Ea
�nul7Card�rDpcuriienlSrT1(�Fo�l YVcsrU1r100452•OOOODdfOA D�igr�,'p4 $pqr,�lCBroIIw�40_A5_69.fl1 {Coriformgci)
b. Manufacturers: One of the following or equal:
1} Huskey FG-9 804 Anti-Saize.
2j Weicon Anti-Seize High-Tech.
�, Pkastic pipe,
1, �n exposed pipes:
a, Bafts: Ir� accorda�ce with ASTM A307, Grade B.
b, Nuts: In accordance with ASTM A583, Grade A.
c. �olt� and N�ts: Hot-dip galvanized in accordance with ASTM FZ329.
2. O� underwater pip8s and pipes adjacent to wet walls:
a. F�olts: In accardance with ASTM A193, Grade F38M.
b. Nuts: in accordance w9th ASTM A194, Grade 8M.
2.Q44 f�II�G�AA�ICp►� JOIR�'�S �OLTS AiJD P1UiS [WEO�' US��)
�.a� ��s���rs
A.. General.
1. �as�tets shall be suitable for the speci�c Fluids, pressure, �nd temperature
canditions.
2. Capable of bsing apptiod on surface of �iping with cavitios tv provide for an
impro�ed seal with the internal piping pressure.
B, Gaskets far flanged �oints in palyvinyi chloride and polyethylene piping:
1. Suitable for pressures equal to and less than 15C1 ��unds per square inch
gauge, with low flange bolt loadings, temperatures equal to and less than 920
degrees F'ahrenheit, and }�olymer, chlorine, caustic so(utians, and other
chemicals, except chem9cais which liberate free fluorine including
fluoroehemicals and gaseaus fluorine.
2. Material:
a. Chemical systems: 0.125-i�ch thick EPC�M.
b, Sewer and water: 0.125-inoh thick �PDM.
3. Manufaeturer�: One of the following ar equal:
a. Gar4ock.
b, John Crane, similar prvduct.
PARi 3 �XE��l�l�i�
3.09 1A1���LL��I��)
A. General:
1. Piping drawings:
a. Except in details, piping is indicated diagrammatically. Nat e�ery affset
and fitking, ar struct�ral difficulty that may be encounter�d has been
�ndicated on fhe Drawings. Sizes and locatians are indicated oh the
Drawi�gs.
Common Wor� Ftesulis for Gener�l Piping 1 Q3� z7 ,luly 6, 2023 - CqNFOFtMED
�4a 05 00:01-3
pw:(lCafdlo�R4CurnenlsrTXlFpt1 YJO}1hr200d52-0p00fl0�0A DeSign�04 SpeCs�CB�bIIQW4_65_i10.01 {Cw3�p4mEd}
b, Perfarm minar madifications tp pipin� alignment where necessary to avoid
structural, rr�echanical, ar other type of ob�trucfions #hat c�nnot be
removed ar changec�.
1) M�difrcations are intended to be of rni�or scope, not involving a
change tn tho dosign concept ar a change to the Canfract Price �r
Contract Times.
2. Piping �Iternatives;
a. Provide piping as spe�ified in this Sectlon, unless Indicated an the
nrawings or specified otherwise,
b. AlternatEve pi�e ratings:
�) Piping with greaier pressure �ating than specified ,may be substituted
in lieu of specif€�d piping without changes to the Contrac# Price.
2} Piping of different material may nat be su�stituted in lieu af specifi��
piping.
c. Val�es in piping sectians: C�pable vf withstanding specifed tast
pressures for piping sections and fabricated with ends to �# piping.
d. Groaved jaints; Use couplings, fla�g� adapters, and fittings of tF�e same
manufactur�r.
1} Manufacturer's factory trainad representative:
a) �'ravide on-site training for Cantractor's field personnel.
b} Periodica�ly v�sit khe jobsite to verify Coniractor is follawing best
recommended practices,
2) Distributor's representative is not considered qualified to conduct the
training or jobslte visits.
e. Flanged joints: Krhere 1 of the joining fianges ts raised face typ�, provide a
mat�hing raised face type flange for the otherjoining tlange.
�. Unless btherwise indicated on the Drawings, piping �t pipe jain#s, tit�ings,
couplings, and equipment shall be installed without ro#ation, angular deflectian,
vertical offset, or horizontal offset.
B. Wall and slab penetratians:
1. Provide sleeves for piping penetratior�s thraugh a�o�eground masanry and
concrete walls, floars, ceilings, roofs, unless specified ar atherwise Indicated
on the Urawings.
2. Provide flexibility in piping connectir�g to structures to accommodate
movement d�e to soil settlement and earthquakes. Provide ilexibility using
details indicated an the Drawings.
3. Care drilled openings:
a. Da not damage �r cut existing reinforcing bars, electrical conduits, or
other items emb�dded in the existing concreie without acceptance by
Engineer,
b. �ete�rnine focation of reinfc�rcing bars ar other abs#ructiorts wifh a
non-destructive indicator device.
c. Remove dust and debris from hole using compressed air.
Common Work Results far Gen�ral Piping
40 05 Op.q1-4 103�27 July 6, 2A23 - GUl�lFQRMEn
�nv:Nrardio�pnoumenislTXt�orl Yvo�lrv24p�52-6000D010G O�s�gn104 &pecs,�CarpIIcJ4D_05_�p.01 jCa�fprmed)
C. �xposed piping:
1, Instal! exposed piping in straight runs parallel t� the axes o# structures, unless
otherwise indicated on the [3rawings:
a, InstaH piping runs plumb and level, ufliess oti�ernrise indicated on ihe
Drawings.
1) Slope plumbing drain piping with a minimum of 114-inch per faat
downward in the direckion of flaw.
2. lnstall exposed piping after installing equlpment and after piping and fitting
loaations ha�e been determined.
3. Support piping: As sp�ci�ed in Section 40_05_07.03 - Preformed Chann��
Pipe 5upport System:
a. Do nat transfer pipe foads and skrain tn equipment.
4. In add'+tion to the joints indicated o� the i?rawings, provide uniuns, flexible
couplir�gs, flanged joints, flanged aoupling adapters, and other types of joints
or means which are compatible with and suitable for the piping system, and
necessary ta allow ready assembly and di�assembly of tf�e piping.
5. Assembke piping wjthouk distortion or stressas caused by misalignmont:
a, Ariatch and pfoperiy orient flanges, unions, flexible coupl�ngs, and othe�
connections.
b, C�o not su�ject plping ta hending or other undue stresses wh�n �tfing
piping.
c. Do not correct defective orientation ar alignment by distorting flanged
joints or suhjecting fiange bolts t4 bending or other undue stresses.
d. �lange boVks, union halves, �lexibie connectors, and other connectian
efements shall slip frealy into place.
e. Alter piping assembly to fit when proper fik is not obtained.
f. tnstall eccentric reducers or increasers with the top horiaontal for pump
suction piping.
D. Buried piping:
1, Bury p+ping with minimum 3-f��t cover without air traps, unless vthorwise
indicated on the Drawings.
2, Where 2 simiiar servlces run parallel to each oiher, ptping for such servic�s
may be iaid in the same trench.
a. Lay piping with sufficient room for assembly and disassembly of joints, for
thrust blo�ks, far other skructures, and to meet separation requirements of
publ9c healt� authorities having jurisdiction.
3. Laying piping:
a. Lay piping in finished trenches free firom water or debris. �egin �t ti�e
lowest point with be11 ends �up slopa.
b. Place piping with tap or bottom mar�ings with markings i� proper positian.
c. Lay piping on an unyielding foundation with unifarm bearing under the fuH
length of barrels,
d, Where joints require external grouting, banding, or painting, provide space
under ar�d immediately in front of the ball end of each section laid witn
suffcient shap� and size for grouting, banding, ar pointing vf joints.
e. Ai the end af each day's canstruction, plug open ends of piping
femporarily to prevent entrahce of debris or animals.
Common Work Resulls for Genetal Piping jD3iZ� J��y �, �pZ� - CaNFORM�!]
40_a5_�4.01-5
�v:frCarolbfdaCun�enls�X�FoiI WorIh�20D452-090000�OA �es��nf04 Speea�CBrolla�AO_05_06,01 (Conlprmed)
E. Venting piping under pressure:
'I. L.ay piping under pressure flat or at a continuous slope without air traps, unl�ss
otherwise indicated �n the C�rawings.
2. Ir�stafl plug valves as air bfeeder cocks at high paints �n piping.
a. Provide 1-inch plug val�Qs for wator linos, and 2-ir�ch plug valves for
s�wagQ and sludge iines, unl�ss atherwise indicated an #he Drawings.
3. F'ro�id� additianal pipe taps with plug cocks and riser pipes along piping as
required for venting dur€ng initiaf fiYling, disinfecti�g, and sampling,
4. Befflre piping Is placed into service, close plug valves and insialf plugs_ Protect
plugs and plug valves from corrosian in as specified in Section 09 96 01 -
High-Pertarrnance Coatings. — —
F. Restraining buried �iping:
'f • Restrain piping at valves and a# fittings whera piping changes direction,
changes sizes, and ak ends:
�. When piping is underground, use concrete th�ust blocks, mechanical
restraints, or pushWon restraints.
b. D�iarmine thrust forces by muitfplying tha naminal cross-sectionai area af
fh� p��ing by design tast pressure of the piping,
2. Pro�ide �-€�straints with ample size to withstand thrust forces resulting from tesi
pressures;
a. During testing, provide sui#able temparary restraints wi�ere piping does
not require permanent restraints.
3. P�ace cancrete ihrust blacks against undisturbed sail.
�4• P,ace concrete sa plping Jdints, flttings, and ather appurtenances are
accessibfe for assembly and dfsassembly.
5. Pro�ide undergraund mechanical restraints where specified in l�ttachment A••
P�ping Schedule.
G. Restraining above ground piping:
1. Rmstrain piping at valvas and at fif#ings whar� p�p�r�g ���n��� directian,
cl�anges sizes, and a# ends:
a. When piping is aboveground or underwater, use mechanpcal or sfructural
r�strai�ts.
b. Determine thrust forces by multiplying the nominal cross-sectional area of
the piping by design test pressure of #h� piping.
2. Provide restrainfs with ample size to withstand thrust forces resulting from test
pressures:
c. During testing, provide suitable temporary restraints where piping does
not require permanent restraints.
N. Connectivns ta existing pR�ing;
'I. �xpose existing piping to which connections are to be made with sufficier�t
time to permit, where necessary, f�eld adjustments in 6ine, grade, or fittings:
a. Pro#ect domestic waterlpatable water supplies from cortta�mination:
1) Make can�ectio�s betwe�n dames#ic water supply and other water
syst�ms in accardance with requirements of public health authorities.
2j Provide devices approved by pwner of damestic water supply
�ystem to prever�t fl�w from other saurces into t�e damestic suppiy
system.
Common Work Results (or Generaf Piping
4R Q5 OD.Q1-6 ?03f27 July 6, 2023 - CONFOFiMED
p�V�ffCaioliolDocurnenlsfTx7Fvi� 1NorIfV20a452-pU0(fRQffl4 pesiqn104 5p8cs+Carollq+44_p5_�I,q1 (�qrsformed}
2, Make connections to existing piping and val�es after sections of new piping to
be connected have been tested �nd found satisfactory.
3. Prvvide sleeves, flanges, n9pples, cvuplings, a�apters, and other fittings
needed to ir�stall or attach new fittings to existing piping and to make
connections to existing piping.
4. For flanged connectians, provide stainless steel bolts with isolation bushings
and washers, and full-face fiange gas�sts.
Ca�nectlons belween ferrous and nonferrous metals:
�f . Cannect ferraus and nonferrous mstal plping, tubing, and �"ritings with diefectric
caupNngs especiafly desig�ed for the prevention of ch�mical reactions
betweer� dissimilar metals. �r, �nd copper aNays.
2. Nanferrous metals include aiuminum, copp
Flanged connections betwesn dissimikar metals suc� as ductile iron pipe and steel
pipe:
1. Pro�ide stainless steel bolts wit� isolation bushings a�d washers, and full-face
flange gasl�ets.
3.�2 �L�A�IA�G
p, piping cleanin�:
1. Upon campletion of installation, clean piping interior of foreige� matter and debris.
Z. F�er#n�m s�scial cleaning when required by the Conkract �ocuments.
3.03 �IP� �Gk1�9Ul��
A. As specified in Attachment A- Plpe Schedule.
EAID OF SEC�'ION
Common Work Resuits far General Piping �p3127 July 5, zD23 - CpNF�F2MED
aa_n�_oo.ai-�
pa",NCardlul6ocurnenlsliXlFoit Warltt+200A52-UOOODO�OA De5�9n+0� 5yac�'Carollp+AO 05 �30,4t (Confermed}
r��iA�H{��P�T R - �1�� �CH��UL�
Common Work R�sults for General Piping �03127 July Fi, ZD23 - CONFORMED
40_Q5_Q0,01-Attachment A
p�v:NCard�Olppcume�ts�'XIFoR ti'Jo�lF�201�452•006�0�04 oeslgnl0s Specs+CarollolAO_05_COA1 ICa�fnrmwiJ
U� ��1
@ U @
� � N
� � � � G
,�.� C
� _ � � N
�
� �
�
�n ����'E :��� �i�o4� naa
�� ��u, � �� � �� � �r� u� Q.'�
�� � ��� �� c����� ��
t/Jo Uv'-uviN �� U�O�� 'u�
� � o L � ch -�
�
Qi
� °� � � a
� o � � �
o � �
V
� � m
� c a p o
.� z z � �
�
� Z = � �
�, � � _ �y ~ r`�
� � a� .�
� � t► v. °. � o
�� � � � �
�� � � � �
'� �
� �,
� �� �i�
� � �
N 'a
� Q � �� C��� � � G'�Cl.� � � �� Q-� C•�j C � ��LL
#� ¢, B t� c .�. •� � �- �"'� � ._ •c .-. � M� �� �� ^ I'G a
� t�l � �lo y,oU� �n�o �+LU� �L at�� o.c o��
� ��, or o��F ai�a�n�.� �cyav�c� ivava�
� t�s� o�V0.UUd �U Va o�r � Ud v � Ud
� � � �, � � �-
� U 4C � fh � 4�! o�D � � �
e� 2
� �' ��ti v U V � �
���� �� � � �
� ��
�
�
U
� �
d
•p �
� B
Q
✓J -p � �
i�J � O �
� O � O
/R � Q%
VI
c� � a o
� � � �
�
�
�
L
�
�
a
0
U �
� 0.
U U
Q Q
U
0
U
d
ro ca .� -a c
c � e 3 �
O � � � � �
L �'
� � � � � �
9 d .r.. .ia 's
� � � Q �
4
� �
� �
a
W
�
t1C
O
�
0
ca
r�
N
Q
N
�
�
�
�
N
M
0
r
�
a
c�
�;,
�
�
�
�
�
�
rn �,
c
'a o
d �
a�► �
c y`�
N
�4n
� C �
� ��
� � Y
9
� � r
� �
� �
�Ja�
} Q' U
O � �
� ���.
�
� ,�
(.i d fi
��
=o
� �vQi
a ��
So
� q ,
� � I
ttD�
��i
t
�mE
��
�
� ^� n
� �
S o
� �
� �
s� �
�
�
�
i�
�3
a
h
�
0
�
N
v
�
c
`C
rn
N
a
N
w
�
�
�
�
�
�
�
m
O
� �i6 '.��
LD
�mo�C7C7C]C7(70aonafnr���A�rn �t�
�'ti �r�—l17(!�S?a�C72x��c� �.tD
� �fJjry ��D �•
� � � � O
�rnv[�t�C)�7c?c�mo�w'[nr"�;Ly� � o �
m� e o m
� °�.�,�°'��d��a'ro�';m'` ��.
;p `� m` �' j � � =: � "� nr y `7• �' � � � r�
o��•�o a° � ���=•o � u{Di �'�� m w
K�� O �� ��. 'CS O. N�' i�. f�C Q. f�» �
�
cp .�• � N b � � cQ (�n cND � � � N �
� � � �, �• �• @ Q � �7' � �%_ (D 0f
' � ,t rn ' � o � n �
cD -�* �' m C�' a � j
�t � � � � �
� � �. �
� v�Di � � a
� �.
� h� � 7
O �. � tD
� � �D
� �Q � i
o lu' � '
— o�
� b o �
o ..«
�� � �
� i �
�� �
-o' rp •
� O �
� a ?
� �
� �,
in � a
� ..
w o
�
fo _
��v,cncn�n�v���y � z ��c��
o���o�On�rmiim�'_'����r�
����� z
�v-o���a-a
ro �''3v �� rn o 0 0 0 0 o n���G�G7G)
Q�� m �� '��c� � � � �P rn o� �
�-�y ro c�u'°'•�'s��v�i'u�, � � � �t�o
n g m ?�p �`�`��c�t.�a � �,�,R•�-
�c m �n p-*�n> > � ro ��.� � � mt'
aC� � o.o s -ry a. a. m
� Q 1u � C p` �, {D CQ � A y�`p� y 4.
Gl -,-� ZD
(Q �y b N f�D �y ��-�e (Np {C r-r N Q
� �, i� aI ' � -O
� � � 5' �' a a @ �
� � � �'�� � �
� � � �
co
�• ro �
cp'
' � �
� {p �
O
� c �
� �
� }m^�
�1 LJ
�, �
n �
� �
�
7
O,
`o'
�'
.,.
�
�
�
�
�
fG`
�
Od �
� ��
� �
{�i �
m =Ll1y
� �J � f�B g
�����
�����
� w ��
� �i
�
'�.
ro
�
'�
�
�
�
�
`
�1
� �
� �
y`4
�
Vi
�
�
�
�
�
�
�
�
�
m
�
�
m
����I�f� �0_Oa_�7,4�
�R�����9�� CH�fVI��L PI�� �U���Ri �Y�iEf1A
P'AR� '4 ��W�RI�L
1.�9 S111q.fllUi�eRY
A. Sectian includes; Preform�d channei pipe support system cansisting of preformed
channels, fittings, straps, and fast�ners �ngineereci to support piping.
1.0� I��1��R�iVC��
A. American Instituts of Stee1 Constructian (AISC}.
B. American Iron and Steel Institute (AISI}.
C. Manuiacturer's Standardization Society (MSS):
1. SP-58 - Pipe Hangers and 5�ppar�s -�+Ilaterials, D�sig�, and Manufacture.
iA3 ��J�IV91�T'AL�
A. Submit as specified in Sect+on 01.�33�aQ - Submittai Procedures.
B, Pr�duct da#a.
'�.0�4 41UA�IYY R��URe4,W�E
q, pesign preformed channel pipe suppvrt syst�m �ar loads in accordance with
applicable pravisions of:
1. AISC Manua! ofi Skeel Construction.
2. AISI Coid-Formed Steel Design Manual.
B. �'roduct standards:
1. Pi�e suppo�t materials: In accorcfance with MSS SP-58.
F�AR7 2 F�RO�L�Cia
2.01 1��U��GT�IR�R�
A. Fabricaie preformed channel pipe support sysierri using, as a minimum, parks
specif��d below and m�eting the requiremenfs specified under Design Griteria.
1. Manufacturers; One of the fallowing or equal:
a, L�nistrut, Series P100Q or P1Q01; P55Q0 or P5501.
b, Allisd Support Systems, Power 5trut, Figure !'S-240 or PS-2D0 2TS;
PS-'{ 50 or PS-150 2iS.
c. Cooper Ind., �-Line, C�annel Type �22 or B22A; 692 or B12A.
Preformed Channei Pipe Supp4rl Sys#em ��31�7 �uly 6, 2023 - CO�VFORMED
4� 65 07,03-1
{�v�f�GardW�fbcunienls�TX+Fo�t Ih�orth�28Dd52-01140l1DIQ4 Qesignlp4 SpecsJCarpIIa�AO_05_4�.03 (Ca+brm�U]
2.02 �ESI��f �,iV�? P��F��f�A�,hl�� C�ITEFtI►4
A. Design responsibility:
�� The manufac#ur�r of the peefiormed channe! pipe sup�ort system is
responsible #ar the design of the suppart system.
2. f'ropare dQsign calculatians �atilizing the design criteria included in these
Specific�tions.
3, Prepare detailed shop drawir�gs illtastrating the layouf of the suppart system
and ider�ti�ying the components of the support system.
B. De�ign criteria:
1. Include live, dead, and seismic loads associated with piping, vaives, and
appurtenances. Conslder the conter�t of the p�pes in load calculations.
2. Minirrium gauge thicEcness: 12-gauge.
3. Aliowable stress of channeis:
a. Steel channels: The }esser of 2�,pp� pdWn�� p�r square inch, or
O.fiB times yield stress af steel.
b, Stainless steel channels; 4,G6 times the yield stress of the skainless steel
alloy.
4. Maximum detiection: 'i1240 of span.
5. Allowabl� column loads: As recommended by manufacturer in published
instructian fiar column's unsupported height and "�{" valug for calcul�ting
effective calumn ler�gth of nat less than �.0.
6. Future laacls:
a. �Suppart systems indicated on the Drawings may inelude spaces int�nded
ta accommodate future pipes.
b• Assume such spaces are occuple� by 6-inch d�arrreter ductlle iron pipes.
anfy the number of pipes that would physically fit in#o the space need be
considered.
c. Include the weight of the pipe contents in determining future loads.
AssumQ pip� con�ents ar� waker.
7. Seismic d�sig� criteria: As spocified in Section 01 81 50 - Oosign Criteria as
speci�ed far mechanical aquipment. � !
8. Spacing of supporks: As required to compfy wiih desigr� requiremenis but not
more than 5 feet.
C. Supparts b�low the top of walls of water bearing structures: Use Type 316 siainless
steel for suppor� system components.
1• Supparts in other locations: Use hot-dipped gaivanized components unless
other materials are specifically indicated on the Drawings.
2.03 AGC��S��IES
A. Preformed ch�nnel concrete inserts; Minimum 12 inches long:
�. Manufacturers: One of the following or equal,
a, lJnistrut, Series P-32p0.
b. AIlied Support Systems, �igure 2$2.
c. Cooper Ind., B-L'me Series �332I.
PreFormed Chann�l Pips Support System
40 45 07.�3-2 103127 July 6, 2023 - CQNFOf�MED
�nv�NCaicsforpp�umeatslTX+FarllNorlr�pQqg2-pppppprUa Oes�yn�Qa SpecsrCarn�lad0_05_D7,p3 {Co7formed]
Ei. 9Q-degree angle fittings;
�. �lanufacturers: Qne of the foflawing ar equal;
a. Unistrut, P102�.
b. Aliied Support Systems, �'ower 5trut, P603.
C. Pipo 5traps:
�{, For pipes � inches in diamet�r and smaller: Use 2-piece universal strap with
slotted hex head screw and nut.
a. Manufacturers: One of the following or equaL
1) Unistrut, Series F'11091hrough P1'i26.
2) Allied Support Systems, I'S1900.
3) Cooper ind., B-l-ine Series B20Q�.
2. �or pipes greater than 8 inches in diartieter: Unless d�fferent material is
otherwise indicated on the �rawings use 1-pi�ce 1-inch wide by 118-inch thic�t
steel strap, hot-dip g�lvanized afker fa�ricatian.
3. For stainless stee! pipes: Use type af strap required for th� pipe siz�s specified
aba�e, but use Type 316 stainless steel materials,
D. PrQfabricated tioublo channol brackot:
1. Manufacturers: One of the following or equal:
a. Llnistru#, P2542-P2546.
b. Caoper Ind., B-Line Series 6297.
E. 7oucY�-up paint fmr painted surfaces: Sa►~ne farmulatfon as factory paint.
F. Cushian strip:
1. For solvent welc�ed plastic pipes in elevated temperatures, use a thermoplastic
elastomer, cushian wra� designsd for use 'fram -5Q degrees Fahre�heit to 275
degrees �ahrer�heit. Contractflr ko add a cushion strip at each pip� supQari
st�ap triat meets this criteria.
a, Nlanufacturers: One of thE faAowing or e�ua�.
� ) ,�nvil, AS 3795.
2) Unistru#, P26�0 Unicushion.
2.44 ���Rl��il�f�
A. Do not galvanize ar paint staini�ss steel components.
�A�i 3 �X�CI��'{BPi
3.Q� 1�6�iA1�L�►i1t�P�
A. Install prefarmed channel concrete inserts for vertical suppQrt, quaniity based an
manufacturer's skructural design calculations.
B, Fasten preformed channel pipe suppnrts to existing waAs using Z-fittings and
concrete anchors as indicated on the Drawings.
C. Fasten preformed c�annel pipe supports t� preformed channel conerete inse�s
embedded in ceiling using U-shaped fittings.
PrefQrmed Channel Pipe Support System 103��� Jufy 6, 20Z3 - CONF�RMED
4Q_05_07.03-3
p�v�11C8idb�LbCunyenl&�Tx1Fod 1'Jor;f��2pRd52�E10Q000�0A DeslgnfDh SpscS+Carblla�AO_�5_07.03 (G4�+fOrmed]
D, S�spen� t�readed ro�s fram concrete ins�r�s embedded in ceiling. Support
praformed channel pfpe supparts with threaded rods,
�. Touchup cut or damaged galvanized surfaces.
�. Pr�vent contact be#ween pipes and support componer�ts af dissimilar metals. �Jtiliz�
rubber c�ated, plastic caafed, or vinyl coated compononts, stainlsss steel
cornponents, or wrap pipe with �VC ar polyethylene t�pe.
G. Install suppor# as near as possi�le to concentrated loads,
H. Inskalf s�pport within 2 feet of horizon±al and vertical changes in p�pe a�ignment.
�. Adjust supports or install shims #o obtain speci�ed slope or elevation.
END OF SECTION
PreFormed Ch�nnel Pip� 5upporf System
4Q 05 07.Q3-4 �03127
�„�,�icardTo+�acum���arrxrFor�tva�o-�2aa�5z-�000pnraa oes��nraaspacs+cafo��n�n�_o5_or.os {cafrof,ned) July 5, 2023 - C�NFQRMEq
S���I�P� �0_Qv_3'9.22
CH�Oi:If��OiE� �DLYl�iE�YI. �bL�ft��� (��id�) �1�@: A��f� �r4�1
P�RY 1 �ER1�R��
9.01 �lJ{I�P�VARI�
A. Section ineiudes; ASTM F��41 CPVC pipe and fittings.
�.a� ���������s
A, ASTM International (ASTM):
1. D1i84 - 5tandard Specification for Rigid faaly(Vinyl Chloride) (F'VC)
Compounds and Chlorinated Poly(Vinyi Chinride) (CPVC) Compounds.
2. F437 — Standard Specification for `Thread�d Cfi�lorinated �'oly(Vinyl Chloride)
(CPVC} Piasiic Pipe Fittings, Schedule 80.
3. �439 - Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC)
Plastic Pipe Fittings, Schedufe 80.
4. F4�1 - Siandard Specification for Chlorinated Po(y{Vinyl Chloride) (CPVC)
Pfastic Pipe, Schedules �q and 8D.
5. F493 � Standard Specificatior► fo� Salvent Cements #or Ghlorinated Pn1y(Vir�yl
Chlorids) {CPVC) P�astic Pipe an� Fitti�gs.
6. �645 - Sfandard Guide for Selection, Desig� and 4nstalfativn ofi Thermoplast�c
Water-Pressure �iping Systems.
B, R�SF Internaiional �I�SF):
4. 61 - Urinking Water System Components - Health Effecks.
5.�3 A��R�I�IATIB[�S
A. CPVC: Chlorihated polyvinyl chloride.
�i,�4 �UBfV�17�AL�
A. Submit as specified ir� Section 01_33_DO - Submiftal Procedures.
Q, Praduct data: As specified in Section 40_O��OD.01 - Cvmmon Wark Results for
Generai Piping.
�A�i � P�OiiU�iS
�.0'9 {4��7�f�iALS
A. Extruding a�d molding material: Virgin material containing no scrap, regrind, or
rework material except where permik�ed in the referenced standards.
B, Pipe:
�. In accordance with ASTM F441 ar�d Appendix, CPVC 4120•
Chlorinaied Polyvinyl Chlor9de (CPVC) Pipa: ASTM F4103'f2i July B, 2023 - GDNFORMEO
40_05_31.22-1
p�v',rrCa�dlplppCumenlsfTX+ForllVorlhr200d,52-00400DIOA Uaslgnl04 Spet��Carolla+AO_Q5_3�.22 (Catilpnnedj
2. Extruded from Corcan CpVC Typ� IU, Grade 1, Class 24448 for sizes 8 inch
and below and Class 234�17 fo� sfzes 8 inch and above material in accordance
witl� �1STM Q1784.
3. 5chedule 80, unfess otherw6se indicated on the Drawings or specified in the
�'iping.
4. Manufactur�rs: One of the fc�llowirtg ar equal:
a. IP�X USA, �.LC.
b. G�' Harv�l.
c. Chemtrol (fittings only).
C. Fittings:
�. In accorclance withASTM F439 for pressure tittings, as appropri�te to the
service and pressure requlrement.
2. Same materia! as the pipe and of �qual or greater pressure raking,
3• S�Upplied by pipe manufacturer.
D. Solvent cement:
1. In accordance with ASrM F�93.
2• Manufacturers: ThQ following ar equal:
a. IP� Corp_
3. Certi�ed by the manufaciurer for the servico of the pipe.
4. f'simer: As r�comm�nded by the solvent cement manufacturer.
5. In potable water applicatians: Provide solvent cement listed by NSF fi1 far
potable water appl�cations.
E. Unions 4 inches and smalfer.
1. 5ocket end screwed unians.
F. Unions fi inches and farger:
1. Socket flanges with 1/8-inch full-face soft gaskek.
a. Gasket material: As indicated on the Piping Schadule,
�.02 S�U��� QUAl�IYY CBi�TR�l.
A. Mark pipo and fittings in accordanca with ASfiM F441.
Pr4Ri 3 ��t�C�IT10�1
3,Of ��L!!�€�tY, �Y�����, ARl� W�1Np�lAEC
A. Protect from sunlight, scoring, and distortion,
B. Do nai allow surface temperatur�s to exc�ed 120 degreas Fahrenheit.
C. Store and handle as recommended by manufacturer in published instructions.
Cl�forinated Polyvinyl Chlarlde (CPVC} Pipe: ASTM �441
4Q 06 31.22-2 103i27 July 6, 2023 - CQNFdRMEp
�v��rCaicllo�bacwnents+TX7Fart 1vorlFtr2pUq52-0QOOOO�Q4 Deslgn+R4 SpecsrCarulla�40_05_33 22 jCo��ft�rmed]
3.D2 I P� Si�eLLA�101+!
A. General:
1. Ins#ail piping in accordance with ASTM F645, or manufacturer's publiahed
instructions far installation of piping, as ap�licable ta the particular type af
piping.
2, Provide molded transition fittings for transitions from plastic to me#al or
V�aS pipe.
a. Do not thread pipe.
b. po not use filanged transi4inn fiktings unless speci�cally indicated on the
❑rawings.
3. Locate unions where indicated on the Drawings, ar�d elsewhere where
required for a�equate access and assernbly af fhe piping system.
4. Pravide serrated nipples for transitian from plastic pi�e tc� rubber hose.
F3. Inskallation of piping:
1. Clean dirt and maisture from pi�e ar�d fittings.
2, Bevel pipe ends in accardance with manufactUrer's instructions with
chamfer�ng taol or filo.
a. Rernave burrs.
3. Use salvent cem�nt and primer formulated for CPVG.
4, Use prim�r on pressure and non-pressure joints,
5. Do not snlvent weld joints when ambient temperatures are below 40 degrees
Fahrenheit or above 90 degrees Fahrenheit unless salvent cements specially
farmulated for these candii9ons are ukilized_
3.03 �I��D �U�►L1iY C�N�'��L
A. Test as specified in Section 40_a5_a0.0� - Cvmmon Work Results f�r Generai
Piping and Sectian 40�D5 00.�9 - Piping Systems Testing.
�NC� OF S�CTION
Chlorinat�d Palyvinyi Chloride (GPVCJ Pipe: ASiM ��4 n3127 .fuly 6, 2a23 - C�NFORMED
4{l_05_31,22-3
ptir:frCarofiurDOCumenis�lUFml Vdorlh+140452-00004U�04 D�signlpd Specs�CawII�J40_05_91.22 ICa+fc+tmecl)
�EGil�R140 4�_40
�L���RIC/�L k��'i Y�dCll�1(�
�A�i 1 G��I��►�L
1.�'9 �C�P� O� �d�RK
A �nd install ai�ectrical heatltra e systems onth��p ping as sho n onahe� Draw'ngs
a
and as specified herein.
B, System Requirements:
1. Provide a system which the manufacturer has designed in iis entireiy and who
supplies the entire Y�eating system.
2. lnciude the schematic arrangements, heating cable, juncti�n boxes,
thermosiats and athe� equipment necessary to complete the system, as shawn
on the Drawings, and as specified herein.
G. Drawings:
1. The Contract piping drawings, p9ping line list, equipment list, instrum�nt list
and insuiakion schedule cc�nstitute, 9n conjunckior� with this Sectfvn, c�mprise
the d�sign paramet�rs af the haat tracing system.
2. The Drawings are intended only to gi�e a general layout of the heat tracing
system. Circuit layauts are not intended to shaw the number of fittings, or
other installation details.
3, provide a campieie electrical heat trace system.
4. Include all labor and materials necessary to install and place in satisfactory
operation, based on the actual piping installation.
D. Include the m�nufacture's fnstallation drawings, and recommendations tor aperating
temperakure settings.
�.az ���.��� vu����c
A. Refer to pivisian 26�OU_00 ar�d the �ontract A�awings, for related work and
electrical coordinatian requirements.
1.03 ��1�3�iiT'A��
A. Submittals shall be made in �ccort�ance with the requiremenks of Division 1,
Section 26 44_00, the Contraet Documents and as specified herein the fiollowing:
1. The manufactur�rs' narn�s and product designation or catakog numbers for the
types of materials specified or shown on the Urawings.
2. Cui sh�ets fior each individual item shall be submitied.
3. All cut sheets shall be cleariy marked to lndicate which products are being
submitted for use an this project.
4. Unmar�ted cu# sheets wifl eause the subm9ftal ta be rejecied and returned for
revisior�.
E1�ctricel }ieai 7racing ��3127 ,1uly 6, 2023 - CC7NFORMED
40 41 _00-1
p��:f+Cardio+�ocumenls+T1(rFurilNorl�tr200452-0OQOD0�0� �es�3n�flA S�ecs�GupSaFAO_41_00{Confonned}
�. All shap drawir�g submittals and ali O&M su�mittals shaH be subrnitted in
accordance with the requirements listed in Oivision 1. No change in Contract Price
or Schedule will be aflowed for delays due to unacc�ptable submittal�.
C, Subrnittals shall also coniain information on related equipment to be furnished
under this Specifeatior�. Incomplate submittals not containing th€ roquirad
�infarmation on ihe related equipment wilf alsa be r�turned withaut re�iew.
D, 5ubmif to the Owner/Engineer, shop drawings and prodtact data, for the following;
1. Heat foss and operafing power cafculatfons,
2. Heat tracing circuit design and loading schedule (if different from that which is
shown on the C]rawings).
3- Bi�l of materials.
4• Catafag daka sheeis far all corr�panents.
5• iypical insta[latian details,
E. Submit the heat tracing system's power requirements for the design oondition
(extreme rtilnimum ambi�nt at required maintain tempsrature) and far the normal
operating kemperature (normally expec#ed minimum ambient).
1.�4 R��'���W�I� ����� �Nf� �iAP��d�2��
A. All praducts and campanents shown on th� Drawings and ifsted in this specification
shall be designed and manufactur�d accordin� to latest revision of the foPlowing
standards (unless otherwise no#ed):
1• NF�pA 7Q — Nationai Electrical Code (NEC).
2. NFPA 7Q� — Standard fvr �lectrlcal Safety in th� 1Norkplace.
�. American National Standards Institute {AiVSI).
4. Institute af �leetrical and El�ctronics Engineers (lE��).
�. American Sqcie#y fpr Testing and Materials (ASTM).
6. Na#ional Fire i�rotection Association (NFPA).
7. Nati�nai �lectric Cade (NEC).
8. Factory Mutua! (FM).
9. Under�+vritors �.aboratvrios tUL).
10. National El�ctrical Manufacturers Association (NEMA}.
�'I. Occupa#iona! Safety and Health Administra#ion (OSbA).
B. Furnish copies af fhe necessary approvafs for the heat tracing system and shall
verify that the approvals are current.
C. Afl equipment compvnents and completed assemblies sp�cifi�d In this sectian of
the Specificatians shai! bear the appropriate fabe! of lJnd�rwriters Laboratories.
1.0� �UdLI'TY �SSURdPJC�
A. The manufacturer of this equipment shall have produceti similar equipm�nt for a
rr�inimurri period of five years. When requested by the �r�g�neer, an ecce�table list
af installations with similar equipment shall be providetf demonstrating campliance
wi�h this r�quirement.
�fectrica! Heai "�racing
40 41 00-� 1(13127
p��,rrCardin�oocsirnen��rxrFo�tSrooruv24oas2-0000A0r04 aes€gr�+r�a Syec��up�at44_a�_�D{conrarmeu) July G, 2p23 - C�NFORMED
a. Afl heat tracing equipment furnished under this Section, shaH be supplied by a
single manufacturer.
C. All components and materiai shall be new and of the latest fieid praven design and
in current praduction, Obsolete components or components scheduked fior
immediate discontinuakion sha11 nv# be usod.
'i.46 J�E��i'�� ��I�IV���, �7��A�� AN� bAPEC7LIRfC
A. F�rior to jobsiie delivery, complete all submittal requirements, and p�esent to the
OwnerlEngineer upon deli�ery of the equipment, an approved capy of all such
sukamittals. Delivery o� incomplete Constr�cted eguipmenk, nnsite factory work, or
failed factory tests will noi be permltted.
6. Protect equipment during shipment, hanciling, and storage by sultable complete
er�closures. Protect equipment frnm expasure ko the elements a�d keep thoroughly
dry.
C. Protect painted surFacas against impa�t, abrasion, discoloration, and other ciamage.
Repain# damaged painted sur€aces ko the satis#action of the OwnerlEngineer.
p. Where space heaters �re provided in equipment, provide ternparary electrical power
and aperate spac� heat�rs duri�g storage, and �fter equipment is install�d in
permanent location, until equipment is placed in service.
1.07 ��#�RAP��'Y
A, �'rovid� warrantees, including the manufackurer's warranty, far ihe equipment
spec�fied and the proper installatlon theraof, to be free from defects in rnaterial and
warkmanship for #wo years from date of final acceptance of the equipment and its
installat9an. ►Nithin such period af warranty, all material and labor n�cessary ta
return the equipmeni to new operating condl#ion sfi�all be pro�ided. Any warranty
wark requiring shipping ar iransporking af the eqt�ipment shall l�e pro�ided at no
expense t� the Owner.
�,Og p,R�,� �LA551�I�d'fI�N
A, Supply a heating system that is suitable for the specified industrial and eleetrical
classification and shali be d�sign�d arrd installed in accordance with the latest jocal
andlar NEG regulations.
`i.�J D�51�P� �tE�lUli����h1iS
A. Provide a heating sysiem capable of maintaining the speci�ed temperature during
ihe lowest extreme of ambient temperature.
B. Design Parameters:
'f. Mair�kain a minimum temperature as recommended andfor speci�ed within
other Divisians.
2. Refer to the piping Drawings and eyuipment lists far insulaiion types and
thicknesses in tF�e Mechanical Division and an khe Drawings.
ElscUicel Heat Tracing ,Ep3,�27 �u�y 6, 2023 - CONF�RMED
40 41 OD-3
pw:lrCarc ��+f�ocu��e�ls�7XlFoitivafl�00452-409GDpl04Des�gn1045pec5�6uplal4p_d3_00{Canformedj
C. Heat losses sh�l! be cafculated using the man�factur�r`s stand�rd procedure in
conjunction with the insulation reqt�irements ancf equipment schedules. The design
heat outpui of the fracing shail include a 10% factor of safety, Submit r�camm�nded
chan�es in insulation thickness to aptimize total system econamy.
D. Heating cablas shaH be tho paraAel da�sign fypo.
E. Instrumsntation sample and sensing lin�s lacated in outdoor or �on-condi#ioned
sp�ces shafl b$ heat traced.
�'AI�T 2 pi����CT�
2.09 il��►T��lAL.S
A. Enclosures
1. ��►closures shall meet the requir�ments specified in Sectian 26 05 33
Raceways, Bnxes �nclo�ures and Fittings. �' —
R. Paralfel Resistance Self Regulatin� Cable;
1. The heater cable shail b� able to vary its output in response to temperature
variations along a pipe due to heat sinks such as fttings or pipe supports� Qr
changes in ambien# conditions such as �hose occurring an pipes passing i�ta
or out of buildings or process areas. This variablv output foature shaN apply to
each increment of the heater independent vf each other increment.
2. Provide heating cable which can be field cut to length without ar�y cold spats
and can be overlapped at all pow�r outputs without burning out.
3. Provide heating cable which is capa�ale of c�ntinuous reliable aperation when
�anging laose in free air during equipment remava! or replacement.
4. The heating cable shafl not require the use of h�at transfer cement or
compounds.
�, ihe heating cable shaH aperate an standard voitages without the us� af
special kransformers, Line voltage fluctuations shaA not appreciably affact the
cable wattage output,
6, Provide heating cabl� which can be fiefd designed ta accommodate changes
in field piping without compromising its FM o� UL approv�fs.
C. Contral Tharmostats:
1. Control thermostats shall be UL listed, heavy duty, industrial ambient type
haused in a N�MA 4X enclosure. 7he thermostat shall be provided with
independently adjusfable dua! switches for cpntrol and low temp�rature afarm.
Cantact rating shall be 22 Arnperes, minimum, rated at 480 Volts, resistive.
D. Individua! Circuit Fleat Tracing:
�, Where single circ�it heat tapes are shnwn on the Drawangs, the #ollowing
equipment shall be as specified herein.
2. Subject ta compliance with the Contract Document�, the failawing
Manufacturers are acceptable:
a, Chromalox, CPR with twin nickel pfated 16 AWG copper buss, semi
conductive palymer core matrix, polyolefin jacket, #fined copper over braid
Electrical Heat Tracir�g
qQ 41 00-4 103127 July 6, �023 - CONFQRMED
�,�� rrca�aio+�o�u�ne�csrrxrFor� w�nr,�no4�a-pnocooroe oes��nroa specs+cup:arno_�a_oo icnnro�n�c��
�
�.
and fluoropofymer auter jacket with thermostat adjustable from 15 to
150 degrees F, mounted '+n NE�IA 4X encfosure• �r buss, self-regulating
b. Nvent Raychem BVT with twin r�icksl-plated co�p
core, modified pafyalefin jacket� tir�ned copper over braid and
fluoropolymer outer jackot with thermostat adjustabl� from 15 #o
150 degrees F, mounted in NEMA 4X enclosur�.
c, Chemelex, Catalog Nn. 5B'TV1 with tinned copper fl��r bta+� �nd
�luoro�olymer out�e�Xcen�j�s�u e Catal gkNol AMC��qom 15 to 150°��,
mounted +n NEN�
d, qpprov�d Equal.
The listing of speciiic manufacturers abave does not impiy aceeptance of their
products th r$listed abovehare nai� re e etd f�rorn mee ng thesa specif'ications
Manu#actu
in their er�tirety.
The heating cable shaH be temperature seif-limiting type,
�. Power connectiar� k9ts and junetion boxes shail be waterkight cast aluminum.
F. Signai Light �it:
9, Each cabie shall ha he cablo� oltage, and n taliedksuch h+at Iight�shaA��t ltit,
LEp type, rated for t
�ndicate "vnitage present" at the end of th� cab�e•
2. Enclosures for the thermc�stat and 51J�es as s Sec fied in Secti n 26e05t33 g
Area Giassificatian and Enclosure Typ p
ElectricaE -- Raceways, Boxes and Fittings-
3. The enclosure suppor�s far khe thermostal �rtd signal fight enclosures shall be
in accordance with the Sir�t Support SYstems of Section 26 05_29 Elec#riaal
Support Hardware.
(�, Instrumentatian sample and sensing lines:
�, provide pree�n �� Ra chem, Tharmv n, or O'bri�n TRACEF�AK. g sy�tems as
ma�ufactur y Y
a, Approvod Equal.
PA�Y 3 ������I�RE
3A'9 �1��TAL��,4ilOiV
q, Heat tracing system shali be installed where shown on th� Drawings and in
accordance with manufacturer's approved shap drawings and recommendations.
B. Heat9ng cabies shall be run parallel to the pipe only, Spiral wrapping of the heat
cables around ihe pipes wifl not b$ permitted.
C, Power cables for heat tracing clrcuits running from the supply panel to circuit
juncti�n boxes located on each pipe sha91 be run in conduit. The heat tracing cable
shall connect to khe power cable in a junction bvx and be routed onta the pipe
through a cable feeder connector with gland nut. The connectar sha11 be two-piece
construction with a tapered neoprene bushing and recessed fia�e-resistant interiar
�I�ntrical Meal Trac�n9 ��3�Z7 July 6, 2023 - CONF'�RMED
4Q 41 _00-5
�,vlrCarc o�Documents�TX+Fo�l1'datUd20a452-06Q004+04 desiynl6d SpecsiGu��lal4Q�a1_00 {Conformeo)
gland. T'h� conneetor shall be attached to the �ipe w�th alum�num ,1.g, ���pa� �nd
pipe s#rap.
D, At eac� point where t�e junction box is attached to t�e pipir�g for heafing cable er�try
fo tl�e pipe or device being protected and after th� he�ting �abfe I�as been instaHed,
the jun�tion bax stat�d-off shall be filled with clear pow G�rning TRV 732 con-rpaund
ar �qual ra#ed 500 dsgr@es F, to �rvvide a waterpraof connection. The sealant
comp�und shall also be forc�d into th� voids in the insuiation which were createc!
during instaliatian of the conduit hub. �rF�e seaiant compound sha�� a$ p��c8d ta
positian al! cables away from standaff slcfes and tn separate cables away frorn one
another, ihe sealant compound shall be applied ir� a clean, r�eat manner and ir�
stric# �ccordance with khe manufacturer's instructians Far the sealant. Whe� the
�nstallatian is complete, check that none of the cornpound has been left on ather
than the prescribed areas.
E. Install "electricaliy traced line" warning signs every 2.5 feet alortg #he outer pipe
insulation jacket,
1. Chemeiex catalog num�er "E7L",
a. ApA�avcd Equal.
3.Q2 "��S�IR��
A• Measure the resistance of heating cable systern before and aft�r pipe insulatian.
�. Adjust and seal cqntrol th�rm�stats to Owner's and €ngine�r's satisfaction after
installation is complete.
C• Confirm that the �nd af Cable fight functions upon applicatior� of voltag� to th�
trac�ng,
�ND OF SECTION
�lectrical Heat 7racing
40 41_QO-B
�+:ricsrdb�a,c�nne�,�srrx�Fou wonn�2ooa�2-aoao�Qroa oes�gn+pa spec��cu�ia�aa aa oq conrormed� Juiy 6, 2023 - CONFOR�IED
��G TIOF� 4f1_6'�_00
IN����IiA'�i�YL�iI�� ��t����l� �Ft91��SE�P��
���ti 'f ��R1�R��.
1.8'� ���€�� �� Il4�b��t
A. The G�neral Gontractor shall procure thQ servicos of a pre-qualified Process
Control Systems lnt�grator (pCSI), who shaA furnish a11 maieriais, equipment, {abar
and services, except for those speci�cally excluded, required ta aci�ieve a fully
�������t�� ifi atiar��Sectians list d belaw and detai ed�in5he Cont act D aw nlgs� The
other spec
pCSI shall have q�alifications as described herein.
B, The PCS! shall khe Applicatian 5ervice Provider ASP, and khe sco�e of work shall
include the following:
1, Human Machine lnterface (WN�I graphi�s devefopment, �fMl safkware
configuration, database develo�ment, repork deve�opment, and s#art�pltraining
acti�iti�s associated with the configured portions of the HiVii system) Prvicess
Control System �epar�ment. Als�, u{�tiata the aIT graphics installed at
Chlorine PLGCL7 inside the Chlo�ine Electrical MCC raom.
2. All other integraiion, programming, tasting, startup, #raining, ather software
configuration including but not limiied ta Ethemst co�figurationlcomm�niGation
between the existing servers and field mounted PLC's (furnlshed and installed
by the PCSI), conflguration of Ethernet switches shall be provided by the
PCSi.
C. The work sha�l inctude furnishing, installing, testing and making operakional the
equipment and materials detailed in each Section aF Div�sion 40 tnstrumentatiar�
5ections.
�, Throughoui ti�e I�strumentatian Sections of Division 40, the term Contractor shall
refer to the General Contracfor.
�, Equipment furnishEd as a part of other Di�isions and shvwn on khe Instrumentativn
andlor Electricai Drawings shall be integrated into th€� ovarall Instrumentation
System under the Instrumentation Sections of this Division. Instrumentation
specified in otk�er Divisions shall meet ihe Specification requirements nfi the
Instrumentation Sections af this Divisior�.
F�. The Cor�tractar shall coardinate and schedule ail r�quired testing w9th the Owner,
Engi�aer, PC51 and ASP.
G. The work sha11 include the follawing bui not limited to:
1. Th� PC51 shali unterminaked the existing Chlarine Scrubber signals wiring
fram existing Plant PLGCL�, and terminate the new Chlorine Scrubber signals
io the same PLC.
Instrumeniation General Pravisions 1fl31Z7 J�lly g, 2p23 . CONFQI�ME[�
ao s�_oo-�
p,u:frCerc��n+pocumenisfTk+Fartl�JorUd2U�452-00400UF0' Des�gn�04 Specs�GUFlaf4a_6LA0 {Conformed)
2� The Make eonnectians, including field eonnections and interfacing between
instrumentatior�, contraAers, control dev�ce�, control panels and
i�strumentation furnished under ather Divisions.
3, Make wiring terminai'tons for aq ���d-mounted instruments fumished and
maunied u�der ather Diuisions, including prac�ss ins�rumentatian primary
���ments, transmii�ers, local indicators and cor�trol panels. InstaH vendar
furnished cables specified under other �3ivisions,
4• System desigr� shall allow remaving individual devices fram service without
disrupting other unreiated devices in s�rvice,
�. Equipm�nt shall be fabricated, assembled, insfalled, and placed ir� proper
operating conditian in full canformity with detail drawings, speci�catiohs,
engineerir�g dafa, instructions, and recommend�tions by #he �����m�nt
manut�ctur�r as appro�ed by the pwr�er and/or Engineer,
B. The PCSf shal� furnish equipment which is tl�e produck of one manuf�cturer ta
the maximum prac#ica� extent. Wl�ere #his is not practical, all equipment of a
given type shail be th� product mf one manufacturer,
7• €'ravide al! instrumentation r�focatfc�r� work assocPatsd with the relacatian of
$quipment for th� ex�sting and new facilities, including d�sconnecting all
existing wiring and cor�duits and tarminating, calibrating and pl�cing into
service th� relaca#ed �quipment,
8. Coordinate the sequence of demoiitfon with the seque�c� of consfruction to
maintain plant nperatior� in each area. �:errio�E and demolish equipment and
materials in s�ch a sequsnce that the existing and proposed plant w�11 function
properly with no disruption of treatment.
'9.�a R�I�i�D �DRK
A• Wh�re references are made to the Re�ated Work paragraph i� each Specificatiort
Sec#ivn, refie�ring to other Sectio�s and ather 1]i�isPans af the Specifications, the
Coniractor shall pravide such information or woric as may be required in those
r�farencvs, and inelude such i�formation or warlt as may �o specified.
B. All Instrum�ntation work relat�d ta �'rocass and Mechanical aivisions equiprrient
that is shown on the Instrt�meritatian Drawings shafl b� provided und�r Division 4Q
Instrumer�tatian Sections.
C. All instrumentatinn ���ppment and work provided under any Uivision of the
Speci€ic�tions shal! f�lly comply with the requirements of Dlvislon 40
Instrumentations Sectior�5,
D. Relatec! SectioRs:
"�• Sectian 40_78_00 Panel �yoWhted Cpr�trol Devices,
'f .a3 �U�t�I�TA�S
A, Submittal Process:
�. Submit Shop Drawings, in accordance with Division D requirements, for
equipment, materials and al) other equipment specifi�d under each
lnstrumentation Section of Division 40, except where speci�rcally sta#ed
otherwlse, An individuaNy packaged submittal shall be made for each Section
and shall contain aIl the information required by that Section, unless
Insfrumentation General P[ovi5ions
40 69 00-2 103127
�nv f+Caidbl�curnent�ITX+Fnrl Worpz+200452�p00040f0A qestgnlDc S�ec�+Gupielq0_&i_OU {Confpim�j ��l�' 6, 2023 - C�NFORM�p
specificalfy d9rected otherwis� by the submittal requirements of that section.
Parkial submittals will nvt be accepted and will be returned un-re�iewed.
�i. �ach Sectian submittal shall be complete, contain the items lis#ed in t�+�
Spscificat9on 5ection, and shali be cleariy marked to indicate whieh items are
applicablo on �ach cut sheot page. The 5ubmittal �half list any exeeptians to the
Specifications and Drawings, and the reason far such deviatian. Shop drawings, not
so checked and noted, will be returned un-reviewed,
C. The Contractor sha9l check shap drawirtgs far aceuracy and Contract I�equirements
prior to subrr�ittal ko the 4wner and �n�ineer. Errors and omissions an approved
sl�op drawings sha11 rt�t relieve the Cantractor fram the responsiblfity of providing
rnater9a{s and workmanship required by the Specificakia�s and Drawings. Shap
drawings st�all be stamped wiih the date chec4ted and a Statement indicating that
t�� ��tip drawings confarm #o Speci#ications and �7rawings, Or�1y ane Specification
Section submittafs wi11 b� allowed per transmittal Unless sectians are indicated for
grouping 9n the indiuidual sections.
D, Shop �rawings, O&M i'Jianuals, and other documentation shall be submitted as
a9sted in oach of the individual Instrumentation Specification S�ctions.
�I. Submit operations and maintenance data for equipment fu�'nished under this
division, in accordance witl� Di�ision 1. The manuals shall be prepared
specifically for this installation and shail include catalog data sheets, drawir�gs,
equipment Nsts, descriptions, parts list and operat+ng and maihtenance
instructions.
2. Manuals shall inalude the �ollawirig as a minimum:
a. A comprehensi�e index.
b. R complete "�1s•�Built" �ek af approved shap drawings.
c. A complete list of the equipment supplied, including serial numbers,
ranges and perkinent data.
d, A cam�lete list of the equipment supplied, including make and model,
manufacturer part numb�r, and manufactur�r ropresontative contact
informatian.
e, System schematic drawings "As-Built", iHuskrating all components, pipir�g
and electric cannections of the systems supplied under this nlvislon.
f, vetailed serviee, mainienance and operaiion instructions for each it�m
supplied.
g. Special maintenance requirements to thts sysiem sMall be clearly defined,
along wikh special calit�ration and test procedures.
h. ihe operating instructions shail aiso ir+corporaie a functional descriptioR of
the entire system, with references to the systems sch�matie drawings and
instructians.
i, Compleke parts list with stock numbers, including spare parts,
Instrumenlal'+on General Provisians 1��,f27 July 6, 2D23 - CONF�FiMEI�
4�_61 _00-3
p�irl�GaFdb�Docume+�l�RXIFvdWaNi�'200�52�04004�OdDes�gn+fl45pecsrGup1af408� 0(1fContarmedj
E. Record Draw6ngs shall be prompfiy Fum�shed when the epufpment instaNati�n is
campleke, Payment wiH �e withheid unti! Record Drawings have been fumished and
approved, The pCSI S�al! pra�ide marEcups on ali Pracess and Instrumentation
Contract Drawings.
F, At th� time of �felivery of the oquipmvnt, the Contractvr shall have an approvvd
shop drawing in his pass�ssion for the Qwner's fnspector and Engineer's
veri{icatian during delivery,
1.(?�i ��F�l��P�CI� Ga�3�� �►Nf� S�AA��A��S
A• fnstrumenkation equipmer�t, rrtaterials arad ir�sfallation shalf comply with the Nat�onal
Elea#r�ca! Code (fV�C and with ki�e la#est sditlan of the following codes a�d
standards:
1. Nationa! Electricaf SafeYy Code {NESC).
2. Occupational Safaty and Health �dministration (pSH�).
3. Natfonaf Fire Protectior� �lssociation (NFP�).
4� ��t���a� E�ectrical Manufacturers Association (NEMA),
5. American Na#ional Standards Institute (ANS�),
fi• Insulatod Cable EngineQrs Association (ICEqj,
�'• The Internatinnal Society of Automatian (ISA}.
t3. Underwriters Laboratories (!JL),
9. UL 508, the 5tartdard of 5afety for Industrial Control �q�ipment.
10. UL 508A, the Standard of Safety for Industria! Contral Panels.
11, UL 50, t�e Standard of Safety far �nclosures for Elecfricaf �quipment.
�2. NFPA 79, Electric�l Standard for Ir�dust�ial Machinery.
13. Factory Mutual (FM).
14• RI1 equipment and installatians shail safisfy applicable F'ederal, State, and local
codes.
�5• City of Fort Worth PCS Standards.
B, Where reference is made to one af the abo�e standards, t�ae revision i� effeck at the
fimo ot bid opaning shalf apply,
C. All matc�rial and Qquipmer�f, for which a UL standa�d exis#s, shali bQar a UL label,
No such material or �qu�pm��t shall be �rought ansite withou# the UL label a�xed.
D. If the issue of priority is due ta a eonflict or discrepancy �e#we�n th� provisions of
the Contract Documenks ar�d any referenced standard, ar code of arry technical
society, arganization or association, the pravisions of the Contract l�ocuments shaf!
iaEte pr�ced�nc� if they are more stringent or presumptiuely cause a higher leve! of
performance. If there is any conflict or discrepancy between standard specifications,
or codes of a�y t�chnical svciety, organizatinn ar ass�ciation, ar b�tween Laws and
Regulatians, #he higher performance requirem�nt shal! be binding on the
Contractor, unless otherwise directed by the pwner artdlar �ngineer.
Instrumeniation G�naraf provisions
4Q 61 00-4 1fl3127
Ina�IrCaiol�p�E2acumenEs+TxrFattl'Varµv'�Op452�U400p0�4d Oesign7dq gp���u�r1a140_B�_00(Canformeo) J�ly 6, 2023 - CONFpR�1r1Ei�
F. In accordance with the inten# ofi the Contract Dacuments, the Con#ractor accepts the
fact #hat compliance with the priarity order specified shall not �ustify an increase in
Gontract Price or an extensian in Contract Time nor limit in any way, the
Contractor's responsibility to eomply with ali �aws and Regulations at all times.
F. AH control panels shall be constructed and the labeling shall be affixod in a UL 508
facifity.
�.0� ��p��S� CC]R6���L �Y�i�ikA� IN��C4�TQ� (PC51)
A. ihe Conkraotor shail provide the s�rvice� of a pre-approved �'rocess Control
Systems lntegrator (PCSI) for al� work under the instrumentakion seckions of this
and reiated Divfsions, as descri�ed in this seation and related sentiQns.
g. Vlfhere shawn �n the Bid ao� sm�� lSst d he�einaw I! be acceptedhe praposed
PCS1. Dnly approved supp
C. Qualificatior�s:
1. The PCSi shaN b� a"systems house,'° reguiarly engaged in the design and
inskallat+on of control and instrumentation systems and their assaciated
subsystems as they appfy ta the muniei{�al water or wastewater induskry. For
the purpasns of this and ather applicablo Divisions, a"systems house" shall bo
interprated to mean an organization that complies with tF�e fol4ow+ng criteria:
�, Employs a registered professional Control Systerns Engineer or Electrical
Engineer in the state of Yexas ta supervisa or perForm the work required
py th+s Specificatlon 5ection.
b, �mploys personnel an this project who have successiuily compleied a
man�facturer's training caurse an the hardware canfiguration and
implementation of the speciflc programmable contralfers.
c. Has been in the wat�rlwastewater industry performing the type of work
specified '+r► this specification sectian far a minimum Of fi�e t�) continuaus
years.
d, The PCSI shall mai�tain a fully equipped officelprodu�ction facifity with full-
time employeos capable of fabricating, canfiguring, instaNing, calibrating,
troubl�shooting, and tosting t4�� systern spocified heroin, Qualified �epair
personne! shall b� availabl� and capable of r�aching tne facility within 24
hours.
e. PCSI shatl have an Electrical Cankractor`s license in the State of Texas.
p. The PCSI si�all be one of the fallowing:
� . Prime Cantrols
1725 L.akep�inte Dr,
L.ewisvilke, Texas 75057
Attn; �rian Poarch
Phane: 972.?_21.4849
2, Richardsan l.ogic Controi
8115 Hicks Hollow
McKinney, Texas 75071
Attn: Michel Cunningham
1�hone: 972.542.7375
3. Approved Equal.
Inslrumeniatian General Provisians 103127 July 6, 2023 - CONFOFtMEQ
4a_61_00-5
p�a 11GaiWb�UaCume.�lslTltfFoH Yuo=Ut20b452-0OUOOOI04 OBs�yn�OA SpeCs+Guplaf4p_Bi_b4 SCOntomiedp
€, The listing of specific PCS! arganizations ahave d��s not imply acc�ptance of their
products and capabifities that do not me�t the specified ratings, features and
functions. PCSI's listed abave are not relie�ed fram rr�eetin� these sp�cificati�ns in
fheir eratirety.
i.U6 ���AR��Il� �►R���
A. Equipment, mat�rials and installation in areas designated as hazardous on the
Drawings shal! �ornply with 1�1EC Articl�s 50D, �0�, 5p2 and 503.
F3. Equipment and materials installed in hazardous areas shall be UL listed far the
appropriake hazardous area cfassificat�on.
�.a� �����, �ws��cr��n� �►�n ���s
A. Eq�ipment, rnaterials and installation shal! comply with the requirements of the �oca!
authority having jurfsdiction.
B. Obtain ali riecessary p�rmits and pay aN fees req�ired for permits and inspectior�s.
4.�� SI�� O�' �(�UlPP��R1i
A• Investigate each space in the struct�re throtagl� which equipment must pass #o
reach its final locatian. Coordinate shipping splits wf#h tf�e manufac#urer #o permit
safe handlin� and passage through restricted areas in thQ structure.
B. Th� equipment shaH be kQpt upright at all times during s#vragQ and handling. When
e��+�pm�nt must be tilted for passage through restricted arQas, brace kh� equipment
ta ensure thai the filting doss not fmpair the functiona! integrity of the equipment.
�.09 ����Fig ���,VUINGS
A. As the work progresses, legibly r�cord a!I field changes an a set of Project Cantract
Drawings, hereinafter called the "ReGord ❑rawings". T}�e Record Drawings and
Specifications shall be kept up to date throughout the project.
B. Recorc� Drawings shall acaurately show the instaHed conditiot� of the following
�terns:
�, �ne-line Diagram(s).
�, Raceways and pUlf boxes,
3• Car�ductor sizes.
4- Panel Schedule(s),
5. Control Wiring Diagram(s) including all wire tags.
6• I'rocess Instrumenta#ion Diagram(s)
7. Mountir�g Defails
C• Submit a#ypicai ex�mple of a schedule of control wiring raceways and wire
num�ers, inc�uding the following information:
1. Circuit origin, destina#ion and wire numbers.
�. �ield wiring terminal strip names and num�ers with fie�d conr�ection wire color.
Inslrumentation General Provisions
40 81 qQ-6 703127
�r:rTcardw+uoc��n�e�isRxr�a�i wo,u�rzaaa5z-0oa000roa oes�yn1o� specsr�up�a�ao_6+_oofconro�m�a� July 6, �023 - C�NFOf2MED
�.�o ��u��r��w� �rar��co���cTi���
A. Review shop drawings of equipr�ent �urnished under other rela#ed Divisions and
prepare coor�inated wiring interconnection diagrams or wiring tables. 5ubmit capies
of wiring diagrams or tables with Record Drav+rings.
B. Furnish ar�d install al{ Qquipment interconnections.
1.�� ����RIA,�� �NQ �4UIPAI9�NT
q. N4aieriais and equipment shall b� new, except where specifically identifi�d on th�
Drawings ko be re-used.
B. The Contractor shall nat bring onsite, material or equipment frarn a manu�facturer,
not submitted and approved far this project. Use of any such material or ec�uipmer�t,
will be rejecte�, removed and repiaced by the Cantractar, with the approved
material and equipment, at his own expense.
C. Material and equipment shall be UL. fisted, where such �isting exists,
D. The Gontractor shafl be respansible for all material, product, equipment and
w4rkrnanship being furnished by him for the duration of the project. He shall replace
the eq�ipment if it dves not meet the requirements of the Gontract �o�ume�ts.
1.12 Ci�LIVCRY, �TOR��� ARf� h/����lPJ�
A. Equipment shall be handled and stored in accordance with manufacturer's
instructians, Two �2) capies af thesB instructians shall be included with the
equipment at time o# sl�ipment and shal� be made available to the Cantractor and
Owner.
B. Shipping groups shaH be designed tfl be shipped by truck, rail, ar ship. indnar
graups shall be bolted to skids. Accessories shall be pacicaged and shipped
s�parately.
G, Equipment shall be equi�ped to be hanc4led �y crane. Where cranes are not
available, equfpment shall be suitable for skidding in pkace an rallers using jacks to
raise and lower the groups.
D. Equipment shall be installed in its permanent, finish�d lacation s�own an fhe
Drawings within seven (7) calendar days of arriving onsite. ff the equi�ment cannot
��e installed within seven (7} calendar days, the equipment shall not be delivered to
the site, I7Ut StQI"Bd DfFSi�@, at the Contractar's exp�nse, until st�ch time khat the site
is ready for permanent installation af the equipment.
�. Where space heaiers are provided in equipmenk or control paneis, provide
temparary electrical power artd operate space heaters during jobsite storage and
after equipment is insialled in permanent location, until equipment is placed in
service.
InStrumentation Generak Provisions �a��27 July 6, 2023 - COtJ�ORMEp
40 61 00-7
p�v:lrCar�b+Lkscurnenls�TX+Fa�t �Jo�shROD�s52-0a004D�04 Des�gnWn Specs.+Gup1al40 6�_a0 {Conrfl�med)
1.93 !�►dR��F�il��
A. Manufacturer's warranties shaff �e as speciii�d in each of the Specificat€on
Sec#ians.
9.14 �QUII�IIA€hl�' I�EN�IP1��47l�R1
A. ldentify oquipment (con#ra! pan�ls, control stations, instrum�nts, otc.) furnished
a.rnder instrumentatian sections af Di�isian 40 with th� nam+� of th� �quipment it
serves. Contral paneis, lnstrurnents, meters junction or terminal box�s, etc., shall
have nameplate designatians as shown on the Contract Urawings.
�. Nameplates shall be engraved, laminated impac# acrylic, black letterir�g �� a white
bac�ground, matte finish, r�ot less than 1/16-in thick by 3/4-in by 2-� 12-ir�, I�awmar�c
322402. Narrteplate5 shal! be 316 SS screw mounted to all ehclos�res except for
NEMA 4 and 4X. Nameplates far NEMA 4 and 4X errclos�res shall be attached with
dauble faced adhesive s#rips, T�S�1 TU�F' TAP€ 497Q, .009 X�/x", no equaL Priar to
instailing the nameplates, the met�l surFace shall be tharoughly cleane�, wPth a 70%
alcohol solution, untii the rnetal surface residue has been remo�ed. Epoxy adhesive
or faarn tape is not accepta�le,
1��1RT' 2 �R�DU�T�
Not used,
���i 3 �X��l!'TI�P�
3.Q1 �O@RbIP�i4TI0A! f+���YIR���
A. 'T"he PCSi shall schedule and administer a minimum of one (1) mand�tory
Coordlnation Meetings. 7'he PC51 shall �nake arrangements for meetings; prepare
agenclas and distribute copies to participants at feast one (1) weeEt befor�
scherluled rneetFngs. The mee#ings shal� be hefd at ti�e Contractnr's field ofFice at
the site and shall include, as a minimum, attendance by the Owner, �ngir�eer,
Con#ractQr's Projent Engineer, J�SP, Project Engpnesr, PCSI's Project f:ngineer, and
the �lectrical Subcontractvr.
�, The purpose of the first meeking shall be for the PCSI to;
a. Summarize their undorstanding af the project.
b. Discuss any proposed substitutions or alternatives,
c. Scl�eduie testir�g and delivery milestone dates.
d, �'rovide a#orum for fhe �'CSI and Owner #o caordinate hardware and
software rela#ed isst�es.
�. Request any addi#ional information required from the Owner andlar
Engineer.
f. The PCS1 shall bring a draft version af shop drawings to the meeti�g to
pravlde #he basis for ihe Owner's and Engineer's ihput inta thelr
development.
Instrumentafion Gen�ral Provisions
40 61 00-8 f03?27 July 6, 2023 - CONFORM�p
pw'I�Car�lolpqeumenl5IT7C1Fott 4Nor�r�00A52-ppOp�pfOd p�kgn704 SpeCs�Gup1a140_Ti1_00 (�rifprmedJ
3.02 fI�TER���`�AiI�1PE �� DRP�I�IIP�C��
A. Raceways and conductors tor ir�strumentation, communications �nd other
miscellaneous low voltage power and signal systerns as specified r�at shown on the
�rawings shall be �rovided as required for a camplete and operating system.
B. The PCSI shall t�rminat� al! canductors of instrum�ntation systoms to RTL� andlor
PtC Termination Cabinets, where designated on the Contract Drawings. The
conduit and wire, as shown on the elec#rical interFace drawings, may not necessarily
be shown on the floor plan.
C. Insiall conductc�rs carrying low voltage signals (typically twisted shielded pair
cables) in raceways totally separate from ail �fher raceways containing power or
12�-volt control conductors, Refer #a N�C article 72�. DC and AC conkrol wiring
shall be installed in separate raceways.
C�. Re�esign of electrical or mechanical wor�c, which is required �ue to the Contractor's
use of a pre-�apprQved alternate inshum�nka#ion or contra! item, Qr arrangemen� of
equipment andlor layout other than specified herein, shall be done by the
ContractQr at hislher own expense. Re�esign and detailed plans sh�ll be submitted
to the Owner and Engin��r for approval. No additior�al compensation wii! be
pro�ided for changes in the wark, either hislher own or others, caused by such
xedes9gn.
3.03 IW�iRU{4R�1�'iATICa�I �QU1PAdl�IVi F'A9� d�D �����F�i�
A. �quipment pads and supports, of concrete or ste�l including structural reinf�rcing
and foundations, are shown on the Structural Drawings.
3.04 IR�STI�L�Ti�fV
/�, Any work not installed according io the Contract Drawings and th�s Sectlon shall be
subject to ci�ange as directed by the Owner and/or Engineer. Na extra
compensation will be allowed for Enaking these changes.
�. A1i dimensions shaf{ be field �erified at th� jab site and caordinated with the wark of
all other krades.
C. Equipment �haA be pratocted at al{ tirnes against m�chanical injury or darraage by
water. Equiprr�ent shail not be�stored outdoors. Equipment shaA be stored in dry
permanent shelt�rs as required by each 5pecification Sec�ion. Do not install
equiprrment i� its permanent iocation until structures are weather-tighf. If any
apparatus has been subjec# to possib4e injury by water, Equipment sha11 be
thoroughly dried ouk and tested as directed by the Owner andlor Engineer, or shall
be rep�aced at no additiona� cost at the Owner's or Englneer's discretion.
Inslrumentetian General Pravisions Jul 6, 2023 - COIVFQF�MED
4R B1 00-9 103127 Y
p�a�l+Ca�dblpocumentsl7xrFoit �Morihr200A52-OOUO6a�04 Designf04 Syec�,+Gup1a140_6L90 (Caniormed�
D. Equipment fhat has been damaged shaif be replaced or re�aired by the equipm�nt
�nanufacturer, at the Qwner/Engineer's discretian.
E. Rep�int any damage t� the factory appiied p�int finish using touch-up paint
furnished by the �quipment manufacturer. If the metallic portion of the panel or
s�action is damaged, the en#ira par�el or sectian shall be replaced, at no additior�al
cost to the Dwner.
3,Oa h�I�PdU�J9aCiU�t�R'S S��dl��
A. pravide manufacturer's services for testing and start-up of the equipment as listed in
e�ch individual SpeciFication Secflon.
B. 'festing and starkup shall noi be combir�ed with training. Tes#ing and start-u� time
shall not be used for manufact�rers v�arranty repairs.
C. Check interlock(ng, c�Rtrol and instrument wiring ft�r eanh system andlor part oi a
system ta prove th�at the systerr� will function praperly as indicated by sch�matics,
wiring diagrams and Controi Descriptior�s.
[3. Testing shafl be scheduled and coordinated with the �wner and �ngineer at least
twa weeks in advance, Provide quafified test personnef, instruments and #est
vquipment.
�, Refer to the individual fnstrumentation Equi{�ment Sectio�s for additional specific
testir�g requirements.
�. IlAake adjustments to the syst�ms and instruct the Qwnsr's �ersannel in the praper
operation of the systems.
3.06 7EST'IR�G
A. Test systems and equi�ment �urnished under Division 40 Ins#rumentaiion Seciions
and repair or replace all defeclive war'�. Make adjustment� t� #he systems and
6hstruct the Owrrer's personnel in the proper operatio� oi th� systems.
F3. Make the tests and checks prior to energizing instrumentation equipment in
accordance with S�ction 40_61_?1 Instrumentation -� Testing and Comrnissioning,
and the individual Spec�ficafian sections.
C. Testing shaf! be scheduled and coordinafed with tho Qwner and Engineer at le�st
iwo weeks in ad�ance, Pravide quali{ied test personnel, instruments and test
equipment, including rnanufacfurer's senrices, as specified in the individual
Specification s�ckions.
D. Where test reports show unsatisfactary results, the Owner andlor Engine�r wil!
require the removal of aA defective or sus��cted mai�rials, equipment andlor
apparatus, and their replacement with new items, all at no cost ta the Owner. The
Contractar shall bear all cost for' any retesting,
inslrumeniatian General Pravisions
40 61 QO-1Q 1Q3127 July fi, 2p23 -�DNFORM�p
p����l�CaroFbf[k�suriienls�TX+Fart tiNorU+r'200452-OOQODp10G pesrgn�0u SUeca�Uupl��q6_61_d0 {Cpn�ormedj
3.a� ��������
A. The Contractor and Manufacturer Equipment shall pro�ide training #a the Plani
Persannei on the Scrubber functionafity and maintenance. The training shall be
provided with handaut materials, and s�all be at th� Client facilities.
'�ND O� SECTI4N
Instrumeniation General Pravisions 1q31zT ,luiy 6, 20Z3-CONFOF2t14E[�
44 61_00-11
pa',frGalotw3DotumentsfTYJFort4'Jorkh�100452-0O�OD070dDesignlD45peCs+Gupl���dQ &1_00(ContarmL�3)
�E��'I�R� ��_�ii_�1
l��iFt�l{�ENY�"i1�F� iE5Tl�1� ��6� SY�i�t�i C�l9111�I�SI�i�INC
��►F#i 'i Cy�P��R��
'5.01 ��OP� ��'�M��W
A. Provi�e a!i testing and commissioning equipmant, materials, incidentals, and labor,
��cessary to perform and co�rdinate the system check-out and startup,
commissioning, field testing and overaA training for the new Plant Control System.
B. 1-he Caniractor's Process Controi 5ystems Integratar (f'CSI) shali supenrise a�dlor
perform the requirements of this Sectior�. As part af these services, the PCSI �hall
include, for those systems that are installed through a third parky, the serv'tces of an
authoriz�d manufacturer's representative st�all check the equipment ir�stallation and
place that portion of the eq�ipment in operation. ihe manufacturer's representative
sha11 be tho�oughly knowfedgeable ahout tk�e i�nstailation, aperation, and
maintenance af fhe manufacturer's equipment.
C. The Cor�tractor's proposed system shall undergo a comprehensive system test
process to d�monstrate that the �ystem performs as an integrated unit ta meet the
rnquirvmonts of this specification. Th� Contractor, as a normal course of systom
devel�pment, shall conduct aH element, subsystem, and system tests necessary �o
ensure the proper operation ofi the system at various stages ofi system
development. This type of testing will normally be unwitnessed; however, the
Owner's Pro�ect T"�am reserves the right to witness these tests if concems arise
about the progress af system implementation.
D. Field testing shall be canducted on the Plant Control 5ystem (PCS) in a coordinated
fashian includes a!l g�-aphics, UO database, controls, alarms, security, and historical
dat�base for the PLC to be connected to the existing plant fEber optic network.
�,f�� SYSi�IVN �b��K6UT QeR1R �iA�T��I�
A. The Contractor shali develop a specific plan for carnmissioning the new control
panels, �fo commissioning activities shall be �erformec� until the system checkvut
and startup plan has been successfully re�iewed and appr��ed by the
OwnerlE�gineer. All commissior�ing work shall be closely coordinated with
Opsrational Staff.
B. �he Contractor is aduised that the existing control systern is currently operational
and perfflrming monitoring and contral functions; therefare, any disruptian to current
system operation sha11 nat be acceptable.
C. The failowing describe5 the overall system checkout and sequencing and is
intended ko use as guideline for their system ahec�Cout. A prefiminary startup plan
shall be submiited for review. �he skarkup plan shaVl be success#uily reviewed prior
ko commenci�g corrimissioning acti�ities.
Instrum�ntation Testing and 5ystem CoEnrnissianing 1 q3127 Ju1y 6, 20�3 - CONFORMtD
4� 61_21-1
�rFCardb+�cumenlsrTl(+Fort tiNo�U1�10Rd52-PUOOD�+QA Design+04 Spec�GuplalAO_Bi _2 � (ConFormeUj
D. All Plant 5hutdown shall �e extensively caardinated with Plant Operations.
�. PLC I�stallation and Gheckout:
1. The� following is a guideline of the series of steps in�olved with the chec�tout af
the P�Cs,
7, PerForm tests to verify that communications between th� HM1 I/0 servers and
PLG �re funcfianal. Any network or sof#ware communication driver issues
encountered shall be praperfy identlfie�! and corrected.
3. Next, perform an 110 chec�c from khe field instrument anti equipment ta the
PLC.
4. Perform an end-to-end (�eld termination to HMf) cheek, to ch�cic each physical
I!O point connected to the PLC as defined herein.
5. Once end-tn-end paint tesfing has been compieted, the processes at the PLC
shall be $witched to remote manua! contrQl so an op�rator can control the
process equipment usi�g the new control system NMI.
6. Any control software assaciated with the PL.0 shall be activated and tested,
one function at a time, If application soffware issues are fou�d, the saftware
canfiguration shail be `�d�buggod" and th� probl�rn corrQct�d. Appropriate
tests shall be repeated after the problom is eorrected.
I, During PLC installation and chec�out, the Contraetor shaff provide a minimum
of two (2) personnel an site ful!-tirrie. ?'h€z Owner shall obsenre the Cantrac#or's
war�t associated wi#h startup of the new PLC and shall pro�ide support for
proeess operations,
F. Cantrof System Level Checkaut:
1. During this testing phas�, the Owner shall op�rate the Cantrol System in
remate manuai �r autorriaiic. 7he Contractor shall provide two (2) qualified
personnel an-site during this phase to diagnose and correct any base Contral
Syste�m problems disco�ered, as weH �s to conduct further t�stin� acti�ities.
The �wner s�all observe the Contractar's worEc and shalf prouide suppori for
process operations to facilitate testing.
G• Cantractor shall provide all fes# equipm�nt �ecossary to perforrn the test during
System checkout and s#artup,
N• Con#ractor andlor syskem supplier shail be responsible far inifia! operation of the
+�ew control system and shali make any required charages, adjustment, ar
replacem�nfs for o�aeration, monitoring, and ct�ntrol of the �arious proc�sses and
equlpment necessary to perForm the iunctfons interided.
Contractar shall �urnish to Engineer two copies of an irastall�tion inspectiorr report
certifying that all equEpment has been correctfy installed and are operaking praperly,
The report shall be signed by the Contractor's repr�sentatives.
±.03 SLJ�MIT'f�o1�S
A, Submittal Proc�ss:
1, SUbmit 5hop prawings, in accordartce with Div�sian 1 requiremer�ts, and as
further specified herein. An individualfy packaged submittal shall be made for
this section and shall contain all of the information rQquired. Par�ial submittals
wilf nat b� accepted and wifi be returned without review�d,
Instrumerotatian Testing and System Commissioning
�� �� 21-� ����Z� July 5, 20Z3 - CUNFORMED
pa:lrCarolb+0o��timenls�TxlFurt 1VorIhr240A52-409PDp`tlA Ues�gnl�4 Spec;JGupl2lAO_61_21 {ConforineUj
�. �ach Section submittal shall be complete, cont�in all of the items listed in the
Sp�cification Section, and shall be clsarly marked to indicate which items are
appiicable on each cut sheet page. The Submi#al shall list any exceptivns tv th�
Spe�ifications �nd Drawings, and the reason for such deviation. Shop drawings, not
so checked and noted, will be rQ#urned un-r�viewed.
C. The Contractor shall chack shap cirawings for accuracy and Cont�act Requirements
pria� to su�mitkal to the Engineer. Errors and omissions an appraved shop drawings
shall not relieve the Contrackor from the responsibility of �ra�iding materials and
workmanship required by the Specifications and Drawings. Shop drawings shaU be
stamped with the date checked and a Statement indicating thak the shap drawings
confnrm to Specificatitins and Drawings. Only nne Specifrcatian Section submittals
wfA be aHowed p�r kransmittal unless seetions are indicaied for grouping In the
indivi�ual sectians.
D. Materiai sha11 not be ordered or shipped until the shop drawings have been
approved. No materiai shail be vrdered ar shop wprk started if shop drawings are
mar{�ed "APF'R�V�D AS NQT�D CaNFIRNi", "APPROV�D AS F10T�D
RESUBNif�" or "NOT APPR�V�D".
�. Startup P1an S�bmiital:
1. The Contractnr shall submit a startup plan for �wnerlEngineer review. Upon
successful review, the Contrackar shall coordinate with Operatiflns on an
agreed upon date and kime for commissioning each site.
�. Testing Plan and Schedule Submittal:
1. Submii, as saon as passible follawi�g PCS!'s receipt of Nptice to Proceed, a
7esting Plan and Sch�duie Submittal. The Tesfing Plan shall be rnade anc�
approved before any testing shaA be accepted. The Testing Plan, Schedule
submittal shall, as a minimum, contai� the fallowing:
a. Overview of #he Process Control System, cleariy describing the PCSI's
understandi�g of the project work and interfa�es to other systems; and
including a preliminary system architecture �rawing and praposed project
wor�c schodule detailing a11 PCSI's worEt acti�itios,
b. Appraach to work clearly dsscr+bing haw the PCSI intends to �xecute the
wor�t, including detailed discussion of switchaver, startup, replacement of
existing equipment wikh new, and dther tasks as required by these
specifications as applicable.
c. Prelirninary PLC hardware submittal information shall he ir�cluded solely
far determining campliance with ihe requirements af ihe Contract
Dacuments prinr to beginning development af application programming.
Re�iew and approval af software and hardware systems as part of this
Praject I'ian stage shall nat relieve the PCS1 ofi meeting all the fu�ctivna!
and perfarmance requirements of the system as specified herein,
SubsiitutiQn of manufacturer or madel af these systems after the submittal
is approved shall not be pormikted withaut prior OwnerlEngineer approvai.
d. Details of personr�eE assigned to the project and organizational structure
inciuding khe PCSI's project manager, praject �ngineer, and lead project
#echnicians. Include resumes af each key individual and specify in writir�g
their cammitment to this �roject,
e. Preliminary coardination meeting agendas as specified herein.
{nstrumentation Tasiing and Syst�m Commissianing 1���Z7 July 6, 2�2� - CONFORM�D
40_61_21-3
�v:JrCardb+L�ocumenE�IT%+Fa�11NorIh2dOd52-OOOODOlOA Design704 Specs�Guplald0_64_21 {Conforrnedj
f, Preliminary training plan.
g• Samples af s�op t�rawings ta be submitted in conformance with the
requiremer�ts af tMe Spec��cations shafl be submitted. At a minimum
include samples of panel fabricatioR drawir�gs, loop, and f!a wiring
diagrams.
2. Exceptions to the Specifications or Drawings shall be clearly defined in a
separate C�eviation List. ihe Deviation �ist shal! consist af a paragraph by
paragraph rev9ew of the 5pecifications indicating acceptance or any proposed
de�iations, the reason far exception, the exact nature of the exception and the
proposed substitution so thak an evaluatian may be made by the Engineer.
�7he accaptability of any device or methodofogy submitted as an "equal' or
exception to the specificatians shall be at ihe sole discretion of the
Ownerl�ngineer, ff no exceptions are taken to the Specifca#ions or CJrawings,
the PCSI shafl make a statement indicating so, If there is no statement
i�cl�ded by the PCSI, it shall be interpreted by the OwnerlEngineer to mean
that no excep�tions are taEcen.
3. A F�roject Schedulo shall be preparQd and submittod using an ISOIlEC
2fi300:2Q06 formatted file. Th� schedule si�all b� prepared in Gantt chart
format cleariy sl�awing tasEc linkages fiar aR tasks and identifying critical path
elem�nts. Th€ PCgI's s�h�duie shall be bas�d on �nd coardinated with the
Cor�tractor's schedules and must meek all �ield installatlan, testing, and startup
milestones irt those schedules.
4. The PC51 schedule shail illustrate af! major projeet milestones including the
following:
a. 5chedule far all subsequent project submittals: in�lud� in the time
allotment, the time required f�r Cant�actor submittal preparati�n,
�:ngineer's review, and a minimum of twa complete revi�w cycles.
b, Praposed dates for all required praject Caordinatian fVleetings.
c. F�ardware purchasing, fabric�tion, and ass�mbly (following appra�al of
ralated submiitals).
d. Saftware purchasing and configuration (fo0owing approval of related
submittals}.
e. Shi}�ment of al! insfrumentation and contro! system equipment.
f. Installatiorr of all instrumentation anc! contral system equipment.
g. Duration and dates for all required testir�g activities. Testing schedule
shaA include subrnittal of tesf procedures a mini�num of 3U days prior to
comme�ncement af testing. Schedule shall alsa incfude submittal of
campleted documentation of tesfing acki�ities for review and a�proval by
the Engineer prior to equipmen# shipment, st�rtup, or subsequant project
work.
h, The PCSI shall arrange the s�hedule to develap, #est, troubleshoot, and
train tho Owner's staff on the F�LG and bMl applic�tions. The #iming af
these caordination efforts shali be determined by the PCSI. The PC51
shall include all necessary casts to accommodate tMe minimum time slats
in their o�erall project schedule. All time allofinents shalf exclude any legal
halidays, or days Ipst due to d�lays causec! by the Contractor_
i. Include a schedule for sysfem cutover, startup, andlor pfacing in service
for the pLC u�der this Contract. At a minimum, include the schedule for afl
HM4 and PLC related wark.
j. 5cheduEe far afl training incfuding submittal and apprava! of �&M
manu�ls, factory training, �nd fieid training,
Inslrumentation "iesiing and System Commi�sioning
4q 61 21-4 103127 July 6. 2Q2� - CqNFpRMED
pti�^ItCsrdb�DotarnenlsPTXlFtut Yvor1iv204452•OOOUDO�Od Des�gnt64 SpecatGuplalAO 63_Z1 {�onlo�med}
�.a� �o�n�i�sio����
A, Following the network, instrumentation and control system checkaut and stark-up,
the Contractnr shall perform a complete system test in the presence vf the
Ownerl�ngineer ta verify that all equipment and software is operak9�g praperly as a
fuily int�gratEd system, and that the intondod rnonitoring and confrol functions ar�
fully implemented and aperatianal. Commissianing shaN be performed or� a site by
site basis.
1. Comm+ssioning sha11 �egin only after networicing equipment, all instruments
and contro! panels have besn installed, wfred, and previc�usly tested by the
Contractor, in accardance wikh Paragraph 1.02 af this Se�tion.
2. Contractor shaA submit to the Engineer a schedule for Comrnissi��ing,
including a proposed start �ate, at least three wee�Cs in �dvance.
�. Commissianing shall include, as a minimum, the foflowing checks:
�f. All wiring shall be checked at each termination pa+nt for carrect wire size, type,
color, termin�tifln, and wire number.
2. AI1 instrumen#s and devices shall be checked to verify campliance with the
spocifications and appraved shop drawings. Tha caiibration of analag d�vices
shall be verified including the zero and span.
3. Analog wiring shaH be checiced for correct polariiy and ground continuity at
each termination point in the loap.
4, AH analog loops shall be ver'tfied ai eac� terminatian point at U%, 25°Io, 50°!0,
75°/a, 2�nd 1 Qd% slgl�a) levels.
C. C�ntractar shall provide khe fallowing documentation for use during the
Commissianing effort.
1. Compfeie panek schematic and internal point-ko-pant wiring intercQnnect
drawings.
2. C�mplete electrical control schematics in accordance with JIC standards.
3, Complete pane! layout drawings.
4. Gompleto fi�ld wiring ciiagrams,
5. Gamplete Enstrument loop diagrams.
6. Completed CalibrationlRecaiibration Ce�tificates for all field and panel devices
that re�ulre adjustmeni or calibratfan.
i. Cantractor shall pravide one set of Commissioning documentation for the
Qwner's personnel, one sat for the �ngineer's us�, one set for field use, and
the reguired number of sets for the Contractar's use.
8. The drawings corrected and moafified during Commissionin� shalf form the
basis for the "As-�uilt" record dra►rving requirement.
D. All PL.0 h�rdware and software shall b� thoroughly tested to verify p�aQer aperakion
as an integrated system. 5ystem testing shall include, �s a minimum, the foliowing:
1. All �igital irrputs shall be activated at the field element to verify proper
response to the status change on graphic displays, reports, ar�d in automafic
cantro{ algorithms.
2. Afl analog inputs shall be tested at tha �ield transmitter aver a full rar�ge to
verify p�oper response on graphic displays, reports, and in aufiomatic contro)
algorithms.
3. Afl digital and anafog autpuis shal{ be �arced to verify proper control operation.
lnslrumentaiian Tesling and Syslem Commissloning ��31z� ,�uly 6, 202� - CONFOl�ME17
40 61 29-5
p��:llGa�c�'o�Documenl�[C1(�Foit Wo�lh�ZD04�2-(19�lOpQ,04 Oesfgn+0a Specs;GuplalAO_fit_21 {Confprmed)
4. Cnmmunica#ior�s, incfudir�g PLCIRTU data hig}�way, camputer loea� area
networic, pLC/R711 r�mvte f/D, and serial comrr3unicatians shall be tested
between afl components, including existing equi�meRt.
5. A�arrn displays and printing shall be tes#ed for aIl analog and digitai alarm
painks.
6. Aal autamatic control algorithi-n� shall b� completely tested over vanous �anges
and input conditians to verify proper aperation, Graphic dispfay� shall be
observ�d ta verffy proper response to automat�c control operations.
7. All historical data collection, trending, computation, tolalizers, and reparting
funct�ons shall !�e checiced and tested to con�rm praper operation and
accuracy af the data�.
E. Any �efects or problems found during the Corr�missinning effnrt or field #est shall be
corrected by the Contractor and then retested to demanstrate proper aperation,
�. Followir�g testing and demonstration of alf system functions, the new cor�trnf system
shaA be fully operation�l for a continuous �48��hour peripd, The Field I�emonstr�tian
Test s�pecified below shall nvt begin unfil the contin�ous �48 hour �roving rur� k�as
b€�en succossfully camplatad and Qwne�r and �ngin�er agr�e that th� Fio�d Test can
begir�.
�.u� ���r� ��������,y
A. �ield t�st new HMI scr�ens dew�loped for the proJect.
B. If any F'LC is currently in oper�#ion in the �eld, any madificatians to existing pLC
programs shall be fully field tested ia th� satisfaction of the Owner. 'T'he Contractor
shall provide any required PLC hardware loaded with the modi�ed PLC program far
full functinnal testing in the PCSI's testing facility.
C. The PCSI shall test ali equipment priar #o shipment, lJn�ess otherwise specified in
the individual specificatian sections, all equipment provided by the PCSf shall be
field tested as a single fully integrated system.
D. As a minimum, the testing shall include the following;
1. ��eratinnal Readiness Test (ORi}.
2, Functional Demanstration Test (F�T}.
3. 30-Day Sit� Aceeptance Test (SAT).
�. �ac� test shall be Irt the cause and effect format, fl�e person conducting the test
shall initiake an input (cause) and, upan the 5ystem's ar subsystem's producing the
correct resulf (efifect), the specific test requirement shall be satisfi�d.
F. AI! tests shafl be conducted in accordance with priar Engin�er-approved
procedures, forms, and check lists. Each specific test shail be described and
follawed by a section for sign off 3�y the appr�prlate party after Its status completion.
G. Copies �f these sign off test pracedures, forms, and check iists will const9tute the
required test docurnentation.
Instrumeniatfon 7esting and System Comrriissloning
40 f 1 21-6 iQ3127 July 6, zaa� - Con��o�M�o
�n�':NCArdlnl[7oCUmenIS1T1UFUIttNortfV2ppq�217pUqp0,0A DesIgM10�1 Sp�cs�Guplald0_67�1 {GonFprmetlj
H. Provide all special testing rnaterials and equipment. Wherever passible, perforrrs
tests using a�ctual �rocess variabies, equipment, and data. Where it is not practical
to test with real process variables, equipment, and data, provides suitable means of
simulation, Aefine these simulation iecfi�niques in the test pracedures,
I. The Ganeral Contrackor shall requiro tF�v lnt�gration Subcantractor to coardinata all
testing with the Engir�eer, all affec#ed 5ubcontractars, and the 4wner.
J. The OwnerlE,ngineer reserves the right to test or retest afl specified functior�s
whether or not explieiily stated in ihe prior approved T'est Procedures.
K. 7he Enginesr's decision shaU be final regarding the acceptability and completeness
of all testing.
L. No equipment shall be 5i�lpped ta the Praject Site until ihe Engineer has �received aN
t�st results and approved the sys#em as ready far shipment.
M. The PCSf shafl fUrnish the services of servicemen, all special caiibration and test
equipment and la�or to perfarm the field tests.
N. Correction of f�eficiencies:
1, A!I deficiencies in workmanship andlor items nvt meeting specified testing
requiremQnts shap ba corr�cted to meet speci�ication r�quirements at no
additional cost to tfi�e �wner.
2. Testing, as specified h�rein, shall be repeated after correction of deficiencies
is made t�ntil the specified requiremsnts are me#. �his work sha4i be perfiormed
at no additianal cost ta the Owner.
��RY � �I�D�U�T� �Ri�T' IJ�ED)
PAoRT 3 �3��CUTIQPd
3.4� QI�ERAiIDIV�L FtEADIPi�5S T�,SY (OR��
A. Prior to startup and the I�unctional Der►�onstratlan Test, the entire system shall be
certified (inspected, tested, and documented) tha# it is READY for apera#ion. The
Input I Qutput tesi sh�ll be a witnessed �y khe OWNERIENGINEER.
B. LoaplCampvnent Inspectians and Tests: The ��tire system shall be che�ked tor
�rop�r installation, calibrated, and adjusted on a foop-by-loop and companent-by-
compAnent basis ko ensure #hat it is in conforrr3ance with relaked submittai`s and
fhese Specifications.
1. �'he LaoplComponent Inspections and lnput 1 Ouiput Y�sts s�all b�
implemented using Engineer-appro�ed forms and check lists.
a. Each loop shalf have a Loop Status Report to organixe and trac�t its
inspection, adjustment, and calibration, Th�se reports shall include the
folEowing information and check ofF ikerns with space for sign off by the
PCSI.
9 ) Praject Name.
lnstrumentation Testing and Syslem Commissioning 103127 Jufy 6, 2023 - C�NFORM�D
40 61s29-7
�v�NCa[a'o�QoCurner515�TX+Foit 1h�orpy24(id52•06QUQ��OA DeSjgn�D4 Specs+Gup1af40_BL2t (Confoirtiadj
2) L.00p Number.
3) Tag Nurraber for each component.
�) Check offslsign offs for each c�mponent.
b. Taglidentification.
c. Installa#ion.
d. Te�rnination — wiring,
e. �arminaiion — tubing,
f, Calibratianladjustrne�t -- Check offslsign offs far #he ioa�.
r�• Pane! inkerfaee terminatians.
h. il0 inferface terrninations.
i. IIO signal operation.
j. lnputslo�tp�ts operaiional: received/sent, processed, and adjusted.
k. Totai foop operation — Provide spac� for camments.
�. �ach acti�� qnalog Subsystem eiement and each I/O module shall have a
Campanent Calibrstion Sheet. These shee#s shal! have the foflowing
informatian, spaces for data entry, and a space for sign aff by the PCSI:
1) Project Name.
2) �oop Number,
3) Component Tag Rlumber of IIO Modt�le Number,
4) Component Codv Number Anafng System.
5) Manufacturer (for Analag system efementy.
6) Model NumberfSeriaf Number (for Analog system}.
7) 5ummary of Functional Requiraments:
a) Indicakors and Recarders: Scale and chart ranges.
b) Transmitters/Converters: Scale and chart ranges.
c) Cornputing Elements; F'ur�ction.
d) Controllsrs; Actian (direct/reverse) cantrvl Mocles (PIDj.
e} Switching �lements; �Jnit range, differential.
fj (FIXE�lAQJUSTABLEy, preset (AUTOIMANUA�).
g) 110 Modules: Input ar output.
2. Cafibrations:
a. Analog Ue�ic�s: Required and actual inputs and outputs at 0, 2�, 50, 75,
and 1 DO percent of span, risir�g and �'alling.
b. Discrete Devices: Required and actua! trip poir�ts and reset points.
c. Con#rolfers: Made settings (Pf�}.
d. IIO IViodules; Required an actual Inpu#s or o�rtputs for 0, 25, 50, 75, and
100 percent of span, rising and falling,
1) Provide space for comments.
Z) Space for sign off by the PC51.
3. The Contractor shali maintain #he �oop Status Repo�ts ar�d Component
Calibration Sheets af the jobsite and make them a�aAable to the
Engineer/Owner at any time,
t. These ir�spections and tests require witnessing by the QWN�RIENGINEER.
Yhe �ngineer will review and initial all Laop Status Sheets and Com}�oneni
Caiibratipn Sheets and spot-check their entries �eriodically and upon
completion of the Operational Read(ness 1'esi, Any deficiencies found shall be
corrected.
Instrumentation Tesiing and System Commiss�oning
40 B1 21-8 ia3127 July 6, 20�3 - CONFORMED
�nv IfCalo€Io±DocurttenlslTXfFurt Wo�liJ2Qp452-0OAppDN4 Oaslgn�04 SpeCS�Gup1ald0_$�_Y1(Cpnfp�rnedj
3.Oti �UFl�`ifBNAL ��NVOP��if��►Y1�N iESY (FDT}
A. Prior ta st�rtup and the 3D-Day� Test, the entira installed instrument and control
system shall be cer�ified #hat it is ready for aperation. All preliminary testing,
inspection, anci calibratian shall be com�lete as defined i� the Operational
Readiness Tests.
B, Once the faciliky has be�n sta�ted up and is agerating, a witnessed Funetian�l
Demonstration l�est shall be perfarmed on khe compl�te syst€m �o demanstrate that
it is operating and in campliance with t�ese Sp�cifications. Each speci�ied function
shaN be demonstrated on a paragraph-by-paragraph, lo�p-by-loop, and site-by-site
basis.
C, Lo�p-specific and nan-laap-specific tests shall be the same as specified under
Functianal Demanstratian Tests except that the entire installed system shall be
fested and ap functionality demonstrated.
D. Updated versians af the documentation spec�fie� to be �rovided for during the tests
shall be made available to the �ngineer at the jobsite both before and during the
tests. In addition, one (1) copy of aU O&M Manuaks shaH be made available ta the
Enginear at tho jabsit� both bQfore and during tosting,
E. The daiiy schedul� specified to be fallowed during khe tes#s shail alsa be followed
durir�g th� Functional Demonstration Test.
�, ihe syst�m �hall operate for 104 continuous hours withaui faklure before this test
shall be considered successful.
G. Demonstrate cammunicatoon failure and recovery.
3.03 3��D�►Y �1T€ �°+CC�PT�°oA�1C� T1�ST �SAT)
�. �4iter completian of the Operat9onal Read�ness and Functional ❑emonstration Tests
for a!l sites, the PCSI shall be responsible for operation af th� entire syskem for a
period of 30 consecutive days, un�er conditions �f fuil plant process ��era#ion,
without a sir�gle r�an-field repairab�e malfur�ction.
�, p�aring this test, plant operating and PCSI personnel shall be present as required.
For this test, the PGSI is Qxpeeted to pro�ide �ersonnei wha have ar� iniimate
{cnawledge af the system hardware and software.
C. While this test is proceeding, the Owner shail have full use of the system. 4nly plank
aperaCing personnel shall be allowed to operate equipment associated with live
piant processes.
D. Any rnalfunctian during fhe iesis shall be analyzed and corrected by the PCSI. The
Engineer andior Owner will dekermine whether any such m�lfunctions are
suffciently serious to warrant a repeat of this test.
Inslrumantation Tesking and SysLem Commissioning 1�3�2� �uiy 6, 2a23 - CDNFOi�MEP
4D_61 _21-9
�nv�llCard�NRocuments�TlflFort �'�o�lhr1D0452-4fl0UD0�04 ���gn+d4 SpecsfGup1af40_6L21 {Conformed)
E. During this 30-consecutive day test perio�, any malfunction which cannot �be
corrected within 24 haurs of occurrence �y PCS� p��Qnne1, ar more than two
similar failures of any dur�tian, will be �vnsfciereci a non-fieid•�repairable malfunc#ion.
F. Upvn completion af repairs by the PGSI, the test shaN be �epeated as sp�cified
herein.
G. !n the event of rejection of any part or function, the PCSf shaH pe�form repairs or
�epfacement with€n 90 days.
H. The total availability of the system �hall be greater than 9g.5 percent (99.5%) during
this test periad. Availabil�ty shall be defined as:
�vailability ={Totaf Testing Time�Dawn Time) J Total Testing Time
Down times due to power outages or other fiaetars outside the nar�rtal protectian
devices or b�ck-up .�ower suppli�s provided shall no# contribute to fhe avaAability
test times above,
J. Upon successful campletion of the 30-day sita acceptance test and subsequent
revi�w and appraval of complete system fina! docurn�ntation, the system shall be
considered substantiaily complete, and the one-y�ar warranty period shalf
cammenee.
END OF SECTION
Instrun�entation 7esiing and Syst�m Commissionirrg
40 69 P1-1D 103127
��v:RCardwrGpc�imenls�l'XrFo��ydorlh+2U0A52-0OQpDp�U4 Oesagnfpa Specs+GuplalRO_6�_2i {Cunformed} July 6, 2p23 - CONFORIREO
��,�`TiOP� 4d_7i� 00
�dtJ�L (�O�INiED �@NTR�� ��VI��S
PARi 1 GEI��.R�L
1.8� �C��� B�r 1�'��Ft
A. This Sectian of the Spec9flcations dese�ibe� the requirements for panel mounted
equipment to b� furnished under other Sections of th� Specificakions as listed in the
ReVated Worl� paragraph of iF�is Section.
B. Afl equipment described herein shall be submltted and furnished as an integral part
af equipment speci�ed elsewhere in these Specifications.
1.02 ��l�iF� +�DRW
A. Section 40_61_00 Instrumentation G�neral Pro�isions.
'i.03 FtE�'��EP��� ����� APl� �TAN��►FtD�i
A. 'ihe equipment in this s�ecificatian shall be designed and manufactured accord�ng
ko latest revisian of the fo�lowing standards (unless otherwise natedj:
1. NEMAl15CI 1Q9 Transient �ver-voltage Withstand Tesk.
�, 1��E Std. 4721ANS1 C37.90.� Withstand Capabiiity of Reiay Systems to
Rad'+ated Electromagnstic Interferanc� from Transceivers,
3. IEC 255.4 Surge Withstand Capability Tests.
4. NEMAIICS 'l General Standard for Industriai Cantrol 5ysiems.
6. N�MAIICS 4 Terminal �locks far industrial Use.
fi. NEMAIICS 6 Enciosures for Industr�al Control Systems.
7. NEMA LS 1 Law Voltage Surge Protective Devices.
8. U� 1449 Third Edition — Surge Protective Devices.
B. ,All eq�ipment shall comply wfth khe requfrements of the Na#ional Electric Code and
Underwriters Labaratories (UL) where applicable.
C. Each specifiec! device shall als� confarm to the standards and codes Gsted in the
andividuai device paragraphs.
9.Q4 �UEl�IiY �S�U�ARI��
A. The manufacturer of this Qquipmont shal! ha�e prod�ced similar electrical
equipment for a minimum �ariad n# two (2} years, Whon requested by tF�e
Owr�erlEngirteer, an acceptable list af installations wikh similar equipment shall be
provid�d demonstrating compliance with this requirement.
Panel Mount�d Conirol Devices 1 p3127 July B, 2Q23 - CO�fFORMED
40 78 00-'I
�nv:�iCaioRo+Document�i{X�Fnrt W�rIh�300482-0Q00{lOfUd OeSIgn�OA SpeCslGupte'40_78_DO (Conformed}
�. Equipment submi#ted shalf fit within the space or location shown an the Cont�act
I]rawings, �quipment which daes nat fit within the space or lacati�n is not
acceptable.
C. For the equipment specified herein, tl�e manufacturer shail be iS0 9001 2000
certi�od.
i,45 Ifil�Rf�AR��Y
A, T he Manu�actUrer si�all warrant th� specified equipment to be fr€e from def�cts in
material and workmanship for two (2) year �rom date of acceptance of the assembly
containing the items specified in this Section. Wikhin such period oi warranfy, the
Manufacturer shall promptly furnish all materiai and labor necessary to return the
equipi-nent to n�w opera#ing conditian. Any warranty work requiring shipping or
transparting of the equipment sha11 be per�ormed by the Contractar at no expense tp
ths Owner,
PAR� � �R�DU��'S
�.01 AlIC1�� ���,�� ['QR �l�IiCb��, F�USb��li�'pPES i4f�1? Iid�I��eitR1� l..dR+oP$
A, SubJect to campliancs wikh the Contrac# L�ocumen#s, the following Manufacturers
are acceptable:
1, Square D,
2. A�len Sradley.
3. G�.
f3. The Nsting o# specific manufacturers above does not imply acceptance of th�ir
products that do not meet the specified rating�, features and functians.
Manufacturers listed abova are r�ot relieved fram meetEng these specifications Ir�
thair entirety.
C. Constr�rction:
1, 30mrn Diameter.
2. Corrosion resistant.
3. iV�MA 414X1�3 withaut baoted covers.
4. "Fingor safo" contact blacks, 10A rating.
5. Function indicating colors p�r NF�A 79 unless otherwise shown an the
Drawir�gs,
6. Engraved corrosion resistartt nameplates.
7. LED lamps,
S• Mode selector switch�s shafl have 1 spar� set auxiliary contacts.
9. Indicator lights io be �ush-ta-Tesf.
10. Potentlometer ratings to match IIO devices connected.
2.0� �'E�t�l1�fY�L BLO�FtS
A, Subject to compliance with the Contracf Documents, tl�e fallowing Man�facturers
are acceptable:
1, Phaenix Contact.
Panel �lounted Control bevices
40 78 Oq-� 1a3127 July B, 2023 - C�NFORIVIED
pu"11C8rolfotRpprq����ytTX�Fort 1h�orlYd2q0�52•OAUODD10+1 pe5lgnr�4 SpesslGppt�+d6 78_p0 (Coriloirrtedj
7_. Entrelec.
3. Weidmulfer,
�. Allen f3radley.
B, The lisking af specific manufaeturers abo�e does nat imply acceptance af their
products that do not me�t the specified ratings, f�atur�s and functions.
11l4anufacturers lisied above are nnt relieved from m�oting t�e�e specifications in
their entirety,
C. 7�rminai Blocks:
1. 7'erminal blocl�s shail be D1N-rail-mounted one-piece molded plastic btocks
with kubular-clamp-screw type, with end barriers, dual side terminal block
numbers and terminal graup idenki�ers. Terminal binc�s s�all be rated for 600
volts except for control �nd ir�strumentation circufts, or 4-20 rnA analog signal
conduG#vrs.
2. Pr�vide 60D volt rat�d terminal blacks for any conductar carryEng any ��Itage
over 1�4 volts to grouhd.
3. Provide �DO volt rated strap screw terminal blocks for any power cond�etors
carrying over 20 amps, at any vol#ago. Terminals shaH b� doublQ sidod and
supplied with remo►�abie covers ta prevent accidental contact with li�� circuits.
4. Powar conductors carrying over 20 amps, at any voltaga shall bo termir�ated ta
strap-screw type terminal biocks wiih crirnp type, pre-insuiated, ring-tangu�
lugs. Lugs shall he of the appropriate size for the termi�al block screws and fiar
the number and size of the wires terminated. �o not t�rminate mare than one
conductor in any 1t�g, and do not fa�d more than two conductors under any
strap-screw terminaf point.
5, ierminals sh�ll �ave perrrra�ent, legible identiflcation, clesrly visibie with the
�rotective caver removed. Each terminal black shall have 70 percent spare
terminals, but r�ot less than twa spare terminals.
6. Do not Vand more than two conductors per terminal point. Use the
manu�acturer's proviclad bridge connectors to intercannect t�rminal bloc�s
terminating common or ground cnnduc#ors.
i, Twisted shielded pair ar triad cables shall have each indi�idual conductvr and
shield drain wire landed on individual terminal bincks. Us� th� manuiacturer's
provided bridge connectors to interconnect terminal blocFts terminating the
shield drain wire conductors.
8. Control circuits, 120 �olts and below, and 4-20 mA analog signai conduckors
shall be terminated with manufaciurer's recommended farrules. Ferruies shall
be provided with plasiic sleeves.
9. Pravide an AC ground bar �anded ta the panel enelosure, if inekal, with
2Q percent spare terminals.
10. Pravided ground kerminal blocks for each twis#ed-shielded pair drain wire.
D, Termitral Blocks (Analog Inpukloutput}:
1. Fusvd modular terminal blacks shall be pra�ided fflr a!I analog inputs and
outputs.
2. Technical:
3. Connection: Screw.
�4. No. of levefs: 3.
5. No. of connections: 5.
6, Nominal crass section: 4 mm^2.
Panel Mounted Control Devices 1 �3127 Ju[y 6, 2023 - CON�ORMED
40 7$ OD-3
qr:NC310��GrDOWmenisETXfFqit �'nrUv'200A52-OOUODOIOA tlEslgn7�4 Sp8C5.'Guyt9fd0_7$_00 �COnfOrtf�ed}
?. Insulating rna#erial: F�A.
8. Fuse: C�/5 x 20.
9. F�se #ype: Class.
10. Rate surge voltage, 6 KV.
1 �. Ovarvaltag� category; I II.
92. L.ED valtage rar�ge: 12V ACIDC ...30V AC/DC.
13. LE� currenk ra�ge: 0,31 mA...0.95 mA.
14. Maximum laad current: 36 A,
16. ConnectEon standard: I�C 6094�'-7-21fEC 60947_�_3,
2.Q3 Ih�+IR� Yl��U�F�S
A. Subject to compliance with the Cor�tract Documents, the following Manufacturers
are acceptabfe:
1. Panduit.
2. Taylor,
3. Approved Equal.
B. The listing of specific manufacturers above does not dmply acceptance af their
��roducts that do not mo�t the sp�cified ratings, fQatures �nd funcfions.
Manufacturers listad above are n�t reli�ved from meeting these specifications ir�
fheir antirety.
C. All wlring shall be er�closed in F'VG wire #raugh with slatted side npenings and
remo�able cover. �'lan wire routing such that no low voltage twisted shielded pair
cable conduct€ng analog 4-20 mA signals or cammunications low voltage analog
signals are rouked in the same wlre trough as eondt�ciors carrying discrete signals
or pawer.
D. The failowing trough colors shal! be used:
1. Biack:Ail 480 �alt AC.
2. Grey;AH 2.4 volt DC.
3. White:All 120 volt AC.
�4. Blu�r:lntrinsic Safa Circuits,
2.44 �IF+f R�,IL�
A. Subject to campliance with the Contract Dacuments, the following Mar�ufactur�rs
ar� acceptable:
1. F'hoenix Contact.
2. Entr�lec.
3. Weidmulfer.
4. Allen Bradley.
B. The listing of specific manufacturers above does n�t impfy acceptance of their
prnducts that r}o not meet the specifed ratings, features and functions.
Manufacturers listed above are not reliev�d from meeting these specificatians in
their er�tireiy.
Pan�l Mounked Control Devices
40_78 00-4 �03i�7 July 6, 2023 - CONFORMED
p�+�:�1CaroGo�Dop�msnls+TX+FoR Wpr�hr20Q�52-oa�pD�;D�! DeslgnW�l SpeCs.'Gl�pleMO_78_p0 (Coi3f�rmecJf
C. Standard 35 mm rails shall be made of steel zinc-plated and chromated. Rails shall
be 7.5 mrn tall attd meet standard EN 64715: 2041.
p, Unless noted otherwise, all reference ta D1N Rail mounting shafl be of type standoff
(raised) DIN Rail mounted,
2.Q5 �IGP��� I�OLA7�RS, ����YER�, ��NV��Y�R�
A. SubjQct to compliance with the Contract Dacuments, the fal4owing Manufacturers
are accept�ble:
1. Phoenix Contact.
2. Moore lndustries.
�. Acromag Inc.
B. The listing of speciflc manufacturers above does not imply acceptance of their
prod�c#s that do n�t meet the specified ratings, feafures and functions.
I�anufacturers listed abave are nvt relieved fram meeting these specifications in
their entirety.
1. Type:
a, �xternakly powered solid state electranic type, Loap powered de�ices ar�
not acc�ptable.
2. �unctionallPerfarmance:
a. Acc�racy - 0.15 peresnt.
b. Inputs - Current, voltage, frequency, temp�rature, ar resistance as
required_
c. Outputs - Current or voEiage as required.
d, Isnlation - There shall be complete isalation between inpui circuitry, output
circuitry, and the power suppfy.
e. Adiustments - Zero and span adjustment shall be provided.
f, Pratection - Provide RFI protectlon.
g. 24 Volt �C paw�r input.
3. Physical:
a. A+'ivunting - Suitabie for DIlV Rail maunting in art anclosuro ar instrument
rack.
4, OptionslAccessories Required:
a. Il�ounting rac4� ar general purpose enclosure as required.
2.fl6 �'BT�i�7'EQ14��Y�k� ! Fi'�f� 'TR�°+R1�NiliY�RS
A. Suhject to compfiance with the Contract Documents, the faliowing Manufacturers
are accepkable:
1. Phoenix Contact.
2. AAoore lndustries.
�. The listing af specific mar�ufac#urers above does not imply acceptance af their
prodUcts tY�at do not meet ihe specified ratings, features and func#ions.
Manufacturers fisted above are not relie�ed fram meeting these speci��ations in
their entirety.
C. Design and fabrication:
1. Solid sfiate electro�►ics.
Panel Mounted Controi Devices 103127 July 6, 2023 - CONFORMED
40_78_OC!-5
p�v:�tCaraf'n�l}aCumerilsnKrFod worUt�iO4+152-0flA0�0l04 Oeslgnf04 SpecslGuptalao_a8_DO �Confarned}
2. 7ransmit analog signai directly proportional to m�asured irnpedance input.
3. Pawer saurce: 24 Vdc.
4. Input: 0-9DQQ ohms,
5, Output sigr�al: 4�20 mA DC.
6. Accuracy (maximum errar}; t0.2a porcent,
t. Ambi�nt temperature range; 0-14p Deg F.
2.4i �'AfV�I� f�I���AY�
A• Subject to �omplianc� wlth the Contracf Dvcuments, the foliowing Manufacturers
are acc�pta�ale:
1. 5iemens:
2. Model: RD 200.
B. The listing of specific manufacturers abo�e does not imply acc�ptance af their
�roducts that dp not meet the specified ratings, features and functions,
Manufacturers listed above are not relie�ed fram meeting these sp�cifications in
iheir entirety.
C. �ispl�ys shall be as shown on the Drawings or where atherwise speci�ied.
D. Design and fabrication:
1. 4-20 mA, ± 10 V, TC & RTD I nputs,
2. Rating; R�EMA 4X, IP65 w�thauk #he use of a s��aratQ co�er.
3, 5halfow �epth Case 3.6" �ehind �'anel.
4. I'ower 5upply: 8�-265 VAC.
�. aptiona! features to be supplied; two relays providing form A contacts,
saftware settable at Independent values.
6• Ot�tput: anabg 4-20 mA.
7. Display: minimum digit he�ght ofi 2.5 inches; sunlight readable.
�.�� R��oYS �P�� Yifl�1�R�
A. S�bJect to compliance v�ikh the Contract Daeuments, the following Manufacturers
are acceptable:
1. Phaenix Contact.
� . 5quare D,
2. IDEG.
3. Potter-Broomfield,
4. Allan-Bradley.
B. The listing of specific manufacturers above does nat imply acceptance of their
products khat do nat mee# th� specified ratings, features and functians.
Manufacturers Iisted above are not relie�ed from meeting these specificakions in
#heir entirety.
C. Typc�;
�. Relays shall be double pale, double throw (fqrm C) except PLC !/0 buffer
relays which shall be single pole, double throw {form C), spade plug in type
with a transparent dust caver, T'he relay shall be equipped with ar� indicating
light to indicate wf�en its coil is energized.
Panel Mounted Control Devices
40 78 00-6 103127 July 6, 2023 - CDNFORMEi7
1nv,lTCarollplpo�menls�l'�;rFort NbrtrV2D0492•OU0060�U4 D2siqn�4 Spe�s��Guptsldp_78_b0 (ConfprmetlJ
2. Units sha11 be af tre gen�ral pur�ose plug-in type,
D. Functic�nel/Performance:
1. Cail �oltage shall match supply voltage.
�. Contact arrangemer�tlfu�ction shall be as required io meet the specified
control �unetion.
3. Mechanical iife expectancy shall be more than 1�,Q00,000 cycles.
4. Duty cycie sha11 be rated for continuous operakian.
5. Units shall be provided with integral indicating light to indicate if reiay is
er►ergized.
6. Salid state kime de�ays shaN be provided wikh polarity protectlon (UC units) and
transient protection.
7'. Time delay units shall be adjustable and available in ranges fram .1 second to
4.5 hours.
8. Pl�g-in gen�ral purpase relay.
9. Pro�ide push-to-test functian which is not lockable.
10. �lade cannector type.
'� 1. Contact material: Sifver cadmium axido.
'�2. Relay sockets �re DtN rail mounted.
'13. Internal neon or LED indicator is lit wh€n cail is energixed.
14. Cl�ar pokycarbonate dust cover with clip fasten�r.
15. Operating temperature: -24 to �460 Deg �,
16. UL iisted or recagnE�ed.
E. Ratings:
�I. For 12aVAC service provide c�ntacts rated 10 amps at 120VAC, for 24VDC
service pro�ide aontacts rated 5 amps at 28VDC, fnr electronic (mil�iamp!
milli�olt) switching applicator provide gold plated contacts rated far electronic
service.
�, Relays shall be provided with dust and moisture resistant co�ers,
F. Physical:
1. DIN Rail maunting base.
2. Screw Terminals.
G. OptionslAccessories Required;
'f. Provide mouniing sockeks wfth pressure fype terrr+inal blocks rated 300 �olts
and 10 amps.
2. Pro�ide mounking railslholders as required.
2.09 A�]ALO� SI�P�AL SURG� PR�TFCTORS tSP9S}
A. Subject ta compliance with ti�e Gonkract Documenfs, the fallowing Manufactvrers
are acceptable:
1, Moare Industries.
2. Phoenix Contact.
3, Acromag Inc.
B. The list{ng of specific manufacturers above does nok imply acceptance of their
products that do not meet the speci�ed ratings, #eatures and functions.
Panei Pllounted Coniral Devices �a31�7 July 6, 2023 - GONFORMED
4Q 78 00-7
p�v.l7Ca�altufpt,Cvmenls�;K�Fpr1 Wotlh�0�M152-40R60UlOrV ReSlgnr04 Spet6lGuplalA4_7$ 44ICostifonnedJ
Allanufacturers listed above are nvt relieve�d from meeting these specifcations in
their entir�#y,
C. Typ�:
1. DIN Rai! mounting far control and termination panels,
2. For loop powered transmitfers pravidod pipe nipple style mounting at the
trar�srnitt�r.
D. Minimum Ratings:
1. Peak Surge Curren# 1Q f�cA.
2. Respor�se �ime �5 Nanoseconds.
3. Voftage Clamp �2B Valts.
2."�Q ��lfDC Pf]�il�R SU�PLIES.
�. All 24 Vdc subsystems shall be supplied with redundant 125% capacity power
supplies, equi�ped with redundancy diodes, for all pC voltag� IevePs and services.
Each �awer supply shall have sufficient power to continuausly supply the toial
system for each valtage require�. Auctioneering, laad sharing or switching ci�cuits
shall be provided such that failure of a power supply shall transfer, withaut bum�, to
th� backup supply. Each set of redundant power supplios shall bQ wirod and
equl�ped to accep# twa sapara#e povy�r feeds. The Contractor sh�lf size the power
supply not to exceed 30% ofi narmal operating capacity.
�. A"power on" switch and indicatir�g light shall be provided far �ach powsr supply.
�ach power supply shall be pravided with voltage monitors far the output af each
�us voftage level. An alarm shali p�-o�ide the operator with adequate warning before
power failure equipment malfur�ction.
C. Subject ta compliartce wlth tne Contract Documents, the fnflowing Manufactur�rs
ere acceptaE�le:
1. p�aenix Contact.
D, The listing of specific manufacturers above does not imply acceptance of their
�aroducts that da not meet the speci�ied ratings, features and functions.
Ma�ufacturers listed above are not relieved fi�om meeting these speciticatians in
thQir ontirety.
E. Design and fabricafion:
1. Converts 120 Vac inpUt to DC power af required voltage.
2. Sized as required by the load. Minimum 2.5 Arnp oufiput.
3. AC input: 12Q Vac +10 percent -13 percent; 47 to 63 HZ.
4. Pro�isian for output faifure a�arm contact.
5. D!N rail mounting.
6. All Pawer 5upplies shall b� red�ndant pairs.
2.11 ��Tild� �tECiUPJ�AP�CY R+i��U�.,�
A. Subject to compliance with the Contract Qocuments, the following Manufacturers
are acceptable;
1. F'i�oenix Contact,
Panel Mounted Contral Oevices
40 78 00-8 103127 July 6, 2023 - CQNFORMED
p�u:llCaro�la+Qpcumen[s�T1(1Fnr! WorIh�OQq5g-0OO4DO�Od Deslgn�Dq SpecslGzi�lAlap_7D_00 jConbrmed)
h3. The listing of specific manufac#urers abava does na# imply acceptance afi their
pratluc#s that do not meet ihe specif'red ratings, features and functions.
Manufacturers listed above are not relieved from meeting these sp�cifica#ions in
their entirety.
G. Type:
1, Active redundancy mo�ule with active current balancing.
2. [3in-rail r�ou�table,
�]. FunctianallPerformance:
1. Inpuk: 24Vdc.
2. Ouip�t: 24Vdc, 2 x 10A minimum (10A rec�undancy minimum).
2.12 s�t���� �w�►�� u��
A. All UPS for PLC Contral Paneas prflvided shafl be true on"line Daubl�-Canversion
�awer conditianing type UPS that provide for canstant, pure sine wave P�C output.
�, Subject ta campliance wikh ihe Cantrsct Documents, the fallowing Manufacturers
are acceptable:
1. Tripp Lite, SmartQnline version.
2, APC Smart-UPS.
C. The listing af specific manufacturers abova does not icnply acceptance of their
products that do not meet the specified ratings, features and functions.
Manufacturers listec� above are not relieved from meeting these s�ecifcations in
their entirety.
D. Design and #abricakion:
1. Rating: 920VAC, 6� herkz, unless otheruvise noted on Drawings, all UPS shall
be 1000 VA rninimum �nd shall provide uninterrupted condi#ioned power fully
loaded conditions for thirty t30) minuies.
2. Descriptiarr. �n line dual track pawer conditianer and true (zero mille-secand
transfer time} uninterruptible power supply pror�iding isalation, line regulation
and conditivning, using sealed �8 valt mainter�ance free batteries and switch
mod� power supply �vr uninterrupted powef with 0.5 fa 4.7 power factor and
2,7 to 3.5 crest factor.
3. Lightning a�d Surge Protection: Inherent 2000: 'I spi4te attenua#io�.
4.. Regulation; 1-3 percent load regulaiion wikh I�ss than 2pF effective coupling
capacitance far line ta load.
5. Output Wa�eform: CampUt�r grade sine-wa�e with 3°/a rnaxlmum s9ngle
harmonic and 5°fa maximum total harmor�ic distortion.
6. �uipuk �requency: 60 herfz +1- 0.5 hertz,
7. Operating �'emperature: 0 degre�s io +�40 rlegrees Cer�tigrade.
8. Relative Humidity: 5% — 9a% without condensation.
9. Input �'rotection: Independent battery charger fu�se and �C f�ases.
�0. Output Protection: Current limited,
11. �at#ery Cha�ger: 3wa step charger, 8 am�s and � amp�.
12. AG Inpuf: 120V, 60Hz, sin�le phase, +��°ifl, -zo°ia.
13. Pro�ide programmable relay IIO dry c�ntact card for wiring to the PLC for UPS
manitoring.
Panel Mounied CanErol �avices
4Q. 78 00-9 1a3127 July 6, 2Q23 - CO�V��FtM�D
pw;77Ca�oIlU+1]pcumenSsfTK+Fofl V�'nrlh�200452-ti094A0Nd Deslgnld4 5peaslGupter40_i8_04 jConfoimedj
14. P��ovide Simple Netwark Pvlonitoring pr�toco! (SNNIP) Etherne# interface for all
units. Where shawn on the drawings provide a dry contact interFace of 11PS
status ir� place of SN�MP interface.
15. Provide an external maintenance bypass swifc� with an auxiliary contact for
each UpS supplied. Th� switch shaN transfor power without interrupt�ng the
load utilizing mak� before brea� contacts.
�6. Maintenanc� bypass switch sh�fl be Liefaert Micro�'OC3, no equ�l acceptBd.
2.13 P1ARA�P��4Y��
A. �urnish nameplates for each device a� indicafed in Drawings. Nameplates shaif be
engraved, laminated impact acrylic, matte �nish, black lettering on a whi#e
backgraund, not less than 1116-in thick by 112-in by 1-112-in, Rowmark NoMar� Plus
or equal, Namepfates shal! be attached #o the bacEcp�ate with douf�le faced adhesive
strips, T�SA TUFF TAPE 4970, .0�9 X'/z", no equal, Prior to installing the
e�amepl�tes, #he metal sur�ace shall be thoraughiy cleaned with 7�% alcohol ur�tif all
�esidues has been remo��d. Epoxy adhesive or fvam tape is not acceptable.
P��t�' 3 ���C4JiI�R!
3.��1 IIVSiAL�AiI�h�
A. All equipment specified h�rein shall be installed, field adjust�d, tested and cleaned
as art i+�tegral part af equipment specified els�whore in these Speci�ications.
EN17 nF S�C710N
Panel Mount�d Gontrol Devices
4Q l8 OD-10 �0312i July B, 2023 - CQNFORNIED
jn+^I�C8r41lo1ppprmenls+7�UFor1 N'��p��1Upd 5p.4ppqDNU4 Deslgnb4 5pes5lGFip1�1e0_76_p6 {Coafo�madl
��Cil4{� �3_��_Q0.�0
�iJ�l4�EFtSiBL� �Ui�� RU�d9��
�r4RT 1 C�N�R�L
�.0'� �U�iIR��RY
A. Section includes rec�uirernants for submersiblQ sump pump systems including
pumps, control par►els, and level cor�trols.
B, iag numbers: As specified in Sump F'ump Schedufe.
9.02 ��F'�R�PlG��
A. ASTM International (AS7M):
1. A48 - Standard Specifica#ion for Gray Irar� Castings.
2. A2T6 - Standard Specification for 5tainless Skeel Ba�s and Shapes.
3. D2000 � Standard Classiflcation 5ystem for Rubber �raducts in Automative
Applicatinns,
F3, N�tional Electrical Manufaeturers Association (NEMI�).
1.�3 '���ti4�HV�LpGY
A. The words and terms 19sted belaw are not defined terms that require initial capital
letters, but, when used in this Section have th� indicat�d meaning.
1. Allowable Operating R€gion (AOR): ihe regian o�er which the serv{ce life of
the pump is not seriously compromised by hydraulic ioads, vibration, or fiow
s�paration v;rh�re the pump's vi�ratiQn, naise, and cavilation are within
acceptabfe limits.
2. F'referred Operating Region (I�OR): 7he region over which the service life �f
th� pum� wiA r�ot be significantly affecte� by hydraulic loads, vibration, or �law
separation where the pump's vibration, noise, and cavitatfon are within
acceptable lirnits.
3. Pump head {Total Dynamic Head, TDN), flaw capacity, pump efficiency, net
positive suctian head avaiiable (NPSHa), and net pQsiti�e suciion head
required (NPSF�r); As defined in HI 9.1-9.5, 11.8, 14,1-14.�, 14�.3 and as
rnodified in this Section.
4. 5uction h�ad: Gauge pressure avai�able at pump intako flange or bell in feet of
fluid above atmospheric; average when t�sing multiple suction pre�sure taps,
regardless of variation in individual iaps.
�.Q4 S�F�NiI'TT�►L�S
A. 5ubmlk as specified in Section 01_33,�00 - Submittai Procedures.
SubmersiBle Sump Pumps
43_25_00.10-1 1031�T July 5. 2023 - CONF4F2MED
p�v:I�Card1o+17ucumenlSffX+Fo�t4'Vor�,.+ZD0452-004000704 qeS�gn�Un 8pecs3Cardlla�d3_23_Q�,10 (Cu�+4arroetl�
�3. Deleg�ted �esign Submittals:
1, Provide �roject-speeific calculations based or� support Conditians and
requir�mer�ts to resist Ioads speci�ed in Section 01 $� 50 - Design Criteria.
2. Ar�choring and bracing; ` �'
a, Dosign o� equipment suppor#s and support anchori�g to structures.
3. Rotardynamic analysis:
a. L�vel as schedui�d,
�. Commissioning Submittals:
1. �or cammissioning submittafs listed below and specified in this Sect(on and as
specified in Section 01_75_17 - Cammissioning:
a. Manu�ackur�r's representative quali�cations.
b. Certificates:
'�) Requirements as specified in this S�ction.
c, Test Plans:
1) Test requirements as sp�ci�ed in this Section.
d. T'est Reparts.
e. Manufacturer's representativvs fiold notes and data.
f, Ownor training.
D. As specified in 5ection 01_60 OQ - Product Requirements:
1. Product data. �
a. Ihclude pump curves.
2. Shap drawings.
3. Calculat�ans.
��1Ri 2 ��tQ�U�TS
�.09 C�hl�R�L
A. �1s specif+ed in Sectinn 0�_60_00 - Product Requirements.
�. Factory finish;
1. Exterior casi iron parts:
a. Wa#er-thinned industrial enamel.
b. 3 to 4 mils.
2. Manu�acturer fo supply touch-up paint for field use.
2.0� ��SIGfi1 ANCl ����C11�P�AIVC� ��IT��IA
A• As specified Sectlor� �1_81_50 - Design Criteria and in the Pump 5ch+�dul�,
B. Design worbting pressure: Minimum 1.� times shut aff pressure.
2,03 �'YP� 'I: �U�� RU��+, RI��ID�R1�1r41�
A• Sump }�ump suitable for domestic wastewa#er.
B. Manufacturers: One of the following or equal:
'�. Pentair Nydromatic, HP50.
5ubmersible Sump Pumps
43 25 00,10-2 i�3127 July 6, 2i123 - Ga�lFURI�IED
�n�,lt�rdla�gurr��,ls+Tx�Farl Worlhr3U0452-000000'OA Des�yri104 Spacs�Carull�43_25_CO ip (Confermed)
C. Casing:
'k. Cast iron: In accardance with ASTM A48, Class 3ti.
2, 1-112 irtch discharge.
D. Impeller: Thermoplastic, vortex type,
E, Bearings: Lubricated single-raw ball baarings.
F. Motor:
1. Oil-fiNed.
2. Single phass, 120 valts, shaded pole, 1,800 revolutions per minuke or less.
3. Autamatic reset thermai overload.
G. Mechartical seal: Carbonlceramic.
H. Float switch: 2 pale, onloff range withir� 1Z inches of sump floor.
pawer c�rd:
1. t.ength ta rea�h receptacle 9n�icated �n the Drawings plus 5 feet.
a, 10-#oot, minimum.
SJTW, 1fi gauge, with N�MA 5-15P plug.
�.04 R��f��OF� �pP9iR�L PAN�L
A. As inc�icated on the pump schedule.
B. Construction and components as spacified in 5ection 26 29T86 - Mi�chanical
Equipment Control Panels {MECPs).
C. �lectrical components:
1. Main circuit breaker;
a. As specified In Section 26_28_� 6- Low Voltage �nelflsed Circuit
Breakers and Safeky Switches.
b. Flangeamounfed nperator:
1) Pad-loc�cable in the off positian.
2) Clisconnects all pawer to the panel.
3) InterloeEc with the panel door.
�) De#eat mechaniam,
2. f�otor starter for each pump:
a. Motor circuit protector circuit breaker.
b. Full voltage non-rev�rsing magnotic s#arter.
c. Thermal or electronic overloads.
3. Control power transformer:
�. Primary voltage: 2301460 VAG, 3 phase, 60 herfz.
b. Secorrdary voltages:
1) Cr�ntrol and status points: 120 volts.
c. Sized for all paneV camponents �lus 14 percent spare capaciky.
d, Primary and secondary fuses.
4. Cantral camponents:
a, Terminal strips:
Submersible Sump f'umps
43_25_00.'{(l-3 1431Z7 JUly 6, ZQ23 - CONF'OaMED
p�v�JJCaicforDacunienls�TX+ForiWoiU420D952-0b00�010A Ossignr04 Specs+CarnilcJ43_25_CJ 10 (Gonformed}
1) For ianding all extern�l wiring.
b. Relays, timers, and other components as required for #he specified
functianaiity and remote monitoring conn�ctions.
5. Simplex operatian:
a, Front panel controls;
�) HANafOFF1AUi0 switch.
2) SiAR�' pushbuttvn.
3} S70P pushbutton.
4) Momentary LOW-L�1/E� pV�����E push�utkan.
5) Running pilot light.
6} Stopped pifat �ight.
7) Power pilot lighf.
8) Pump fauft piiat light.
9) High-High�-level alarm.
b. Remote monitoring and cantrol:
'� ) Provide dry relay contact oufputs far the following;
a) Purnp fault al�rm,
b) �ump run sfaius.
c) High-Wigh-Le�el Afarm.
c. Operaiion:
9 ) HAND:
a) ST'AFt7 pushbuttan starts pump.
b) STOP pushbufton stops pump.
aj LOW-ieve! switch actiWatiar� stops pump.
(� j Momentary L[]W�LEVEL OV�RRIDE pusf�button overrides,
2.) OFF: Pump stops operation �nd alarm conditians are re��set.
3) AUTO: Pump operates au#omaticaily in response to level swiich
signals,
a) Start when tho �iIGH-level switcf� i� activated.
b) Stop whon the �OW-lovel switch is activatad.
d. Alarm: High-High alarm with activation of t�IG�R-H1Gi�-tevel switch.
�.05 �,�11�l. ��ITGFf�S
A. Ball �loat levei switch:
'f. Manu#acture�s: One of the follawing, or equai:
a. E�H, �.iquiflaat T F7S20.
�. Evoqua Water Technologies, 9GEF,
c• I7�1` �lygt, Model ENM-10.
d, Anchor Scientific lnc., �cofloatlSofof�aat.
2• General:
a. Encapsulated bady with a switch tv determine position of �oat.
3. outputs:
a. Power supply,
b, Refay oukputs.
c. 1 F'orm C cantact.
d. Rated ai fi amps at � 20 VAC.
e, Pragrammable for adjustable hysteresis.
4. Element:
a. Mechanica) switch encapsulated in waterproof floatir�g �all of naminal
diameter, supported by flexible PVC cable and jackei or heavy neaprene.
Submersiale Sump Pumps
43 25 Qq,10-4 1Q3127 July 6, 2023 - CONFORMED
fnti�NCarc�ifllpQcumenlsnXlF�rl Worud2flOd52-6pOp0prad Res�gn�04 ^pecsrCa�allu�43_75_00.1R jCa+fonned)
b. 7he length of the PVC cable shall be, at a minimum, equal to sump depth
plus 5 fee#.
c. Float: Pravide Ty�e 316 stainiess steef or pofy�ropylene, maximur�n
5.5 inches in diameter.
d. An operating temperature rating: -4 degreos Fahrenheik ta +185 degr�es
Fahr�nheit.
e. A�ercury switches are nak acceptable.
f. Suspend baN float and adjust for level sekpaint as required.
g. Lead wires: Mounted in flexible waterproof wVC cabls fram switch to
junctian box termir�als without splices.
h, Provide the number of floats per fevel system as indioated on the
Drawings.
5. Switch:
a, Power supply:
1) None.
b. Outputs;
1) As indicated in thQ datasheets.
2) Single pol� double throw conkacts rated 10 amps resistive at
120 VAC.
c. �nclosure:
1) As fndicated in th� datasheeis.
2j Non-hazardaus area:
a} NEMA Type 4X.
3} �or more information, see Attachmeni A� ISA Datasheet - Le�el
Allsasurement: Switches.
G. Gamponents:
a, Floats shall include Ty�e 31s s#ainless steel ciamp ar�d br�ckets and
114-inch cable to allow testing of the float without entering the basin or wet
well.
b, F'rovid� strain rellef at both onds of the float cable.
B. Cable �ength: The length af the cable shail be equai to sump depth ta the VCP plus
5 feet.
2.06 A�G�5�0�1��
A. Lifting cables:
1. Material: Type 3Q4 stainfess steel.
2, Attached to balance poink af pump.
3. Suitable for lifting pump fram sump.
4. Exkend from pump aftachment tq Y�anger.
B, Lifting hangars:
1, MateriaL• Type 3Q4 stainless steel.
2. Suitable to provide storage of extra lift cable and electrical cab4es at wa11
sump.
2AY �PJ��� ���ia AN� S�'��I�l� ��Ol�S
A. As speciFed in S�ctlon 01 60_00 - Product Rsquirements.
Submerslble Sump Pumps 103127 July 6, Z{�23 - CONFORMED
43 25 00,10-5
�v:IlCardiulpocumenls�'xlFort Worl�v"LOU�Si-90400Q�Od Designlo4 Spec�Carolla�43�5_0(11Q (Ca+formed}
�. Special tools: For each ty�e or size of pump, pro�ide 1 set.
C, Touch-up paint: 1 pint of finish coating paint.
n. Sp�re parts:
1. �ne spare pump, uninstalled.
�AR�' 3 �X��L�TI��E
3.09 ����►41�Ai'I�N
A. Anchoring and bracing ta structures;
1• Prepare equipment anchor seiting template(s) and use to position anchors
during consfruction of supporting structure(s}.
2. lnstall anchors of type and materia� indicated on approved anchorEng designs.
3. Instali anchors with embedmenk indicated on approved anchoring �esigns,
3.02 If�SiALL+�►iIOW
A. lnstall the equipme�t in accardance with the aocepted installation instructions and
anc�arage details,
B• As p�r Manufacturer's Instructions.
C, lnstall lifting hanger 3 fe�k B inches above flaor.
D. Removo any extra longth of powar ar�d control cables at connQction paint (panel,
�unctian box, or raceptacle).
�. Ft�pair damaged fir�isf� with manufact�arer's supply af touch up paint.
3.0� �l1RAP �CH��UL�
A. Attributes:
Tag Numbers
Sump Pump Type
41-SMP-OQ 1
�ener�al �f�aracteris�ies
iype 'f
Ra�edl �er�orm�nc�
41-SMP-002
Total Head, Feet 35
Minimum flow, Gallons per Minute gp
R�ofor
Maximum, HorsepowQr
112
iype 1
35
50
1f2
Suhmersibl� Sump Pumps
43 2� 00.10-6 �03127 July 6, ��23 - CplVFpRMED
p�4�RCardEo+Daeurnenls�TKrFurt 4�or�r�pq�-0006DO��OA ac�slgrdP4 Spec��Caralla��t3_25_00.70 {ConR+lmed}
Tag Numb4rs 41-SMF'-t�Q1 41-5{NI'-002
ldendar� �on�r�l Panei
Enclosure NEMA 4X NEMA 4X
Operation Simplex Simplex
�NU O� SECTION
Submersible Sump Pum�s Jul 6, �023 - CONFOFZMED
43,�25_�0.10-7 103127 Y
�v�,(rCardw�aoCuiraenlS�TXIFoiI Wo�I�d200d52-O9UOOQ�04 �esignfQ4 Sget&+CarqElp{43_25_4a.�0 4Ca�f(++inedJ
5���'lO1�1 ��_13_(1'9
�W�8R1P1� ��RU���R SY�'���ll
���T� G�N�RAL
1.0'� �I�NVRA�RY
A. Section includes: Ghlarine serubb�r system.
B. As specified in S$ction 46_a5�10 - Common Wvrk ResUlts for M�chanical
Equipmeni.
9.02 �����i�t�C��
A. American f�latfonal Standards Institute (ANS1).
13. Arr}erican Society af Mechanical �ngineers (ASM�j:
1. 81 �.6 - Pipe Flanges and Flanged Fittings: NPS 1I2 thraugh NPS
24 Metricllnch Standard.
2, 873,9 - Specifieatians for Horizantal End Suction Centrifugal Pumps for
Chemical Process.
C. American Water Works Associatian (AWWAy:
1. 85�1 - Siandard far Sodium Hydroxide [Caustic Soda).
2. D120 - Standard for Thormoseiting Fiberglass�Rein#orcod PlasYic Tank.
D. Am�rican Welding Society (AWS):
1. D1.1 - Structural Welding.
�, AS�'M International (ASTM):
1. C5�2 - 5tanda�d Specification for Contact-Molded Reinfiorced Thermosetting
Plaskic (RTP} Laminates for C�rrosion Resistant �quipment.
2. 03299 - Standard Specifi�ation for Filarnent-Wound Glass Fiber-Reinfarced
Thermoset Resin Ghemical�Reslstant Tanks.
3. D�4097 - Standarci Specification for Cantact-Molded Glass-�iber-Reinforced
Thermoset Resin Cdrrosion-Resistant Tanks.
F. Natio�a� Elecirical Code (NEC).
G. National �leetrical Manufacturer's Assc�ciaiian (f�E�MAj.
1. 250 -�nclasures for ElectrEcal Equipmenk (1000 V Maximum}.
H. Nat�vnal Insiitute af Standards and Te�hnalogy (N15T};
1. Voluntary Product Standard F'S 15-69.
Occupatlonal Safety and Health Administ�ation (O�HA).
,!. Underwriters Laboratories, Inc. (UL):
1. 508 - Standard for kndustria� Control Eq�fpmer�t.
Chlorine Scrubk�er Syslem
44_13_01-1 103127 July B, �023 - CONFb�tMED
p«^I+Caro�lo+aocumenls[TKl�a�t Ydorir�qpa52-0OOOD4104 Dsslgn�Od SpecsrCarallp�4�t_[�_6i (C9nTw�aedJ
2. 50�A - Standard f�r Industrial Cnntrol Panels.
3• 898A - Standard for Industrial Contral Panela Reiating ta �fazardous
{Glassif6ed) Locations.
4. 1283 - 5tandard for Electromagr�etic InterFerence Filters,
�• �449 - Surg� Protective Devicas,
1.03 SIJ�Mf'# l �o��
A. 5ubmit as sp�cified in Seetion 0�_33_00 - Submittal Procedures,
B. Product data: As specified in Section 46 05 10 - Common Wark Resul#s for
Mechanical Equipment. � —
C. Shop c#rawings: As spec�fied in S�ction 46 05 10 - Comman Work Results for
Mechanical Equipment. `� —
D. Calculatlons: As speciiied dn S�ction 46 Q5 1 d- Common Wark Results for
Mechanical �quipment. —
1. Show documenia#ion in the form of calculations, graphs, or �xperirr�ental
resulfs sealed �y a professional engineer regarding the fallowing mass transfer
equipment, Proprietary infarmation will be held in strict confrdence af the
request af the m�nufacturer.
a. Venturi (if applicable):
�) Air and chlorine inlet and exit mass flaw rates and chlorir�e transfer
and neutraliza#inn effici�ncy for the sodium hydr-oxide solution flow
rate selected.
2) Relationship between liquid flaw rate, �jector-venturi discharge
pressure, and gas ed�ction flow rate.
b. Packir�g:
1) Air and chlorine inlet and exit mass flow rates and chbrine tr�nsfer
and neutralization efficiency for the sodium hydroxide solukian flow
rate, paGlcing, and reactar dimensions selected.
c. Inlet chlorine gas concenfiration: Maximum that the system can reduce #o
5 parts per r�illfon.
d• Sodium hydraxide and sodium hypochloritQ solution charact�ristics:
'! } Valume of 20-perceni sodium hydroxide salution required to
ne�atrafize the design I�ak event.
2) Change in sodium hydroxide and sodium hypochforite solution
strength (pounds/gallon and percent by weight) during the design
leak event from initial to final conditians.
3) Change in salution temperature expected in the sodium hydroxide
scrubbing soluEian during kh� design feak event from initiaf to fina!
conditions.
4} Vofume expansion expected in the caustic stor�g� tanEt during the
design leak event from initial ta final conditions,
e. Sodium hydroxide recycle pump sefeetion: Gas and liquid system
pressure drops and head losses at the design sodium hydroxide solution
and chlorinE gas flvw rates,
f. Scale-up methnd: Submit detaifed scale-up calcula#ion betweer� #est unit
and fulf-scale sys#em.
2. Submik struc#ural anchorage calculations as specifisd in S�ction 46 OS 90.
Chlorine Scrubber System r '
44 13 01-2 143127 July 6, 2023 - CONFORMED
(nv�7iCsiol�u7pncurnenlstfX+Forl WorlFV100452-0O�p00�Od ���y�irp4 9�ecs+Carollq{�A_13 �� {CvniarmedJ
E. Samples: Calors avaifable for fiberglass reinforc�d plastic.
F. Vendor aperation and maintenance manuals: As s{�ec9fied in Section 01 78_24 -
Operation and Ma+ntenance Man�aVs.
G. Commissioning submittals:
1. Provide Manufacturer'� Certificate of Source Testing as specified in Section
01�75_'!�T - Commissivning.
2, Wrovide Manufacturer's Certiflcat� of Instaiiatian and Functionality Compliance
as specifiied in Sectinn 01_�5_17 - Commissioning.
9.04 f�UA�IT�" �►S�U�AN��
A. Tank manufacturer qualifications: Manufacturer of proposed corrosion-resistant
fiberglass reinforced plastic structures #or a rninimum of 5 years wlkh satisfactory
perforrnance recard.
B. The manufacturer-approved ir�sialler shall have �nstalled products of sirnilar
fibergiass reinforced plastic �quipment �n a minimum af 5 pra�ects with a
satisfactary p�rforrnance record.
C, Tank m�nufacturer sfi��ll bs ASME RTP-1 certi�ed,
9 A5 WA��AP�iY
A. Special warranty:
1. Warrant to correck defects ir� scrubber systern bath in materia{ and
wor{tmanship far a years from fina{ acceptance.
2. Warranty shaN be comprehehsive and caver partst labor, travel, and shi�ping
at no additional cost to the Owner.
p�,�T 2 PRQdUCTS
2.09 R�Vdi�U�ACTURERS
A. Ejector�venturi I packed kawer chl�rine scrubber system:
1. The following:
�. �� Nora Wa#er �echnologies, Li.C.
b. No or�equal accepted.
B. Horizontal cross ilow chlorin� scrUbber systom:
1. The following:
a, Evoqua Water Technofagiss, LLC.
b. Na or-equal accepked.
�.0� SY5T �[� D�SCRIP71�hE
A. C1�lorine sctubber system:
9. 5odium hydr�xide starage and reactlor� tank, mass transfer equipment,
instrumentation and controls, power distribution equipment, pumps, chlorine
Chlorine Scrubb�r Syskem ��31 x� Jufy B, 2023 - CONFOFtMED
44 13 01-3
pu�;llGaidblaoCurners�lT%l�oil Yoo�ItJ2-0Od52-0990DO�Od pesign+fl4 SpeCS�Cacnllq�44_13_07 (C9nTOrmed�
detectors, piping, ft#ings, piping supports, valves, appurtenar�ces, an�
ductwar�c and supports necessary to provide a chlorfne neu�ralization sysfem
that inftiates aperation upvn deteckion of chlorine greater thar� ?.0 parts per
million ar�d successfully reduces the concentration of c�iarine within the
Chlvrin� B�ilding to 0.5 parts p�r millior� withQut �xc�vding a discharge ta
afmosphere gr�ater th�n 5 parts per million as measured at the point of
discharge.
B. Chlarine guilding: Enclosure for storage of chlorine in iwo 9�-ton rail cars and three
25-ton sta#ionary storage tahks. Also includes Chlorine Evaporator room and
Chlorinator room, whicl� are conn�cted by ductwork to the Chlorine Scrubber
System, and Electrical rnom and Ammoniator roor�-� which are not connecfed to the
Chlarine Scrubber 5ystem.
C. Operating conditions: C�nditians und�r which chlorine scrubber system si�alf be
designed to apera�e:
4. Maximum air temperature; 1�5 degrees �ahrenheit.
2, Minimum air temp�rature; U degrees Fahrenheit.
3. Atmosphoric prossuro; 14.4 pounds per square inch absolute (67$.5 f�et
above mean sea levef),
4. Ultra�iolet light exposure; expased to sunlight apAroximately 365 days per
year at th€ Rolling �fills Water 7reatment Plant in �'ort Worth, Texas.
U. Design lea� ever�t: Scrubb�r operation to treat 90 tans o# chlarine gas praducts
released at a rate of 250 poundslminute with 20 percent by weight initial so,�ium
hydroxide soluttion.
E. Mass transfer equipment: Reactors with packing, used for contacfing of gases �nd
liquids in absorption applicatians.
F• Chlarine scrub�er yard or sodium hydroxide containment area; Concrete wall and
5lab surrounding sadium hydrqxid� s#orage and reacfion tanks.
G. The causkic sada pro�ided shauld be adequate to meet the chlorine chemical
demar�d at ail times up to 25a Ibslmin of chlorine.
H. Caustic Soda: 20°/fl per qWWA B501.
1. Contractor shaN prowide caustic soda.
�.03 �� +I�N ��IY�RIA
A. Chlorine scrubber system type:
1. Provide either Ejector-Venfurl ! Packed Tower or Nortzontal Cross-Flow type
chlarine scrubber systern.
2. Single pass system shall be capabie af taeutralizMng the entire coni�hts of one
90-ton rail car of liquefied chlorine gas at the operating conditions.
B. Combined air and chlorine gas flow rate #hraugh chlorine scrubb�r system;
Minimum 3,OOD actual cubic feet per minute.
Chlarine Scrub�er 5ystem
44 13 01-4 '1�3127 July 6, 7023 - CONFORMEd
�n;NCar�IfoPl)ocmnenlslTK�Furt 11�or�hr200452-0OqOpD�O�I Des�gnr�4 Spec�Cafulla�44_t3_0� (Contormedj
C. Chlorine scrubber system shall operate with sodium hydraxide solution at an initial
cancentration of 20 percent by weight.
D. Size: Able to fit within area indicated an the Drawings with code-compliant
clearances,
�. Access to mainter�ance points:
9, Pravide permanentladders, cages, har+drails, platforms, stairs, and other
apparatus and accessories, as do�ined by OSHA for workers to perform
maintenance or adjustrner�ts to system companenks.
2. All apparatus and accessories shal[ be made of fiberglass reinforced plastic
compakibls with 20 percenk sodium hydroxide solution.
F. As specified in Sectian 46_05_10 - Comman Wark Resufts tor Mechanical
Equipment.
2.0� P�R��RA�AI�E�� CRIi��,l�
A. Ghlar�ne scrubber systern shall be capabke of witridrawing chlorine and air gas
mixture fram the Chlorine F�uilding to scrubber system, neutralizing chlorine gas at
25U pounds chlorine per minute, and discharging maximum 5 parts per miilion
chlorine at point of discharge ta the atmosph�r�.
B. So�ium hydraxide recirculation rate:
1. Sodium hydroxide recirculation purnps shail be designed to provide sodium
hydroxide mass ratio of �t least 3.0.
2. 7he sodium hyc4roxide mass ratio should be calculated based on sadium
hydroxide concentration in the scrubber tan�t at th� end of the design lea�
event, when the sodium hydraxide cvncentration wiH �e the least.
C. System modifications:
1. The cost af any changes and mfldifications ta mechanical, structural, eEectrical,
instrumentation, and emergency electrical facifities necessary to adapt
alternate equ9pment to the layout and design shown shall be borne by the
Contractor.
2, qny such proposed changes or modifications are subject to review and
acc�ptanco of ihe Engineer befor� bsginning construction of the same.
3. The Contrac#or is respansible far Engineer review costs.
�.0� �.��C��R�V�RliU�l �d�F�L� i�1A1�� �H���IRE� �C�tll�B�� SY�i��l
A. Ejector-Venturi:
1. Type: Ve�tical, Ejector-Venturi:
a. Constructed of fiberglass reinforced plastic (Deralsane 411-45 with a
Nexus veil, BPOIDMA cure) with a Teflon"�' 1-piece spray nozzfe, flange
mounted to the top of the caust�n s#orage tank with stainEess steel
ha�dware.
Chlorin� Scrubber Syst�m
44 13_01-5 103127 Juiy 6, 2023 - CONFOF2wlIED
p�v,f�Carolw�Dac�menls7TX+Fc+�l Y4o�lh�2DOh521►D406Q�Od Des�gnrp4 Speas+Carolla'dA_tS_4; (Cantom�etlj
b, Cap�ble of wi#hdrawing chlorine contaminated air t�rough ducting,
Fjectar-�enturi, packed tower, and to atmosphere withau� assistance of
fans or blowers.
c. Capab�e of producing sufficient draft #o overcome resistance oi pickup
duct system and packed tower.
B. Reactor with �acking;
1. �'ower mounting: �n exhaust gas outlet of reactionlstorage tank ahead of mist
eliminator.
2. 1"aw�r shall �nd packing support pfates: Constructed of fiberglass reinforced
plastic {Qerakane 4� 1-400 wi#h Nexus veil, E3PO/DMA cure).
3. Uitr�violet figMt ir�hibitors for structuraf winding resins:
a. Manufacture�rs: One of th� follawing or �quaf:
1) Americar� Cyanamid of Tinuvin, Cyasorb UV-24,
2) Geigy Chemical, 326,
4. Materiafs and construction; fn accordance with applicable pravisions af
ASTM C5$2, ASTM �D3299, and ASTM D40g7, except as rnadified or
supplamentad.
5. Pigmerted protectiv� coating For tower; Manufacturer's standard for
application.
6. Tawer. Fac#ary fabricated and shipped to th@ Project site.
7. Manway: Minimurn 24-inch diamet�r provided for accessing int�rior of tower
sV�ell and removing randam packing, and acc�ssing spray nozxle and
r�moving mist eliminator.
8. Tower palypropylene random packing volume ar�d type: Consistent with
perFormance requirements.
C• Sadium hydraxfde (caustic soda) recirculation pumps:
1. l�anufacturers: Qne of the follawing or e�qual:
a. Fybrvc, Series 5500,
b. Warran, 3401 W-CL,
2. Number and type: l�rouide 2 se�!-iess r�circulation pumps; singla stage;
vertical; end suction centrifugal sump pum� for pumping causfic sodalsodium
hypochlorite solutian with a rnaximum temperat�re of 214 d�grees �ahrenheit.
a. No sea! water shall be required,
3. �'ump body: Vinyles#er fiberglass reirrforced plastic suitabl� for:
a. Continuous submergsnce and pumping,
b. Caustic sodalsadium hypochlarite solu#ion with a maxim�m #emperature
of 210 degrees F�ahrenheit.
c, Exposed metal components shail be Hastailoy C.
4. Bearings;
a, Chemically resistant silicon carbide.
b. l.vca#ed above mounting plate independent of the motor,
5, Shaf#s:
a. Machined from cenierless graund Type 316 stainless steel; encapsulated
with premium vinylester resin and fvcked mechanic�lly to ihe shaft.
b. precisian ground Hastalloy C shaff can be used as substit�te,
6. Finaf capacity and total dynamic head: As required ka accomplish the
perFormance descril�ed above.
7• Pump motQr drive: Severe duty totally enclosed; fan cooled; 4B0 uolts,
3 phase, �Q hertz squfrref cage; inductian type +nrith horsepawer to operate in
Chlnrine Scrubber 5ystem
44 13 Oi-6 '103127 July 6, 2A23 - C�NF�R1+IEb
p�r:flCard�o+fk�cume�rls7TXrFort S4�Or�Ip�00d52-ppUGp0�0d Des�gn�bd SpecsfCalaIIQ+A+I_�3_Ot (Cor�prmedj
non-averloading �ondition thr�ughout entire pump operating eurve as specified
in Section ?_6_05_50 - NE!'+nf! Frame Induction Mators, 6QU Vaits an� �elaw.
2.Ofi �ORI�Bf�iA,� ��4�5S �L�16� �bL,�FtI�� ���U���R aYSi�19A
A, Crass filow system;
1. Type: Horizontal, 3 staga, once-through system; with polyprapylane or
T�fI�nT"' spray nnzzles; ca�able of withdrawir+g chlorine contaminated air
thraugh ducfing, packed tower, and to atmosphere with assistance of a fan;
capable of providing suifrcient draft to overcame resistance of pickup duc#
system and packed tower.
2. Palypropyfene random packing volume and type: Consist�nt with performance
requirement.
B. Sodium hydroxide (caustic sada) recirculation pumps:
1. Manufacturers: One af the fallowing ar equal:
a. VantQn Sump-Gard.
2. Number and #ype: Provide 2 sealWless; single sta�e; vertica�; centrifugal sump
pumps.
a. Features closed impeNor in submergec� casing.
b. Driuen by "C" face mator, mounted on a cast iron bracket on pump
mounting �late, connectad to pump shaft by flaxible �oupling.
c. R!o seal water shall be req�aired.
3. Pum� Casing and lmpeller: malded from premi�m grade unfilled virgin
vinylester resin.
a. No welted metal cornponents.
b. Wetted bolts shall be made af the same material as pump casing.
�. Buiik to accommodate thermal fluctuation, enabfing pt�mp to be used
through full range af temperature settings up to a maximum temperature
a� 210 degrees Fahrenheit.
4. Bearings:
a. Chemically resistant Vanits.
b. Thrust bea�ing shall be indopend�nt vf tho mokor, IoC�ted a1�o�e t7T0unting
pVate.
c. Sleeve bearings shall be lubricate� by process fluld. No exterrtal flush
water shall be required.
5. Shafts:
a. Machined from centerless ground �ype 304 stainless steel; encapsulated
with premium vinylester resin (same maferial as pump casing) and locked
m�chanically ta ti�� shaff.
b. Precision ground Hastalloy C shait may be us�d as substitute.
6. Finai cagacity and totai dynamic head: As required to accvrnplish the
perf�r�'tance described a�ove.
7. Pump mator dri�e: "C" face, severe duty, tataAy enc�ased, fan cooled; 464
volts, 3 phase, 60 hertz squirrel cag�; induction type with horsepower to
o�erate in non-av�rloading condition throughouk entire purnp operat+ng cur�e
as specifed in Sectian 26_05�50 - N�MA Frame induciian iVlotors, 600 Volts
and Below.
Chlorine 5crubber 5ystem
44_13_01-7 1D3127 July 6, 2023 - CONfOFtMED
�ne:NCarC�b�G�nGurnenl�ITR�Foit YJo�Uv700+1B2-OUAC00104 Des�gn+�a Spccs,�Caro�€a�a�_t3_0� (Contormed►
C. Scr�bber exhaust fan:
1. Manufa�turers: �ne of the following or equal:
a. New Yark Qlower.
b. k�artzeil.
2. Number and type:
�, Provide 2scrubb�r fans, for duty and standby servics; high efficiency
bac�tward curved non-overloading wheel; radial blades; centrifugal type
with statically and dynamically b�lanced wheel; V-belt drive with 3-belt
design far severe duty; canstructed with �inylester #iberglass relnforced
plastic s�titable far exposure to air, causiic, chlorin�, sodiurra hypochlorite,
and water mixture.
b. Canform fiberglass reinforced plastic construckion to NfST P5 15-69
product standards,
c. �xpos�d metal components shal! be Hastalfny C.
3, Fan hausing:
a. Curved cross design; 1-inch IVationa! �ipe �'hread drain connection a1
bot�am of fan scroN; flangad intaEc� �nd outlets noz�fes; rigid bracing for
increased structural integrity; constructed with vinyf�ster fibQrglass
reinforced plastic suitable for Qxposure to air, caustic, chlorine, sodium
hypochlorito, and water mixtur�.
b. Conform �berglass reinforced pla�tic construction to NIST pS 15-fig
product standards,
o. Exposed metal components shall be Hastalloy C.
4. Bearings: Self-aligned and greas� pacl�ed; suppvrk brackets �osltioned to
dir�ctly nppose bef# tension forces,
5. Shafts:
a. Machined from centerless ground Type 396 stainless steel; en�apsulated
with premium vinylester resin and locl�ed mechanically t� the shaft.
b, F'rovide with noaprene shaft seals.
c. Pracision ground h�astallay C shaft can bo used as substltute.
6. Final capacity and total dynamic head; As required ta acc�mplish #h�
perfotmanc� dvscrlbod above.
7. Caver: OSHA approved; weatherproof �or motorldrive,
8. Fan motor drive; Se�ere d�ty totally enclosed; fan cooled; 460 vol#s, 3 phase,
60 hertz squirrel cage; inductfon type with horsepawer to operate ir�
non-overlaading conditian tf�roughout �ntire fan operating curve as specified in
Section 26_Q5_50 - NEMA Frarne Induc#ion Motors, 60D Volts and Below.
�.a� so��u� bv��ex��� ���us�ri� �o�a�y s�ro���� ��� ���c�i�� �A��c
11. Storage reactiQn tank capacity:
1. Volume of 24 percent sadium hydroxide solutian required to neukralize 90-ton
chlorine gas release, plus additional voiume requir�d for the expansion of the
sodium hydroxid�lsodium hypochlarite solution during chlorin� neut�alization,
plus the manufacturer's recommended apawar�ce far foarroing, gas passage,
and level d�tectian devices.
2. Maximum nominal tank diamster; 3fi'-D".
8. Construction: Fabricated of �be�glass reinforced plastic (Dera�Cane 411-4�0 with
Nexus Veil BpO1DMA (f�enzoy! p�roxide -- dim�thyl anifine) cure systsm), with
do�ble thickness floors and side walls up l0 30 Enches above flaor.
Chlorine Scrubber System
44 i3 Q1-8 143127 July 6, 2Q23 - CQNFbFtMED
�nv:l7Carc�b+DocurnenlsfTXrFonL4�orUU2004fi2-GOOOOp�04 D�3��n�On SpeesrCarolla�q4_13_0� (Conformed)
C, iank design: Ca�able of withstanding a positive vapor pressure of 10 inches of
water gauge and filled to the top with a liquid with specific gravity of 1.28.
D. Ultravialet stabilizer: Add tv the resin used in the wax coat for exterior surfaces in
the type and amount recammended by t�e resin rrzanufacturer.
E. Structurai dosign oi tank: Seismic design crit�ria as speci�od in Seciian 09 81_5� -
Design Criteria.
�. Materiais and con�truction: in accordance with applicable provisions of
ASTM Cb82, AS7M D3299, and ASTM ��4097, excepi as madified or
supplemented.
G. Pigrrmented protectiwe coatkng: i�lllanufacturer's standard to suit application, color as
sel�cked by tfi�e Englneer.
FE, Storagelreactlon tank: Factory fa�ricaied camponents, �elci assembled, and erected
in-place at the p�oject Site, Erecting the tank outside of the containment area and
moving the assembked tar,k to its service Eacation is prohibited.
1. Tank L.evE� Sighi Gauge:
1. Compatible with �p percent caustic soda,
2, I�agnetic le�el indi�ator with widE flange connectians.
3. Material: �PVC.
�. Iu{anufacturers: The following or e�ual:
a. Jagler IviG-serles.
J. Manway: On side a�d tap of tank for the purpose ofi providing access to tank
interior; minimum 24-inch diameter abls to wEthstand static head and specific gravity
of the sodium hydraxide; in accordance with AWWA D12�.
K. Flanged nozzles: Pr�vided for mounting of tank leve{ device and sofution
cor�neciians as indicai�d on the Drawings.
L.. Tank supports: As required far access platforms, grating, stairs, electrical,
instrument�tiar� conduit, pi�ing, duct work, and all other tank a�cessories and
a�purtenanees.
M. Hydrosiatically test tank in accordance with AWWA �120, modifiod to inciude t�e
introduction of a dye to the wa#er.
N. Test dye: As approv�d by the Engineer.
2.0� RJ915Y �l�1flAIR1AT�f�S
A. ManuFacturers: One of the foHowing ar equa�l:
1. York.
2. Koch.
3. Evoqua.
Chlorine Scruhber System
44_13_01-9 1 �3127 July 6, 2oz� - cO�FORM��
p�u�rica,c� o+oncume���ei�x�Fa�� woro,�2oaa�2�ooa000ra� nes��n�oa sPec�ca�oua�nn_+3_o� �consor�e�l
B. Mist eliminator;
1. 5ized �o remove entrained droplets fram the recycled gas stream and prevent
fagging in the autlet vent to atmosphere during ope�atian a# full design airflow
#hrough the chlarine scrubb�r system.
2. Body made af �b�r�iass reinforc�d plastic (Deraleane 411-400 with Nexus veil
BPO/DfVIA cure system).
�. With top and batkorn media sup�aort grids rnade of fibe�glas� reinforced plastic
vinyfe5ter resin.
4. Able ko withstand positive pressure of 10 inches water gauge with a 5 ta
1 safety factor.
2.Q9 SCRU�B�R �]UGT�lORF�
A. Mater�al: Fiberglass reinforced plastic (Derakane 419-400 with Nexus veil
1�POIDMA cure system),
�. Special ductwork section: Provided with minimum of six fi12-inch diamefer pqrts,
3 p�rts in vertical plane and 3 parts in horizontal plane, for insertion of remo�able
pitot tube far cnnducting vefacity kraverse of duct; duct sloped toward� chlorine
scrubbor.
C. I�itot tube ports cov�r plate and gask�t: Romovable, co�sfructed out of materials
resistarrt to chiorine.
2.90 ��DIUf�i FiY��QXiD� �C�►�J�il� �pp,�y ���,Uil�f� �II�IRl�
A. Schedule 8Q CI�VC in accordance with Speci�catiort Sectian 40_05�39.22,
E3. Sarnple taps: F'rovide for sampling caustic soda solution.
2.19 SOAIilAA FiYDROXld� (CAUSTIC SODAj S@�,UTIQi� VpaLVES
A. Manufacturers: One of the fal[owing, or equal:
�. Hayward Flow Cantrol, BYV Series.
2• Asahi �merica, 7ype 57P.
3. Gec�rg Fischer Pi�ing System.
4. Plast-O-Matic Valves, Inc.
B. Valve body,
� . Material:
a. CI'VC piping systems: CpVC.
2. Body design: l.ugged, wafer style body with drilfed and tapped bolf holes to
match ASME B�6.1, Class �25 and Class 150 flanged driHing dimensians.
3. Disc shall be offset.
C. Stem and stem holder:
1. Stem: Type 316 stainfess steel,
D, Seats and O-ring materials:
1. EPDM.
Chlorine Scrubber 5ystam
�4 �� a�-�a 103127 JUIy 6, 2023 - CONF�RMED
{n+cNCardb�L�pcumenlsfTX+Fc�ri 1vo�Ifv7�004S2-0OOOD6rOd OesignlDq Spacs�Carollq+4q_13_0� (Canfa:medj
E, Efectric Actuator
1, bayward Flow Control, �4R S�ries N3�, or aqual.
a. Cluarter-turn.
b, 1 �OV.
c. �nloff,
2.�� ���il�N4 F�YD��Xfti� (�AU�YIG �9�A)
A, �yp�: �1WWA �501, in compliance with "Wat�r Chemical Cadex" dlrectives as
published by khe National Academy Press, 1982 and 1984 supplement to the
Codex.
B. Concentration: �Q perc�nt by weight.
C. Contractor shall supply all sadiurn hydroxide required, Including replacement of at�y
lasses d�e ko leaks or contaminatian during start-up and tesiing.
2.13 A�CESS�RI�S
A, Riping flanges on discharge side of recirculatian pum�s: With flange cavers.
B. Pressure gauge:
1. Rshcroft 45-1279AS•�a2 w�th halocarban filied diaphragm seal, AsF�croft
10-302-TBH-02T-XCF, mounted an discharg� piping of recirculation pumps.
2. Provide ball valve for isolation.
C. Radar Leve! Transmitter:
�. Compatlble with 20 p�rcent Caustic Soda. Wetted par�s shall be af material:
PFA, ar PT'FE, and shall be hygiertinally encapsulated horn antenna.
2. Measuring range shall b� as the Ca�sfic Sada tank height.
3. Th� device shall be equipped with Flange connectian, and th� flange material
shall be campatible with the Caustic Soda 20°/0.
4. Housing material shall be Pla�tic.
5, Output: �4-20 ma with HART.
6. The device shall have pratection cover far the I..C� display,
7, Recommended Manufacturer: VEGAPl�US 63, Siemens SITRAN LR25U.
8. �'rovide local le�e1 display panal for each caustic tartEt adjacent to th� fiil
station so that the chemical delivery truck operatar can sea ihe ievel of the
tan� change as th� chemical delivery truck �p�rator fiEls the tanlcs,
D. Pressure Switches; Provide a pressure switch an the high-pr�ssure causiic
recircukakion li�e as pa�t of the pressure gauge assembly ta c�ekermine low pr�ssure
canditian a#ker a time delay. The pressure switch contact will tletermine iead pump
failure and provide a conkact to autamatically switch ta the standby pump, through
ihe controls i� the vendor control panel.
E. Ler�ek De�ice: Pro�ltie level indicatior� transmitter per scrubber manufacturer
recommendations. 7he [evel device sha11 be equipped with 4-20ma signal, along
with dry cantacts to indicate High and �.aw IeveE alarms to the scrubber vendor
contfoV panel.
Chlarine Scruhber 8ystem
44_13_01-11 'kD3t27 July 6, 2073 - COtVFORM�D
p�r:tlCardb+CacumenlslTx+ForllYar�F2U0a52-Q(1460U�04 Designl44 Syecsr�rolla'44_13_61 (Conforme�Jj
F. Chlorine gas detection system:
1. Pra�ide in the scrubber exhaust stack #o monitor concentrafion of gas being
discharged ta atmasphere.
a, Sample tap assembly to be mounted on the serubber �xha�st stack.
b. S�nsor monitor assembly to be iocat�d no more than 5 faet above the
access platform.
2. Manufacturers: �"he fdllowing or equal:
a. MSA Series X5000.
G. Other instruments: As speci�ed in the Contract Uocum�nts.
2.1� �A�f4AG1� �OfVT��7L SY�7�iP�
A. General:
1. This Sec#ion summarizes key cantral syst�m campaner�ts for vendor control
p�nelS (VC�').
2. Pro��de instruments and ot�er components perforrning similar functians of the
same type, modef, ar ci�ss, and from one manufacturer,
a. Gqordinate with Con�ractor ta align rnalce and model with Cvntracfar-
furnished equipm�nt.
3. Prnvide necessary control hardware, software, and compar�ents as required
for a fully functional and op�rational installation,
4. Design and size pan��s.
a. Design pane�s ta �t in the space as indicated on the Urawings.
�. f�anels, Enclosures, and Pan�l Compor►ents:
1. Manufacturers: One of the following ar equaf:
a. nVent/Na�man.
b. Saginaw Control & Englneering.
2. Pro�ide components and equipment with Ul.. 5D8 listing.
3. Pravide Contral panels with UL. 508A labeled.
4. Ptovide fuses far e�uipment that is not UL fisted or reeagnized,
5. P�ovide inirinsically safe circuits arod equipmont �n accordance with UL B98q,
6. Provid� control panQi powQr circuits in accardance with tf�o panel power wiring
diagram included wi#h th� cantr�ct dacurnents,
a. �esign devices and instruments to fail in a saf� condition.
7. Accept sfngle 480 VAC, 3-phase power source:
a. Wravide a UL 1449 rated T"ype 3 SPD ir� accordance wfth Section
26y43_13 Low Voltage AC Surge Proteative Devices (SPDs).
b. Terrninate incoming power feed on main circuit breaker as specified in
26_29_8� — Mechanicaf Eqt�ipment Controi Panels (MECPs).
1) Properfy rated for the available fat�lt current as calculatecf as
specified in Section 26_05_73 - Pawer System S#udy.
c. Control pawer transfarrr�er;
1) Provide a single power source,
2} Cvntrol power transformQrs as required:
a) Primary vof#age: 48q VqC, 3 phase, 60 hertz.
by Secondary voltages:
{1 j 120 VAC for contrals.
(2) Derive additional voltages as r�quir�d by the appiication.
Chlorine 5orubber System
44 13 01-1Z 103127 July 6, 2023 - CC7NFURMED
p��:NGardi�lbqcmnenlsl'�rFort YVorUv'2pD4:�2-0�40�D�u+� �es�gn+D4 Specs,+Carpfla�44_13_01 (Coniar�ner�]
(3) Sized for afl panei campanents pfus 10 percent spare
capacity.
(4) Primary and secondary fus�s.
d. I'rotective barriers and tauch safe components for 480 VAC equipment.
e, provide a physical barrie� to separate 480 VAC distribution and starters
from controls sectior► of cabin�t.
f. Provide separate panel doors to access the 480 VAC equipment and the
controls section of the cabinek.
8. Canform panel endosure rating to the area classific�tions as specified in
Sectian 26_a0_00 — Elec#rical General Provis�ans.
9. Panel sf�all be rated as fallows, unless atherwise sp�cified:
a Indvar panels:
1) �lectricallcontrol rooms: NEMA 12, powder coate� mild steel.
2} Pracess flaar: NEMA 4X.
a) Non-Corrosive Areas: Type 316 stainless steel.
b. Dutdoor par�els: t�EMA 4X, Type 316 skainless steel.
1�. Pro�id� $ach control pan�l doar witn a contirruaus steel hinge, 3-point fatching
mechanEsm anc! locking 4�andle with rollers on the ends of the istc4� rods.
a. Connect latch rods to a common do�r handle, hold daars securely, and
form a cvmpressed seal between do�r and gasket, at the top, side, and
�attom.
'f 1. PerForm and submit thermal management calculations far each contro! panel.
a. Pravide heating, caQling, and dehumidifying devices in arder to maintain
Enstrumentation and control devices within their rated operational
temperature range.
1�. Pad lockable flange mounted disconnect switch ta disconnect p�wer from
panel.
a. Interlock with the pane! door.
13. pravid� nonmotalEic ducts �or routing and organization af cor�cfuctQrs and
cabios.
a, Provide separate ducts for signal and !ow voltage wiring fram pawer and
'i20 VAC control wiring.
14. C'ra�ide 120 VAC to 24 VDC (ar other voltages as requiredj power supply
arrangement that is configured with s�veral modules to supply adequake
power in the event of a singfe madule fail�re in either a 1¢1 or N+'I
configuraiion as req�ired:
a. Provide automatic switchover upon module faifure.
b. Alarm contaets manitored by the PL.C.
c. Design power supply systems so that either the primary or b�ckup supply
can be removed, r�paired, and returned to service without disrupting the
system operation.
15. Provide i�EC Ciass 2 power fo devices requiring NEC Class 2 or SELV su�ply
power.
1Fs, Provide UL 14�49 rated S�D and UL i2m3 rated �MI filier on 120 VAC panel
power source. Provide 5PD in accordance with Section 2fi �43 13 Low Voltage
AG Surge Prot�ctive Devices (SPDs).
'[7. Provide GFCI duplex 120 VAC convenience receptacle.
1 S. Factory-assembfe and wire the controi panel such that field wiring anly
req�ires cflnnections to terminals.
19. Additional requirements as sp�cified in 5ection 28_29_86 — Mechanical
Equipment ContrQl Panefs (MECPs).
Chlorine Scrubber System
44 13_01-i3 103127 Ju1y S, 2023 - CONFOFtM�D
�nv NCardiolCocumenls�i%IFort Worhv10U452-000f10flR0A Ossign�04 8pecs°Ca+olla�44_i3_0� {Confurmetl)
2,9� C�P�Y��� ���3UIRE�N�NT�
A. Pilot Devices:
1. Controls:
a, F�AND�p�F-AUTO selector swi#ch.
2. fndicatars.
3. Lights:
a. Status:
1) Running.
b. Afarms:
'€ ) Fauft.
B. Mflnitoring and control:
1. Dry contact rating: 120 VAC �7a 10 A.
2. Anaiog signai #ype: 4-�0 mA.
3. ONIO�F/FAI�.UR� status of the scrubbe�.
4• STARTIST�P and LOGALIREMQiE switch for scrubber.
5. Q[�I�FFIFAILURE status of caustic soda pumps,
fi. STARTISTO�' �nd LQCALIR�MOTE switch for causti� soda pumps,
7. ON/OFFfFAILUR� status of blawars.
8. Chlorine cancentration at scrubber exit.
9. Scrubber tanlc I�vel.
10. ai�ferer�tia! pressure across packed towerlbed,
11. 5crubber reset butfon.
12. Scrubl�er test buttara.
93. Caustic soda pump highllaw pressure alarm_
14. 5ump pump pNlOF�l��,ILURE status, START/STOP and LOC�ILIREMOTE
switch (required if scr�bber is loca#ed outside the building}.
15. Major alarms from Chlorinativn F3uilding e.g., fire and emergency hand switch
activated alarms.
'iB. VCP Inputs:
a. Control:
1) Accept a remote contact closure signal ta run when the HqND-OFF-
A�uTo switch is In-Auto.
17. VCF' Outputs:
a. Status:
1) In-Auto.
2} Running,
b. Alarms:
1) Fault.
a.if C�Ni��L STR��L�GY
A, General:
1. Pr�vide hardwire slgnals as indicated on the Drawings.
a. Planf PLC-�Li shall monitor all the IIQ firom the Scrubber Manufacturer
Cflntrol Panel.
Ch[arine Scrubber 5ystem
A4 13 01-14 'f03i27 July fi, 2023 - CqNFOFtiU[ED
p�v:NC�rdlulapcumen�lTx�Fpi[4Nor�r,�-0pq52-40QQUO,�Q4 Res�gnl0a Spec�+Carnlla�A4_13_4t (�r,tnrmetl)
Q, Common Control r�nctions:
�. Incarporate common contral functians inta cantrol loops and devices, whether
specifically speci�ed in the specifi� control descriptions or elsewhere in the
Contract Doeuments.
2.17 CHLC��tli�� ��RL��B�� C�R��R�L �Y���tdi �TRAi�CI��
A. System DescriQtion:
1. Ons caustic soda storag�lr�actian tank.
2. One packed media scrubkrer, with chlorine sensor and transmitter.
3. iwo caustic sada r�circulakion pumps:
a. �Cjector-venturf scrubber: with discharge value actuators.
b. Harixontal eross-#law scrubber: without suction ar discharge valves.
4. Two fan blorr�ers for pulling tF�e cantarninated air from the Chlorine buikding.
a. Harizontal cross-flaw scrubber anly,
5. Scrubber control panel.
�. System GQntraf Mode:
1, The Scrubber has F1andlOfflRemote contral mode, Tt�e pvsition of this selector
switch detorminos haw the scru�bEr syst�m will r�spond:
a. Hand: Primarily used far maintenance operatior�s, in this positiQn the
scrubber respands only to the local rnanual controls iocated on the face of
the control panel, using the local OlT.
b. 4ff: wilf put the scrubb�r system inta no operation mode.
c. Remote: The scrubber will responci only ta the Chlarine gas detectfon
whi�e in this position and operates eccortling to the position �f the Ieadl
lag and operation mode selector switches.
C. L�ad 1 tag Pump and Fan Se�ectofs (as applicabfe):
'f . The position of this sefect�r determ9nes whiah pump (�1 or B) or fan (A ar �)
will serve as the primary purnp ar fan while in remote or manual modes.
2. The systern i� designed so that only vne pump or fan aperates at a time
r�gardless af operating mode.
D. ManuallOfflAuto Pump Salection:
1. When a pump is in manual rrtodo, #he corresponding START — Sl"OP
pushbuttnns are active. �he pump will respond accordingly. Only motor
overload or erraergency stop push buttan wil! prevent the purr�ps from
operatir�g.
2. WF�en a pump is in aff mode, a giv�n pump will not respond ta any run
commands.
3. Auto mnde position: A given pump will respond ta the Chlorine gas detectian
remate command according to the selected operating scheme.
E. ManuallOfflAuto Blawer Selection (as ��plicabie):
1. When a blawer is in manual mode, the corresponding START — STOP
pushbuttons are active and the blower will respond accordingiy. Only mator
o�erload or emergency stQp push button will prevent the blowers Trom
operating.
Chlarine Scrubber 5ystem
44_i3_0'f-15 1p3127 Jufy 6, 2D23 - C4NFOF2MED
pw�NGarc'�o+Gbcunienis�TX+�orllh+Ort�D0452-0OOQ6a�04 Des�gn�04 SpecstCa�allu�44_t3_01 (C�rstarmetl)
2. When a blower is in nff made, a given blower will not respond to any run
commands.
3. Auta mode position: A given bfower wifl respvr�d ta the Chlvrirte g�s dete�ction
remote command according to the sefected o�erating scheme,
F. Scru�b�r ModQ;
1. Th@ Scrubber HandIQff/Remote wiA �e s�t to "R�mote" posifion.
2. S�leck at least ane pump and one �l�lower (as ap}�Iicabl�) to be in Atato mode.
3. If a cF�lorine leak is detected in ti�e Chlorine E3ui�ding, the Chlorine Controf
Panel will send a Start command to the Scrubber Control panel. Also, the
Scrubber wlfl stark automatically if fhe Panic button is pushed.
4. The Scriabber shall Start in Scrubber Mode when a Start command is received
from the Chldrine Control Panel.
a. �jector �enturi scrub�er;
1) !f at any time during this mode, the selected Lead Pump shaH fail, the
�-ead Pump discharge valve shall clase and the Scrubber panel shal!
Start the Lag Pump and apen the �ag Pum� dlscharge valrr+�.
b. Horizontal cross-flaw scrubber:
1) Ifiat any time during this mad�, tha selected Lead Pump shall fail, the
Scr�bber panei shall Start the Lag pump with no interruptio� to th�
L�ad Blower,
2) If a# any #ime during this mode, the selected Lead Blower shail faii,
t#�e Scrubber panel shall Start #he �ag Blower with no interruption #o
the Lead Pump.
5. After the leak event has been corrected, the Operator shaq rese# the Chlorine
Leak cantrol panel, and ther� will be able to reset the Scrubber Panel when the
skack sensor reads �ero.
�.9$ SP�CI�lC ��NTRt3�, �iRAi�GY
A. 7he foAawing functionai requirements far the scrubber system shall be provided in a
complotv and opQratfona! Scrubb�r VQndor Control Pan�l system, Th� scrubber
manuf�cturor shall bo respa�sible for providing a control panel with all devices
required to perform as described herein, and as indicated on the Drawings,
i3. �uncfional Uescription: As indicated on fhe Urawings. F'rovid� all functions for a
fulfy operetianal system.
C. Op�rator Contrals and lndicators: As a minimum, provide the faltowing �perakar
con#rois and indication at tF�e Scrubber Vendor Control Panef:
1. Inputs frorn tne emergency scrubber control panel indicators:
1. Activation of �mergency pushbuttor� at #he Chlorina BuiEdir�g.
2. Panel-maunted controis and indicators;
� . 5crubb�r Systern HandlOfflAut� Switch.
2, 5cru�ber System On,
3. Scrubber System Off.
�F. Scrubber Systam �ail.
5. Scrubb�r System "Ready" Status.
6. Scrubber 5ysiem Test pushbukton.
7. ScrubE�er Systern Reset pushbuttan.
8. Scrubber System Emergency Stop.
Chlarine Scrubber System
44 13 04-16 1C13�27 July 6, 2023 - CONFbRMED
p�r:flCar�iNRoctimenls�TX�Fn�t WnrU�'100�52-UOA0001p4 qes�gnrua Spec�+Carollaf44_13_0� (Cflniormecfj
9. Horn Silence.
9a, LeadlLag Recir�ulation Pump Selector Switch.
11. Pump 9 HandlOfflAuto Switch.
12. Pump 1 Start F'ushbutton,
13, Pump 1 Stop Pushbutton.
14. P�mp i Running.
15. €'ump 1 Off.
16. �ump 1 F'ai1.
17. P►�mp 1 F2untime.
18. Pump 2 Handl�fflAuta Switch.
'i9. Pump 2 Stark Pushbuiton.
2Q. Rump 2 Stap F'ushbutt�n.
21, Pump 2 Running.
22. Pump 2. Off.
23. F'�mp 2 FaiV.
24, Pump Z Runtime.
25, Caustic Recircula�ion Flow Prosent.
26. Caustic Recircufatian Flow Absent.
27. LeadlLag Scrubber Fan Selector Switch. (as applicable)
28. �an 1 Hand10ff1Auto 5witch. (as applicable)
29. Fan 1 Start Pushbutton. (as applicable)
30. �an 1 Stop Pushbuttan. �as applicable)
31. Fan 1 Running. (as applicable)
32. Fan 1 Off. {as applicable)
33. �an 9 Fail. �as applicabfe}
34. Fan 1 Runtime. (as applieable)
35. Fan 2 Hand/4fFlAuto Switch. (a� applicable)
3fi. Fan 2 Start Pus{�button. (�s applicable}
37. Fan 2 Stop F'ushbutton. (as applicable)
38, Fan 2 Running. (as a�pNcable)
39. Fan 2 Off. (as applicable}
44. �an 2 Fail. (as applicable)
4�, Far� 2 �iuntime. (as applicable)
42. Exhaust Stack Chlor�ne cancentration display.
43. Exhaust Stacl� chlorine sensor Fail.
44. Tank Level display.
45. T�nk High Leve� Alarm.
46. Tank Low Leve1 �,larm.
4�, Actuated Valve OpenlClos�d Status Indicatar.
3. AucfibleNisible Alarms:
1, Acti�ate an audible and visible alarm at the Scrubber Vendor Control Panel
in the event of a law tank l�vel alarm. A iow-level alarm shail shut down the
recircufation pumps, t�rough the cantrols in the vendor controi �anel. A
reset button shafl be provided to silenee the alarm.
2. Activate and audible and visible alarm at the Scrubber Vendor Control
Panel in the event tfi�ai the exhaust stac�t discharge to atmosphere is fn
excess of the aHowable limit for chlorine. A r�set button sha11 E�e provided
to silenee the afarm.
Chlorine Scrubber 5ystem
44 13 01-17 � 903i27 Jufy 6, 2Q23 - CONFORMEQ
p�v NGarc�'o�DobumenlslTX�Fort YJoslIV200A52-OGOOOOIQd Oeslgn�ld SpetSjCarollqfA4_13_6� (C9niprmeUj
2,19 �A�Rl��4if�f�
A. Custom cantact mold fiberglass �einfQrced plastic equipment in accordar�ce witi�
ASTM D4Q97 and iVIST PS �5-69.
B. Resin and cure system: S�itable for continuous expasure to sodium hydroxide,
sadium hypochlo�ite, liquid chlorine, and wet chlorino g�s,
C. Inter veil: Qouble lay�r of Nexus veil, 1 Q mils thfcEc each ply,
D. Connections: Flanged.
E. Gas connec#ions: In accordance with Tal�le 2 of NiST PS�5-69.
F. Piping connactians: Flat-faced flanges with ASME B �6.5 drilling and thickness in
accordance with 7'able 5 of NIS� pS 95-69, 2g pounds per sq�are inch rated.
G. Exterior surFaces: Apply pigmented resin with ultraviolet li�ht inhibitor in accflrdance
with manufacturer's ir�structfans,
a.za s�,��� ��,r�r�
�. Scru�ber manufacturer to pra�ide spare parts that are required to provide
uninterrupted operafian for a minimurn of 2 years, including but nat limite� to the
fiaAowing:
1. Ejector-venturi pacE�ed tower chlorino scru�ber:
a• �i pump impeller with integral sha�t sleeve,
b. 1 set of gaskets.
a, 1 mechanical seal,
d. 1 set nf bearings.
2. Norizontal cross-f�ow chlorine scrubber:
a. 1 pump impefler with integral shafi sleeve.
b. 1 set of pump gas�cets,
c. 1 se# of pum� bearings.
d. 9 set of exhau�st fan gaskets.
e• � sef of exhaust fan bearings,
f. 1 s�# {3 belts) exhaust fan V-kaelts.
��oE3Y 3 �X��UYI�fN
3.0'9 lR��T���Ail��'
A. 1nst�N caustic sada tanit on a flat, smoath nart-cleflecting surfiace.
1. �loor tolerances shall be within 1!4 Inch over 20 feet.
2. 5et tank on 114-inch thick neoprene pad_
B. After instapation and car�nections made, thoroughly clean tank surFaces, Interior and
exterior, in accardance manufacturer`s instructions.
�. Do not use abras�ve cEeaning agents,
Chlorine Scrubher Sysf�m
44_13 01-18 103127 July 6, 2023 - CqI,pFORMED
p�v:NCarollpdfk�c�imsnlslT�(rFoRti'VvrlY�p0A52-60�pDUlp4 O�sig�lpq SpeCWCaralla+4A_13_Ot (CpnformedJ
3.a� conn�i��i��i��
A. As specified in Section a1�75_17 - Commissioning and this Section,
Ei. Manufacture� services:
'f . Pr��ide certificates:
a. Manufacturer's Certificate af 5ource Testing.
b, 11�1anufacturer's Geriificate of Installation and Functivnality Compliance.
2. Manufacturer's Repres�ntakive onsite requiremenis
a. installaiion: 1 trip, 1 day minimum.
b. �unetional Testing: 2 trips, 2 day minimum each.
3. Training:
a. Maintenance: 4 hours per session, 2 sessions.
b. Operation: 4 hours per session, 2 sessions.
4, Process Operatianal Period:
a. As required by Owner or Contractor.
C. Saurce testing:
1. Test as specjfied in Section �46 05_1 Q— Common Work Resulks for
Mechanicai Equipm�nt.
2. Chlorine scrubber system:
b. Test witnessing: Not witness�d.
c. Canduct tevel 1 GenQral Equipm�nt Performance Test.
d. Con�uct Level 1 Vibration 'Test.
e. Conduct Levef 1 No{se Test.
3. Electrical lnstrumeniation and Controls:
a. Test wiinessing: Nai witnessed.
b, Conduct testing as specifisd in 5ection 40_61_21 - Instrumentation
Testing and Commissioning.
D. Functianal testing:
9. Chlorine sen.ibber system:
a. Test witnessing: Witnessed by Own�r and local fire department
p�rsonnel.
b, Conduci Level 2 G�neral Equipment I'er�ormance Test.
1) Completely charge chlorine scrubber system with minimum
940,D00 gaH��s of 20 percent sodium hydroxide.
2) Measure and record air flaw and pressure.
3) Test duct far fealcs in acc�rdance with SMACNA, "HVAC Air Duct
Leakage Test Manual," fdr � inches �f water column static pressure
constructian class, excepi without I�a4cage.
2. Electrical lnstrumentation and Contrals:
a, Test witnessing: Witnessed.
b, Conduct testing as specified in Section 40_61_21 - instrumenta#ion
Testing a�d Cammissinnin�.
END OF SECTION
Chlflfin� Scrubber System
44_13_01-19 103127 ,luly F, 2023 - COiVF�Ft�JI�D
p,e�(1�arol�or�ocumenlsrT7(�Fv�ll�Jor�+29�4�2-0OOODQrE14 d9sEgN04 SpeCa�Ca+alla'44_19_61 (Conipnneclj
���T'IpN ��_4S_'SO
�O{IA{�OP� �ORK R��l1L°i5 Fg� T�I�CH�iV1��1L EQIIl�Rfl�Ni
P/��� 1 (��P��R�.L
1.0� �IJN��A�Y
A. Section includas:
1. f��chanical equipment requirsments far:
a, Basic design and perfnrmance criteria.
b. Prescriptive requirements for common components.
c. installation requirements.
1.Q3 ����it�lVC��
A. American Bearing Manufactures Associatian (ABMA):
1. 9� Laad Ratings and Fakigue Life fnr �all Bearings.
2. 1�- Load Ratings and �atigue Gife far Roller 6earings.
B. American Gear Marrufacturer's Association (�GT�IA) Stan�ards.
C. AST�I lnternational (ASTM):
9. A193 � Standard Speeification far Alloy-Steel and Stainless Steel �alting for
High Temperatura or high Pressure Service and Other Special Purpose
Applications.
2. �194 - Standard 5pecificativn for C�rbon ancf Alloy Steel Nuts far �olts for
High Pressure or High �'emperature Set-vice, or �flth.
3. A320 - Standard Specifilcatian far Alloy-Steel and Stainless Steel �alting #or
Low-Temp�rature 5ervice.
4. F693 - Standard Specification far StaEnless Steel Boits, Hex Cap Screws, and
5tuds.
5. F594 - Standard Specifcatian for Stainless Steel Nuts.
D. Hydra�lic lnstitute (HI):
1. 9.6.8 - Guideline for Dynamics of Pumping M�chinery.
�, International Goncrete Repair Ir�stitute (ICRI}:
1. Guideline No. 310.2R, Sekect'tng and Speciiying Ganerete Surfac� Praparation
for Sealers, Cvatings, Palymer �verlays, and Concrete Repair.
F. International Organization for Standardization (ISO):
1. 21940 — Mechanical Vibration — Rotar �alancing -- Part 1: Intraduction.
G. Nakionaf Elecirical Manufacturers Associatian (NEMA}:
'{. MG1 - fl�otars and Generators.
H. Society for Protective Coatings (SSPC}:
1. SP-1-Sa9vent Cleaning.
Cnmmnn Wark Resu{ts far Mechanical Equipme�i
4B 05 1 �-1 1�3127 July 6, �023 - CONFbfiMEp
�nu'1dC8ic� o+DatUmenlSt7)(fFpq VJvtUtiF20D452-40UOD0lOA Oes�gn+04 Specs�Ca�oklU�d6 05_k0 (CnntameU)
1.0� ���1�91iI�P1�
A. Definitions us�d in this specific�fion and equipment submitfals for terms related ta
rator-dynamic pumps sh�l! be in accordance with HI 9.6.�, Appendix A, as clarified
below,
B. 7heso dafinitions shal! bQ ap�lied to eq�ripment ather ihar� pumps, ur�loss vtherwise
specified in teehnical sections.
C. Rotardynamic Analysis Level;
1. The leve! of detail req�rired for ratordynamic analysis Is ir�dicaied �n the
technical s�ctions schedules as None �no analysis requiredj, Analysis Leve! 1,
Ao�alysls Level 2, or Analysis Level 3, whlch correlate to increasing levels of
required detaile� equipmeni design analysis. Anafysis Levels 1, 2 and 3 are
�ased on HI 9.6_8.
2. Where these specifications differ from HI the more stringeni shall apply.
D. Resonant Erequency:
1. The frequency of a periodic excitation farce that is clase io the naiural
frequencies of an object. Also known as critical frequency, critica! speed, or
resonant sp�ed.
2. An undampad resonant frsquency within thQ separation margfn is always
considered harmful under Le��l 1 analysis.
3. A resonant frequency that occurs within a separation margin af 15 percent
abo�e or below tha opara#ir�g speed rartge and has a log decremer�t greater
than �+D.3 is considered h�rmful under Leve12 and Ler�el 3 analysis.
E. Separation Margin:
9. The span of operaking speeds with�n whlch interference between excitation
orders and resonant frequencies indicat� the possibflity of harmful �ibrations.
2. The separation margin fvr a speciffc application extends � 5 perce�t abave and
15 percent belaw the span of operating speed required for the specified
performance conditions.
9Aa� f��f@AlPeIiYR�4ill�� R��IJIR�i{AA�1�1i�
A, Roof coordinatiori.
1. Show raaf penetrations far mochanical equipment an roof drawing submittal
and include mechanicaf equipment information:
a. iype.
b. Size.
c. Location.
d. Configuration of penetratian and the surround.
e. Weight.
f. Anchoring and s�pport details.
Common Work Results for M@chanical Eq�ipment
46 n5 10-2 'ED3127 July 6, 2023 - COiVFORMED
p�tief+Card�o+Doc�imenlylTK�Fo�� 1WQr�rZppq�2-0OAOOOr�4 Ueslgrilpa SpecslCarollq�afi_45_IO (CanlarmedJ
'i.[16 ��l�fdilT7�L�
A. Items in this Section are camponents of equipment ar systems specified in ather
sections.
1. Inelude data for this 5ectian's companents with the equipment or system
submittal.
PART � ��b�JUCTS
�.4'i l���IC�f AN� I��a�C�hMAA��� ��fi�al�e
A. General:
'f. �quipment manufacturer"s responsibility e7ctends ta selection and mounking of
gear drive units, motors or other prime movers, accessaries, and auxiliaries ta
provide a complete, operable unit.
2. Manufacture� shall analyze aA rub�ier�bearing vertical�calumn pumps, and
equipment identified as nan-re�ersing an the technical sectians for re�erse
ratation and pra�ide n�n reversing motor ratchets.
3. Fquip�ner�t that prevents reverse rptation shall be capable of bath:
a. Handfing 'f�0 percent af th� maximum tvrque at maximum operating
speed.
b. 150 percent of t�rque that will �e genera#ed in reverse direction due ta
equipment shuioff head as calculated by the manufacture�.
4. �'he motor sha11 be designed to run safely in the re�erse clirect�on at up ko
140 percent tirr�es the reverse runaway speed under shukofF head conditions.
B. Ratordynamic �nalysis and vibration testing:
1. 5ubmit informatiari for the Rotordynamic Analysis Level specifiied for each
piece af equ�pment as shown ir► the 7echnical Sections prior to manufacture o�
the equipment.
2. Rotardynamic analysis shall �e performed an "like-new" and "as-worn"
conditions, representing eonditions when first installed and canditions when
parks wear ta the manufacturer's maximum allowable operating tolerancea,
Car�ditio�s assumed far the "as-warn" conditifln shall be 2 times thQ "like-now"
tolerances unless sp�cifiod atherwise.
3. Rotardynamic analysis criteria:
a. Yorsior�al excitation forcing function magnitud�s shall b� no iess than
1 pefcent afi the maximum transmitfed torque at given speed.
�. Motor mass elastic Information in accardance with N�MA MG-1 sh�il be
abtained from the or�ginal equipment manufacturer ar�d includec! in the
analysis. Motors shall �e precision balanced to iS0 2�9A�0 gra�e G2.5_
c. Bearings:
�) At ¢r�aximum bearing loads an !� 14 li�e of 1 q0,Q00 haurs in
accardance with �1E�MA 9-� 1 tv be pro�en.
�4. Subrnit factory and field testing requirements as specified in the Technical
Sections after manufacture and installation respectively.
5. Repair, replace, and modify equipment exF�ibiting vibration per�ormar�ce that
does not meet criteria speeified in this SectiQn at no addition�l cost to Owner.
Acceptable remedies include adjustmertts to �quiprt�ent componen# geometry,
Commort Work Resulis for Mechanical Equipment
46 05 ��-3 1Q3127 July 6, 2023 - COiVFORM�D
p�v�lfCalo"��+6ncumenls�%+Fp�l hNor4h+'M0452-0DOOd0r04 qesiyh104 Spacs+Carollq�A6_05_14 (Cordprmed)
materials, enErgy absorbing cauplings, etc. Lacking put speed int�rvaf(s}
wiihin equipment specifiied oper�ting range is unaccep#able.
6. Vabration anafysis expert:
a, Pravide Vibration analysis expert wh�n specified in the equipment
Technical Se�tions.
�} The vibratian analysis expert musf be a 3r� party, unaffiliated with th�
equipmeni �endor or ConEractor.
b. The vibration ahalysis expert, and ana�ysis shall be provided by one af the
folfowing �r equal:
1) Mechanical Solutions, Inc. (MSi, New J�rsey).
2) Engineering Dynamics Inc. (EQf, Texas).
c, Tt�e analysis shafl be:
�) S#amped by a registered professional mechanica] engineer.
2) Verified in-si#u by the vi�ration anafysis expert including certification
that insiallation conforms to field eonditians assumed in the �'eports.
3j Verified in-si#u by the �ibration ar�alysis expert incEuding witness of at
least one field vibratian test, and certification that vibration
measurements corrobarate the rotordynamic analysis.
4} Supplemented with additional fi�ld investigation and analysis shauld
conditions during field vibration testing activity indicate
non-compliance with these speGi�cations, supplemental field
investigation and analysis shall indicate rem�dies ta comply wit� the
speci�cations and s�all be stamped by a regist�red pro#essional
mechanical engineer.
7. Rotordynamic �Onalysis �evel 9 �
a. Before the equipment is released for manufacture it shal� be determined
that the equipmen#/motor structures da not have any harmful resonaht
frequencies in the latera! and torsional modes. Repr�sentatave analysis
results for identical aquipmont may be submitted.
b. Calculat� rotnr �ateral and tarsional anci equipm�nt structural camponents'
lateral frequsnci�s with a spreadsheet calculation ar finite slsment
analysis software.
'�) �quiprnent structure la#eral frequency shaH include the mo#ar.
2) Speed changing drive systems (belt, gear) effects on roiational
inertia and stiffness shal! be 9ncorporated.
c. Determine the equlpment s�stem camponents (rotar and structure)
resonant frequencies.
d. An intersectian of an equipment cor�ponent resonant frequency with the
1x run spe�d excit�tion order th�t occurs within separ�kian margin is
unacceptable.
8. Rotordynamic Anafysis Level 2:
a, B�fore the equipment and motar arQ re�eas�d for manufacture it shall be
determined that the equipmentlmotar structures do not ha�e any harmful
critical speedS in the lateral and torsional mndes.
b. Calculate rotor la#eral �nd torsional and structure lateral frequencies with
finite elem�nt analysis soffware.
1) Equipment structure lateral frequency shall include the motor.
2J Speed changing driva systems {belt, g�ar} efFects on rotatianal
inertia and stiffness shafl be ancorpnrated.
Cammon Work Results for Mechanical Equipmertt
46 05 ii?-4 103127 JUIy 6, 2023 - CONFORMEp
p�a:lrferdb�Uacunien�IT)(l�Qrl WUflfu'2dQd52-ODOOpUF04 pesignl04 gpet�+Ca�alla�A6_05_10 (fi,�nfumi�iJ
3) The ratationa! inerkia of wat�r within ihe impefler, in the wet weil and
inside the equipmen# structure, e.g., the eolumn of a vertical pump,
shall be included in the calculatian at both #he hig� level and low
level conditions.
c. Pvtentially harmful critical speeds shall be in�estigated further with a
forced, dampod analysis to determine companent stresses do not exceed
material pr�perties.
d. �nrced damped analysis:
1) �orced lakeral �nalysis shall include �orcing function magnitudes at
leask 10 percent o# rotor disc weight at each disc pasition and
hydrau[ic imbalanc� at 5 operating conditions spaced equally over
the equipmenk operating range. If synchronous motc�rs are used
ensure t�at the rotor analysis includes startup, shutdown, and motor
control #ransients.
2) Farced torsional analysis shall incl�tde not kess than 1 percent of the
maximum permifted torque at any given speed. Damping shail be
on8 percent af critical at all shaft elements.
3) The equipment rotor tota) stress tsteady-state and aliernating torque
campanents plus lateral-bending stress�s) shall not exc�ed:
aj Constant torque: Total skress limited to 30 percent af fhe
material fatigue limit and to a maximum of 18 percent of ultimate
tensil� strength.
b) Variable torque (including variable speed equipment): Total
stress limited to 50 percent of the ma#erial iatigue limii an� to a
maximum of 4 p�rcent of th� mat�r�al ultimate tensfle strength.
c} Submit documentation of material fatigue limtt.
e, Report submittals:
1} Confirmation of compliance with this 5ec#ion, or de#ailed exc�ptions
tak�n,
2) Saffware used for analysis.
3) Results with interpretation.
4) Prepar�r's professional enginsering stamp and seal,
5) Input data includ(ng camponent properties, materials and cnnnectiviiy
to other camponents.
6) Schematic diagram af mor�el mode si�apes, nodes and elements.
7) Bearing sfiffness and dampirtg proper�ies, impallerldiffuser
interaction coe�cients, and seal dynarnic properties.
8] Campbell diagrams showing the system natural fr�quencies,
excitation arders, and operating speed range far �ath lateral and
torsional analysis.
a) Campbekl diagram shall include equipment operating range;
excitation lin�s at 1 x, 2x run speed, and vane pass (or
equi�alent); and critical speeds assaciated with equipment
system comp�nents including the rotor, each major equipment
structural component and th� motor.
9) Forced, damped analysis Indicating accepiable materia�i stress limits
are maintained at interference points shawn on the Campbefl
diagram.
Comman Wark Resulls tor Mechanical Equipment
46_q5�1 �-5 103127 July Fi, 2023 - CQNFORMED
�u'r7C�rU�(s�L?oCumen�ITX+FarliNotlh�lfl04b2�00�10D0,Od Oesign+fl4 SpecsJCarallaWfi_Q5_#0 (CanTprms�i)
9, Rotordynamic Analysis Levef 3:
a. Before the equipmen# and mo#or are rel�ased far manufacture it s�alE be
determined that the equipment/motar structures do nnt have any harmful
critical speeds in the lat�ral and torsiQnal mQdes.
b. Calculate rotor lateral and torsional and structure lateral fre�uencies with
finite @I�m�nt analysis soft+n�are.
�) Equipment st�ucture lateral frequsncy shall include the motor.
2) Sp�ed changirtg drive syskems (belt, gear) effect5 on rotatiortaQ
inert€a and sti�fness shall be incorporated.
3) 7he rotational inertia of water within the impe[ler, in the wet well and
inside the equipment structure, e.g., the column of a vertical p�rrip,
shall be included in the calCulation at both the high fevel and low
le�el cdnditions.
c. Potentially harmful critical speeds shall �e investigated furth�r wiih a
farced, damped analysis to determine compo�ent stresses da nat exceed
material properties,
d, Forced damp�d ana�ysis:
1) Forced lateral analysis shali include forcing function magnitudes at
least 10 percent af rotor disc woight at �ach disc positian and
hydraulic imbafance at 5 operating conditions spaeed equally ov€r
the equiprnent aperating range. If synchror�aus motors are used
ensure that the rotor analysis includes startup, shutdown, and mokar
control transients.
2j �orced torsional analysis sha�l include 1 percent of the maximum
permitted tarque at any give� speed. Damping shall be one perce�nt
of critical at all shaft elements.
3) The equipment rotor tatal stress (ste�dy-state and altern�ting torque
comportents plus lat�ral-bending s#resses} shail nat exceeci:
a) Constant torque: Total stress limited to 30 percQnt of the
matorfal fatigue limit and ko a maximum of 98 percont af ultimate
tensile strength.
b} Variable �orque (including variable speed equipment): �atal
stress limited io 50 ��ercent of the material fatigue limit and ta a
max€mum of 4 percent of the material ultimake tensile strength.
c) Submik docurnentation of material �atigue iimit.
e. Repart subrniktals:
�} Repork 1: Executive Summary including:
a) CQnfirmation af compliance with this specificatian section, or
d�t�iled exceptions taken.
b) Software used far analysis.
c) Results with interpretation.
d} �'reparer's professional engineering stamp and seal.
e} Gampbell diagrams sh4wing the system natural frequencies,
exci�ation arders, and opera#ing speed range far both lat�ral and
torsionaE anaiysis.
(1) CampbeA cfiagram shalk includ� equipme�t operating range;
excitatian lines at 1x, 2x run spe�d, uane pass (or
equivalent), line- and twice-line frequency, motor-pole
frequency, torsiona! harrnonies from reciprocating drivers
{including up tn 6 times operating sp�ed}, cnn#rol pulse
frequencies induced by VFDs {with certific�tion frarrr VFD
Common Work Resulis for Mechanical Equipment
46 05 ip-6 103127 July 6, 2a23 - CUNFORMEn
pu�'flCarollulDoeumentsFfX+Forl Ydodh�'1DQ4a2-60AflOD1U4 Oeskgnfp4 SpenS+Carollq�46_Q5_�0 (Confprme[1j
manc�facturer �f frequencies up to 24 times motar running
speed), �ny tar�u� harmanic greater ihan 'f percent of
steady torque at primary excitation, and synchronous motor
requirem�nts; and critical speeds assvciate� with
Qr�uipment system compan�rtts including the rator and each
major equi�ment siructural component.
#'� Reporf 1 shall not ir�clude detailed ana�ysis eiements listed fnr
submittal under Report 2 below, submittal of fufl analysis detafls
in �eport � is unacceptabfe.
g� ��Ilowing subrriittal of Report 1, submit Report 2: Detailed
Analys[s including responses ko comments made on Report 1:
Rotor�dynamic Executive Summary.
2) Report 2: Ro#or-dynamic Detaifed Analysis including:
a) Input data including c�rnponent praperties, materials and
cvnnectivity to other camponents.
b) Schematic diagram of madel mode shapes, nodes and
el�ments.
c} Bearing stiffness and damping praperties, impellerldiffuser
interaction �oefficients, and seal dynamic properkiBs.
dj �orced, damped ar�alysis indicating acceptabls material sfress
limits are mainkained at interference p�ints shown an the
Campbell diagram.
e} Sync�ror�aus r-notor infarmation including tirne-inkegratian study
resufts showing transienf peak stresses at startup, shutdflwn
and motor cnntrol transient events. Provide tama�raphic
diagrams ineluding root and keyway s#ress concentration
locations and the corresponding speeds that result in repvrted
peak stresses.
�.Q� ��VY��R '�R��'S14�I��I�i� �Y�T'�iN�
A. V-belts, sheavos, sha#t couplings, chains, sprackets, mechanical variable-spead
dri�es, variable frequency dri�es, gear red�cers, open and enclosed gearing,
clutches, �ra4ces, intermediate shafting, Intermediate bearir�gs, and U joints:
'�. Rated for 24 h�ur-a-day continunus service, or for intermittent service with
frequeni stops-and-starts, whichever is most severe.
2. Sized with a service factor of 1.5 or greaker:
a. Appfy service factor to namepfate horsepQwer and torque of prime stiurce
af power and r�ot to ac#ual equipment loading.
b, Apply service factars in accardance with AGi�AA ar a�s specified in the
Techr�ical 5ectians.
�.�3 B���INt��
A. Dil or grease lubricated, ball or roller antifriction type, of standard manufacture.
1. Design lubrication system based on the equipment location to operate in tha
kemperatures as specified in Sect'ion 01_81_50 - Design Criteria.
a. Design l�brication system to safely start after �eing shut off for 24 hours
and aperake safely:
�) Suitable for the outdaor winter temperature as specified in Sect[on
�1_81_50 - Design Crii�ria.
Common Work Resulls for Mechanical Equipment
46 D5 10-7 103'fZ7 July 6, 2023 - CONFOFtMED
�Sa:ItCarq :U±f}pCurnenls�TX+F�r1 Wo�UV2-0D452-ODt10�0lOA OeS�gn10A Specs�Carolla�A6 05_tp (Coniurmed)
B. Oil-lubricated bearings:
'I. Provide either pressure lubricating system ar saparate oif reservoir splash-type
system as specified in the Technical Sec#ion.
�. �esign oil-lubricatian sy�tem t� safely absorb heat energy generated in
b�arings when equipmant is oporating #r� the followi�g conditions:
a. With t�e highest load ar�d the temperature 1� degrees Fahr�nheit abov�
fhe outdoor s�mm€e temperakure as spe�ified in Section 01 81 5U -
Uesi�r� Criteria. — !
C. Grease lubricated bearings, except those specffied to be factory sealed:
1. Fit with easlly accessibie grease sup�ly, flush, drain, and refi�f fittings,
2. Lubrication lines and fittirags:
a. Lines: Minimum 114-Inch t�fameter stainless ste�l tubing.
b. NPultiple fit#ing assemblies: Mount fittings tagether in easily accessible
location.
c. lJse standard hydraulic-#ype grease supply �ttings:
1) Manufacturers; One of the following or equal:
a� Alemite.
b} Zerk.
a. Ratings: Rated in accorda�ce with ABMA 9 or A�MA 11 L10 lif� for bearings rating
life c�f not less than 50,000 hours.
a.o� e��r ��tr���
A. 5heaves:
1. Separately mounted on hushings by mear�s �f at least 3 pull-up bolts or cap
tightening screws.
2. When 2 sheaue sizes are specifiecl, provide separate befts sized for each set
of sheaves.
3. Statically balanced for all; dynamically balanced far sheaves that operate at a
peripheral speed nf more than 5,50fl feet per minute,
4. Key bushir�gs to drivQ shaft.
B. Belts:
1. Anti-stakic type when expinsion-prnof flquipment or enviranment is specified.
2. When spare belts are specified, furnish � spare belt for every different type
and siae of belt-driven unit;
a. Where 2 or more b�lts are fnvolved, furnish matched sets.
b. ldentify as to equipm�nt, design, horsepower, spe�d, tengfh, sl�eave size,
and use.
c. Package in boxes labeled with identi�ica#ion of contents.
C. Manufacturers: On� af the follawing or equaf;
1. Dvdge, Dyna-V belts with matching Dyna-V sheaves and Taper--Lock
bushings.
�. T. �. Woods, Ultra-U beits with rr►atching Sure-Grip sheaves and 5ure-Grip
bushings.
Common Work Resulis for MecNanical Equipmeni
46_05 10-$ 103127 July B, 2Q23 - CONFORMED
�n�^NC�rWW�pocumenls+TKlFarl V�u�lh{200d52�611p000rpd De51gn�On SpecezCarollc��4�_05_s0 (Canfo,med)
�.�5 F�,AFrl��D PIF�INC CDRlR1ECiI�R�S
A. Unl�ss otherwise in the 7echnicaf Sections ar indicat�d on the Drawings,, provide
flat �ace flanges.
a.06 ��S��V�LY PASiEf��R�
A. General service: Stainless s�eel, Typ� 316:
1. Bolts: In accordar�ee with ASTM F593, Aqoy Group 2,
2. Nuts: In accordance with AS�M ��94, Alloy Group 2.
3. Washers: Apoy group makching bolts and r�uts,
B. High-femperature service or high-pressure service: Stainless steel, iype 316:
'�. Bolts: In accordance with AS�M A193, Grade B8M, Class 1, heavy hex.
2. Nuts: In accordance with ASTM A194, Grade 8, heavy hex.
3. Washers: Alloy group matching bolts and r�uts.
C. I�aw-temperature service: Stainless steel, Type 316:
1. Bolts: In accordance with ASTM A324, Grade �8M, Class 1, heavy hex.
�. Nuts; in accordance with ASTM A'f 94, C'srade 88M, heavy hex.
3. Washers: Afloy group matching balts and nuts.
2.Oi ��IAR�� A� �11�Ho7'�fllG���ATURE �tIR�A���
A. Expvsed surfaces ha�ing an exfernal surface temperature af 124 degrees
Fahrenheit or higher and Iocated within 7 feet m�asured vertically frorri floor or
working level ar within 15 Inches meas�red harizontally fram stairways, ramps or
fixed iadders.
B. Cover with a thermal insulating material unless otherwise guarded against contact.
1. insulation thicEcness such that the insulatian exierlor temperaiure is befow
120 degrees �ahrenheit.
2.0� CUAR�S �i N�A!lIN� C9Nd�PgAl�R�i�
A, Provide guards on rotating components that are wit�in 7.5 vertical feet of an
operating floar or platform.
B, AHow visua] insPection o# moving parts without remaval.
C. Allow access to lubrication fiittings.
Q. Easily removable for maintenance.
L�. I're�ent entrance of rain or dripping water for outdoor lacations.
�'. Size belt and sheave guards to allow for installation af sheaves 15 percent larger
and addition of 1 belt.
G. Materials:
1. Sheef inetal: Carban steel, 12-gauge minimum thic��ness, hoi-dip galvaniz�d
after fa�ricatian.
Common Work Results for Meci�anical Equipment
46 05 1Q-9 i0�127 July 6, 2Q23 - CONFORMED
�nv:7rCnrd�p+DOCurnenlslTX+Far114orIh�2fl0452-A4ll000�Ud �es�gN04 Specs,tCarolla'4S_05_i6 (Confonnetli
2. �asteners, Type 316 stainless steel,
�.09 �H�P rlNl����
A. Manufacturer's standard primer and finish coatings.
1. Primer only if field coatings are to be applied.
�.90 ��/�1� F�➢O'��FtS
A. Paraffel shaft drives: Helical gearing.
B, Right-angle dri��s: Warm gearing.
C. Manufaeturers: One of the following or equal:
1. Baldar Eiectric Company.
2. Bodine �lectric Company.
2.11 G�d�t R��UCTIe�1 UP�1T�
A. Design and performance criteria:
1. Gear type:
a. Helieal or herringbone.
2. AGMA Class I1 service:
a. Use more severe service condition when such is recommended by unit's
manufacturer.
3. Cast-iron housing with gears running in oil.
4. Anti-friction bearings.
5. �hermal horsepawer rating based an maxlmum horsepower rating of prime
mo�er, not actual load.
2.1� MC)UiV7'lid� AN6 �.I�'iIW� �FtC�VISIQPi� �'8� �QUl�N9�R1T'
A. Equipment b�ses and base pfates:
1. Pro�ide equipment bases w�th machined support pads, dawels far alignm�nt
ior mating of adJacent items, openings for electrical conduits, and openings to
facilitate gr�utirtg.
2. Pravid� jacking screws in bases and supparts for equipment and for
equipm�nt w�ighing vQ0 pnunds oF more,
3. Materials:
a. Match equipment material ar steel.
b. Coa#ing: Mafch �auipment.
B. Steel support frarnes:
1. Carbon steel:
a. At exterior IQcatians, and at ir�terior wet or moist location�, provid�
continuaus wefds on both sides to clase seams and edges between skeel
members.
b. Grind closure welds smaot�.
Corr►mon Work Resulls !or Me.chanical Equipment
46_05_10-10 103127 JUiy 6, 2023 - CQNFqRME�
p�v,77GardiorpoCunienls�T�rFor1 Wo�lh�2D09F2-0OOOD410d Design+04 Sper,s+Carolla�A6 05_10 {Csanfurm�lj
C. Lifting iugs ar eyes:
1. Equipment units w�Eghing 5Q �ounds or mare:
a. Provide with liftir�g lugs or eyes to allow rem�va� with lifting device.
2.13 N�41�9�PLAi��
,4. Fastenod to oquipment at factory in an accessible and visibEQ locatior�.
B, Metal engraved or stamped with text, holes drilled or punched for fastenors.
C. Material: Aluminum or stainless steel.
D. �asten�rs: Number 4 or larger oval head staEnless steel screws or dri►�e pins.
E. Text:
1. lVlanufacturer's name, equipment madel numb�r, eq�tipmenk serial number,
and identificatian tag number.
2. Additional items indicated in tf�� Technical Sectlons.
3. Indicate the follawing additFonal information as applicable:
a. Maximum and normal rotating speed.
b. Service class per ap;�licable standards.
A. �nclude for pumps;
a. Rated total dynamic head in fest of fiuid.
b. Rated flow in gallons per minute.
c. Impeller, gear, screw, diaphragm, vr p�stan size,
5. Include for motors:
a. Drive speed.
b. Ar9otor horse�owet with rated e�pacity.
6. Include for gear reduction uniks:
a. AGM� class of service.
b. Service f�ctor.
c. Input and out�ut speeds,
�.�� PIJfU➢� ���a�� ��U��Ii�GS
A. General:
1. Typ€ and ratings: Non-lubricated designed for not I�ss than 50,400 haurs af
o�erating fife.
2. Siz�s; Provide as recammend�d by manufacturer for speci�ic application,
considering horsepower, speed of rotation, balance, and type of service.
3. Suifable for an am�ient temperakure range between -40 degrees ta +200
degrees F�ahrenheit.
B. Clase-couplings for �lectrlc-motor-driven equipment:
1. Manufacturers: One of the fallawing ar equaL
a. Lavejoy.
b. T.B. Waads.
2. Provide flaxible cauplings designed to accommodate angular misalignment,
parallel misalignment, and end floa#,
3. Manufacture flexible component t�f coupling from synt�etic rubber ar uretha�e.
Common Work Results for Mechanical Equipmen!
46 05 1�-1 i 103127 July 6, 2023 - COi�lFQaMEQ
�n���flCero€1p1DoCume3sEslTx+FurtYJarlh+2d0452-PDOQOO;fl+I pesEgn+04 &pecs,FCaraltq�4b_45_s4 {Con�ormeUj
4. Provide service fact�r �f 2.� for eiectric motar drives and 3.5 for engine drives.
5. Qo not allow metal-to-metal c�ntact between driver and driven eqt�i�ment.
C. Flexible �aupl��gs for direct connected electric-mator-driven equipment:
1. Manufaeturers: �ne af the toAowing ar equal:
a. Rexnord.
b. T.B. Woods.
2. ��vuide flexible couplings designed to accommodate shacl� loading, vibrat�an,
anc! shaft misalignrnenk or affset.
3. f'ravide fl�xible connecting element of rubber and reir�forcement fiber�.
4_ I�rovide service factar af 2.0.
5. Connect stub shafts through callars or round fianges, �rmly keyed ta their
shafts with neoprene cy[ind�rs held to individual flanges by thraugh pihs.
D. Spacer cauplings:
1. Where cartridge-type meGhanical seals or noncsplit seals are specified,
pro�ide � sp�cer-ty�e cau�ling of sufficient length t� remo�e the seal without
disturbing the dr3ver or driven equipment.
2.1� �UP�V� S�AL ��QAiV��ER �P�� ����.a
A� Seal eharnber (stuffing box):
1. �arge enough to retrofit wifh daubie mechanical seal.
B. Seal �'ypes; �as€d on th� fallowing and as sp�cified in th� Yechnical S�ction:
1. Type 1: Packing:
a. F�ravide when specified in the 'Technicaf Section for wasiewater,
non-potable water, and sludge applications:
1) Asbesfins free.
2) PTFE (TeflonT"') free.
3j �raided graphite.
4) Manufacturers; flne of the fallowing or equal:
a) Chestertan, 1400.
b) John Crane.
b. Pro�ide whon specifiod for drinking wat�r serwice:
1) Asbestos free.
2) fUiaterial: �raided PT'F� (TeflonT"'}.
3) Manufackurers: One of the following or e�ual:
a) Chesterton, 1725.
b) John Crane.
c. Design:
1) Pacicing glar�d to allow adjustment and repacking without dismantling
pump except to open up stu�fing box.
2} Seal chamber {stufFir�g bax) larg� enough tv refrofit with dvuble
rnechanic�l seal.
3) Manufacturers: �ne of the following or equal:
a) Chasterton, 1725.
b} .John Crane.
2. Yype 2; Mechanical seal, flushing, cartridge, single o-ring.
a. Manufacturers: One of the follawing or equal:
1) ChesterEan, 51 a.
Common Work Results for Meoh�nical Eq�ipment
46_D5_'EO-�Z 1031Z7 July C, 2Q23 -�ONF�RMED
�nu,7rCerdk�f)opurnenlsnX�Foit t'�or�rv'24�A52-b004nOJp4 Design�04 Specs+Carallca+46_05_1p (Coniurm2d)
2) John Crane, 58�0 Series.
3. Type 3: Mechanical seal, flushing, eartridge, double a��ing:
a, Manufacturers: One of the following or eqUal:
1) Chestertvn, S�O.
2) John Crano, 562Q Serias.
4. Type 4: MQchanica! seal, flushing, cartridge, double split-ring;
a. ll�anufacturers: One of the following or equal:
1) Chesterton, S20.
2) Jnhn Crane, 5620 Series.
5. Type 5: Mechanical seal, fiushing, carkridge, sing�e split-ring:
a. A�anufacturers: One oi ihe following or equal:
1) Chesterton, 442.
2.) ,lohn Cra�e, 5860.
6. Type 6: Mechanical seai, flushfess, cartridge, singfe split-ring:
a. Manufacturers: One of the following or equaE:
1} Chesterton, 1�6.
2) John Crane, 3740 Seri�s,
C, Mechanicai seals, Types 2 to 6:
�. Balaneed hydraulically,
2. Spring:
a. Stationary, out of pumping fluid.
b. Materiai as specified in the T'echnfcal Section. Hastelloy C; 7�ype Elgilay or
17-7 PH stainless steel for split seals.
3. O�ring: VitanT"' 747.
4. GEand: Type 3'f6L stair�less steel.
5. Set s�rews: Type 316L. stainless steel.
6. Fac�s: Reaction �onded, sllicon carhidelcarbon.
7. {Viinim�m differential pressures in either direc#ior�: 300 �ounds per square inch
gauge.
a. Manufacturers; Qn� af tha following ar equaf,
1) Chesterton, 94Q0.
2) John Crane, equivalent produet.
8. Drinking water service:
a. Asbestas free.
b. Materiai: Braided PTFE (7eflanT^^).
c. Manufacturers: pne of the foliowirtg or equal:
7 ) Chesterton, 1725.
2) John Crane, equivalent product.
D. FEushirag system:
1. Pro�ide flushing connections:
a. 314-inch size.
b. F'rovide API Standard 6$2 seal water plar► arran�ernent as specified in tha
Technieal Sectian:
1) Plan 11 - Prod�ct stream seal wa#er from disch�rge thru seal.
2) Plan 'f 3- Product str�arr� seal water thru seal to suction.
3) Plan 23 - C�osed ioop seal water with cooler and pumping rirtg.
4) Pian 32 - Production seal water discharged to product strEam.
5) Plan 54 - Prad�ction Seal Water Excluded f�om Product Siream.
Gnmmnn Work Rc�sults for Mechanical Equipment
46 D5 tq-13 103127 July B, 2023 - CONFORM�D
{n4,l�Ca�db�O�oCumenlsR%�Fort Worp�Odd52-0OROpQlOA RPSign�Q4 SpeC&�Carafla{45_05_10 {Canf�rmetl}
2.16 SFiIG�PIi��
A. Prior to shiprnent of equipment:
1, Bearings (and similar itams}:
a. Pack separately or provide other profeetion during transport.
b. Greasod and lubricated.
2. Gear boxes:
a. Oil fdled or sprayed with rust preventive protective coating.
3. Fasteners:
a. 1nsp�ct for praper torques and tightness.
�A�t�' 3 �X�CU�'IOi�
3.�'� pR�of�EST�LL,�TIOIN
�. Field messurements:
'I. Prior to shop drawings preparation, take m�asur�rnents and rreri�y dimertsions
indicated on the l7rawings.
2. Ensure equipment and ancillary appurtenances fit within available space.
B, SequencEng anc� scheduling:
1. Coardinato details of oquipmant with othor rolat�d parts af tho Wark, including
veri�cation tha# s#ructures, pipin�, w�ring, anc! equipment componerats are
compatibl�.
2. �quipm�nt anchoring: O�tain anchoring materlal and s�tting drawings from
equipment manufaciurers in ad�quate iime far templates to be constructed
and anchors to be cast-in-place.
3.02 LUBRIGATIBN LIR4�� ►�►R1� �ITT1Rl��
/�. Suppor� and prot�ct lines from source to point af use.
B. Fittings:
1, �ring fittings to outside nf equipment in manner such that tt�ey are readily
accessible from outside withaut necessity a# removing covers, piates,
housings, or guards.
2. Mount fittings together wh�rover possible using factory-mountad rnultiple fitting
assemblies securely mount�d, parallei with eqUipment linos, and protected
from damag�.
3. Fittings far underwrater bearings: Bring fittings above water surface and mount
on edge af structure above.
3.03 A�I�IVI�fl�NT �� �RIVf�RS Af+f� �(�lUtPfV�Eid7'
A. Where c�rive motors or other driuers are connected to driven equipme�t by flexible
coupling, disconnect coupling halves an� align driver �nd equipment after driven
equipment has been leveled on its foundatian.
Common Work Ftesuits for M�chanical Equlpmeni
46 05 1�-14 103127 July 6, 2023 - CQNFORMEp
p�ti^RCardW±DoCurcien�IT)(fFprl WarlY�t1pp452-0�0(100704 DBs�qn+04 SpeCsrCarolla�A6_PS_�0 (Can�ormeilj
�. Compfy with proced�res of appro�riate HI, AGMA Standards, alignment tolerances
of equipment manufactt�rers an� the foflowing requirements to bring components
inta angufar and parallel alignm�nt:
'I. Maximum tofal caupling offset (nat the per-plane offse#): Not to exceed
0.5 mils per inch of couplpng length for spacer couplir�gs basQd on coupling
leng#f� (not dial separation).
2. Utilize j�cking screws, wedges, or shims as recvmmended by the equipment
manufacturer and as specified in the equipment sections.
C. Use reverse-Indicatar arrangement dial-type or laser-fype alfgnment indicators:
N4ount indicators on the drlvsr/caupiing flange and equipmenticoupling �lange.
Alfgnrnent instrumentation accuracy shall be sufficient to read angular and radial
misalignmenk at 90 percenf or less �f t�e manufacturer�'s recommended acceptable
miselignment.
D. Aligr►ment and calculations shall include measurement ar�d allowance for thermal
grvwth, sp�cer couplir�g length, indicator separ�tian, and axial spacing tolerances of
the coupling,
E. When afignment satisfies most stringent toloranc€� of system com�onents, grout
betwe�n base and foundation.
1. Aflaw minimum 48 hours for grout to harden.
2. Afier grout harden�, remave jacking screws, tighten anchnr �oits ar�d ather
cor►nections, and recheck alfgnmer�t.
3. Correct alignment as required.
3.�� �41�I�'�i�R�T SUP€'ORY �4N� ANCF��RIPl� i� �TRU�TU�F�
A. Anchorequipment to structures as indicated an ihe Drawings and as spe�i�ed.
g. Obtain fnal anchar boi# fayauEs for equipment prior to:
1. Detailing reinforcement for equipment pads.
2. Pr�paration af shop drawings far meta! structures supparting equipmer�t.
C. Anchor balt ternplates:
1. Pra�ide templat�s as specified in the T�chnical Soctions.
2. Uso f+nal an�hor bvlt layout ta construct templates for setting ancho� bolts.
3. Make t�mplates:
a. Rigid, and nan-deformable during use.
b. With longitudinal axes of ar�chors parallel.
c. With IongPtudina! axes of anchors perpendicular t� surface supporting the
eq�ipment.
4. iemplates may be reused for multiple locations of the same equipment only if:
a. Templates are in "fike-new" condition prior ta each reuse.
b. The anchor layoui has not been deformed or damaged by previou�
ir�stallation, remov�f, or handling of tempiates.
5. Sequence:
a. Set and suppnrt templates prior constructi�n of structures surraunding
anct�ors.
Common Work Results for Mechanical �quipm�nt
46 05 1Q-15 1ff3127 July 6, 2Q2� - C�iVFORMED
p�v:1+Ca�ol�o��DocumenlsrrXrFait 1WurtFV280�7�2-0004�Q�Od Des�yNDa 3pecarCarolla�46_45_�4 (Goniorme[!)
b. Pas9tian anchars in templates to provide designated embedment in
suppnrting structure, with required proj�ction for instailation af grout, base
platss, and hardw�re for tigh#ening.
c. Consfruct Gar�crete or masonry around anchors using methads that
pr�serve r�quirod anchor positions and alignment, and clearances to
edges ofi supports or structures.
D, Anchor adjustment sleeves:
1. Use of adjuskmsnt sleeves around ancho��:
a. Is at the option of the Cantractor.
b. Does nat relieve Contractor of obligation to constr�ct and use templates
for setting of anchors.
c. May required increased anchor embedment length io develop ti�e strength
af the ar�chor in the embedded length below the adjuskmenk sleeve.
2, Submiktal requiremenks for anchor adjusiment sle�ves:
a. Provide within sufficient time for �ngineer approval and not less #han
10 working days before setting khose items,
b, praposod locatians of sleeves.
c, Details and dimensions of sleev�s.
d, Sl��v� material5 of canstructifln, and coatings,
e. lnformation on sle�v€ fiiler material a�d means af filler r�moval.
f. T�ype, details, and dimensions of anchor bolts or anchor rads to be usec!
with sle�ves,
g. Calculations showing development oi anchar load capacity belouv the
bottom of the steeve.
h. Pian for remaval of sleeve ffllers, if any.
i. Plan for placement and consalidation of flowable grout inside slee�es arid
#o a level equal to top of concreie slab or equipment pad surrounding the
sleeve.
3.0� �R{1U�'IP�� l�Np�� �QUI�RJ��h1T �1����, �A�� Pl�R`���, �9�� �LAT��, �FE9
�FtIf�S
A. General:
1. Comply with equipm�ni manufackurer's in5ta11ation Instructians including;
a. Tolerances for level.
�a. 7olerances for verkical and horizorttal alignment.
c. Requirements ar recommendations for grouiing spaces and graut
inskall�tion.
d. Ftecorramendations for tightening of equipment anchors after grnut has
cured.
2. Install equiprnent �ver grout as indicated on the Drawings ar specified anly
afte�-;
a. Fquipment is ieveled and ir� proper alignment,
b. F'iping connections are complete and in alignment with no strain
transmitted to aquipm�nt,
3. lnstall flowable grout, as specified in Section 03_60_d0 —�routing, placed with
farms and head boxes.
a. Use flowable, nan-shrin�C grout.
Gommon Work Resulis for Mechanieal �quipment ����27 �uly 6, 2023 - Cc�NFOFtMED
46_05_10-16
p�4;11CaIdla+�aCumenlsni(lFort ti'JorIh+700452-00OO�Oip4 Deslgn�04 SpeCs+Carolla�A6_05_10 (Coidorm�d)
b. Use tlowable, non-shrinf� epoxy grout, anly where indicated on the
Drawings, where specified in Technical Sections, ar when approved in
advance by the Engineer.
c. Grauting with dry-pack materials is not permifted.
B. Prepare equiprn�nt basas, base plates, soleplat�s, and s�cids for grauting,
'�. Concrete equipm�nt bases;
a. Roughen surface in acc�rdance with ICR�, Guideline No. 310,2R, Surf'ace
Preparation Profiles CSf'-3 and CSP-4.
b. Clean r�ughen�d concrete surfaces:
2. Base piates, soleplates, and skicls:
a. Clean surFaces in accordance with SSPG5P-4-Salvent Cleaning, to
rerr�ave dirt, dust, oii, grease, paint, and otf�er material.
C. l.evel equipment for grouting:
1. Use removable jac� screws, ar rernovable stee� wedges and shims to s�,ppo�
and �evel equipmer�t bases, bas� plates, sole �lates, and skids.
a, �]c� not use leveling nuts piaced on equipment anchors to support or fevel
equiprnent bases, basQ plates, sole platas, and skids.
2. Rernavable jack screws:
a. Provide number, size, and Iocations of jaeEc screws required to support
and level eqc�ipment in accardance with manufacturer's
recammendations.
b. Drill and tap equlpmenk base plates, safe piates, and skids for jac�c
screws,
c. Support jack sCrews on circular steel plates that have been epoxy bonded
ta the equipment foundatloh.
7) Pro�ide plates fabrfcated from Type 316 stainless steel where edges
of support plates wiil h�ve grout side cover of 3 inches or less in the
fnished work.
d. Ma�Q provisian far removal of jacPc screws after grouting:
�) Provent graut from bonding to jack scrows by wrapping jack screw
threads that wili be in contact with grout with multiple layers vf tape
ar Qther material acceptabls to Engineer,
�. Place and cure grouf.
f. After grout is placed and cured:
�) Remo�re jack screws and materia! used ta prevent gro�t frflm
bonding to jack screws.
2) Pravide jack screws io 4wner far future use.
3) Fifl jack screw holes with grout.
4) Cure grout as specifred.
�. RemavabEe steei wedges and shims:
a. Use for equipmen# bases, base plates, sole plates, and skids where it is
no# practical to use jack screws,
b. Provide ri�mber, siza, and loca#ions of wedges and shims required tg
support and level equipment in accordance with manufackurer's
recomm�nclafions.
c. Make provision for removal of wedges and shlms after grouting:
�} �re�ent grout from bonding to wedges a�d shirns by wrapping
wedges and s�itt�s thaf contaot grout with multiple layers flf tape ar
other material acceptable ta �r�gineer.
Common Work Results far Mechanic�I EquipmenE
46 05 10-17 10�127
pr4:flCerdiprpocumenEslTX+forqVVorIh120Qq52-Op0A�0!QA Desi nroa � ,iuly 6, 2023 - CQiVFpRM�p
$ Spac�Ca�011qd8_05_ip (�nionr��)
2.) L.ocate and orient wedges and shims ta aflow for removal after
grauting, and to facilitate placement �f grout in the remaining voids.
d. Place and cure grout.
e. After grout is placec� and cured:
1) Romove wedgas and shims, and material used to prevent grout from
bor�ding to them.
2) FiN jack scr�w holEs with gro�t.
3) Cure grout as speci�ad.
D. Construct grnut forms:
1. Provide forrx�s:
a. Rigid with adequate strength to withstand placemeni of grout.
b. With surfaces that will produce a smooth, uniform flnish fnr gro�t edges
expas�d in the finished work.
c, That allow graut ta flaw horixantally beyond the perimeter of khe
equipment base piate � distance not less than the thickness af the graut,
and not less than 1 inch.
2. Install farms:
a, Soal form cracks and jaints with elastom�ric sealant to maEse form
watertighfi.
p. Line form surfaces in contact with grout with poiyethylene fi1m, or coat with
2 coats of hea�y-duty paste wax.
3. Construct groui `�head box" aver entire length of one side af form.
a. Makte head box height sufficient to foree groui in flaw under full
dimenslons oi equipment base and to the surrounding form faces.
E. Pre-grauting procedures:
1. Concrete surfaces receiving flawable, non-shrink graut:
a, Saturate concrete surface in corrtact with grout and cancreke surfaees
extending not less than leask 6 inches beya�d iimits of grout with clean
water far a minimum af 24 fiours priar to grouting.
b, Just prior to grout plac�ment, remo�o sianding water using clean rags or
oiV-firee compressed air. Provide "saiurat�d sur�ace dry" (SSD) concreto
for grout placement.
2. Concrete surfaces recei�ing flnwable, non-shrink epaxy grout:
a. Uo not saturate concrete prior ta grout placement.
F. Grout placement and curing:
1. �lace �nd cure grout as specified in 5�ction 03_60_OCi — Grouting, and in this
Section.
2. Grouting:
a. Keep le�el of grout in head box a�ove battom of equipmer�t bases, base
plates, sofe plates, and skids always to drive flow under base.
b, Maintain continu4us graut flow firom head bax to opposite sidas of forms
without trapping air ar farming voids.
c, Uibrat�, rad, or chain grout tQ facititate grout flaw, io consolidate graut,
and to remove entrapped air.
3, After grout sets, remove forms and trim grout edges at 45-degree angle from
bottom edgE of equipment bases, base plate5, sale plates, and skids.
4. Cure graut as specified in Section 03_�0_�0 - Grauting.
Common Work Results ior Mechanica! Equipment �031Z7 Jufy G, 20Z3 - CaNFOFiMED
4fi 05 1�-'18
p�v flGaial��tk�cumen45�T%�For11No+0��L110A52-04dODQfDA 4eslgn�Od Spec�Carollp�46_05_10 (Canfarmed�
G. After graut is cured;
�• Remove jac� screwS or wedges and shims, and materEal used ta prevent graut
from borrding to leveling devices.
2. Filf packets from removed leveiing deviees with grout.
3• Curo fill�d vaids as specified in Section 03 60 04 - Grouting.
4. Tighten �q�ipm�nt anchors in accordence with equipm�nt manufacturer
requirements.
3.Q� �I��� �'IPII�FI�S
A. When touchup or repair is required, apply primer ar�d coating sysiems as
recommended by f�e equipm�nt manufacturer.
�ND OF SECTlON
Camrnon Wnrk Results Tor Mechanical Equipment
46 05 'l0-19 103127 Jufy 6, 2023 - CpNFORMED
�n47lCa�WqfQogWnenls+T%iFort Worli�l7d�q,r,2-0OAOD0�04 Des�gnrd4 Spec�rCarolfc��4�_p5_10 {CAnfurm�)